Loading...
HomeMy WebLinkAboutWright Construction Engineering Corporation; 2017-06-21; PWS17-85UTILRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2018-0131621 1111111111111111111111111111111111111111111111111111111111111111111111 Apr 03, 2018 04:33 PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr, SAN DIEGO COUNTY RECORDER FEES: $0.00 (S82 Atkins $0.00) PAGES 1 Space above this line for Recorder's use. PARCEL NO: NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned is Carlsbad Municipal Water District (CMWD), a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on Jan. 10, 2018. 6. The name of the contractor for such work or improvement is Wright Construction Engineering Corp. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Bolero Pressure Reducing Station Vault Replacement & Design Improvements, Project No. 5020-A. 8. The street address of said property is 7347 Bolero St., in the City of Carlsbad. I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the Executive Manager of said City on WCL/',.J2,h :1,,3 , 201E., accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on ?(kN:h 19.1, 2012., at Carlsbad, California. ( C~WD /) ,. ~12i~tr- BARBARA ENGLESON City Clerk I ;:;J' Q:\Public Works\PW Comrnon\CAPITAL-ACTIVE\5020 A Bolero PR Station\NOC (Public and Pnvate) -revised 2018-02-27.doc CARLSBAD MUNICIPAL WATER DISTRICT ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Wright Construction Engineering Corp. has completed the contract work required for Project No. 5020-A, Bolero Pressure Reducing Station Vault Replacement & Design Improvements. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS (CMWD) Pressure Reducing Vault & Design Improvements VALUE $259,797 CERTIFICATION OF COMPLETION OF IMPROVEMENTS EXECUTIVE MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The Secretary to the Board of Directors is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The Carlsbad Municipal Water District is hereby directed to commence maintaining the above described impr,...-n:,....,.,.nts. Date APPROVED AS TO FORM: CELIA BREWER, .Cijy AUemey ~ ~~ Q:\Public Works\PW Common\CAPITAL-ACTIVE\5020 A Bolero PR Slation\API {Public Works) revised 2018-02-15.doc ~ WRIGCON-02 CMOUNTZ >" CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) 6/16/2017 ' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License # OC36861 ~2AA~~cr Christina M Mountz Alliant Insurance Services, Inc. ritJgNtro Extl: (909) 886-9861 I rM Nol: (909) 886-2013 735 Carnegie Dr Ste 200 1~D?l.hs: cmountz@alliant.com San Bernardino, CA 92408 INSURER(S) AFFORDING COVERAGE NAIC# INSURER A ,Associated Industries Insurance Company 23140 INSURED INSURER B: Employers Mutual Casualty Company 21415 Wright Construction Engineering Corp INSURER c: Landmark American Insurance Company 33138 300 Carlsbad Village Dr#108A-291 1NsuRER D: Benchmark Insurance Company 41394 Carlsbad, CA 92008 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER· REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWlTHSTANDING 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 TYPE OF INSURANCE AuDL 1:sUBK POLICYEFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER !MM/DD/YYYYI !MM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 f--~ CLAIMS-MADE [!] OCCUR UAMA\>t: I U ~~" I t:U 100,000 X X AES1045248 03/04/2017 03/04/2018 PREMISES /Ea occurrence) $ x Bl/PD Ded $2,500/0cc MED EXP (Any one person) $ 5,000 f-- PERSONAL & ADV INJURY $ 1,000,000 f-- GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 R [!] PRO-□LOC PRODUCTS -COMP/OP AGG $ 2,000,000 POLICY JECT .. OTHER: $ , AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 /Ea accident\ B x ANY AUTO X X 5X6-28-77-18 03/04/2017 03/04/2018 BODILY INJURY (Per person) $ -ALL OWNED -SCHEDULED BODILY INJURY (Per accident) $ AUTOS AUTOS -x X NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS /Per accident) x $500 Comp Ded X $500 Coll Ded $ UMBRELLA LIAB M OCCUR EACH OCCURRENCE $ 1,000,000 C x EXCESS LIAB CLAIMS-MADE LHA242770 06/15/2017 10/15/2017 AGGREGATE $ 1,000,000 / DED I X I RETENTION$ 0 $ WORKERS COMPENSATION XI ~ffTuTE I I OTH- AND EMPLOYERS' LIABILITY ER Y/N 1,000,000 D ANY PROPRIETOR/PARTNER/EXECUTIVE [!] X CST5009907 03/05/2017 03/05/2018 E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A 1,000,000 (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Bolero Pressure Reducing Station Replacement, Bid No PWS17-85UTIL, Project No 5020-A. The City of Carlsbad, its officials, employees and volunteers are additional insureds, primary and non-contributory applies as respects to general liability per endorsement attached; waiver of subrogation applies as respects to general liability, auto liability and workers compensation per endorsement attached. Excess Liability extends over General Liability and Auto Liability. Replaces and cancels certificate previously issued on 5/31/17. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Carlsbad THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVlSIONS. J 1635 Faraday Ave Carlsbad, CA 92008 AUTHORIZED REPRESENTATIVE I ~fJ~ © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD n 0 u ./' POLICY NUMBER: AES1045248 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations All persons or organizations where written contract with the Named Insured requires additional insured All Locations completed operations coverage. This form does not apply to your work on "residential property". or As required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury'' caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 2010 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 □ (' () u / POLICY NUMBER: AES1045248 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS-COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations All persons or organizations where written contract with the Named Insured requires additional insured completed operations coverage. This form does not apply to your work on "residential property". All Locations or As required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sche- dule of this endorsement performed for that addi- tional insured and included in the "products- completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 □ I""'\ ! ( ) u POLICY NUMBER: AES1045248 COMMERCIAL GENERAL LIABILITY NX GL 009 08 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTING INSURANCE (THIRD-PARTY) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Third Party: All persons or organizations where required by written contract with the Named Insured (Absence of a specifically named Third Party above means that the provisions of this endorsement apply as required by written contractual agreement with any Third Party for whom you are performing work.) Paragraph 4. of SECTION IV: COMMERCIAL GENERAL LIABILITY CONDITIONS is replaced by the following: 4. Other Insurance: With respect to the Third Party shown above, this insurance is primary and non-contributing. Any and all other valid and collectable insurance available to such Third Party in respect of work performed by you under written contractual agreements with said Third Party for loss covered by this policy, shall in no instance be considered as primary, co-insurance, or contributing insurance. Rather, any such other insurance shall be considered excess over and above the insurance provided by this policy. NX GL 009 08 09 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission (' [ ) u POLICY NUMBER: AES1045248 COMMERCIAL GENERAL LIABILITY CG 2404 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All persons or organizations where required by written contract with the Named Insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV-Conditions: 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 contract 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 0405 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 □ n 0 u Wright Construction Engineering Corp COMMERCIAL AUTO POLICY NUMBER: 5X62877 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO ELITE EXTENSION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The BUSINESS AUTO COVERAGE FORM is amended to include the following clarifications and extensions of coverage. With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE Section I -Covered Autos Paragraph C. Certain Trailers, Mobile Equipment, and Temporary Substitute Autos is amended by adding the following: If Physical Damage Coverage is provided by this coverage form for an "auto" you own, the Physical Damage Coverages provided for that owned "auto" are extended to any "auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of breakdown, repair, servicing, "loss" or destruction. The coverage provided is the same as the coverage provided for the vehicle being replaced. B. BLANKET ADDITIONAL INSURED Section II -Liability Coverage, A.1. Who Is An Insured is amended by adding the following: Any person or organization who is a party to a written agreement or contract with you in which you agree to provide the type of insurance afforded under this Business Auto Coverage Form. This provision applies to claims for "bodily injury" or "property damage" which occur after the execution of any written agreement or contract. C. EMPLOYEES AS INSUREDS The following is added to the Section II -Liability Coverage, Paragraph A.1. Who Is An Insured Provision: Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. D. EMPLOYEE HIRED AUTOS 1. Changes In Covered Autos Liability Coverage The following is added to the Who Is An Insured Provision: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. 2. Changes In General Conditions Paragraph 5.b. of the Other Insurance Condition in the Business Auto Coverage Form is replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: a. Any covered "auto" you lease, hire, rent or borrow; and b. Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". E. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Section II -Liability Coverage, A.1. Who Is An Insured is amended by adding the following: Any organization which you acquire or form after the effective date of this policy in which you maintain ownership or majority interest. However: (1) Coverage under this provision is afforded only up to 180 days after you acquire or form the organization, or to the end of the policy period, whichever is earlier. (2) Any organization you acquire or form will not be considered an "insured" if: (a) The organization is a partnership or a joint venture; or (b) That organization is covered under other similar insurance. (3) Coverage under this provision does not apply to any claim for "bodily injury" or "property damage" resulting from an "accident" that occurred before you formed or acquired the organization. CA7450(11-14) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 4 0 .() u F. SUBSIDIARIES AS INSUREDS Section II -Liability Coverage, A.1. Who Is An Insured is amended by adding the following: Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of this policy. However, "insured" does not include any subsidiary that is an "insured" under any other automobile liability policy or was an "insured" under such a policy but for termination of that policy or the exhaustion of the policy's limits of liability. G. SUPPLEMENTARY PAYMENTS Section II -Liability Coverage, A.2.a. Coverage Extensions, Supplementary Payments (2) and (4) are replaced by the following: (2) Up to $5,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. H. FELLOW EMPLOYEE COVERAGE In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by workers compensation exclusivity rule, or similar protection. The following provision is added: Subparagraph 5. of Paragraph B. Exclusions in Section II Liability Coverage does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. I. TOWING Section Ill -Physical Damage Coverage, A.2. Towing is replaced with the following: We will pay for towing and labor costs incurred, subject to the following: a. Up to $100 each time a covered "auto" of the private passenger type is disabled; or b. Up to $500 each time a covered "auto" other than the private passenger type is disabled. However, the labor must be performed at the place of disablement. J LOCKSMITH SERVICES Section Ill -Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside a covered private passenger "auto". The deductible is waived for these services. K. TRANSPORTATION EXPENSES Section Ill -Physical Damage Coverage, A.4. Coverage Extensions Subparagraph a. Transportation Expenses is replaced by the following: (1) We will pay up to $75 per day to a maximum of $2,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Cause Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expirations, when the covered "auto" is returned to use or we pay for its "loss". (2) If the temporary transportation expenses you incur arise from your rental of an "auto" of the private passenger type, the most we will pay is the amount it costs to rent an "auto" of the private passenger type which is of the same like kind and quality as the stolen covered "auto". L. AUDIO, VISUAL, AND DATA ELECTRONIC EQUIPMENT COVERAGE ADDED LIMITS Audio, Visual, And Data Electronic Equipment Coverage Added Limits of $5,000 Per "Loss" are in addition to the sublimit in Paragraph C.1.b. of the Limits Of Insurance provision under Section Ill - Physical Damage Coverage. M. HIRED AUTO PHYSICAL DAMAGE Section Ill -Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss, or Collision coverage is provided for any "auto" you own, then the Physical Damage coverages provided are extended to "autos" you hire, subject to the following limit and deductible: (1) The most we will pay for loss to any hired "auto" is the lesser of Actual Cash Value or Cost of Repair, minus the deductible. (2) The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. No deductible applies to "loss" caused by fire or lightning. (3) Subject to the above limit and deductible provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. We will pay up to $1,000, in addition to the limit above, for loss of use of a hired auto to a leasing or rental concern for a monetary loss sustained, provided it results from an "accident" for which you are legally liable. CA7450(11-14) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 2 of 4 r, C) u N. AUTO LOAN OR LEASE COVERAGE Section Ill -Physical Damage Coverage Paragraph A.4. Coverage Extensions is amended by the addition of the following: In the event of a total "loss" to a covered "auto" which is covered under this policy for Comprehensive, Specified Cause of Loss, or Collision coverage, we will pay any unpaid amount due, including up to a maximum of $500 for early termination fees or penalties, on the lease or loan for a covered "auto", less: 1. The amount paid under the Physical Damage Coverage Section of the policy; and 2. Any: a. Overdue lease/loan payments at the time of the "loss"; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and e. Carry-over balances from previous loans or leases. Coverage does not apply to any unpaid amount due on a loan for which the covered "auto" is not the sole collateral. 0. PERSONAL PROPERTY OF OTHERS Section Ill -Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $500 for loss to personal property of others in or on your covered "auto." This coverage applies only in the event of "loss" to your covered "auto" caused by fire, lightning, explosion, theft, mischief or vandalism, the covered "auto's" collision with another object, or the covered "auto's" overturn. No deductibles apply to this coverage. P. PERSONAL EFFECTS COVERAGE Section Ill -Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $500 for "loss" to your personal effects not otherwise covered in the policy or, if you are an individual, the personal effects of a family member, that is in the covered auto at the time of the "loss". For the purposes of this extension personal effects means tangible property that is worn or carried by an insured including portable audio, visual, or electronic devices. Personal effects does not include tools, jewelry, guns, money and secur~ies, or musical instruments Q. EXTRA EXPENSE FOR STOLEN AUTO Section Ill -Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $1,000 for the expense incurred returning a stolen covered "auto" to you because of the total theft of such covered "auto". Coverage applies only to those covered "autos" for which you carry Comprehensive or Specified Causes Of Loss Coverage. R. RENT AL REIMBURSEMENT Section Ill -Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: 1. This coverage applies only to a covered "auto" for which Physical Damage Coverage is provided on this policy. 2. We will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of "loss" to a covered "auto". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered "auto". No deductibles apply to this coverage. 3. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days. a. The number of days reasonably required to repair or replace the covered "auto". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you; or b. 30 days. 4. Our payment is limited to the lesser of the following amounts: a. Necessary and actual expenses incurred; or b. $75 per day, subject to a $2,250 limit. 5. This coverage does not apply while there are spare or reserve "autos" available to you for your operations. 6. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under the Physical Damage -Transportation Expense Coverage Extension included in this endorsement. 7. Coverage provided by this extension is excess over any other collectible insurance and/or endorsement to this policy. CA7450(11-14) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 3 of 4 n { ) u S. AIRBAG COVERAGE Section Ill -Physical Damage Coverage, B.3.a. Exclusions is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. T. NEW VEHICLE REPLACEMENT COST The following is added to Paragraph C. Limit Of Insurance of Section Ill -Physical Damage Coverage In the event of a total "loss" to your new covered auto of the private passenger type or vehicle having a gross vehicle weight of 20,000 pounds or less, to which this coverage applies, we will pay at your option: a. The verifiable new vehicle purchase price you paid for your damaged vehicle, not including any insurance or warranties. b. The purchase price, as negotiated by us, of a new vehicle of the same make, model, and equipment, or most similar model available, not including any furnishings, parts, or equipment not installed by the manufacturer or their dealership. c. The market value of your damaged vehicle, not including any furnishings, parts, or equipment not installed by the manufacturer or their dealership. We will not pay for initiation or set up costs associated with a loans or leases. For the purposes of this coverage extension a new covered auto is defined as an "auto" of which you are the original owner that has not been previously titled which you purchased less than 180 days prior to the date of loss. U. LOSS TO TWO OR MORE COVERED AUTOS FROM ONE ACCIDENT Section Ill -Physical Damage Coverage, D. Deductible is amended by adding the following: If a Comprehensive, Specified Causes of Loss or Collision Coverage "loss" from one "accident" involves two or more covered "autos", only the highest deductible applicable to those coverages will be applied to the "accident". If the application of the highest deductible is less favorable or more restrictive to the insured than the separate deductibles as applied in the standard form, the standard deductibles will apply. This provIsIon only applies if you carry Comprehensive, Collision or Specified Causes of Loss Coverage for those vehicles, and does not extend coverage to any covered "autos" for which you do not carry such coverage. V. WAIVER OF DEDUCTIBLE -GLASS REPAIR OR REPLACEMENT Section Ill -Physical Damage Coverage, D. Deductible is amended by adding the following: If a Comprehensive Coverage deductible is shown in the Declarations it does not apply to the cost of repairing or replacing damaged glass. W. DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS Section IV -Business Auto Conditions, A.2. Duties In The Event Of Accident, Claim, Suit Or Loss is amended by adding the following: Your obligation to notify us promptly of an "accident", claim, "suit" or "loss" is satisfied if you send us the required notice as soon as practicable after your Insurance Administrator or anyone else designated by you to be responsible for insurance matters is notified, or in any manner made aware, of an "accident", claim, "suit" or "loss". X. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY Subparagraph 5. of Paragraph A. Loss Conditions of Section IV Business Auto Conditions is deleted in its entirety and replaced with the following. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, we waive any right of recovery we may have against any person, or organization with whom you have a written contract, agreement or permit executed prior to the "loss" that requires a waiver of recovery for payments made for damages arising out of your operations done under contract with such person or organization. Y. UNINTENTIONAL FAILURE TO DISCLOSE EXPOSURES Section IV -Business Auto Conditions, B.2. Concealment, Misrepresentation, Or Fraud is amended by adding the following: If you unintentionally fail to disclose any exposures existing at the inception date of this policy, we will not deny coverage under this Coverage Form solely because of such failure to disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non- renewal. Z. MENTAL ANGUISH Section V -Definitions, C. is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from bodily injury, sickness or disease. AA. LIBERALIZATION If we revise this endorsement to provide greater coverage without additional premium charge, we will automatically provide the additional coverage to all endorsement holders as of the day the revision is effective in your state. CA7450(11-14) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 4 of 4 WORKERS COIVPENSATION AND EIVPLOYERS LIABILITY INSURANCE POLICY WC 040306 (ed. 4-84) r·-----------------------, WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA We ha..e the right to reco..er our payments from anyone liable for an injury co..ered by this policy. We VI/ill not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform oork under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees Vvilile engaged in the oork described in the Schedule. The additional premium for this endorsement shall be ...1&._% of the California oorkers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description Any person or organization as required by written contract [) This endorsement changes the policy to which it is attached and is effecti...e on the date issued unless otherwise stated. (The Information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effecti...e Date: 3/5/2017 Policy No. CST5009907 Endorsement No. Policy Effecti...e Dates: 03/05/2017 -03/05/2018 Premium $ i. •~sured: Wright Construction Engineering Corp ~arrier Name I Code: Benchmark Insurance Company A WC 04 03 06 (Ed. 4-84) Countersigned by Page 1 of 1 CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS AND SUPPLEMENT AL PROVISIONS FOR BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT & DESIGN IMPROVEMENTS ,, •+;' Revised 5/10/16 CONTRACT NO. 5020-A PWS17-85UTIL Contract No. 5020-A Page 1 of 154 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids.................................................................................................................. 7 Contractor's Proposal............................................................................................................... 12 Equipment List......................................................................................................................... 19 Bid Security Form . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 Bidder's Bond to Accompany Proposal . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 Guide for Completing the "Designation Of Subcontractors" Form............................................. 24 Designation of Subcontractor and Amount of Subcontractor's Bid Items . .. .. .. . .. .. .. . .. .. . . .. .. .. .. .. .. 26 Bidder's Statement of Technical Ability and Experience........................................................... 27 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 Bidder's Statement Re Debarment........................................................................................... 29 Bidder's Disclosure of Discipline Record .. .. . .. .. .. .. .. .. .. .. .. .. .. .. . .. .. .. .. . .. . .. .. . . . . . .. .. . .. .. . . .. .. .. .... 30 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid............................ 32 Contract Public Works.............................................................................................................. 33 Labor and Materials Bond . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . 40 Faithful Performance/Warranty Bond ............................................................... ........................ 42 Optional Escrow Agreement for Surety Deposits in Lieu of Retention .. .. . .. .. .. .. .. .. .. .. .. .. .. . . . . .. . . .. . 44 l'l •+;' Revised 5/10/16 Contract No. 5020-A Page 2 of 154 Pages Section 1 1-1 1-2 1-3 1-4 1-5 Section 2 2-1 2-2 2-3 2-4 2-5 2-6 2-7 2-8 2-9 2-10 2-11 Section 3 3-1 3-2 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-2 5-3 5-4 5-5 5-6 Section 6 6-1 6-2 6-3 6-4 6-5 6-6 6-7 6-8 6-9 6-10 GENERAL PROVISIONS Terms, Definitions Abbreviations and Symbols Terms.............................................................................................................. 47 Definitions.................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 7 Abbreviations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 52 Units of Measure.......................................... .................................................... 56 Symbols........................................................................................................... 57 Scope and Control of The Work Award and Execution of Contract................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 58 Assignment.................................................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . 58 Subcontracts................................................ . . .. . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . 58 Contract Bonds . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . . 59 Plans and Specifications.............................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 60 Work to be Done.......................................... . . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 65 Subsurface Data.......................................... . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 65 Right-of-Way................................................ . . . . . . . . . . . . .. . . . . . . .. .. . . . . . . . . . . .. . . . . . . . . . . . . . . . . 65 Surveying..................................................... . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . 65 Authority of Board and Engineer.................. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . .. .. .. .. .. .. .. .. .. .. .. . 68 Inspection.................................................... .................................................... 70 Changes in Work Changes Requested by the Contractor........ .. .. . .. .. .. .. .. .. .. .. .. .. .. .. .. .. . .. .. .. .. .. .. .. .. .. 70 Changes Initiated by the Agency.................. .................................................... 70 Extra Work................................................... .................................................... 71 Changed Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 4 Disputed Work . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 76 Control of Materials Materials and Workmanship............................................................................. 79 Materials Transportation, Handling and Storage .. .. .. .. .. .. .. .. .. .. .. .. .. .. . .. .. . .. .. .. .. .. .. . 83 Utilities Location . . . . . . . . . . . . . . . . . . . . . .. .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. .. . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . 84 Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 84 Removal.......................................................................................................... 85 Relocation.................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 85 Delays.............................................................................................................. 85 Cooperation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 86 Prosecution, Progress and Acceptance of the Work Construction Schedule and Commencement of Work....................................... 87 Prosecution of Work..................................... ... .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 92 Suspension of Work..................................... .................................................... 93 Default by Contractor................................... .. ... . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . . . . 94 Termination of Contract................................ .................................................... 94 Delays and Extensions of Time.................... .. .. .. .. .. .. .. .. .. . .. .. .. . .. . .. .. .. .. . .. .. .. .. . .. .. . 95 Time of Completion...................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . 96 Completion, Acceptance, and Warranty....... .................................................... 96 Liquidated Damages.................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 97 Use of Improvement During Construction .. .. .. .. .. .. .. . .. .. .. . .. .. .. .. . .. .. .. .. .. .. .. .. .. .. .. .. . 97 ,, •ii' Revised 5/10/16 Contract No. 5020-A Page 3 of 154 Pages Section 7 7-1 7-2 7-3 7-4 7-5 7-6 7-7 7-8 7-9 7-10 7-11 7-12 7-13 7-14 Section 8 8-1 8-2 8-3 8-4 8-5 8-6 Section 9 9-1 9-2 9-3 9-4 Responsibilities of the Contractor Contractor's Equipment and Facilities.......... ....... .................... ............... .......... 98 Labor............................................................................................................... 98 Liability Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 98 Workers' Compensation Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . . . . . . . . 98 Permits............................................................................................................ 99 The Contractor's Representative.................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 99 Cooperation and Collateral Work................. . . . . . . . . . . . . . . . . .. . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . 99 Project Site Maintenance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 100 Protection and Restoration of Existing Improvements....................................... 108 Public Convenience and Safety . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . 108 Patent Fees or Royalties.............................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 115 Advertising . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 116 Laws to be Observed . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 116 Antitrust Claims............................................ .................................................... 116 Facilities for Agency Personnel General........................................................ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 117 Field Office Facilities.................................... . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . 117 Field Laboratories . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 119 Bathhouse Facilities..................................... .................. ................. ......... ........ 119 Removal of Facilities.................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 119 Basis of Payment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 119 Measurement and Payment Measurement of Quantities for Unit Price Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 120 Lump Sum Work.......................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 120 Payment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 120 Bid Items...................................................... ................ .......... .............. ......... ... 124 ,, • ., Revised 5/10/16 Contract No. 5020-A Page 4 of 154 Pages SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Part 2 Section 200 200-1 200-2 Section 203 203-6 203-11 Section 207 207-2 207-9 207-10 207-25 Part 3 Section 300 300-1 300-2 300-3 300-4 300-5 300-9 300-11 300-12 300-13 Section 301 301-1 Section 302 302-5 302-11 Section 306 306-1 306-5 Section 313 313-1 313-2 313-3 313-4 Construction Materials Rock Materials Rock Products ................................................................................................ . Untreated Base Materials ................................................................................ . Bituminous Materials Asphalt Concrete ............................................................................................ . Asphalt Rubber Hot Mix (ARHM) Wet Process ................................................ . Pipe Reinforced Concrete Pipe ............................................................................... . Iron Pipe and Fittings ...................................................................................... . Steel Pipe ....................................................................................................... . Underground Utility Marking Tape .................................................................. .. Construction Methods Earthwork Clearing and Grubbing .................................................................................... . Unclassified Excavation ................................................................................... . Structure Excavation and Backfill ..................................................................... . Unclassified Fill ................................................................................................ . Borrow Excavation ........................................................................................... . Geotextiles for Erosion Control and Water Pollution Control. .......................... .. Stonework for Erosion Control ......................................................................... . Rock Slope Protection Fabric ........................................................................... . Storm Water Pollution Prevention Plan ............................................................ . Treated Soil, Subgrade Preparation and Placement of Base Materials Subgrade Preparation ...................................................................................... . Roadway Surfacing Asphalt Concrete Pavement ............................................................................ . Asphalt Pavement Repairs and Remediation ................................................... . Underground Conduit Construction Open Trench Operations .................................................................................. . Abandonment of Conduits and Structures ........................................................ . Temporary Traffic Control Devices Temporary Traffic Pavement Markers .............................................................. . Temporary Traffic Signing ............................................................................... . Temporary Railing (Type K) and Crash Cushions .......................................... .. Measurement and Payment ............................................................................. . 126 127 128 129 129 129 129 130 132 132 134 135 136 136 136 136 137 141 142 143 145 148 148 149 149 151 ,, • ., Revised 5/10/16 Contract No. 5020-A Page 5 of 154 Pages Part 6 600-3 Appendix A Modified Asphalt, Pavement and Processes Rubberized Emulsion -Aggregate Slurry ....................................................... . 152 153 Appendix B -Pressure Reducing Station Standard Drawing (For Approved Materials)........... 154 TECHNICAL SPECIFICATIONS DIVISION 01 -GENERAL REQUIREMENTS 01610 Product Requirements DIVISION 02 -SITE WORK 02060 Asbestos Abatement DIVISION 03 -CONCRETE 03100 03200 03260 03300 03350 03600 ,, •tr Revised 5/10/16 Concrete Forming Concrete Reinforcement Concrete Joints and Waterstops Cast-in-Place Concrete Concrete Finishes Grouting Contract No. 5020-A Page 6 of 154 Pages CARLSBAD MUNICIPAL WATER DISTRICT, CALIFORNIA NOTICE INVITING BIDS UNTIL 2 P.M. ON MARCH 28, 2017, the Carlsbad Municipal Water District (District) shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box lo- cated in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Remove and replace existing pressure reducing station and adjacent ACP pipe with new cast-in-place concrete vault, pipe, valves, and appetences. BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENTS & DESIGN IMPROVEMENTS CONTRACT NO. 5020-A BID NO. PWS17-85UTIL INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevoca- ble offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the Carlsbad Municipal Water District and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Depart- ment. 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 sub- stituted for any obligation required by this notice or for any monies withheld by the District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from partici- pating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water District or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Public Works Department. The specifications for the work include City of Carlsbad Technical Specifications and the Stand- ard Specifications for Public Works Construction, Parts 2 & 3, current edition at time of bid opening and the supplements thereto as published by the "Green book" Committee of Pub- lic Works Standards, Inc. , all hereinafter designated "SSPWC", as amended. Specification Ref- erence is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. {'\ •+; Revised 5/10/16 Contract No. 5020-A Page 7 of 154 Pages The Carlsbad Municipal Water District encourages the participation of minority and women-owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabrica- tors and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -( optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $216,000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIAL TY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with Cali- fornia law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expira- tion 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 sub- mitted with the signed contract. The escrow agreement may not be substituted at a later date. ,, •+;' Revised 5/10/16 Contract No. 5020-A Page 8 of 154 Pages OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $20 per set. If plans and specifications are to be mailed, the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the draw- ings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. REJECTION OF BIDS The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Con- tract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the District's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. ,, •+r' Revised 5/10/16 Contract No. 5020-A Page 9 of 154 Pages PRE BID MEETING A pre-bid meeting and tour of the project site will be held on March 14, 2017 at 9 a.m. All parties will meet at the Carlsbad Municipal Water District at 5650 El Camino Real, Carlsbad, CA 92008 and depart to project site at 9 a.m. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUM$ Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the District until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commis- sioner. If the bid is accepted, the District may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commenc- ing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 1 0 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The Dis- trict does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. ,, •+;' Revised 5/10/16 Contract No. 5020-A Page 1 0 of 154 Pages The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the District is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Con- tractor fails to comply with these requirements, the District may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the Board of Directors of the Carlsbad Municipal Water District, California, by Res- olution No. 1561, adopted on the 24th day of January, 2017. /7 February10,2017 ~/-- Date Deputy City Clerk ,, •+' Revised 5/10/16 Contract No. 5020-A Page 11 of 154 Pages BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS City Council City of Carlsbad CONTRACTOR'S PROPOSAL 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services re- quired to do all the work to complete Contract No. 6014 in accordance with the Plans, Specifica- tions, Supplemental Provisions and addenda thereto and that he/she will take In full payment therefor the following unit prices for each item complete, to wit: BID SCHEDULE Approximate Item Quantity No. Description and Unit Unit Pelee Im! A-1 Mobilization, Demobili-Not to Exceed zation and compliance $12,000 with the General Con-l 1-i O{J() ditions at ~ $ t11"il \1(..., ---, (Lump Sum in Words) A-2 Storm Water Pollution Control and Erosion 3, S-00 Control at LS $ ~~~ (vi/ (Lump Sum in Words) A-3 Tri~ Control at ~ LS $ I Cf,{Jt9(} I :Uil 11i1c~ L (Lump Sum in Words) 0 Revised 5/10/16 Contract No.~ Page 12 of 154 Pages Approximate Item Quantity ~ Description and Unit Unit Price Total A-4 Removal and replace- ment of existing pave- ment for excavation, and 2-inch thick milling of existing pavement outside of excavation area and 2-inch over-I~, tJ(30 lay of milled area at LS $ -6 ,'!it'~ '1i11rA4 41\d , (Lump Sum in Words) A-5 Excavation safety LDt/2!2.D measures at LS $ l"je,,V\ -c t},y11-'7a."' il I (Lump Sum in Words) A-6 Excavation of existing vault, stockpiling of ex- cavated materials, backfilling and recom- paction of excavated materials after con- struction of new vault 10,rJ(JO at ·fl11cC/w,"1,o/\ ~ LS $ -(~ I (Lump Sum in Words) A-7 Demolition and dis- posal of existing vault, in accordance with the plans and specifica-1J),rJ0tJ ~nsat LS $ ~~at (Lump Sum in Words) ft '{.J Revised 5/10/16 Contract No. 5020-A Page 13 of 154 Pages Item No. Description A-8 Construct new vault, and replace pressure reducing station equip- ment, piping, and ap- purtenances for a complete and working pressure reducing sta- tion in accordance with the plans and specifi- Approximate Quantity and Unit cation~ a~ 1 • LS ~h~ -fh~ iY)f«.,, ~.JG~ IM fAl (Lump Sum in Words) A-9 Remove and dispose of Asbestos Concrete Pipe (ACP) to nearest joint above and below vault (up to 26 linear feet) 1 . I _,, r .,. -rwtJ ''v\YlCM'f.ll ,/4'l5 LF Unit Price $ ,i50 $ _____ _ b2()o $ _______ _ (Unit Price in Words) ..-r LJ:-'\ ~ \I\ \ -~ \ ~! ~ :\, Total~~d in words for Bid Schedule: ___ ti.,¥~.;;.....;v_!l).::...a.a_u.w>-::..::::...".;...()l;;;..;..._~.;.i.t:.."--"~"""""'..+--~ ......... - Total amount of bid in numbers for Bid Schedule: $. ____ ~.;;...l_b.;.....+_lJO;;,___o ____ _ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). ___ 1 _____ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the District will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that In case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District, the District may administratively au- thorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. ft t.J Revised 5/10/16 Contract No.~ Page 14 of 154 Pages 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 995153 , classification A which expires on 7-31-2018 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District§ 7028.1 S(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code § 20104. The Undersigned bidder hereby represents as follows: 1. That no Board member, officer agent, or employee of the City of Carlsbad is personally inter- ested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the Board of Directors, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is __ A_B_i_d_B_o_n_d ________ (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-in- surance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. ,, • ., Revised 5/10/16 Contract No. 5020-A Page 15 of 154 Pages OLE OWNER OR SOLE CONTRACTOR SIGN HERE: (3) Place of Business City and State _____________ __;::i...,..,..------------ (4) Zip Code ________ Telephone No. _____ __;;:~,-------- (5) E-Mail ____________________ _ IF A PARTNERSHIP. SIGN HERE: d surname and character of partner) (Note: Signature must be made by a general partner) (4) Zip Code ________ Telephone No. ___________ .....;;:a-...:::--- (5) E-Mail ____________________ _ {'\ • ., Revised 5/10/16 Contract No. 5020-A Page 16 of 154 Pages IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted ________________ _ (2) Wright Construction Engineering Corp (Signature) President (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of ___ C_a_l_ifo_r_n_ia ____ _ (4) Place of Business 3725 Trieste Dr. (Street and Number) City and State __ C ..... a __ r_ls ___ b __ a __ d..,____C_A __________________ _ (5) Zip Code _92_0_1_0 _____ Telephone No. __ 7_6_0_-5_2_5_-2_2_6_0 _____ _ (6) E-Mail ___ ww __ ri_g_ht_w_c_e_c_@_g_m_ai_l._co_m __________ _ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED -("\ •+; Revised 5/10/16 Contract No. 5020-A Page 17 of 154 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 Californjp. 1)·· County of '7lt1!! V / le C> ) 3 7-7---2() /7 before me, 1JVt111/4,u J~-ps:c,t 1, /Vr1/a(I tz Tu I fa l,, ,1 , / 1 11 / 1 A , Herf/ 1,,;irt Name and Title 6f the Officer On personally appeared __ v_vt"> __ ll!J_~_V_ V_' __ v_vv_,9;_v_lr ______________ _ 7 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 PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal 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. Description of Attached Docume t . fv , J-, , j '-J:, ()t; /I ;· Title or Type of Document%: ~-.,....,--+.,.v_",..1..,..-ptrLl_A_ ,O_v ___ !iv_.,.+--_£,{, _____________ _ Document Date: 2.D Number of Pages: _____ _ Signer(s) Other Than Name Capacity(ies) Claimed by Signer(s) Signer's Name: ___________ _ Signer's Name: ___________ _ D Corporate Officer -Title(s): ______ _ D Corporate Officer -Title(s): ______ _ D Partner -D Limited D General D Partner -D Limited D General D Individual D Attorney in Fact D Individual D Attorney in Fact D Trustee D Guardian or Conservator D Trustee D Guardian or Conservator D Other: _____________ _ D Other: _____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ '~~~~~™iiK>-~ ©2015 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Wes W. Wright See attached 1 Page Corporate Resolution President, Vice President, Secretary, Assistant Secretary, Treasurer l'\ •+' Revised 5/10/16 Contract No. 5020-A Page 18 of 154 Pages EQUIPMENT LIST (To Accompany Bid) BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A Reference Appendix B. All equipment supplied must be per the material list in Appendix B. Devi- ation from the manufacturer and model numbers listed could result in disqualification from bid at the discretion of District. Bidder shall indicate opposite each item listed by District below the name of the manufacturer or supplier proposed to be used under the Agreement. Award of an Agreement under this proposal (bid) will not imply approval by District of a manufacturer or supplier listed by the bidder. However, if a manufacturer or supplier is acceptable to District, the successful bidder shall furnish the items from the manufacturer or supplier indicated. Any manufacturer or supplier listed in the Agreement may be substituted, changed, or omitted by the successful bidder, subject to the approval of Dis- trict, without subjecting District to any liability for the substitution, change or omission. The Bidder shall refer to the District's Approved materials list and guide drawings for the Pressure Reducing Stations for acceptable equipment and materials. Materials not listed below, but required for a complete and operable facility, will be reviewed during the shop drawing process for acceptability. Telemetry equipment shall be as listed in the District's guide drawings for Pressure Reducing Stations, no substitutions are allowed. For each item listed by District below, the bidder intends to furnish materials supplied by the following manufacturers: (Bidder to list one manufacturer only for each item.) Item 8" Pressure Reducing Valve (globe) 6" Pressure Relief Valve (right angle) 12" Plug Valve 12" Butterfly Valve 0-200 PSI Pressure Gauge 6" Gate Valve Restrained Flanged X MJ Adapter Pipe supports Sump Pump Intake Blower Blower timer 0 Revised 5/10/16 Contract No. 5020-A Manufacturer SUPPLIER -PIPELINE SUPPLY SUPPLIER -PIPELINE SUPPLY SUPPLIER -PIPELINE SUPPLY SUPPLIER -PIPELINE SUPPLY SI IPPI IER -PIPE! INF SJ IPPI Y SUPPLIER -PIPELINE SUPPLY SUPPLIER -PIPELINE SUPPLY SUPPLIER -PIPELINE SUPPLY SUPPLIER -FERGUSON WW SUPPLIER -GRAINGER Intermatic 2T2501A GRAINGER SUPPLIER Page 19 of 154 Pages Electrical Switches 6" Gate Valve Duplex Outlets 4' Fluorescent Light Fixture NEMA 4X-316 Stainless Telemetry Enclosure w/ Float Switch 0 Revised 5/10/16 Contract No. 5020-A SUPPLIER -HUBBELL SUPPLIER -PIPELINE SUPPLY SUPPLIER -ONE SOURCE F40T12 LITHONIA DD-2Y0A-WLF Tom Pasakis -SUPPLIER UR PANEL SHOP Page 20 of 154 Pages BID SECURITY FORM (Check to Accompany Bid) BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A llowing form shall be used if check accompanies bid.) Accompanying this oposal is a *Certified *Cashier's check payable to the order of CARLSBAD MUNICIPAL WATER dollars ($ ______ -'lr-',this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check s II become the property of the District, provided this proposal shall be accepted by the District throu action of its legally constituted contracting authorities and the undersigned shall fail to execute a ntract and furnish the required Performance, Warranty and Payment Bonds and proof of insuranc overage within the stipulated time; otherwise, the check shall be returned to the undersigned. The roceeds of this check shall also become the property of the District if the undersigned shall withdr his or her bid within the period of fifteen ( 15) days after the date set for the opening thereof, unles otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages s II be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. -~ "1 Revised 5/10/16 Contract No. 5020-A Page 21 of 154 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A KNOW ALL PERSONS BY THESE PRESENTS: That we, Wright Construction Engineering Corp., as Principal, and Developers Surety and Indemnity Cqmpany as Surety are held and firmly bound unto the Carlsbad Municipal Water District, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten percent of amount bid for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A in the City of Carlsbad, is accepted by the Board of Directors, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said District. ,, • ., Revised 5/10/16 Contract No. 5020-A Page 22 of 154 Pages 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. Executed by PRINCIPAL this ,~.)._ PRINCIPAL: Wright Construction Engineering Corp. (name of Principal) By: ~1-/J/'~~ (sign here) 1 ~ l _ We-5 w VVV'§ ,i 1 (print name here) • Pre9-uitWi11 (title and organization of signatory) By: (sign here) (print name here) (title and organization of signatory) day of _~ __ U1 ____ , 20 /7. Executed by SURETY this __ 2_0_th __ _ day of March , 20__!_Z_. SURETY: Developers Surety and Indemnity Company (name of Surety) 17771 Cowan, Suite 100, Irvine, CA 92614 (address of Surety) 800-782-1546 (telephone number of Surety) By:{!, Cynthia J. Young, Attorney-in-Fact (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assis- tant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER General Counsel By:~ Deputy General Counsel l\ • ., Revised 5/10/16 Contract No. 5020-A Page 23 of 154 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. ) ·t before me, -ivVificJ.CM,1. ¼t;c /ii I 1/JPf tlV"J 7'u6 It l, We( kt? W VI; Her1 ln~ert Name and Title of th70fficer Personally appeared _____ _,,_ ___ ' ___ V_J_~,__/1_T ______________ _ .I 1\1'1,e(s) or Signert'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. Place Notary Seal Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ---------------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 Description of Attached Documsnt,1 d 'A ·J'I --Yrv1_ /I Title or Type of DocumegtL----=--t--.T::>~_l1_t11..-==..tu ____ fl __ l2_1 _ / 1-v_X.. ________________ _ Document Date: 's / Number of Pages: _____ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ___________ _ Signer's Name: ___________ _ □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □Other: _____________ _ □ Other: _____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ -h~~~.,.;;,;>s--e<,.""'>-~~~ ©2015 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 ss. County of San Bernardino ) On March 20, 2017 before me,Laurie B. Druck, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared _C_y_n_th_i_a_J_. Y_o_u_n_g __________________________ _ Name(s) of Signer(s) a LAURIE B. DRUCK Notary Public • California ~ San Bernardino County z Commission# 2156851 J. • • • • 0Ml goT'2· ;x~ir;sJuJ t4-Ji2~~ who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ~ OJJN.J., f, O NJ.,ciL Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ______________________________ _ Document Date: _____________ _ Number of Pages: _____________ _ Signer(s) Other Than Named Above: _________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ______________ _ □ Individual □ Corporate Officer Title ------------------□ Partner --□ Limited □ General □ Attorney-in-Fact □ Trustee □ Guardian or Conservator Other: ___________ _ ~igner is Representing: RT THUMBPRINT OF SIGNER Top of thumb here No. 6895 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Certificate of Authority THrS IS TO CERTIFY, 77wt, pur.rutJtll w llri! ln:mrance Code of lhe StaJe of California, Deve/Qpers Surety and lndemllity Cn111pa11y of West Des Moines, {own, orsanizetf under the lnws of Iowa, subject to its Anicles of lnr.orporatimt or other Junria111cn1al nr,:a11i1,mirmul documents, i.r hereby authorized w tran.rar.t within thi.1• Sr(lft!, wbject to all prnl'isinns of this Certificate, thr: following classes of insurance: Surety as .rnch r.lasse.1· art! now or may herl!{ljter be cfrjined in the l11.i·urt111ce Laws of the .Stme of Catifomin. THIS CERTIFICATE is e.xpressly coflditiolled upon the holder here.of now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made 1111rter (111///oriry of the laws of the Stare of California as long a.r .wdz laws or requiremenu are in effect and applicable., alld as such laws and requirements now arr!, or may hereafter he r.haJtged or amended. Ft!e $2833.00 Rec. No. Filed 3/3/99 lN WITNESS WHEREOF, effective as of the JOtll day of August, 199.9, I have here111t.to w my I/and atuf cm,sed my official seal 10 he affixed this 30th day of August, 1999. By Crmificatio11 Chuc!; Quackcnbu.~h /11.,uru11e~ CD111111U1io11rr Victorir1 S. Sidbury D,·11111J• I, t/Jc wulcrsigncd Insurance Com111is~·io11e.r Qj't/111 State of California, do hereby certify lfmt I '11111<1 compared the abovf! copy of Certificate oj'A11thority witlt the d11p/ica1e of original 110w 011,file in my of/kt.', a11d that rlrc smnc is a.full, tru11, a11tl cQmtc.•J transcript tlwreof. and of the w/Jo/c ofsaitl dup/ic:ut~ und rniJ Ci!N~ficate o.f A utlrorio1 is 1ww i,,_/i,/1.forr.tt and effect. IN WITNESS WHEREOF, l havc /11:r<:111110 set 111y hand a11d caused 111,11 o/f,c:icd selll to be aj]i:r:ed this 21st dc1y of October. 200J. Jol,11 Guraml!nrli /11.H,rtllh:1~ r'ommi.uim1t1· Pa11/i11f! D ilndre(I POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: ***Cynthia J. Young, Jay P. Freeman, Laurie 8. Druck, jointly or severally*** as their true and lawful Attorney(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice-President, Senior Vice-President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this 6th day of February, 2017. ~-·~ By: -~ -~~:::'.'.:'.~~~~~-----=:L.!ll.~L Daniel Young, Senior Vice-President 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 Orange On _____ Fe_b_ru~ary~6~, 2~0_17 ____ before me, _____________ L_uc_il~le_R~ay~m_o_n~d,_N_o_ta~ry_P~u~bl~ic ____________ _ Date Here Insert Name and Title of the Officer personally appeared --------------------=D'-"a"'ni"'el-'-Y,"'ou:.cn,._g-=an""'d'--'-M"'a"-'rk'""'L""a'""ns:..=dccon-'--------------------Name(s) of Sign..-(s) LUCILLE RAYMOND Comml11ion t# 20l11M5 1 Notary Public • Clllfomla Orange County ... t C C C C ,Ml t0T"l se:ecJ U1s2t1tl Place Notary Seal Above 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. CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of lh.11 ,aspective Boards o! Directors of said corporations set forth in the Power of Attorney are in force as of the date of !hit Gei;tificate. '70'"t"'r-. mWIJ-30 { 7 ,,,, ..... ,.,, This Certificate is executed in the City of Irvine, California, thi5',7\ -day of , · . ••••~;-1 f'NO ,,::,,. ~· 6..•······•·;-a~ ... ATS-1002 (02/17) I $;.:r~~ ... :\"l,'l ~ flJ! \ ~' •a::• 1936 •-<· i I\ ~ J n J "l, 0\ ~ __ ,3-/~~ \ ~-.... LtFC!f'-!'".••;._'l·i ••,,, r.iJQ•· .. •••• )!t' ,.4'"' .,,,,,,,.! •• , •• ,,'Ii CERTIFICATE Of CORPORATE RESOLUTION WRIGHT CONSTRUCTION ENGINEERING CORP. I, Wesley Wright, President of Wright Construction Engineering Corp., organized and existing under the laws of California and having its principal place of business at 3725 Trieste Dr. Carlsbad, California, hereby certify that the following is a true copy of a resolution adopted by the Board of Directors of the Corporation at a meeting convened and held on July 1, 2014 at which a quorum was present and voting throughout and that such resolution is now in full force and effect and is in accordance with the provisions of the charter and by-laws of the Corporation. RESOLVED: That the President, Wesley Wright, of the Corporation is hereby authorized to sign any contracts or forms on behalf of the Corporation. RESOLVED FURTHER: That the President, Wesley Wright, is hereby authorized and directed to certify to any interested party that this resolution has been duly adopted, is in full force and effect, and is in accordance with the provisions of the charter and by-laws of the Corporation. I further certify that this Corporation is duly organized and existing, and has the power to take the action called for by the foregoing resolution. DIRECTORS / • / , /J/~4-/v' .· " , ?? President Vice President , ., ~ /~, J/:----:. Secretary Treasurer Witness my hand seal of this corporation on this 1st day of July, 2014. 7-/ -Zc/: 14=- Date ·7_ /-2,#/✓ Date /-G-/c ·1-f Date --7 I ._,, -:/ / . ·c:.c'/r- Date GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder'', "Contract", "Contractor'', "Contract Price", "Contract Unit Price", "Engineer'', "Own Organization", "Subcontractor'', and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes perfor- mance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of Cali- fornia whom the Bidder proposes to specially fabricate and install any portion of the work or im- provement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcon- tractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the District of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. l'\ •+' Revised 5/10/16 Contract No. 5020-A Page 24 of 154 Pages Determination of the subcontract amounts for purposes of award of the contract shall be deter- mined by the Board of Directors in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the Board of Directors shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. ,, •+; Revised 5/10/16 Contract No. 5020-A Page 25 of 154 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS ~'b '111 Amountof Work by . Subcontractor in Dollars"' ,,, -(} , l 10..>.Ari ~,\ . J " Page _l_ of i--pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids.• l\ ■.,-Revised 5/10/16 Contract No. 5020-A Page 26 of 154 Pages SEE ATTACHED TWO PAGE TECHNICAL ABILITY AND EXPERIENCE DOCUMENT BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Con-Name and Address Name and Phone Amount of tract Com-of the Employer No. of Person to Type of Work Contract pleted Contact l\ • ., Revised 5/10/16 Contract No. 5020-A Page 27 of 154 Pages Date Completed 5-9-16 6-3-16 6-22-16 12-9-16 12-22-16 1-9-17 Agency Contact Information City of Fullerton Type Of Work Performed Construct Pedestrian/ horse 303 W. Commonwealth Trail Fullerton, CA 92832 Contact: Paul Lubliner 714-738-6886 Juanita Cooke Trail City Of La Verne 3660 "D" Street La Verne, CA 91750 Pump Station Wet-Well Expansion Contract Amounts $206,358 $613,439.27 Contact: Jerry Mesa 909-596-8749 *Franklin Lift Station Wet-Well Expansion City Of Encinitas 505 S. Vulcan Encinitas, CA 92024 Slope Restoration, Storm Drain, Road repair, Runoff Mitigation (wetlands) $667,821.26 Contact: Kipp Heffner 760-633-2775 HWY 101 Storm Drain and Slope Repair City Of San Clemente 910 Calle Negocio San Clemente, CA 92673 Beach Sand Import Export Operations 12,500CY $425,900 Contact: Aeryn Donnelly-Terrey 949-361-8267 North Beach Opportunistic Sand City Of Laguna Beach 505 Forest Avenue Laguna Beach, CA 92651 Replacement of Milligan Drive Bridge $309,369.79 Contact: Tri Nguyen -949-497-0741 Milligan Drive Bridge Renovations City Of Huntington Beach Beach Sand Import 2000 Main Street Huntington Beach, CA 92648 Export Operations 8,000 CY $453,864 Contact: Scott Smith -714-306-4909 Huntington Harbour Beaches Sand Replenishment Date Completed 12-2015 8-2015 1-2013 8-2012 4-2011 2-2011 Agency Contact Type Of Work Contract Information Performed Amounts City Of San Clemente Demolish Existing Beach $850,000 910 Calle Negocio Access Stairs, Repair Storm San Clemente, CA 92673 Drain, Repair Slope, Rebuild Beach Access Stairs Contact: Aeryn Donnelly (949) 361-8267 * El Portal Beach Access Rehabilitation City Of San Clemente 910 Calle Negocio San Clemente, CA 92673 Emergency Soldier Pile Retaining wall Slope Stabilization $107,000 Contact: Greg Deist (949)361-8234 *Emergency Protection for Linda Lane Pump Station City Of San Bernadine 825 E. 3rd St Re-Direct River Rock Slope Protection/ San Bernadine, CA 92415 Excavation Retaining Walls/ Fill Sri Srirajan P.E. (909)387-7935 *South Fork Phase Ill City Of Irvine 6427 Oak Canyon Irvine, Ca 92618 Rebuild Slope Rear Sub-Drain V-Ditch Contact: Reza Jafari (949) 724-7600 * Turtle Ridge Slope Repair LACO Public Works 900 S. Fremont Ave Alhambra, CA 98103 Retaining Walls Tie Backs/ Road Work/ Storm Drain/Rear Drains Concrete rail Contact: Colin Mccarter (626) 458-3122 * Tuna Canyon Slope Repair · San Diego Unified Port District 3165 Pacific Highway, San Diego, CA 92101 Graded and hauled material. Created marshland environment for wildlife $700,000 $109,000 $850,000 $1,000,000.00 , Contact: San Diego Unified Port District (619)686-6200 L-Dltch Habitat Replacement •,, BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A 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: :xJ Comprehensive General Liability Ki Automobile Liability Kl Workers Compensation Kl Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of in- surance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. ,, •+' Revised 5/10/16 Contract No. 5020-A Page 28 of 154 Pages ~ ACORD" ~ CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A IIAT1ER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON TIE CERTIFICATE ERTIFICATE DOES NOT .AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BYTHEPOLICIE8 aow. THIS CERTIFICATE OF IN8URANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE IISUING INSURER(&), AUTHORIZED PREIENTATIVE OR PRODUCER, AND 1ME CERl'FICATE HOLDER. IMPORTANT: If the certfflcatll holder la an ADDITIONAL INSURED, the pollcy(la) must be endonad. If SUBROGATION IS WAIVED, subjKt to the tann• 111d condltlona of the polcJ, certain pollclu may require an encknement. A atatament on tin certfflcal8 doa not confar rtglda to the certificate holder In lleu of such enctorsem • • PRODUCER License # 0C38861 Alliant lnaurance B•rvlces, Inc. 735 Carnegie Dr 8t8 200 San Bernardino, CA 92408 INSURED Wright Conetnlctlon EnglnNrlng Corp 300 c.tuad VIiiage DntlOIA-211 Cert.bad, CA 92008 COVERAGES· CERTIFfCATE"NUMBER: ~ Christina M Mountz PHoNe•· . : (909' 886-9881 . ~-.. ·-·-· L._. _______ _ ADDRIII: cmountz@alllant.com . . . INIURER(8) AFFORDING COVERAGE ...... ~t..:Auoclatad lnd~!na~~~ «:om_~ ~ •-~~p~oy_era Mutual_C:•uallJ _Company INIURIR c.: Benchmark Insurance Com_panr_ . INIIUIIIR D : INSUIU!R■: ········---··------·-·· ···-········ INIURIRF: .. REViSION NUMBER· . ·•·····~II' 23140 -·-----.. 21415 -,. __ ·--~------~. 41394 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. N01WITHSTANDING 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 HEREINISSUBJECTTOALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INiii --··-·· ..... ·-·. ---·-mm: IUIIII·-·-·-•¥••·-""" ·-····•· ~-mi . POIJcYEIUi-.. .,. ... --· .... ----------·-" .... ,. LlR TYN o, INIURANCE ,_ -POLICY NUMBER ... UWl8 A X CGMMDCIALIIINERAL LIAIIIUl'Y EACH OCCURRENCE $ 1,.,0CNI ,.._ -_ _J QAIM&M)E I ~j OCCUR IAES1045248 03/04IZ017 tlMM8E TOREMTEI> -..... 1N,OOCI 03/0412111 ~ ~1 . $ ---··· X BIIPD Deel $2,IOO/Occ MED EXP ~-paraan) $ 5,00II -... ..... 1,000,ooci -·-.. PERSONAL&AfN INJURY . $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE .. . L 2.•.ooa =··1 POLICY r Xl ~r8f r··1LOC ·-----------··· PRODUCT8-.COMP/OP AGG ~ 2,000,00Cl OTHER: $ I',.,, AUTOMOIIILI LIA8IU1'Y COMBINED SINGLE LIMIT $ .1,000,00~ ·x !E!!.~!l.!.\!l .. -B ANY AUTO SXU877 03/04/2017 03/0412018 BODILY INJURY (Per person) .$ AU.OWNED •· -· SCHEDULED ___ ,,_ --·-·· .. --·-·····-···· --·-··•----- AUT08 AUTOS BODILY INJURY (Par accident) $ --X NON-OWNED ~ . .. .. X HIREDAUT08 AUT08 (PW~ $ i '8UOCompDed $500Co1Decl ·• --·•· ..... ---· ----X $ ~:L.l::=-.~~ ~ ---------· ------- AGGREGATE $ ···---------·--· $ WORKIRI COIIPINIATION Xi;f~~ I ,~H-AND IMPLOYl!RI' LIABILITY YIN C ANY PROPRIETOR/PARTNER/EXECUTIVE [!] N/A CST5009907 03/0512017 03/05/2011 . E.L. EACH ACCIDENT $ 1,000,001 OFFICER/MEMBER EXCLUDED? 1,000,oam (llllldatolylnNH) ~-L,D~.l;A.SE • EA EMPLOYEE $ 1t· ,dlliicilliilunder 1,000,ooc ors'c:RIPTION OF OPERATIONS below E.L DISEASE• POLICY LIMIT $ DE8CRll'IICIN GF Ul'EIIATICINI I UJCATIONS/VEHICLES (ACORD 101,AddltiDlal Ranarllll llchllMI, iuy ba ........ If-.-la raqulNd) Proof of lnaurance. CERTIFICATE HOLDER L -wright Construction EnglllNl'lng C:0.,,- 3725 Tr1Nt8 Dr cartabad92010 I CANCELLATION IHOULD MY OF THE ABOVE DEKRIIED POUC1E8 BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF', N011CE WILL BE DELIVERED • ACCORDANCE WITH THE POLICY PROVIIIONa. 01188-2014 ACORD CORPORATION. All rights ..... rvec1. ACORD 25 (2014/01) The ACORD name and logo are reglaterad marks of ACORD BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no Begin Section Not Applicable 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar- ments. party debarred party debarred agency agency period of debarment period of debarment End Section Not Applicable BY CONTRACTOR: Wright Construction Engineering Corp (name of Contra~t, A_ By: ~Y~~ (sign her;w Wes W. Wright -President (print name/title) Page _1 _ of _1_ pages of this Re Debarment form 0 Revised 5/10/16 Contract No. 5020-A Page 29 of 154 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A c9mplaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contrac- tors' State license Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? 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 violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. Not Applicable (If needed attach additional sheets to provide full disclosure.) Page _.1__ of _j_ pages of this Disclosure of Discipline form 0 Revised 5/10/16 Contract No. 5020-A Page 30 of 154 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. Not Applicable (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Wright Construction Engineering Corp (name of Contractor) By: #6--~Y~/c/ (sign here) ~ Wes w Wci~ht -Pcesideot (print name/title Page _1_ of _1_ pages of this Disclosure of Discipline form 0 Revised 5/10/16 Contract No. 5020-A Page 31 of 154 Pages NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A The undersigned declares: I am the President of WCEC , the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, com- pany, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partner- ship, 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 repre- sents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on March 21st ------------20....1L at Carlsbad [city], CA [state]. #f,Y~ Signature of Bidder For the purposes of this form, Wright Construction Engineering Corp will be referenced as WCEC ,, •+' Revised 5/10/16 Contract No. 5020-A Page 32 of 154 Pages March 21, 2017 ADDENDUM NO. 1 { Cicyof Carlsbad RE: BOLERO PRESSURE REDUCING STATION REPLACEMENT, PROJECT NO.: 5020-A Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. /~/ (,.-} ,/ .,/ .,.,/ l , ✓ -·--~-·-·····•-.. GRAHAM JORDAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CARLSBAD MUNICIPAL WATER DISTRICT BOLERO PRESSURE REDUCING STATION REPLACEMENT CONTRACT NO. 5020-A BID NO. PWS17-85UTIL Addendum No. 1 From: Lindsay Leahy, Associate Engineer Phone: 760-603-7325 5950 El Camino Real Carlsbad, CA 92008 No. of Pages: 2 (including this page) Date: March 21, 2017 Bid Opening Date: Remains the same -March 28, 2017 -2 p.m. NOTICE This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Contractor must acknowledge receipt of this Addendum on the Bid Form. Failure to do so will subject bidder to disqualification. 1. Add the following to the scope of work: Coat the above ground vents and bollards. Color to be approved by the Engineer Bolero Pressure Reducing Station Replacement, Contract No. 5020-A, Bid No. PWS17-85UTIL Addendum No. 1 Page 1 of 2 Pre-Bid Meeting on 03/14/2017 Question and Answers 1. What is the last date to submit RFls? Answer: The final date to submit RFls is Close of Business (COB) 03/23/2017. Response to RFls will be posted by COB 03/27/2017. 2. Why is this project needed? Answer: The concrete vault is failing due to an unknown issue. There is currently exposed rebar in the deck of the vault and concrete spa/ling on the walls. It was decided to replace all the pipe, valves and appurtenances as they are the same age and to not require work at a later date. 3. What is the pipe material inside and outside of the vault? Answer: Inside the vault: Concrete Mortar Lined & Coated (CML&C) Steel, with Ductile Iron fittings Outside the vault: Asbestos Concrete Pipe (ACPJ. 4. Can the ACP pipe be cut and capped during construction or is bypass of the water line required? Answer: There are valves that will isolate the vault during construction. This will allow for the ACP to be removed to the nearest joint without a bypass line. 5. Can you provide clarification of ACP replacement scope? Answer: The water main material is ACP which transitions to CML&C Steel. The stick of ACP will be removed from the transition adapter (ring tite x flange) to the nearest joint. It is assumed that the joint will be within 13 feet of the transition adapter on both sides of the vault. 6. What is the sump pump inside the vault used for? Answer: Residual water. 7. Are the existing thrust walls to be replaced and is there rebar in the walls? Answer: Yes the thrust walls are to be replaced. The existing thrust walls should contain #5 rebar at 4" on center. New thrust walls shall be per Foundation Plan on Sheet 11 of the Drawings. Notes from Meeting • It was reiterated at the meeting that specific equipment manufacturer and model numbers are required for this project. Bidding an alternative could result in a Non-Responsive Bid. • It was discussed during the meeting that there are additional paving requirements noted in Note 1 of "Pavement Notes" on Sheet 6 of the Drawings. • Note 5 on Sheet 3 of the Drawings was read, describing the requirements for covering the trench and Traffic Control. Bolero Pressure Reducing Station Replacement, Contract No. 5020-A, Bid No. PWS17-85UTIL Addendum No. 1 Page 2 of 2 CONTRACT PUBLIC WORKS This agreement is made this Z, f 6t day of -S v\~ , 2017, by and between the Carlsbad Municipal Water District of the City of Carlsbad, California, a municipal corporation, (hereinafter called "District"), and Wright Construction Engineering Corpo- ration whose principal place of business is 300 Carlsbad Village Drive, Carlsbad, CA 92008 (here- inafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract docu- ments for: BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontrac- tors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contrac- tor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the District will be the interpreter of the intent of the Contract Documents, and the District's deci- sion relative to said intent will be final and binding. Failure of the Contractor to apprise subcon- tractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress pay- ments on the last working day of each month. The District shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the • jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of l'\ •+; Revised 5/10/16 Contract No. 5020-A Page 33 of 154 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground condi- tions. Any information that may have been furnished to Contractor by District about underground conditions or other job conditions is for Contractor's convenience only, and District does not war- rant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, includ- ing underground conditions and has not relied on information furnished by District. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class 11, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inher- ent in work of the character provided for in the contract. District shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between District and Contractor whether the conditions materi- ally differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the require- ments 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 eligi- bility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with Cali- {' •+;' Revised 5/10/16 Contract No. 5020-A Page 34 of 154 Pages fornia Labor Code, section 1776, which generally requires keeping accurate payroll records, ver- ifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate coun- sel. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City of Carlsbad's policy for insur- ance 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: $2,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the District or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the District. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. {'\ • ., Revised 5/10/16 Contract No. 5020-A Page 35 of 154 Pages a. The District, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the District, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each com- pany affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the District, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage pro- vided to the District, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in cov- erage or limits except after ten (10) days' prior written notice has been sent to the District by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.1.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the District. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District, its officials and employees; or the contractor shall procure a bond guaran- teeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall con- tain a waiver of all rights of subrogation the insurer may have or may acquire against the District or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for sub- contractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy# 70. (H) Verification Of Coverage. Contractor shall furnish the District with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and en- dorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the District and are to be received and approved by the District before the Contract is executed by the District. ,, •if Revised 5/10/16 · Contract No. 5020-A Page 36 of 154 Pages (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be in- cluded in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Con- tract Code subsections 20104.2(a}, (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate igno- rance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the Carlsbad Municipal Water District seeks to recover penalties pur- suant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. W I have read and understand all provisions of Section 11 above. (J [{ init init ---- 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the District, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's prin- cipal place of business as specified above, Contractor shall so inform the District by certified letter ,, •+' Revised 5/10/16 Contract No. 5020-A Page 37 of 154 Pages accompanying the return of this Contract. Contractor shall notify the District by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substi- tuted for any monies withheld by the District to secure performance of this contract for any obli- gation established by this contract. Any other security that is mutually agreed to by the Contractor and the District may be substituted for monies withheld to ensure performance under this Con- tract. 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 sub- contractor 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 pursu- ant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. ,, • ., Revised 5/10/16 Contract No. 5020-A Page 38 of 154 Pages 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: kl0;1;9'1T ~STYtl4',t;,n E.nc;, &vpe- 7 (name of Contractorj By: ~____._A_~-~__,....(s-=-i~-n-=-he-~--:-e --~-✓-- (JJ c~ w w~ ·//ri/1 r (print name an 1tle) '\ ( 'P~,&.t.AA ( ~ ... ,.... 17.1111 J J By: -------,--,---,--_____,----......,-..,_ ,--· "J (sign here) (print name and title) CARLSBAD MUNICIPAL WATER DISTRICT, a municipal corp r tion of State of California By: ~ ~ \ ~ '77 BARAENGLES'ef:f Secretary President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER ;;"::~::~ " • ., Revised 5/10/16 Contract No. 5020-A Page 39 of 154 Pages 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 Califo~~ 7:': County of ~ !:21i-!fJ On ---~~-_( _-_( 7 _____ before me, personally appeared n I who proved to me on the basis of sa sfactory eviden to be the ~son(s) whose name(s) s re bscribed to the within instrument and acknowled~ to me that~he/they executed the same in her/their authorized capacity(ies), and that by ~er/their signature(s) on the instrument the son(s), or the entity upon behalf of which the person(s) act~d, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seal) •,, CERTIFICATE OF CORPORATE RESOLUTION WRIGHT CONSTRUCTION ENGINEERING CORP. I, Wesley Wright, President of Wright Construction Engineering Corp., organized and existing under the laws of California and having its principal place of business at 3725 Trieste Dr. Carlsbad, California, hereby certify that the following is a true copy of a resolution adopted by the Board of Directors of the Corporation at a meeting convened and held on July 1, 2014 at which a quorum was present and voting throughout and that such resolution is now in full force and effect and is in accordance with the provisions of the charter and by-laws of the Corporation. RESOLVED: That the President, Wesley Wright, of the Corporation is hereby authorized to sign any contracts or forms on behalf of the Corporation. RESOLVED FURTHER: That the President, Wesley Wright, is hereby authorized and directed to certify to any interested party that this resolution has been duly adopted, is in full force and effect, and is in accordance with the provisions of the charter and by-laws of the Corporation. I further certify that this Corporation is duly organized and existing, and has the power to take the action called for by the foregoing resolution. 7 I ·---? --;,,1 --,c'_(./ y- Date '/ -I -z C .-~ / + Secretary Treasurer Date Witness my hand seal of this corporation on this 1st day of July, 2014. Bond Number: 810402P Premium included in charge for Performance Bond LABOR AND MATERIALS BOND Board of Directors of the Carlsbad Municipal Water District located in the State of California, by Resolution No. 1569, adopted May 23, 2017, has awarded to Wright Construction Engineering Corporation (hereinafter designated as the "Principal"), a Contract for: BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Wright Construction Engineering Corporation, as Principal, (hereinaf- ter designated as the "Contractor"), and Developers Surety and Indemnity Company as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of lWO HUNDRED TWENTY SIX THOUSAND Dollars ($226,000), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontrac- tors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Develop- ment Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attor- ney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. I\ •ti Revised 5/10/16 Contract No. 5020-A Page 40 of 154 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. I~;, Executed by CONTRACTOR this ___ _ day of .J tAne.-20 17. CONTRACTOR: Wright Construction Engineering Corp {name of Contractor) By:_ /24--/4,/ /~,pc- . (signfiere) IJc~ w w~;',7 t,,-, (print name h1ire) frts1'~4 ~ (title and organization of signatory) By: _____________ _ (sign here) (print name here) (title and organization of signatory) Executed by SURETY this _3_1_st ___ day of May ' 20 17 . ----------- SURETY: Developers Surety and Indemnity Company (name of Surety) 17771 Cowan Ste 100, Irvine, CA 92614 (address of Surety) 800-782-1546 (telephone number of Surety} By.~~~ signature ;,i.mn-Fac~ Cynthia J. Young (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER General Counsel By: ~ Deputy General Counsel 0 Revised 5/10/16 Contract No. ~ Page 41 of 154 Pages ACKNOWLEDGMENT A notary public or other officer completing this certiticate 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 <:; Cl./vt ~l,Qi!jfe On ___ {o-_(-_( 7 _____ before me, Gui' ~ ./0t>k;;1 (?~"'-' (insert name and title of the offi ) personally appeared )Jes; ( e.A,, {)J , lV n' , who proved to me on the basis of tisfactory evidence to be the person(s) whose name(s@are subscribed to the within instrument and acknowle~ed to me that@o;he/they executed the same in ~er/their authorized capacity(ies), and that b~/her/their signature(s) on the instrument the 'pe-(son(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature lli iJ ~· (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 ss. County of San Bernardino ) on May31,2017 before me.Laurie B. Druck, Notary Public personally appeared Cynthia J. Young LAURIE B. DRUCK Notary Public -California < San Bernardino County ~ I· · Commission# 2156851 :!: J. 0 0 0 0 0M1 ~oT~· ;xgir5sjuJ 1.4,J~2gl Name and Title of Officer (e.g., "Jane Doe, Notary Public") Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. atatMiL B o l\li,c? Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ______________________________ _ Document Date: _____________ _ Number of Pages: _____________ _ Signer(s) Other Than Named Above: _________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ______________ _ □ Individual □ Corporate Officer Title ------------------□ Partner --□ Limited □ General □ Attorney-in-Fact □ Trustee □ Guardian or Conservator Other: ____________ _ <,igner is Representing: RT THUMBPRINT OF SIGNER Top of thumb here No. 6895 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Certificate of Authority THIS IS TO CERTIFY, 77wt, pur.ruant /0 the Insurance Code of the Stme of California, Developers Surety and lnde11111ity Company of Wesr Des Moines, !own, ors1111izeri under the lmvs of fowa, subject 10 ir,r Anicles of hu:orpora1im1 or otlu:r fimriamcnial organizational documents, is hereby authorized to tran.rat.t within !hi.I' Stale, subjec1 ro all prm•isiom· of this Certificate, the fi;l/owing clam:;;• of insurance: Surety as such r.la.1·se~· are now or may lu:nmjter be c!ejined in the l11s1m111ce Laws of 1/1e Stme of Califomia. THIS CERTIFICATE is e.xpressly co11ditio11ed upon the holder hereof now and hereafter being in fid{ compliance with all, and not in violation of any, of the applicable laws and lawful requiremems made under authoriry of the laws of the Stall! of California as long a.r .rnr.h laws or requirements ara in effect and applicable, and as such laws and req11jremcn1s now rm:, or may hereajler he changed or amended. Ftte $2833.00 Rec. Nu. Fil erl 3/3/99 IN WITNESS WHEREOF, ejfecrtve as of the JOrll dlzy of A11g11st, 199.9, f have here111t10 set my har,.(( aM c<111sed my official seal ro he ajfix~d this 30th day nf August, 1999. B,l' Ccrrijicatio11 Chuck Qu:ickl:nbu.~h lm,uru11cc C'a,11111iuio11~r Victorit1 S. Sidbury 0,·,1111)' !, the 111uli!rsig11l!d /11surm1ca Com111i::1~·io11~r CJj'th11 Stme o/Califnrnia, do hereby certify //mt 1 h1111,1 comp"red the above copy of Certifica/1! oj'A11thori1y ivitlt the d11plica1i: of original 11owo11.file i11 my ojftct, (lf1d that tire same Is a.full, true:, ct/Id cCJmJc.•J trw1script tl11m:nf, (1fU/ oft/Je whole of said d11p/ic:r1t~ and.rniJ C1Jrt/fica1e of Authority is 110w i11/11/lforr.e and effect. IN WITNESS WHEREOF, 1 have her('111110 :;et my hand "11d caused 111)1 CJ.//ic:iul seol to be affi:r:ed this 2 !st day of Octobe.r. 200S. Jolm Gurame11tli '11.wr,1111:1~ rU11t111i.rsim1,:1· Pauline JJ 'Andrea POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: ***Cynthia J. Young, Jay P. Freeman, Laurie B. Druck, jointly or severally*** as their true and lawful Attomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice-President, Senior Vice-President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which ii is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this 6th day of February, 2017. By:~~ Daniel Young, Senior Vice-President 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 Orange On ____ F~e=b""'ru""aryc.L..:.6..,, 2=0-'-17~---before me, -------------=Lc:cuc=il"'le..,_R=ay.L'-m'-"o=n.,,,d,.,_N""'o"'ta,_,ry.,_P.,,u"'bl"'ic ____________ _ Date Here Insert Name and Title of the Office, personally appeared -------------------=D-=an=ie=l~Yo=u=n..._g ""'an""'d"'"M""a=rk~L=a'-"ns=d=on-'-------------------- a LUCILLE RAYMOND Comm1111on • 2081N5 J Notary Public -Cllltomia Orange County -I. C O C C .Ml S0T'Ui t=ir: SCJ 11rs2t1! I Place Notary Seal Above 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. WITNESS my hand and official seal. CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY Or CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Dir,.<:tors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate. sA-This Certificate is executed in the City of Irvine, California, this 3 l -day of /YI~ :;2L) 11 By:~ Cassie J. ATS-1002 (02/17) 11,1111 ........ ,, .. ,,,,., --.C /!\NC/.'~"•,,,. .. ,A._t.,1 ........ ttrr.ii.-...,. # ~""'.,o;,Pol!.f;;..~~ -I l'#'-~--. '\ = rt: 1936 : ~: : w: : : i~\ . :1j: ~ 0 • C • : \ ~•• ••• ~LtF~•• ~ # ·--.~~o········ ),..~ ,,,..,. ,,,,,, .. ::.,.,,.,,,, Bond Number: 810402P Premium: $4,390.00 Premium is for contract term and is subject to adjustment based on the final contract price FAITHFUL PERFORMANCE/WARRANTY BOND Board of Directors of the Carlsbad Municipal Water District located in the State of California, by Resolution No. 1569, adopted May 23, 2017, has awarded to Wright Construction Engineering Corporation (hereinafter designated as the "Principal"), a Contract for: BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Wright Construction Engineering Corporation, as Principal, (hereinaf- ter designated as the "Contractor"), and Developers Surety and Indemnity Company as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of TWO HUNDRED TWENTY SIX THOUSAND Dollars ($226,000), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Carlsbad Municipal Water District, its offic- ers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the District in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. ~ '-fi Revised 5/10/16 Contract No. 5020-A Page 42 of 154 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. 1·51 Executed by CONTRACTOR this ----"-.__ __ day of Jv,vzk , 20_11_. CONTRACTOR: Wright Construction Engineeering Corp (name of Contractor) By: __ A_~_/t/_. -~-~-~-- (sign here) (print name he (Title and Organization of Signatory) By: (sign here) (print name here) (Title and Organization of signatory) Executed by SURETY this _3_1 s_t ___ day of May 2017 ------------· -- SURETY: Developers Surety and Indemnity Company (name of Surety) 17771 Cowan Ste 100, Irvine, CA 92614 (address of Surety) 800-782-1546 (telephone number of Surety) By: Cynthia J. Young (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be at- tached.) (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 assis- tant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER General Counsel Deputy General Counsel ft ~ Revised 5/10/16 Contract No. 5020-A Page 43 of 154 Pages ~I.,,., 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 Californiac' 11 ,...,, County of JLV r \ 12-u-$ On __ la_-_,__{_-"_l1 ____ before me,~. ~~ (insert name and title of the officer) personally appeared __ CJ_ts_\b-_""1· _l>J_,_i\J_(i_1 -Y---~-------------,....-- who proved to me on the basis of isfactory evidence to be the person(s) whose name(s s re ~cribed to the within instrument and acknowle;iQ~d to me that @he/they executed the same in ~er/their authorized capacity(ies), and that by~er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) act~d, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 ss. County of San Bernardino ) On May31,2017 before me.Laurie B. Druck, Notary Public personally appeared Cynthia J. Young Notary Public -California i San Bernardino County ~ z Commission# 2156851 ::': t . ~ ... M1 soTrr!· ;xgir:s j~ 1}J~2gl Name and Title of Officer (e.g., "Jane Doe, Notary Public") Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: ______________________________ _ Document Date: --------------Number of Pages: _____________ _ Signer ( s) Other Than Named Above: _________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ______________ _ □ Individual □ Corporate Officer Title ------------------□ Partner --□ Limited □ General □ Attorney-in-Fact □ Trustee □ Guardian or Conservator Other: -------------- Signer is Representing: RT THUMBPRINT OF SIGNER Top of thumb here No. 6895 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Certificate of Authority THrS IS TO CERTIFY, 77iat, pur.rutmt w !hi! Insurance Code of 1//e Suue of California, Developers Surety and lnden111ity Cnmpally of West Des Moines, !own, organized unritr the lnws of lowa, .mbjccl to it.r Anicles of !11mrpora1irm or other f11nrlamen1al org{lnil.mirmal documents, i.r hi!rl!hy aru/wrized to tran.rar:t within lhi.1• Swte, subjf!CI to {1/l prnvisions of this Ci:rtijicall!, the following classe:i· vf insurance: Surety a.r rnch r.la.m!s are now vr may hereafter bl! defined in lhe. l11surt111ce Laws of the S~me of Calij'omia. THIS CERTIFICATE is expressly co11ditio11ed upon the holder ltere.of11ow and hereafter being in full compliance with all, and not i11 violation of any, of the applicable laws and lawful requirements made ti/Ider (l!ifhoriry of rhe laws of the Stau of California as kmg a.r .r11ch laws or requiremenJs are in ejJe.ct and app/ic.able., a11d as such laws and requirements now are, ar may hereajler he d1C111ged or amended. Fee $2833.00 Rec. No. Filed 313199 IN WITNESS WHEREOF, t!Jlt!cl/Ye as of the JOth ooy of August, 199.9, l have here11Jt10 set my ltan4 atkf cm1sed my official seal to he ajfixi!d thi.r 30th day nf August, 1999. J3.11 Certification Chuck Qu~ckcnbush /11.rura1t~t! C'a111111i..uio11~r Vir.1ori11 S. Sidbury {),•,11t1)' f. tlit: twdersigncd Insurance Commissioner of tire Siu/it of Califm·nia, do hereby certify tlwl J ha,1<1 compared the above copy of C crtijica/e oj'A11thori1y ivillt the duplicate of orfgi11al 110w on.file i11 my office, mid that tire same is a.fiilf, trulf, am/ cr.,mtcJ trtm.~cript //wrMj, all{/ of the whole of sairl r/11pliailf!. und .wiJ Cr:rt/ficmc of Authorio• is 11vw i,,.fi,l/.forr.e and effect. IN WITNESS WHEREOF, / h11vc /11:re//11/0 set 11~y hand a11d caused 111,v a.ffic:iul :ilml to In affii:ed this 1 /st day of Ocrob,~r. 200S. Jolt11 Gurumrmdi /11.(11r,,,11:1! iu11tmi.rsit1llt!I' Pauli11r! D 'Andrea POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: ***Cynthia J. Young, Jay P. Freeman, Laurie B. Druck, jointly or severally*** as their true and lawful Attomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s)~n-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice-President, Senior Vice-President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which ii is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this 6th day of February, 2017. By:~~ Daniel Young, Senior Vice-President By:~~ Mark Lansden, Vice-President 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 Orange On ____ F~e=b~ru~ary~6~, 2=0~17~---before me, Date Lucille Raymond, Notary Public Here Insert Name and Title of the Offtcer personally appeared -------------------=D-=an"'ie"'"l--'-Yo""u"'n.._g ""an-'-'d'-'-M""a""rk""L""a"-'ns'-=d""on'----------------------- • LUCILLE RAYMOND Comm1111on 1120819'5 j Notary Public -Clllfornla Orange County .. I. C • C O C Ml S0T"} BWT PoJ l31s2t11I Place Notary Seal Above 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. WITNESS my hand and official seal. CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of tht1 respeictive Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate. "'' """""'' """"' '" •. """"""'· -·•· .,. i I g-""" m~ ;io 1.1 By:~ Cassie J. ATS-1002 (02/17) OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad Municipal Water District whose address is 5950 El Camino Real, Carlsbad, California, 92008, hereinafter called "District" and ___________________________ whose address is _________________________ hereinafter called "Contractor" and _______________________ whose address is __________________________ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Con- tractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the District pursuant to the Construction Contract entered into between the City and Contractor for BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A in the amount of ____________ dated ______ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the District shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the District within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the District and Contractor. Securities shall be held in the name of the District and shall designate the Contractor as the beneficial owner. 2. The District shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the District makes payment of retentions earned directly to the Escrow Agent, the Es- crow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the District pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Es- crow Agent in administering the Escrow Account and all expenses of the District. These expenses and payment terms shall be determined by the District, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the District. ,, •ii' Revised 5/10/16 Contract No. 5020-A Page 44 of 154 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from District to the Escrow Agent that the District consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The District shall have a right to draw upon the securities in the event of default by the Con- tractor. Upon seven days' written notice to the Escrow Agent from the District of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the District. 8. Upon receipt of written notification from the City certifying that the Contract is final and com- plete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the District and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the District and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District: For Contractor: For Escrow Agent: Title ____ ___;F:.....:l..:....:N;;...A:.:....;N=C-=E:...::D:;..:.l.:....::R=E-=C..;..T-=O..:....:R'----- Name ----------------- Signature ______________ _ Address 1635 Faraday Avenue, Carlsbad, CA 92008 Title ----------------- Name ----------------- Signature ______________ _ Address ---------------- Title ----------------- Name ----------------- Signature --------------- Address ---------------- At the time the Escrow Account is opened, the District and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. ,, • ., Revised 5/10/16 Contract No. 5020-A Page 45 of 154 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For District: Title PRESIDENT ______ _..;.."""-=~=-=~------- Name ----------------- Signature _______________ _ Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title ------------------ Name ----------------- Signature _______________ _ Address ---------------- For Escrow Agent: Title ------------------ Name ----------------- Signature _______________ _ Address ---------------- ,, •tr Revised 5/10/16 Contract No. 5020-A Page 46 of 154 Pages GENERAL PROVISIONS FOR BOLERO PRESSURE REDUCING STATION VAULT REPLACEMENT DESIGN IMPROVEMENTS CONTRACT NO. 5020-A CARLSBAD MUNICIPAL WATER DISTRICT BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 --TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS -Unless otherwise stated, the words directed, required, permitted, ordered, in- structed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "sched- uled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be un- derstood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "ap- proved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its ex- pense, shall perform all operations, labor, tools 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 labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 47 of 154 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 Carlsbad Municipal Water District. Agreement -See Contract. Assessment Act Contract -A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base -A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid -The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder -Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board -The officer or body constituting the awarding authority of the Agency, the Board of Di- rectors of Carlsbad Municipal Water District. Bond -Bid, performance, and payment bond or other instrument of security. Cash Contract -A Contract financed by means other than special assessments. Change Order -A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code -The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager-the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract -The written agreement between the Agency and the Contractor covering the Work. Contract Documents -Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including 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 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 perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contrac-.~. tor" shall mean Contractor. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 48 of 154 Contract Price -The total amount of money for which the Contract is awarded. Contract Unit Price -The amount stated in the Bid for a single unit of an item of work. County Sealer -The Sealer of Weights and Measures of the county in which the Contract is let. Days -Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection -The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board -persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier -Street light assembly complete, including foundation, standard, luminaire arm, lumi- naire, etc. Engineer -the City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile -Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer -A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer -A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire -The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm -The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item -a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification -Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award -The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed -A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 49 of 154 Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. 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 leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person -Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans -The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract -Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector -the Engineer's designated representative for inspection, contract administra- tion and first level for informal dispute resolution. Proposal -See Bid. Reference Specifications -Those bulletins, standards, rules, methods of analysis or test, codes, ~ and specifications of other agencies, engineering societies, or industrial associations referred to _,.; in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway -The portion of a street reserved for vehicular use. Service Connection -Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer -Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications -General Provisions, Standard Specifications, Technical Specifications, 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". State -State of California. ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 50 of 154 Storm Drain -Any conduit and appurtenances intended for the reception and transfer of storm water. Street -Any road, highway, parkway, freeway, alley, walk, or way. Subbase -A layer of specified material of planned thickness between a base and the subgrade. Subcontractor -An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade -For roadways, that portion of the roadbed on which pavement, surfacing, base, 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 supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement -A written amendment of the Contract Documents signed by both parties. Supplemental Provisions -Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety-Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne -Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility -Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private ease- ment. Work -That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. ,, •tr Revised 11/24/10 Contract No. 5020-A Page 51 of 154 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN ............................................................. Abandon CONG ........................................................... Concrete ABAN D ....................................................... Abandoned CONN ........................................................ Connection ABS ........................ Acrylonitrile -butadiene -styrene CONST .................................. Construct, Construction AC .................................................... Asphalt Concrete COO RD ...................................................... Coordinate ACP ........................................... Asbestos cement pipe CSP ............................................ Corrugated steel pipe ACWS ..................... Asphalt concrete wearing surface CSD ............................... Carlsbad Standard Drawings ALT ................................................................ Alternate CTB ............................................ Cement treated base APTS ................................. Apartment and Apartments CV ............................................................ Check valve AMER STD ................................... American Standard CY ............................................................... Cubic yard AWG ............... American Wire Gage (nonferrous wire) D .............................................................. Load of pipe BC .................................................. Beginning of curve dB ................................................................... Decibels BCR ....................................... Beginning of curb return DBL .................................................................. Double BORY ............................................................ Boundary DF ............................................................... Douglas fir BF ..................................................... Bottom of footing DIA ................................................................ Diameter BLDG ........................................ Building and Buildings DIP ..................................................... Ductile iron pipe BM ............................................................. Bench mark DL ................................................................ Dead load BVC .................................... Beginning of vertical curve DR ...................................................... Dimension Ratio B/W ........................................................... Back of wall DT ................................................................. Drain Tile CIC ..................................................... Center to center DWG ............................................................... Drawing CAB ...................................... Crushed aggregate base DWY .............................................................. Driveway CAL/OSHA ............ California Occupational Safety and DWY APPR ................................... Driveway approach Health Administration E ....................................................................... Electric Ca IT rans ....... California Department of Transportation EA ........................................................................ Each CAP .................................... Corrugated aluminum pipe EC ............................................................ End of curve CB ............................................................. Catch Basin ECR ................................................ End of curb return Cb ........................................................................ Curb EF ................................................................ Each face CBP ............................... Catch Basin Connection Pipe EG ......................................................... Edge of gutter CBR ....................................... California Bearing Ratio EGL .................................................. Energy grade line CCR ............................ California Code of Regulations El ................................................................... Elevation CCTV ............................................... Closed Circuit TV ELC ..................................... Electrolier lighting conduit CES .......................... Carlsbad Engineering Standards EL T ........................................................ Extra long ton CF ................................................................ Curb face ENGR ....................................... Engineer, Engineering CF ................................................................ Cubic foot EP ................................................... Edge of pavement C&G .................................................... Curb and gutter ESMT ........................................................... Easement CFR. ............................... Code of Federal Regulations ETB .......................................... Emulsion-treated base CFS ......................................... Cubic Feet per Second EVC ............................................... End of vertical curb CIP ......................................................... Cast iron pipe EWA ............................... Encina Wastewater Authority GIPP ................................................ Cast-in place pipe EXC ............................................................ Excavation CL ............................................. Clearance, center line EXP JT ................................................. Expansion joint CLF .................................................... Chain link fence EXST ............................................................... Existing CMB ............................... Crushed miscellaneous base F .................................................................. Fahrenheit CMC ......................................... Cement mortar-coated F&C ................................................... Frame and cover CML ............................................ Cement mortar-lined F&I .................................................. Furnish and install CMWD .................... Carlsbad Municipal Water District FAB ............................................................... Fabricate CO .................................................... Cleanout (Sewer) FAS ............................................... Flashing arrow sign COL .................................................................. Column FD ............................................................... Floor drain COMM ....................................................... Commercial FDN ............................................................ Foundation ,, •+' Revised 11 /24/10 Contract No. 5020-A Page 52 of 154 FED SPEC ................................. Federal Specification MISC ..................................................... Miscellaneous FG ........................................................ Finished grade MOD ................................................... Modified, modify FH ............................................................. Fire hydrant FL ................................................................... Flow line MON ............................................................ Monument MSL.. Mean Sea Level (Reg. Standard Drawing M-12) FS ...................................................... Finished surface MTBM ......................... Microtunneling Boring Machine FT-LB ......................................................... Foot-pound FTG .................................................................. Footing FW ............................................................ Face of wall G ........................................................................... Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons GAL V ......................................................... Galvanized MUL T ............................................................... Multiple MUTCD ..... Manual on Uniform Traffic Control Devices MVL. .............................................. Mercury vapor light NCTD .............................. North County Transit District NRCP .............................. Non reinforced concrete pipe OBS ............................................................... Obsolete OC ................................................................ On center 00 ..................................................... 0utside diameter GAR ........................................... Garage and Garages GIP .............................................. Galvanized iron pipe OE .............................................................. Outer edge OHE ................................................ Overhead Electric GL ........................................ Ground line or grade line OMWD ................. Olivenhain Municipal Water District GM .............................................................. Gas meter OPP ............................................................... Opposite GNV ............................................... Ground Not Visible ORIG ................................................................ Original GP .................................................................. Guy pole PB ................................................................... Pull box GPM ................................................ gallons per minute PC .................................................... Point of curvature GR ...................................................................... Grade PCC ....................... Portland cement concrete or point GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe H ............................................................ High or height HB .................................................................. Hose bib of compound curvature PCVC ....................... Point of compound vertical curve PE ........................................................... Polyethylene Pl. ................................................. Point of intersection HC ................................................... House connection HOWL ........................................................... Headwall HGL. ............................................. Hydraulic grade line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation ID ........................................................ Inside diameter PL.. ........................................................... Property line PMB ............................ Processed miscellaneous base POC ...................................................... Point on curve POT .................................................... Point on tangent PP .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI ......................................... Pounds per square inch PT .................................................... Point of tangency PVC .................................................. Polyvinyl chloride PVMT ........................................................... Pavement INCL ............................................................... Including INSP ............................................................. lnspection INV ...................................................................... Invert IP .................................................................... Iron pipe PVT R/W ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius JC ..................................................... Junction chamber R&O ......................................................... Rock and oil JCT ................................................................. Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ Length LAB ............................................................. Laboratory LAT ................................................................... Lateral R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete LB ...................................................................... Pound RCB ...................................... Reinforced concrete box LO ..................................................... Local depression LF ................................................................ Linear foot LH ............................................................... Lamp hole RCE ...................................... Registered civil engineer RCP ..................................... Reinforced concrete pipe RCV ........................................... Remote control valve LL ................................................................... Live load REF ............................................................. Reference LOL ............................................................. Layout line REINF .............................. Reinforced or reinforcement LONG ........................................................ Longitudinal RES ............................................................... Reservoir LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) LS ................................................................ Lump sum RGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR ................................................................... Railroad L TS .................................................... Lime treated soil LWD ............................... Leucadia Wastewater District MAINT ..................................................... Maintenance MAX ............................................................. Maximum MGR ............................................ Middle of curb return RSE .............................. Registered structural engineer RTE .................................... Registered traffic engineer S .................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD ............................................................. Storm drain MEAS ............................................................. Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification SDNR .............................. San Diego Northern Railway SOR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe 0.0. to minimum wall thickness) ,, • ., Revised 11/24/10 Contract No. 5020-A Page 53 of 154 SDRSD ......... San Diego Regional Standard Drawings TOPO ........................................................ Topography SE ...................................................... Sand Equivalent TR ........................................................................ Tract SEC .................................................................. Section TRANS ......................................................... Transition SF ............................................................. Square foot TS ......................... Traffic signal or transition structure SFM ................................................ Sewer Force Main TSC ............................................. Traffic signal conduit SI. ...................... International System of Units (Metric) TSS ........................................... Traffic signal standard SPEC ..................................................... Specifications TW .............................................................. Top of wall SPPWC .......................................... Standard Plans for TYP .................................................................. Typical Public Works Construction UE .............................................. Underground Electric SSPWC ............................. Standard Specifications for USA .................................... Underground Service Alert Public Works Construction VAR. .................................................... Varies, Variable ST HWY ................................................ State highway VB ................................................................ Valve box ST A ................................................................... Station VC .......................................................... Vertical curve STD ............................................................... Standard VCP ................................................... Vitrified clay pipe STR .................................................................. Straight VERT ............................................................... Vertical STR GR ................................................ Straight grade VOL .................................................................. Volume STRUC .......................................... Structural/Structure VWD ....................................... Vallecitos Water District SW ................................................................. Sidewalk W ........................ Water, Wider or Width, as applicable SWD ...................................................... Sidewalk drain WATCH .............. Work Area Traffic Control Handbook SY ............................................................ Square yard WI ............................................................ Wrought iron T .................................................................. Telephone WM ........................................................... Water meter TAN ................................................................. Tangent WPJ .......................................... Weakened plane joint TC .............................................................. Top of curb XCONN ............................................ Cross connection TEL ............................................................. Telephone XSEC ..................................................... Cross section TF ........................................................... Top of footing ,, • ., Revised 11/24/10 Contract No. 5020-A Page 54 of 154 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC ................................................................... American Institute of Steel Construction ANSI ...................................................................... American National Standards Institute API ....................................................................................... American Petroleum Institute AREA ............................................................. American Railway Engineering Association ASTM ............................................................. American Society for Testing and Materials AWPA ................................................................. American Wood Preservers Association AWS ........................................................................................ American Welding Society AWWA ....................................................................... American Water Works Association FHWA ............................................................................. Federal Highway Administration GRI ................................................................................. Geosynthetic Research Institute NEMA ........................................................ National Electrical Manufacturers Association NOAA ................ National Oceanic and Atmospheric Administration (Dept. of Commerce) UL ..................................................................................... Underwriters' Laboratories Inc. USGS ............................................................................. United States Geological Survey ,, • ., Revised 11 /24/ 1 O Contract No. 5020-A Page 55 of 154 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Stand- ard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) .................................................................................... 25.4 micrometer (µm) 1 inch (in) .............................................................................................. 25.4 millimeter (mm) 1 inch (in) .............................................................................................. 2.54 centimeter (cm) 1 foot (ft) ................................................................................................ 0.3048 meter (m) 1 yard (yd) ............................................................................................. 0.9144 meter (m) 1 mile (mi) ............................................................................................. 1.6093 kilometer (km) 1 square foot (ft2) .................................................................................. 0.0929 square meter (m2) 1 square yard (yd2) ................................................................................ 0.8361 square meter (m2) 1 cubic foot (ft3) ..................................................................................... 0.0283 cubic meter (m3) 1 cubic yard (yd3) .................................................................................. 0.7646 cubic meter (m3) 1 acre .................................................................................................... 0.4047 hectare (ha) 1 U.S. gallon (gal) ................................................................................. 3.7854 Liter (L) 1 fluid ounce (fl. oz.) .............................................................................. 29.5735 millileter (ml) ·~ 1 pound mass (lb) (avoirdupois) ........................................................... 0.4536 kilogram (kg) . 1 ounce mass (oz) ................................................................................ 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................ 0.9072 Tonne(= 907 kg) 1 Poise .................................................................................................. 0.1 pascal· second (Pa· s) 1 centistoke (cs) .................................................................................... 1 square millimeters per second (mm2/s) 1 pound force (lbf) ................................................................................. 4.4482 Newton (N) 1 pounds per square inch (psi) ............................................................. 6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) ................................................................ 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) ...................................................................... 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ............................................... 1.3558 Watt (W) 1 part per million (ppm) ......................................................................... 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): ........................................................................ Degree Celsius (°C): °F = (1.8 x °C) + 32 ··············································· ································ °C = (°F -32)/1.8 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) SI Units (abbreviation) Commonly Used in Both Systems Common Metric Prefixes kilo (k) .................................................................................................... 103 centi (c) ................................................................................................. 10-2 milli (m) .................................................................................................. 10-3 ~~~~ (%>.: :: :: : : : ::: : : : : : : ::: : : : :: : : :::: :: :: : :: :: ::: :: :: : :: : :: : :: :: : :: : : : : : : :: :: : :: ::: : : ::: :: ::: ::: ::: ::: ~ g:: pico (p) .................................................................................................. 10-12 ,, •ti Revised 11 /24/10 Contract No. 5020-A Page 56 of 154 1-5 SYMBOLS L\ L % ' I 0 PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) Degree Property line Centerline Survey line or station line ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 57 of 154 SECTION 2 -SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether 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 following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will per- form work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifi- cations, 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 thou- sand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Con- tractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. ,, •ff Revised 11/24/10 Contract No. 5020-A Page 58 of 154 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 equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceed- ings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the Board shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so 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 shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Con- tract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Proce- dure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for ,, • ., Revised 11/24/10 Contract No. 5020-A Page 59 of 154 the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance 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 shall renew the bond within 1 0 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release ,...,_ the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifica- tions, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter desig- nated "SSPWC", as amended. The construction plan set is designated as "Bolero Pressure Reducing Station Vault Replace- ment Design Improvements," City of Carlsbad Drawing No. 495-7 and consists of twelve sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Depart- ment of Public Works, together with the most recent editions of the City of Carlsbad Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of Carlsbad. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the 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. {'\ • ., Revised 11/24/10 Contract No. 5020-A Page 60 of 154 The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, 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) Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportation Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 8) Standard Specifications for Public Works Construction, as amended. 9) Reference Specifications. 10) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.2.1 Precedence of Contract Documents. Add the following: Where CALTRANS specifica- tions are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CALTRANS specifications shall have precedence only in reference to the materials and con- struction materials referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Works, Part 1 of these Supplemental Provisions and Part 1 of the SSPWC, in the order of precedence in Section 2-5.2 of the SSPWC, shall prevail over the CALTRANS specifications in all other matters. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 61 of 154 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless other- wise specified in the Special Provisions. Each submittal shall be accompanied by a letter 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 shall 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 complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the ( equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: -------------- Date: ------------ Company Name: ____________________________ _ 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. " • ., Revised 11/24/10 Contract No. 5020-A Page 62 of 154 Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 304-2.1 306-2.1 306-3.1 306-3.4 306-6 306-8 307-4.3 Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wirin Dia rams Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Si nal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or 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 information is information required by the Specifi- cations for the purposes of administration of the Contract, analysis for verification of conform- ance with the Specifications, the operation and maintenance of a manufactured product or sys- tem to be constructed as part of the Work, and other information as may be required by the En- gineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engi- neer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contrac- tor. Supporting information shall consist of the following and is required unless otherwise speci- fied in the Special Provisions: 21) List of Subcontractors per 2-3.2. ) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4 Construction Schedule per 6-1. 5 Confined Space Entry Program per 7-10.4.4. 6 Concrete mix designs per 201-1.1. 7 Asphalt concrete mix designs per 203-6.1. 8 Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, man- ufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for " • ., Revised 11/24/10 Contract No. 5020-A Page 63 of 154 this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all 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 only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be pro- vided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Con- tractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Sur- veyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by§§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, herein- after Surveyor to perform all work necessary for pre-construction survey, establishing control, construction staking, records research and all other surveying work necessary to construct the work and maintain elevations of the existing facility, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the require- ments of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying op- erations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data. All surveying data submittals shall conform to the require- ments of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 64 of 154 Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280mm (8½" by 11 ")paper.The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or docu- mentation for any computer program. The field notes shall be prepared in conformance with the CAL TRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 -8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under§§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type 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 centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal loca- tions where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of con- struction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. ,, •t' Revised 11/24/10 Contract No. 5020-A Page 65 of 154 TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Stake De-Centerline or Parallel to Centerline Spac-Lateral Spac-Setting Tolerance scription 0 ing®,@ ing G>,@ (Within) Street Centerline SDRS M-10 :;;;1000', Street Intersections, Begin and end of on street cen-0.02' Monument curves, only when shown on the plans terline Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, lath -lntervisible, :,; 50' on tangents at clearing line 1' Horizontal painted line & :,; 25' on curves, Painted line -continuous on PCC &AC surfaces Slope RP+ Marker lntervisible and :,; 50' Grade Breaks 0.1' Vertical & Horizon- Stake &:;;;25' tal Fence RP+ Marker :,; 200' on tangents, :,; 50' on curves when N/A 0 .1' Horizontal Stake R;::,: 1000' & 25' on curves when R:;;; 1000' ( constant off- set) Rough Grade Cuts RP+ Marker :,; 50' N/A 0.1' Vertical & Horizon- or Fills;::,: 10 m Stake tal (33') Final Grade (in-RP+ Marker :,; 50' on tangents & curves when R;::>: 1000' & :;;;22· 3!s" Horizontal & ¼" eludes top of: Stake, Blue-:,; 25' on curves when R :,; 1000' Vertical Basement soil, top in grading subbase and area base) Asphalt Pavement RP, paint on :,; 25' or as per the intersection grid points edge of pave-3/8" Horizontal & ¼" Finish Course previous shown on the plan whichever provides the ment, paving Vertical course denser information pass width, crown line & arade breaks Drainage Struc-RP+ Marker intervisible & :,; 25', beginning and end, BC & as appropriate 3!s" Horizontal & ¼" tures, Pipes & sim-Stake EC of facilities, Grade breaks, Alignment Vertical ilar Facilities©, (J) breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines Curb RP+ Marker :,; 25', BC & EC, at ¼A, ½A & ¾A on curb re-( constant off-3!s" Horizontal & ¼" Stake turns & at beginning & end set) Vertical Traffic Signal CD Vertical locations shall be based on the ulti- mate elevation of curb and sidewalk Signal Poles & RP+ Marker at each pole & controller location as appropriate 3/8" Horizontal & ¼" Controller CD Stake Vertical Junction Box CD RP+ Marker at each junction box location as appropriate 3!s" Horizontal & ¼" Stake Vertical Conduit CD RP+ Marker :,; 50' on tangents & curves when R;::>: 1000' & as appropriate 3!s" Horizontal & when Stake :,; 25' on curves when R :,; 1000' or where depth cannot be meas- grade :,; 0.30% ured from existing pavement ¼" Vertical Minor Structure CD RP+ Marker for catch basins: at centerline of box, ends of as appropriate 3/a" Horizontal & ¼" Stake+ Line box & wings & at each end of the local de-Vertical (when vertical Stake oression ® data needed) Abutment Fill RP+ Marker :,; 50' & along end slopes & conic transitions as appropriate 0.1' Vertical & Horizon- Stake+ Line tal Stake Wall CD RP+ Marker :,; 50' and at beginning & end of: each wall, BC as appropriate ¼" Horizontal & ¼" Stake+ Line & EC, layout line angle points, changes in Vertical Point +Guard footing dimensions &/or elevation & wall Stake heiaht Major Structure ® " • ., Revised 11/24/10 Contract No. 5020-A Page 66 of 154 Feature Staked Stake De-Centerline or Parallel to Centerline Spac-Lateral Spac-Setting Tolerance scription@ ing©,® ing Q>,@ (Within) Footings, Bents, RP+ Marker 1 0' to 33' as required by the Engineer, BC & as appropriate 3/a" Horizontal & ¼" Abutments & Stake+ Line EC, transition points & at beginning & end. Vertical Wingwalls Point +Guard Elevation points on footings at bottom of col- Stake umns Superstructures RP 1 0' to 33' sufficient to use string lines, BC & as appropriate 3/s" Horizontal & ¼" EC, transition points & at beginning & end. Vertical Elevation points on footings at bottom of col- umns Miscellaneous ® Contour Grading RP+ Marker s50' along contour 0.1' Vertical & Horizon- (j) Stake line tal Utilities <D, 0 RP+ Marker s 50' on tangents & curves when R~ 1000' & as appropriate 3/s" Horizontal & ¼" Stake s 25' on curves when Rs 1000' or where Vertical grades 0.30% Channels, Dikes RP+ Marker intervisible & s 100', BC & EC of facilities, as appropriate 0.1' Horizontal & ¼" & Ditches <D Stake Grade breaks, Alignment breaks, Junctions, Vertical Inlets & similar facilities Signs <D RP+ Marker At sign location Line point 0.1' Vertical & Horizon- Stake+ Line tal Point +Guard Stake Subsurface RP+ Marker intervisible & s 50', BC & EC of facilities, as appropriate 0.1' Horizontal & ¼" Drains <D Stake Grade breaks, Alignment breaks, Junctions, Vertical Inlets & similar facilities, Risers & similar facili- ties Overside Drains RP+ Marker longitudinal location At beginning & 0.1' Horizontal & ¼" (j) Stake end Vertical Markers <D RP+ Marker for asphalt street surfacing s 50' on tangents At marker loca-¼" Horizontal Stake & curves when R~ 1000' & s 25' on curves tion(s) when Rs 1000'. Railings & Barri-RP+ Marker At beginning & end and s 50' on tangents & at railing & bar-3/s" Horizontal & Verti- ers <D Stake curves when R ~ 1000' & s 25' on curves rier location(s) cal when R s 1000' AC Dikes <D RP+ Marker At beginning & end as appropriate 0.1' Horizontal & Verti- Stake cal Box Culverts 1 0' to 33' as required by the Engineer, BC & as appropriate 3/s" Horizontal & ¼" EC, transition points & at beginning & end. Vertical Elevation points on footinQs & at invert Pavement Mark-RP 200' on tangents, 50' on curves when at pavement ¼" Horizontal ers<D R ~ 1000' & 25' on curves when Rs 1000'. marker loca- For PCC surfaced streets lane cold joints will tion(s) suffice <D Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature @ Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table ® Perpendicular to centerline. ® Some features are not necessarily parallel to centerline but are referenced thereto ® Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature @ ~ means greater than, or equal to, the number following the symbol. s means less than, or equal to, the number follow- ing the symbol. 0 The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) " • ., Revised 11/24/10 Contract No. 5020-A Page 67 of 154 TABLE 2-9.2.2(8) Survey Stake Color Code for Construction Staking Type of Stake Description Color" Horizontal Control Coordinated control points, control lines, control reference points, centerline, White/Red alii:inments, etc. Vertical Control Bench marks White/Or- ani:ie Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow grade, etc. Structure Bridi:ies, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm Blue drains, slope protection, curbs, gutters, etc. Rii:iht-of-Wav Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Orange * Flagging and marking cards, if used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full com- pensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monu- ments and no additional payment will be made. 2-9.3 Private Engineers. Surveying 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 lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all 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 all questions relating to: quantities; accepta- bility of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies ''"'"'''• of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. l' • ., Revised 11/24/10 Contract No. 5020-A Page 68 of 154 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 performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of 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 shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data 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 all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The 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 otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized rep- resentatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. {'\ •ti Revised 11/24/10 Contract No. 5020-A Page 69 of 154 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 additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the 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 work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in 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 will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work 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 125 per- cent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. ,, •f' Revised 11/24/10 Contract No. 5020-A Page 70 of 154 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 Contrac- tor. 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 cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise 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 conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers com- pensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship ,, • ., Revised 11/24/10 Contract No. 5020-A Page 71 of 154 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 reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" pub- lished by CAL TRANS, current at the time of the actual use of the tool or equipment. The right-of- way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all 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 returned, 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. (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. l'\ • ., Revised 11/24/10 Contract No. 5020-A Page 72 of 154 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 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting 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. 5020-A Page 73 of 154 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 II, or Class Ill disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect 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, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the District with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. {'\ •+;' Revised 11/24/10 Contract No. 5020-A Page 74 of 154 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- 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." Title: By: ---------------------------- 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 sub- sequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. General Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the District will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or re- quest that the Contractor meet and present its report. When additional information or a meeting is requested the District will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the General Manager after which the Contractor may proceed under the provisions of the Public Contract Code. " • ., Revised 11/24/10 Contract No. 5020-A Page 75 of 154 The authority within the dispute resolution chain of command is limited to recommending a reso- lution to a claim to the General Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the 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 otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or 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 otherwise provided by contract for the filing of claims. (b )(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested ,, • ., Revised 11 /24/10 Contract No. 5020-A Page 76 of 154 documentation, whichever is greater. ( d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 ( com- mencing 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 earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time 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, determines 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. " • ., Revised 11/24/10 Contract No. 5020-A Page 77 of 154 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undis- puted except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. ,, • ., Revised 11 /24/1 O Contract No. 5020-A Page 78 of 154 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 preserve 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 otherwise 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 performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety ,, •+; Revised 11/24/10 Contract No. 5020-A Page 79 of 154 regulations as may apply. Contractor shall furnish Engineer with such information as may be nec- essary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to 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 forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its ex- pense, shall deliver the materials for testing to the place and at the time designated by the Engi- neer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the 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. 5020-A Page 80 of 154 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 nec- essary 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 determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any 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 concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including 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 furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, 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. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regula-,, • ., Revised 11/24/10 Contract No. 5020-A Page 81 of 154 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 intervals 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 observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The inves- tigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional in- formation in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the 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 otherwise agreed, the committee 11 will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 82 of 154 Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the 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 conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 83 of 154 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 served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Under- ground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service 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 otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. '" •+' Revised 11/24/10 Contract No. 5020-A Page 84 of 154 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 otherwise 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, 2015 Edition,. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. 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 otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensa- 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 otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a ,, • ., Revised 11/24/10 Contract No. 5020-A Page 85 of 154 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 and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. {'\ •+' Revised 11/24/10 Contract No. 5020-A Page 86 of 154 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 otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within ten calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Con- tractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Base- line Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities re- quired to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and se- quencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 87 of 154 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contrac- tor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8 a.m. and 5 p.m. The on-site train- ing shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on- site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Base- line Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activi- ties, including submittals, interfaces between utility companies and other agencies, project mile- stones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accu- rately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation _.,." to whatever party or contingency first exhausts it. 6-1.2. 7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Con- struction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contrac- tor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened du- ration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. {'\ •+;' Revised 11/24/10 Contract No. 5020-A Page 88 of 154 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contrac- tor complies with the requirements of these supplemental provisions shall be a condition prece- dent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engi- neer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental pro- visions within 30 working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Con- struction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construc- tion Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the cor- rections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6- 1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed dur- ing the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3. Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 89 of 154 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resub- mittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer re- turning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the ~ corrections and changes noted in the Engineer's comments prior to receipt of payment per Sec-..,...,,I tion 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substan- tially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and ~ acceptance requirements of Section 6-1, including but not limited to the acceptance and payment ~, ,, • ., Revised 11/24/10 Contract No. 5020-A Page 90 of 154 provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Sched- ule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revi- sions and 6-1.4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment. Construction Schedule will be paid for as a portion of lump sum for Bid Item No. 1, Mobilization, Demobilization and Compliance with the General Conditions. The price paid for Construction Schedule shall include full compensation for furnishing all labor, materials including, but not limited to, the computer hardware and software, tools, equipment, and incidentals; and for doing all the work involved in attending meetings, preparing, furnishing, up- dating, revising the tabular, bar and flow chart Construction Schedules and narrative reports re- quired by these supplemental provisions and as directed by the Engineer. The Engineer's deter- mination that each and any construction schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be precedent to each and any payment for a portion of Bid Item No. 1. 6-1.9 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 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. The work includes traffic control, excavations safety measures, demolition of existing underground concrete vault within a public street, removal of existing equipment within the vault, protection of the existing vault piping train, temporary dis- connection of piping and electrical wiring to the vault, construction of a new concrete vault and manhole riser, and restoration of finished street surface to original condition or better. The de- scriptions for Phase I through V are overviews only and shall not relieve the Contractor from its ,, •tr' Revised 11/24/10 Contract No. 5020-A Page 91 of 154 responsibilities to perform the coordination and work in accordance with the plans and specifica- tions. Add the following section: 6-2.2 Bolero Vault Replacement Project Construction 6-2.2.1 Phase I. Contractor to perform pre-construction survey to record the as-built locations (horizontally and vertically) of the existing vault. All existing utilities marked out by Dig Alert (USA), curb and gutter, meter pedestals, bollards, and other existing features adjacent to the vault shall be identified on the surveyor's pre-construction survey. This survey shall be completed at mini- mum of ten working days prior to construction and within five working days of the notice to pro- ceed. 6-2.2.2 Phase II. There is a new valve on the 12-inch main just upstream from the valve vault. This valve will assure that water uphill from the vault can be shut off prior to the vault's isolation valves. The water from downstream of the vault can be isolated at Corte De La Vista. 6-2.2.3 Phase Ill. After completion of the aforementioned work, the Contractor shall remove pavement and excavate around the vault and remove the existing concrete vault and thrust blocks while protecting the existing 12-inch diameter piping inside of the vault. 6-2.2.4 Phase IV. When all portions of the existing vault have been removed, The Contractor shall make the bottom of the excavation available for inspection by the geotechnical engineer. The excavation shall be prepared to receive the floor slab for the new vault and the new floor slab constructed. Once the vault floor is poured, the Contractor shall proceed with diligence to com- plete the construction of the remainder of the vault, manhole riser and manhole frame and cover. ~ 6-2.2.4 Phase V. The Contractor shall install the electrical and venting systems inside of the new vault and then proceed to re-connecting all existing pipes (vents, discharge piping, etc.) and elec- trical systems to the new vault appurtenances and perform the work necessary to make the vault operational. The Contractor shall then backfill and compact the soil around the vault in accordance with the requirements of the specifications. All testing, final paving, and clean-up shall then be performed and the vault placed into service. 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". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the 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 otherwise 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. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 92 of 154 Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the 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. ,, •+' Revised 11/24/10 Contract No. 5020-A Page 93 of 154 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. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the clas- sification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by rea- sonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. ,, • ., Revised 11 /24/1 O Contract No. 5020-A Page 94 of 154 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 90 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 normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7 a.m. and 4 p.m. on Mondays through Fridays, excluding Agency holidays. The Con- tractor 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 ob- tained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each work- ing day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also 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. Otherwise, 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 perma- 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. {'\ •+;' Revised 11/24/10 Contract No. 5020-A Page 95 of 154 All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6- 6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of five hundred Dollars ($500.00). 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 five hun- dred dollars per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to re-clean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Noth- ing in this section shall be construed as relieving the Contractor from full responsibility for correct- ing defective work or materials. In the event the Agency exercises its right to place into service 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 service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. ,, •+' Revised 11/24/10 Contract No. 5020-A Page 96 of 154 SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with 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: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." ,, •+' Revised 11/24/10 Contract No. 5020-A Page 97 of 154 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 Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional 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, overload, 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. 5020-A Page 98 of 154 The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility compa- nies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No addi- tional 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 preserve 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 control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 99 of 154 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 exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of 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 furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. 7-8.6.1 General. The Contractor shall adhere to, the requirements of the State Water Resources Control Board (SWRCB) and shall perform all work in accordance with Order No. 2009-0009- DWO for Waste Discharges of Storm Water Runoff Associated with Construction and Land Dis- turbance Activities (Construction General Permit or CGP), and any subsequent amendments, where applicable. The revised Construction General Permit adopted on September 2, 2009 became effective on July 1, 2010 and applies to construction and land disturbance activities in excess of 1 acre in area, including linear underground or overhead construction projects (LUPs) such as pipe- lines and other utilities as defined in the CCP. The Contractor shall comply with all requirements under the Construction General Permit as they apply to the construction site and maintain an up- dated Storm Water Pollution Prevention Plan (SWPPP) based on site conditions. Work area on Bolero Street, which consists of vault excavation and limited pipeline replacement pipeline construction and associated activities are characteristic of a Linear Utility Project (LUP) ap- proach and Risk Determination. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 100 of 154 The City has performed a Risk Analysis in accordance with the CGP and determined the following classification for each area: Phase Number and Name Location SWPPP Type LUP ProjectArea All Areas of Bolero PRS Vault Replacement LUPTier1 The Contractor shall designate a Qualified SW PPP Developer ( QSD) and a Qualified SW PPP Practi- tioner (QSP) who has satisfied the certification requirements and received approval by the SWRCB as specified in CCP. The QSD and OSP shall carry professional liability insurance in an amount not less than $1,000,000.00, evidence of such shall be provided to the Engineer and the Agency shall be named as additionally insured. The Contractor's OSD shall be certified in accordance with GCP requirements and qualified to write, amend, and certify the SWPPP for the project, and shall ensure adherence to the requirements in Construction General Permit when applicable. The Contractor and Contractor's QSD shall develop and review the SWPPP. The Contractor's QSD shall then complete final SWPPP, and other required permit registration documents (PRDs), and submit them to the Engineer for review and subsequent submittal to the SWRCB via the Stormwater Multi-Application, Reporting, and Tracking System (SMART System or SMARTS). The Contractor shall not initiate any land disturbing activities, as defined by the CGP, until the final SWPPP has been accepted bythe Engineerascomplete. The following parties shall be responsible to furnish and designate a qualified individual to perform the following CGP defined responsibilities: CGP Designation Responsible Party _ega11y 1-<esponsI0Ie Person Agency AssIgnea ::;Ignatory Agency/Engineer Data Submitter Agency/Engineer Qualified SWPPP Developer (QSD) Contractor uualified SWPl-'t-' Practitioner {USP) Contractor The Contractor shall implement and comply with all requirements of the CCP and the final SWPPP. The responsible party shall complete the PRDs as prescribed by the CCP, and as noted in the table below. l' • ., Revised 11/24/10 Contract No. 5020-A Page 101 of 154 Permit Registration Document Responsible Persons PRO Item Responsible Party Notes n-raditional Type Determination ~gency/Contractor's Risk Assessment & Draft SW PPP by Agency. Contractor's QSD to revise or Erosivity Waiver QSD and/or certify. LUP Type Determination or ~gency/Contractor's Kisk Assessment & Draft SW PPP by Agency. Contractor'sQSDto revise Erosivity Waiver QSD and/or certify. Site Map ~gency/Contractor's vontractor s usu to revise as may De QSD required and certify. BMP ExhibiUErosion Control ~gency/Contractor's Contractor's QSD to revise as may be re- Plan Drawing(s) QSD ~uired and certify Storm WaterPollution Contractor's QSD SWPPP finalized and certified by Contrac- Prevention Plan (SWPPP) ~or's QSD. Contractor's QSD Contractor's 0SD to prepare PRD. Notice of Intent (NOi) filing VAgency Agency to review, execute and submit ~oSMARTS. Annual Fee Agency With NOi. Annual Reports Contractor's QSD Submit to Agency for transmittal to SMARTS. Signed Certification Statement Contractor's QSD Submitted with Final SWPPP. The Contractor and/or Contractor's QSD shall certify all Construction General Permit (GCP) doc- uments submitted to the Engineer with the following certification statement: "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." The above statement must be followed by: the person's printed name, title, certification agency name, certification stamp and/or number, signature and signature date. In accordance with the Construction General Permit, before project commencement, and until final acceptance of the Work, by the Engineer, the Contractor shall provide all measures necessary to avoid erosion and adverse drainage conditions, in conformance with the requirements of the Na- tional Pollutant Discharge Elimination System (NPDES) Number CAS000002 [State Water Re- sources Control Board Order Number 2009-0009-DWO ("General Permit tor Storm Water Dis- charges Associated with Construction and Land Disturbance Activities")], which can befound on the Internet at: http://www. waterboards.ca.gov/waterissues/prog rams/stormwater/constpermits. shtml ,, • ., Revised 11/24/10 Contract No. 5020-A Page 102 of 154 The Contractor's QSP shall ensure that all BMPs required by the CCP and noted in the Project's SWPPP are implemented, all non-storm water and storm water visual observations are com- pleted and all sampling and analysis is performed, including non-visible pollutant monitoring. The Contractor's QSP shall also be responsible for overseeing any site grading operations and evaluat- ing the effectiveness of the BMPs. The Contractor's QSP shall at a minimum maintain the following records and logs: Daily inspection log and reports Printed or electronic version of NOAA weather forecast for each workday Rain gauge log Inspection forms Photographs, of the project site and the BMPs, taken during required inspections per- formed before, during, and after storm events Water quality test results for any non-visible pollutant testing and any required storm water discharge sampling Rain Event Action Plans (REAPs) Additional records and logs as required by the GCP The Contractor's QSP shall modify the BMPs as necessary to keep the site in compliance, oversee maintenance of the project's BMPs, and notify the Contractor's QSD to prepare amendments to the SWPPP, as needed. Risk Level 2-Monitoring and Reporting Summary: The Contractor's QSP, orQSP delegate overseen bythe Contractor's QSP, shall be responsible for in- specting the BMPs and complying with all monitoring and reporting requirements of the GCP for Level 2 Traditional Projects as summarized below: Visual Inspections Sample Collection Pre-Storm Event Re-Quarterly Non Baseline REAP Daily Post Storm Water Dis-ceiv-Risk Level Storm Water Dis-Storm Storm ing charge charge BMP Wa- 2 X x' X X X The Contractor shall not violate any discharge prohibitions as described in the Construction General Permit Attachment D, Section A, as applicable. Risk Level 2 dischargers are subject to a pH NAL of 6.5 -8.5, and turbidity NAL of 250 NTU. The Contractor shall comply with all Good Housekeeping, Non-Storm Water Management, Erosion Control, Sediment Control, Run-on and Run-off Control requirements identified within Attachment D, Sections 8th rough F of the GCP. The Contractor shall comply all Inspection, Maintenance and Repair requirements identified within Attachment D, 5eCtlOFI B of the GCP. Risk Level 2 Discharges shall perform weekly inspections and observations, and at least once each 24-hour period during extended storm events. Identified BMP failures or shortcomings shall becnrrected within 72 hours of identification. An SWBor RWBcompli- ant inspection checklist shall be completed and maintained on site for each inspection. " • ., Revised 11/24/10 Contract No. 5020-A Page 103 of 154 The Contractor shall comply with all Rain Event Action Plan (REAP) requirements identified within Attachment D, Section Hof the GCP. An REAP shall be developed 48 hours prior to any likely precipitation event. A likely precipitation event is any weather pattern that is forecast to have a 50% or greater probability of producing precipitation in the project area. The Contractor shall develop and implement a Construction Site Monitoring Program (CSMP) as required by Appendix D, Section I of the GCP. The CSMP shall be prepared by the Contractor's QSD and made a part of the SWPPP. Any non-compliance reporting shall be the initial responsibility of the Contractor's QSP for the Project and must be reported to the Contractor's QSD and the Engineer immediately and no later than 24 hours after being identified. Notice of Termination (NOT): The Contractor's QSD shall submit a Notice of Termination (NOT) to the Engineer and shall prepare a report to satisfy all the requirements in the CGP to terminate coverage via the SWRCB SMART system as noted in the SWPPP's BMP exhibits for final stabilization, the City's Storm Wa- ter Management Plan, Section XI 11 of the CCP, and Attachment A, Section C of the GCP. The Con- tractor's QSD shall prepare the Notice of Termination for execution by the City's LRP. Include sum- mary of the site's stabilization status and digital photographs of the project site. The NOT infor- mation and report shall be provided to the Engineer within 30 days of the Project Acceptance Date established by the Engineer. Annual Report: As part of the implementation of the Storm Water Pollution Prevention Plan (SWPPP), the Con-""' tractor's QSD shall: ........,, (a) Prepare, certify and submit for acceptance to the Engineer by July 15th of each year or within 30 days of the Completion Date whichever is sooner, the required Annual Report in accordance with the CGP Special Provisions and annual reporting requirements of the CGP. Preparation of the documen- tation necessary for the Agency to submit the Annual Report is the primary responsibility of the Con- tractor's OSD in conjunction with the Con-tractor's QSP listed in the SW PPP. All Annual Report doc- umentation shall be provided by the Contractor's QSD to the Engineer for the prior reporting year (July 1st through June 30th as applicable). Additional annual reporting requirements related to comple- tion of sampling and monitoring activities are de-scribed within Section 16 of the CGP and within Attachment A, Section M; (b) Report all numeric effluent limit violations, numeric action level exceedances, or any other CCP vio- lations to the Engineer no later than 24 hours after the violation is identified. RefertoAttachment D, Section A for Risk Level 2Traditional Projects and to Attachment A, Section Ffor LUP projects. (c) Amend the SWPPP, as needed, including revising coverage for change of acreage. The Con- tractor shall sign and date all amendments, attach them directly to the SWPPP, and submit copies of all amendments to the Engineer. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 104 of 154 Key SWPPP Implementation Tasks by Responsible Person SWPPP Item Responsible Person Notes NOi Preparation and Contractor's OSD Submitted as part of Project Completion certification ~asks. NOT Submittal via SMARTS Engineer No Iater man ~u aays atter project K:ompletion. Annual Report preparation Contractor's QSD By July 15" for prior year period of Uul 1st through June 30". P.nnuaI KeportsuommaI via Engineer No later than September 1 ' SMARTS At least one copy of the final SWPPP shall be kept at the construction site and accessible to the Engineer. Contractor shall provide one electronic and one hard copy of the SW PPP to the Engineer. Guidance on the preparation of the SWPPP is available in the "Construction Handbook (most recent edition)" published by the California Storm Water Quality Association (CASOA) that can be down- loaded from the CASQA web site at: http://www. cabmphandbooks. com The Contractor is responsible for payment of any fees to download the most recent versions of the CASOA Construction Handbook. The Contractor shall make every effort to comply with the provisions of this subsection. However, should the Contractor violate any of the provisions of this subsection, or if pollution occurs in the work area for any reason, the Contractor shall immediately notify the Engineer. In addition the Contractor shall, within 24 hours, submit a written report to the Engineer describing the incident and corrective actions taken. If pollution, for whatever reason, is detected by the Engineer before notification by the Contractor, the required written report shall also include any explanation of why the Contractor had not notified the Engineer. The Engineer may make any further corrective actions, as deemed necessary, for abatement of water pollution if the Contractor has violated any of the provisions of this subsection. The Contractor shall be responsible for all costs incurred for the corrective actions. Failure to comply with the require- ments of this subsection may result in the suspension of work to which the Agency will not be re- sponsible per Section 6-3. Failure may also result in significant fines and possible imprisonment. The Agency's Municipal Code allows for administrative, misdemeanor penalties, infractions, and civil actions for non-compliance, and enforcement actions that include stop work orders. The Fed- eral Clean Water Act provides significant penalties for any person who violates a CGP condition or any permit condition or limitation. Any person who violates any permit condition of the CCP is subject to a civil penalty not to exceed $37,500 per calendar day of such violation. The State's Porter-Cologne Water Quality Control Act also provides for civil and criminal penalties, which in some cases are greater than those underthe Federal Clean Water Act. The Contractor shall reimburse the Agency tor any fines assessed against and paid by the Agency that result from the Contractor's failure to comply with these specifications. Reference is made to Section 9-3.2 regarding Partial and Final Payments. The Engineer may at its sole discretion withhold additional retention, in excess of the amount stipulated within Section 9-3.2, from partial payments issued to the Contractor as may be necessary to pay any fines or civil penalties that may result from the Contractor's failure to comply with the requirements of the GCP. ft '\J Revised 11/24/10 Contract No. 5020-A Page 105 of 154 Compliance with the requirements of this subsection shall in no way relieve the Contractor from its responsibility to comply with other provisions of the Contract, in particular its responsibility for repair of damage and for preservation of property. The Contractor shall mark with a stencil, concrete stamp, or ceramic tile every new or replaced storm drain inlet within the Project boundaries to indicate that no dumping is allowed in storm drainage facilities that discharge to the ocean, river or creek. The stencil or tiles are available from the Engineer, with five (5) working days advance notice. On curb inlets, the stencil shall be placed at the curb line on the inlet roof, the stamp should be placed on the inlet roof or in the sidewalk behind the inlet, and the tile shall be affixed to the gutter with pavement-marker adhesive or inset in the concrete in the center of the inlet opening. On catch basins, the stencil, stamp, and tile shall be placed or imprinted next to the inlet grate. Extra concrete may be required next to the grate to accommodate the stencil, stamp, or tile dimensions. If an unmitigated, or unauthorized discharge leaves the construction site, the Contractor shall immediately stop all the activity causing the discharge and mitigate the discharge. The Contractor shall also immediately notify the Engineer of the discharge. As soon as practical, any and all waste material, sediment, debris or other pollution from any discharge shall be removed from the drainage system by the Contractor. Any remedial actions will be the sole responsibility of the Contractor. 7-8.6.2 Best Management Practices (BMPs) Referenced BMPs shall comply with the plans and specifications, the "CASOA's Construction BMP Handbook", The City's Storm Water Management Plan for this project and Volume 4 of the City of Carlsbad's Engineering Standards. Prior to any land disturbance activities, the Contractor's QSD shall educate all employees, subcon- tractors, and suppliers about storm water pollution prevention and mitigation measures needed during various construction activities to prevent the impacts originating from construction discharges. The Contractor's QSD shall ensure that all personnel are trained in basic urban runoff management. A list of training attendees and copies of the educational materials shall be incorporated into the SWPPP and submitted to the Engineer as part of the first progress payment request. The Contractor shall protect with BMPs, such as gravel bags and filter fabric, all new and existing storm water conveyance system structures and other facilities from sedimentation or other related construction debris and discharges, or by any other equal product that is approved by the Engineer. All BMP amendments shall be included in the SWPPP and shown on the erosion control plan, or BMP exhibit. The Contractor shall conduct and schedule land disturbance operations, such as demolition, clearing, and grading, to minimize or avoid rain fall induced erosion and sediment discharges that result in muddying and sitting of paved streets, channels, storm drains, and water bodies. Any modifications to the phasing of construction activities shall be shown on the erosion control plan. Water pollution con- trol activities shall also consist of implementing good housekeeping pollution control measures to re- duce the discharge of pollutants from construction sites to the Maximum extent practicable. Such features as drainage gutters, check dams, silt fences, slope protection blankets, and retention basins shall be constructed concurrently with other work and atthe earliest practicable time. l'\ • ., Revised 11/24/10 Contract No. 5020-A Page 106 of 154 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 re- moved from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility 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 nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconven- ience. The access rights of the public shall be considered at all times. Unless otherwise 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 shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Ac- cess to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian cross- ings of the Work at intervals not exceeding 90m (300 feet), shall be maintained unless otherwise approved by the Engineer. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 107 of 154 Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is com- pleted, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal com- pany, Coast Waste Management at 760-929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved 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 permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief descrip- tion of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and du- rability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An exam- ple of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of ,, • ., Revised 11/24/10 Contract No. 5020-A Page 108 of 154 the contractor to meet the posted date requires re-posting the no parking signs 48 hours in ad- vance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. 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. 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 3 days after unloading. All materials or equipment not installed or used in construction within 3 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 3 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 on the same day as excavated, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The 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 ................................................................................. . 2) Carlsbad Fire Department Dispatch .............................................. . 3) Carlsbad Police Department Dispatch ........................................... . 4) Carlsbad Traffic Signals Maintenance (extension 2937) ................ . 5) Carlsbad Traffic Signals Operations .............................................. . 6) North County Transit District. ......................................................... . 7) Waste Management ...................................................................... . 8) Ambulance Service ....................................................................... . 9) Carlsbad Unified School District .................................................... . 760-602-2720 760-931-2197 760-931-2197 760-438-2980 760-602-2752 760-967-2828 760-929-9400 855-611-0056 760-331-5000 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. ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 109 of 154 The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2015, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall im- mediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be re- quired herein, the Engineer may, at his/her sole option, install the traffic signs, markings, deline- ation 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 warning 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 order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the 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 conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CAL TRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, 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 parked vehicles or equip- ment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign {'\ •f' Revised 11/24/10 Contract No. 5020-A Page 110 of 154 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 mini- mum acceptable lateral safety buffer distance, e.g., 1.8m (6')), nor operate equipment within 0.6m (2') from any traffic lane occupied by traffic. For equipment the minimum acceptable shy distance, e.g., 0.6m (2') shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adja- cent traffic lane or provide barriers. During the entire construction, a minimum of one paved traffic lane shall be open for use by public traffic in each direction of travel. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2015, as amended for use in Califor- nia) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the Cal- ifornia Manual on Uniform Traffic Control Devices (FHWA MUTCD 2015, as amended for use in California published by CAL TRANS. Whenever the work causes obliteration of pavement deline- ation, 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 align- ment of the temporary pavement delineation shall be removed by grinding. ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 111 of 154 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 permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When 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 conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day re- view period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP sub- mittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supple- ments and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2015, as amended for use in Califor- nia as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modi- fications, supplements, and/or new designs to TCP. The Engineer may approve any such modifi- cations, 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 profes- sional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are ap- proved 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. Sub- mittal 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 ,, •+' Revised 11 /24/1 O Contract No. 5020-A Page 112 of 154 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 performed and no additional payment will be made therefore. Pro- gress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the 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 otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the 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. ,, • ., Revised 11 /24/ 1 O Contract No. 5020-A Page 113 of 154 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 The Contractor's submittal shall include the names of its personnel, including subcontractor per- sonnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required 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 Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringe- ment of patents. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 114 of 154 7-12 ADVERTISING. The names, addresses and specialties of contractors, subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and 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 observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from 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 11/24/10 Contract No. 5020-A Page 115 of 154 SECTION 8 -FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. All facilities provided for Agency personnel shall be at suitable locations ap- proved by the Engineer. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. A Class "A" Field Office in accordance with Section 8-2.1 shall be provided at any offsite plant facility furnishing pipe subject to Agency inspection during manufacture. A Field Laboratory in accordance with Section 8-3.1 shall be provided at any offsite or project site plant facility furnish- ing Portland cement concrete or asphalt paving material. Any other facilities for Agency personnel shall be provided only when required by the Specifications. Offices and laboratories at plants may be used concurrently by inspection personnel of other agencies provided such use does not seriously conflict with Agency use. When facilities are shared in this manner, at least one locker provided with a hasp for a padlock must be available for the exclusive use of Agency inspectors. Otherwise any facilities furnished are for the exclusive use of Agency personnel. All facilities shall conform to the applicable codes, ordinances, and regulations of the local juris- diction and of the State of California, and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. The Contractor shall provide janitorial and other maintenance services in all types of facilities provided. Such services shall include the supply of the appropriate paper products and dispens-~ ers. Trash receptacles shall be provided and emptied by the Contractor at weekly intervals or -· sooner as required. The trash shall be removed from the project site. All costs to furnish, maintain, service, and remove the specified facilities at the project site shall be included in the price bid for such facilities. If no bid item is provided in the proposal, costs shall be included in other items for which bids are entered. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. 8-2.1 Class "A" Field Office. Contractor shall furnish the Engineer a "Class A" Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals that the Engineer may designate. The field office shall be a separate structure from any other office facility. The Con- tractor shall maintain the field office throughout the entire duration of the contract unless the Engineer shall otherwise direct. This office shall have a minimum floor space of 600 ft2. All doors and win- dows shall be provided with screens. Furniture shall be provided as follows: one plan table, one standard 5 feet long double-pedestal desk with a drawer suitable for holding files, two chairs, one drafting stool, and one plan rack. Electric power shall be provided to include a minimum of four duplex convenience outlets. The office shall be illuminated at the tables and desk. An outdoor lighting fixture with a 300-watt bulb ~ shall be installed. ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 116 of 154 Heating and air conditioning of sufficient capacity shall be provided at no expense to the Agency. The Contractor shall provide drinking water within the office and integral sanitary facilities directly adjoining. Sanitary facilities shall include a toilet and wash basin with hot and cold running water. Extended area, non-coin-operated telephone service shall be provided within the office area. The installation shall include sufficient extension cord to serve the plan table and desk. Additionally the "Class A" Field Office shall be provided with: one (1) additional standard 5' double pedestal desk with two chairs, one ( 1) electrostatic copier and supplies, copier shall be Xerox Model Document Centre 545, or equal, one (1) FAX machine, Canon Model Faxphone B640 Bubble Jet Facsimile, or equal, one (1) refrigerator, one (1) microwave oven, and one (1) additional plan rack shall be provided. Water cooler to have hot and chilled water. The integral sanitary facilities may be separate enclosed toilets per Section 7-8.4. Furnishings are subject to agency approval. The field office shall be located at a site satisfactory to the Engineer and within or immediately adjacent to the limits of work. Access and three parking spaces for the exclusive use of the Engineer and his/her designees that are convenient and satisfactory to the Engineer shall be provided by the Contractor. The field office shall have a 24" by 36" sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Engineer. CITY OF CARLSBAD ENGINEERING INSPECTION 8-2.2 Class "B" Field Office. This office shall be the same as class "A" except that integrated sanitary facilities and air conditioning are not required. A chemical toilet facility shall be provided adjacent to the office. 8-2.3 Class "C" Field Office. The office shall be of suitable proportions with 120 ft2 of floor area. It shall be equipped with one 3 by 5 foot table, four chairs and one plan rack. It shall be adequately heated, ventilated, and lighted and two duplex convenience outlets shall be provided. Air conditioning, telephones, and sanitary facilities are not required. " • ., Revised 11/24/10 Contract No. 5020-A Page 117 of 154 8-3 FIELD LABORATORIES. 8-3.1 Offsite at Manufacturing Plant. Field laboratories shall conform to the requirements for a Class "C" Field Office specified in Section 8-2.3 except for the following: 1. Telephone service per Section 8-2.1. 2. Chair. 3. Work table, 4 by 10 feet, 3 feet high. 4. Sieves per Section 203-6. 5. Scales and weights. 6. Burner plate for heating supplies. 7. Thermometer, with 90 to 260°C (200 to 400°F) degree range (Asphalt Plants only). 8. Air meter for all concrete in accordance with ASTM C 231 of the type that indicates percent- age of air directly (Precast Concrete Plants only). All sampling and testing equipment shall be maintained in satisfactory operating condition by Contractor or plant owner. Laboratories shall be located immediately adjacent to and with full view of batching and loading operations. 8-3.2 At Project Site. Field laboratories shall be in accordance with Section 8-3.1, except that sieves, scales, weights, burner plates, sampling devices, pans, and thermometers will be fur- nished by the Agency at no expense to the Contractor. If air entraining agents are being used in the Concrete on the project, an air meter of the type described _in Section 8-3.1 shall be furnished by the Contractor. 8-4 BATHHOUSE FACILITIES. When the Plans or Specifications require bathhouse facilities, the following shall be provided: 1. One lavatory with hot and cold water. 2. One toilet in a stall. 3. One 1 m (3 feet) trough-type urinal. 4. One enclosed shower at least 3 by 3 feet with hot and cold water. 5. One bench, 2 m (6 feet) long. 6. Soap dispensers. 7. Toilet paper holders. 8. Paper towel cabinet. 9. Wastepaper receptacle. These facilities shall be serviced and provided with necessary sanitary supplies. These facilities shall be for the exclusive use of Agency personnel. However, a separate building need not be provided for this purpose if such facilities are located in a separate room in a building which includes other facilities. 8-5 REMOVAL OF FACILITIES. Field offices, laboratories, and bathhouse facilities at the project site shall be removed upon completion of the Work. Buildings and equipment furnished by the Contractor at the project site under the provisions of this section are the property of the Con- tractor. 8-6 BASIS OF PAYMENT. All costs incurred in furnishing, maintaining, servicing, and remov-~ ing field offices laboratories, or bathhouse facilities required at the project site shall be included ._,. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 118 of 154 in the bid item for furnishing such facilities. If such facilities are required by the Plans or Specifi- cations and no bid item is provided in the proposal, the costs shall be included in other items for which bids are entered. Such costs incurred in connection with offices and laboratories at plants shall be borne by the plant owners. Payment for field office will be made at the monthly price bid and will include full compensation for installing and removing the field office, relocating it as may be necessary to facilitate the project, obtaining all permits, property rental, providing utilities including, but not limited to, high speed internet service, electrical, telephone, potable water and sanitary facil- ities, and maintenance. The monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Engineer and on the project excepting when the Engineer has ordered that the field office be re- moved from the project. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 119 of 154 SECTION 9 -MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from 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 otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular 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 furnish 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 determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in 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. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed ~ for disposing of rejected or excess material. ~-.,., • ., Revised 11/24/10 Contract No. 5020-A Page 120 of 154 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 otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of 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 properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt {' •+;' Revised 11/24/10 Contract No. 5020-A Page 121 of 154 of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engi- neer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If pay- ment 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 determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Esti- mate. 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 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. · ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 122 of 154 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 Condi- tions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Re- port, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or 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 limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization, Demobilization and Compliance with the General Conditions. The Con- tract lump-sum price paid for mobilization shall not exceed twelve thousand dollars ($12,000.00), and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, util- ities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various Contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization, Demobilization and Compliance with the General Con- ditions, as described in this section, and that the Contractor shall have no right to additional com- pensation for Mobilization, Demobilization and Compliance with the General Conditions. Progress payments for Mobilization, Demobilization and Compliance with the General conditions will be made as follows: ,, • ., Revised 11/24/10 Contract No. 5020-A Page 123 of 154 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 forty percent (40%) of the amount bid for mobilization and preparatory work will be allowed therefor. The final payment (20%) will be due upon completion of the project. 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. Mobilization, Demobilization and Compliance with the General Conditions {Bid Item No. 1) Lump Sum The contract lump-sum price paid for this bid item shall be in accordance with Section 9-3.4, "Mobilization," of these special provisions. Storm Water Pollution Control and Erosion Control {Bid Item No. 2) Lump Sum The contract lump sum price for this bid item shall constitute full compensation to meet storm water requirements with best management practices (BMPs) and erosion control measures as outlined in the City BMP Manual for Construction Activities (2016 Edition), and providing a con- struction Storm Water Pollution Prevention Plan. This item includes, but is not limited to, imple- mentation, maintenance, management and compliance of erosion control activities for the work .~ described in the plans and contract documents, and the Contractor's phasing, staging, and stock- pile plans. Traffic Control {Bid Item No. 3) Lump Sum The contract lump sum price for this bid item shall constitute full compensation for all traffic control in accordance with the plans and contract documents. This includes, but is not limited to, imple- menting traffic control, signing, striping, flagging operations, arrow boards, resident notification letters, door hanger, installation, maintenance, and removal of cones, delineators, advanced warning signs, barricades, K-rail, flagmen, temporary traffic stripe application and sandblasted removal, traffic rerouting and "NO PARKING" signs. Traffic control shall be phased in accordance with the plans. All traffic and safety measures are the responsibility of the Contractor. Removal and Replacement of Existing Pavement {Bid Item No. 4) Lump Sum The contract unit price paid for this item shall constitute full compensation to saw cut, remove and replace the existing pavement full depth within the excavation footprint. Additionally, this item shall include payment to cold-mill 2-inches of existing pavement and 2-inches of pavement replace- ment, 10 feet uphill and downhill of limits of excavation and out to centerline of the street if exca- vation limit is westerly of the street centerline; also cold-mill 2-inches of existing pavement and 2- inches of pavement replacement to the easterly curb if excavation limits are east of centerline. Any road striping removed or damaged shall be replaced as part of this item. Contractor is re- sponsible to properly dispose of the removed pavement and any other debris generated during pavement removal and replacement operations. All in accordance with the plans and contract documents. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 124 of 154 Provide Excavation Safety Measures (Bid Item No. 5) Lump Sum The contract unit price paid for this item shall constitute full compensation to provide excavation safety measures for any and all excavations for this project in accordance with the plans and contract documents. Any trench/shoring/trench box shall be designed by a California PE. Excavation of Existing Vault, Stockpiling, Backfilling and Compaction of Excavated Mate- rials (Bid Item No. 6) Lump Sum The contract unit price paid for this item shall constitute full compensation to excavate the existing vault, transport and stockpile the excavated materials until required for backfilling and compaction around the new vault in accordance with the plans and contract documents. The Contractor is responsible for acquiring an acceptable storage location for the material. Storage of the excavated material will not be allowed on the street. Trench plates and all preparation to install and maintain trench plates shall be included in this item as well. Demolition of Existing Vault (Bid Item No. 7) Lump Sum The contract unit price paid for this item shall constitute full compensation to remove the existing concrete vault, manhole riser, thrust blocks, electrical conduit and wiring, vent piping connections; and removal of manhole ring and cover, fans, lights, outlets, switches, ladder, sump pump and discharge piping in accordance with the plans and contract documents. This includes, but is not limited to, sawcutting and concrete & rebar disposal and proper disposal of all items not slated for re-use. Construct New Vault and Replace Pressure Reducing Station Equipment (Bid Item No. 8) Lump Sum The contract unit price paid for this item shall constitute full compensation to construct a new cast- in place concrete vault, thrust blocks, manhole riser, and protection of existing piping; and instal- lation of all new equipment and piping for the Pressure reducing station including, but not limited to, mainline piping and valving and fittings, gauges, electrical conduit and wiring, fans, lights, switches, discharge piping for sump pump and re-installation of sump pump, ladder, manhole cover and ring for a complete and operable facility in place and in accordance with the plans and contract documents. Remove and Dispose of Asbestos Concrete Pipe (Bid Item No. 9) Unit Price per Linear Foot The contract unit price paid for this item shall constitute full compensation to remove the existing asbestos concrete pipe (ACP) to the nearest joint on both the influent and effluent of the vault. It is estimated that the joints will be within 13 feet of the vault and that up to 26 feet of ACP will be removed and replaced with PVC per CMWD standards. This includes the appropriate handling and disposal of ACP in accordance with the plans and contract documents. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 125 of 154 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 -ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200- 1.2.2(B). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to fur- nish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200- 1.2.2(B). ~ Sieve Sizes 50-mm (2") 37.5-mm (1 ½") 19-mm e/4") 12.5-mm (1'2") 9.5-mm fJ/s") 4.75-mm (No. 4) 2.36-mm (No. 8) 75-µm (no. 200) Sieve Sizes 25-mm (1") 19-mm ('J//) 9.5-mm <3/s") 4. 75-mm (No. 4 2.36-mm (No. 8 600-µm (No. 30 300-µm (No. 50 75-um (no. 200) " • .,. Revised 11/24/10 TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Percentage Passing Type A --- --- 100 95-100 70-100 0-55 0-10 0-3 TABLE 200-1.2.2(8) CLASS 2 PERMEABLE MATERIAL Type B 100 95-100 50-100 --- 15-55 0-25 0-5 0-3 Percentage Passing 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 Contract No. 5020-A Page 126 of 154 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Cal- trans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2. 7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from or- ganic matter and other deleterious substances, and shall be of such nature that it can be com- pacted readily under watering and rolling to form a firm, stable base. Aggregate may include ma- terial processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing Sieve Sizes 2" 11/2'' 1" 3/4" No. 4 No.30 No.200 11/'l,_'' Maximum Operating Range 100 90-100 50-85 25-45 10-25 2-9 3/4'' Maximum Operating Range 100 90-100 35-60 10-30 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 Dura- bility Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the En- gineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 127 of 154 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 conform- ance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.3 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.3 (A) Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grad- ing 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 con- crete shall be class O2-PG?0-10 for dikes and class E-PG?0-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant 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 accord- ance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability using: a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values or b. Marshall Stability1 in accordance with the Asphalt lnstitute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. 1Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 128 of 154 203-6.8 Asphalt Concrete Storage. Add the following: Open graded or Gap graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203-11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be Gap Graded class ARHM-GG-C. 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 designa- tions C 361-95 and C 443-94. Pipe designated in the plans as "pressure pipe" or with a 100-year hydraulic grade line at or above the soffit shall be bell and groove spigot joint with "O" rings conforming to ASTM C-443 and C- 361 for the limits shown on the plans. 207-9 IRON PIPE AND FITTINGS 207-9.2.2 Pipe Joints. Unless otherwise shown on the Plans, all joints shall be the push-on type joint. Joints and accessories shall conform to the requirements and dimensions specified in ANSI A21.11, AWWA C111. Rubber gasket material shall conform to 208-1.2 and AWWA C111 and ANSI A21.11-90. 207-9.2.3 Fittings. Add the following: Ductile iron pipe and fittings shall be manufactured in accordance with ANSI 21.50, AWWA C150 and ANSI 21.51, AWWA C151, and shall be of the size and thickness classes shown on the Plans. Unless otherwise specified, size 4-inches through 6-inches DIP shall be thickness Class 52, while size 8-inches and larger shall be thick- ness Class 50. 207-9.2.4 Lining and Coating. Replace with the following: Unless otherwise specified, all iron pipe and fittings shall be lined with double thickness, cement motor lining with cement conforming to ASTM C150 Type 11, AWWA C104/A21.4.90 and outside coating of bituminous coating a mini- mum of 2 mils. thick in accordance with AWWA C151 or C100. 207-10 STEEL PIPE Add the following: 207-10.1 General Fabricated Steel Pipe and Fittings shall conform in all respects to Carlsbad Municipal Water District Rules and Regulations for Construction of (Potable or Reclaimed) Water Mains, latest edition. ,, •~ Revised 11/24/10 Contract No. 5020-A Page 129 of 154 207-10.1.2 Submittals. The Contractor shall furnish submittals in accordance with Section 2-5.3, Submittals Shop Drawings. Submittals are required for the following: Layout Drawings Mill Reports or Plant Test Reports Dimensional Checks Shop Drawings Manufacturer's tests Fabrication Details Protective Coatings Welding Procedures/Certification for Field Welding Shop Drawings shall be submitted and approved prior to manufacture of pipe. 207-10.1.3 Quality Assurance. Field welders shall be certified under Section IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA C206, Section 3. Welders shall submit a copy of their certification to the District prior to performing any field welding. Certi- fications shall be dated within three (3) years of the job to be performed. The top of all pipe and specials shall be clearly identified by marking the top with "T.O.P." for easy identifications in the field. Plainly mark each length of pipe at the bell end to identify the proper location of the pipe item by reference to the layout schedule. 207-10.1.4 Protective Coatings and Linings. All steel pipe and fittings exposed within a vault or above ground shall be cement-mortar lined in accordance with AWWA C205 and C602 and painted in accordance with CMWD Approved Materials List. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, C214 and C602 unless otherwise specified on the Drawings. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Mark- ing Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). ,, •ff Revised 11/24/10 Contract No. 5020-A Page 130 of 154 TABLE 207-25.1 (A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Method Value Thickness ASTM D2103 0114 mm (0.0056") Tensile strength ASTM D882 4500q/cm (25 lbs/inch) (5,500 PSI) Elongation ASTM D882-88 <50 percent at break Printability ASTM D2578 >50 dynes/square centimeter Flexibility ASTM D671-81 Pliable hand Inks Manufacturing specifications Heat-set Mylex Messaqe repeat Manufacturing specifications Every 500 mm(20") Foil Manufacturing specifications Dead soft/annealed Top layer Manufacturing specifications Virqin PET Bottom layer Manufacturinq specifications Virqin LOPE Adhesives Manufacturinq specifications >30 percent, solid 1.5#/R Bond strength Boilinq H20 at 100 deqrees Celsius Five hours without peel Colors APWACode See Table 207-25.1 (B) TABLE 207-25.1{8) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Utility Marked Red Electric power, distribution, transmission, and municipal electric systems. Yellow Gas and oil distribution and transmission, dangerous materials, product and steam. Orange Telephone and telegraph systems, police and fire communications, and cable televi- sion. 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 Dam- age to Pipelines. Adopted June 7, 197 4. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid pe- troleum pipelines -APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Spec- ification for Mechanical and Electrical Equipment -PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, Na- tional Electrical Safety Code for Underground Construction for remote and immediate hazards. " • ., Revised 11/24/10 Contract No. 5020-A Page 131 of 154 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 contam- inated 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: Asphalt pavement, concrete, rebar and excess excavated materials shall be removed and properly disposed of offsite at an JIIIIIII\ appropriate disposal site. Whether or not such items are shown on the plans they shall be re-..._,; moved as a part of the demolition for the work. 300-1.4 Payment. Modify as follows: Payment for removal and disposal of the items mentioned in 300-1.3 shall be included in the bid items they pertain to. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for the individual bid items they pertain to. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. Add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal of unsuitable soil, salvaging clean ex- cavated material and filling areas to the required grades and cross section. Unclassified excava- tion shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm ( 1 ') of the sub- grade in the roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 132 of 154 300-2.2.1 General. Add the following: Alluvial and colluvial removal and recompaction shall con- sist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed by the Contractor until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompaction. The excavated material shall be placed and compacted in accordance with section 300-4 of the specifications except that section 300-4.9, Measurement and Payment, shall not apply. 300-2.2.1 General. Add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuit- able soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accord- ance 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 exca- vated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 300-2.5 Slopes. Add the following: The hinge points (the top and bottom) of slopes shall be lo- cated within 75 mm (0.25') of the locations shown on the plans. 300-2.5 Slopes. Add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material. Add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.8 Measurement. Delete the second paragraph relating to materials removed from stock- piles 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 {'\ • ., Revised 11 /24/ 1 0 Contract No. 5020-A Page 133 of 154 considered. Materials excavated or otherwise 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 stock- piles and add the following: Unclassified Excavation shall be measured based on the volume it occupies in its original position before excavating. The measurement shall be from the original ground contours after clearing and grubbing and the bottom of areas of excavation to the design elevations shown on the plans or actual ground contours existing in borrow sites after excavation. No excavated material which is re-excavated will be measured for payment. Materials excavated or otherwise removed as all or part of any other bid item shall not be measured as Unclassified Excavation. The measurement of work performed under sections 300-2.2.1 and 300-2.2.2, 300- 2.2.3 and 300-2.2.4 when the Engineer determines that the soils are unsuitable shall be the actual labor, materials and equipment used to accomplish the work as per section 3-3 EXTRA WORK of the specifications. 300-2.9 Payment. Add the following: Payment for work performed under sections 300-2.2.1, 300-2.2.2, 300-2.2.3 and 300-2.2.4, when the Engineer determines that the soils are unsuitable, shall be made for the actual labor, materials and equipment used to accomplish the work as per section 3-3 EXTRA WORK of the specifications. 300-2.9 Payment. Substitute the following: Payment for Unclassified Excavation will be made as part of the lump sum bid item that it is required for. No excavated material which is re-excavated will be paid for. Due to the short project duration any excavated material will be estimated for progress payment purposes based upon the Contractor's breakdown of bid item prices. A local spoil or stockpile site (auxiliary site) has not been identified. The Contractor is responsible ~ to locate a suitable site for storing excavated materials until they are to be used as compacted ~ backfill around the vault. Compensation for permanent stockpiling of material shall be included in the bid item cost associated with that work. No separate or additional payment will be made for depositing, removing, performing erosion control for, maintaining or repairing the stockpile will be made. Shaping the stockpile to final grades and in accordance with the requirements herein and as shown on the plans shall be included in the payment for the bid item associated with that work. Payment for Unclassified Excavation shall include costs of surveying, staking, preparation of earthwork quantity reports, placement, compaction, soil remediation, moisture adjustment and water therefore, rework of compressible soils, slope rounding, grading, stockpiling, access road, temporary detour roads, earthen swales and drainage channels as shown on the drawings or required by the contract documents. Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1 ') of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. Add the following: The Contractor shall excavate to the lines and levels required to remove the existing vault structure. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from all debris or foreign matter. Excava-,, • ., Revised 11/24/10 Contract No. 5020-A Page 134 of 154 tions shall be kept free from water at all times. The Contractor shall remove any unsuitable mate- rial encountered below grade as directed by the Engineer. 300-3.6 Payment. Add the following: Dewatering shall be paid for as an incidental to (structure excavation and backfill. and no additional compensation will be made therefore. Except for un- suitable materials removed as part of the excavation bid item. 300-4 UNCLASSIFIED FILL 300-4.2 Preparation of Fill Areas. Add the following: Except as provided in section 300-4.7, "Compaction", areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. 300-4.4 Benching. Not used. 300-4.5 Placing Materials for Fills. Add the following: The Contractor shall perform grading such that the upper 900mm (3') of fill placed in the roadway pavement area is composed of properly compacted low expansive soils. The more highly expansive soils shall be placed in the deeper fill areas and properly compacted or exported from the site. Low expansive soils are defined as those soils that have an Expansion Index of 50 or less when tested in accordance with 1994 UBC Standard 18-2 as published by the International Conference of Building Officials. Should insuffi- cient 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 900mm (3') of fill placed in the roadway. The Contractor shall break rock encountered in the excavation into particles of less than 75mm (3"). Particles with dimensions greater than 75mm (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 150mm (6") in diameter shall not be placed in the upper 900mm (3') of any fill. When there are large quantities of rock to be placed in the fill, rocks shall not be nested, but shall be spread with sufficient room between them so that intervening voids can be adequately filled with fine material to form a dense, compact mass. Oversize material which cannot be utilized for erosion mitigation or landscaping onsite shall be broken to acceptable sizes or removed from the site by the Contractor. If disposed of within the City of Carlsbad, a separate grading permit will be required for disposal of rock. 300-4.6 Application of Water. Add the following: The Contractor shall place all fill soil at a mois- ture content no less than one (1) percent below optimum moisture as determined by ASTM test D-1557-91. 300-4.7 Compaction. Add the following: The Contractor shall compact all fill soils placed within the top 1 m (3') of roadway subgrade to a minimum of 95 percent relative compaction. On all areas to receive planting, the top 150mm (6'') shall be compacted to 85%, +2% -5%, to allow for plant growth. 300-4.8 Slopes. Add the following: Feathering of fill over the tops of slopes will not be permitted. The Contractor shall compact the faces of fill slopes with a sheep's foot roller at vertical intervals ,, •f' Revised 11/24/10 Contract No. 5020-A Page 135 of 154 no greater than 600mm (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, grad- ing, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in and incidental to Section 300-4, "Unclassified Fill" will be paid for as a part of unclas- sified excavation, and no additional payment will be made therefore. 300-5 BORROW EXCAVATION. Add the following section: 300-5.2.1 Imported Borrow Properties. The Contractor shall provide imported borrow that is clean well graded soil consisting of material conforming to all of the requirements in Table 300-5.2.1 (A) and the following requirements. Rock included in the top 1 m (3') of imported borrow shall be particles of less than 75mm (3"). Rock included below the top 1 m (3') of imported borrow shall be particles of less than 150mm (6''). Tests R-Value Expansion Index Plasticity Index TABLE 300-5.2.1 (A) IMPORTED BORROW PROPERTIES Test Method No. Calif. 301 UBC Standard 18-2 ASTM D424 Requirements 40 Min. 10 Max. 4 Max. Sieve Analysis ASTM D 422 Percent Passing 75µ (No. 200) 15 Max. 300-9 GEOTEXTILES FOR EROSION CONTROL. Not used. 300-11 STONEWORK FOR EROSION CONTROL. 300-11.4 Payment. Delete and replace as follows: Rock protection will be paid for at the lump sum contract Price Bid for rock protection, complete and in place, in accordance with the details and requirements of the plans and specifications. 300-12 ROCK SLOPE PROTECTION FABRIC. Add the following section: 300-12.1 Preparation of Subgrade. Prior to placing rock slope protection fabric the Contractor shall clear the surfaces upon or against which rock slope protection fabric is to be placed of loose or extraneous material and sharp objects that may damage the fabric during installation. Equip- ment or vehicles shall not be operated or driven directly on the rock slope protection fabric. Rock slope protection fabric damaged during placement shall be replaced or repaired by the Contractor at its expense as directed by the Engineer. Add the following section: 300-12.2 Placement. The Contractor shall place rock slope protection fabric prior to placing rock slope protection. The Contractor shall grade surfaces to be covered by rock slope protection so as to provide full support for the fabric. Rock slope protection fabric shall conform to the provisions in Section 213-2, "Geotextiles," and shall be placed by the Contractor in accordance with the details shown on the plans and as specified herein. The Contractor shall handle rock slope pro-~ ._;,I " • ., Revised 11/24/10 Contract No. 5020-A Page 136 of 154 tection fabric with care that it is not torn or stretched and place it in accordance with the manufac- turer's recommendations, these specifications and as directed by the Engineer. The Contractor shall place and fit rock slope protection fabric loosely upon or against the surface to receive the fabric so that the fabric conforms to the surface without damage when the cover material is placed. Rock slope protection fabrics shall be joined, at the option of the Contractor, either with over- lapped joints or stitched seams. When fabric is joined with overlapped joints, all adjacent borders of the fabric shall be overlapped not less than 610 mm (24"). The fabric shall be placed such that the fabric being placed shall overlap the adjacent section of fabric in the direction the cover ma- terial is being placed. When the fabric is joined by stitched seams, the fabric shall be stitched with yarn of a contrasting color. The size and composition of the yarn shall be as recommended by the fabric manufacturer. The number of stitches per 25 mm (1") of seam shall be 6 ± 1. The strength of stitched seams shall be the same as specified for the fabric, except when stitched seams are oriented up and down a slope the strength shall be a minimum of 80 percent of that specified for the fabric. Fabric damaged beyond repair, as determined by the Engineer, shall be replaced by the Contractor and no additional payment will be made therefore. Repairing damaged fabric shall consist of placing new fabric over the damaged area. The minimum fabric overlap from the edge of the damaged area shall be 1 m (3') for overlap joints. If the new fabric joints at the damaged areas are joined by stitching, the stitched joints shall conform to the requirements specified herein. Damaged fabric that is suitable for repair, as determined by the Engineer, shall be repaired by the Contractor and no additional payment will be made therefore. 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 preven- tion work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, here- after referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the "Green- book" Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construc- tion ("Handbook"), the requirements of the Permit, the requirements in the plans and these sup- plemental provisions. 300-13.1.1 SWPPP Document. Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2- 5.3.3 of these Special Provisions. Contractor will be provided the digital format for SWPPP to complete required sections. If revisions are required, as determined by the Engineer, the Con- tractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer's comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer's acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to allow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construc- tion site both during and after construction is completed under this contract. ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 137 of 154 The SWPPP shall incorporate control measures in the following categories: 1. Soil stabilization practices; 2. Sediment control practices; 3. Wind erosion control practices; and 4. Non-storm water management and waste management and disposal control practices. Specific objectives and minimum requirements for each category of control measures are con- tained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibil- ities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspection and Repair; 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Consideration Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quan- tities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit, or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised oper- ations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protec- tion Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non-compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. ,, • .,-Revised 11/24/10 Contract No. 5020-A Page 138 of 154 Add the following section: 300-13-1.2 Availability of SWPPP template. A site-specific draft document intended for use as a template for the required SWPPP document will be made available for use at the Contractor's option, at no cost to the Contractor. The document is available for review in Appendix B. The Contractor shall review the template and modify it as necessary to reflect the Contractor's opera- tions. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be consid- ered incidental to the items of work and no additional payment will be made therefore. Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and main- taining the control measures included in the SWPPP and any amendments thereto and for re- moving and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP imple- mentation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water manage- ment and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor's cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following section: 300-13.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontin- ued. The construction site inspection checklist provided in the "Handbook" shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspec- tion record to the Engineer, within two days of the inspection. ,, •ti' Revised 11/24/10 Contract No. 5020-A Page 139 of 154 During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the con- struction 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. 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 "300mm (12")". 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Con- tractor shall compact the upper 300mm (12") of subgrade beneath areas to be paved, have base ~ or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1. 7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or re- compact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 -ROADWAY SURFACING Add the following: The Contractor shall be responsible for tree trimming along the curb line as noted in Section 300-1 Clearing and Grubbing -so as to provide a clear travel way during the construction of the roadway resurfacing. The Contractor shall treat all vegetation within the limits of the paved area to be surfaced with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to surfacing the street. Allowance for the two day period shall be shown in the schedule required per section 6-1. Payment for pavement surfacing shall include tree trimming and post emergent herbicide treat- ment of the areas to be surfaced and no extra payment will be made therefore. Public Convenience and Traffic Control. The Contractor shall schedule the work so as to pre-"""" vent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash ,_,g1; ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 140 of 154 pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9400. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses within 500' of the work. Obtaining the appropriate addresses shall be the contractor's responsibility. Letters shall be as shown in bold type as follows, with the ap- propriate information specific to the work inserted at the locations indicated in the brackets and italicized. (Date) (Name of Contracto1' (Address of Contracto1' ( Contractor's License Numbe1' As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be Undergoing pavement replacement for the Pressure reduc- ing station replacement, beginning in two or three weeks. This process re- quires that your street be closed for 8 hours starting at 7:00 a.m. and continu- ing until the Contractor removes the traffic control devices. You will be noti- fied 72 hours in advance of the day your street will be closed by a brightly colored 3 ½" x 8 ½" card attached to your doorknob. You will also notice tem- porary no parking signs on your street with a specific no parking date written on it. A successful street maintenance program depends on your cooperation. Please do not drive, walk, play, skate or allow pets on the street until it is opened by the Contractor. Furthermore, please do not wash your car or tum on any sprinklers while you are waiting. If you don't plan to leave your home before 7:00 a.m. on the day your street will be surfaced, and you need to use your vehicle later in the day, please park your car on an adjacent street in your neighborhood that is not signed as a no parking zone. When walking to and from your car, remember not to walk on the newly surfaced street or you may have black residue on the bottom of your shoes. The residue may damage some surfaces, may mark surfaces that you track it on, and may be very diffi- cult to remove. (Name of Contracto1' is the Contractor that will be performing the resurfacing work for the City and you may call them at (24 hour per day attended telephone number in the 760 area code) for any questions you may have about the pro- ject. On the day your street is surfaced mail delivery may be delayed until the next day. You will not know the exact date your street will be closed until you receive the 3 ½" x 8 ½" card. If you have a moving company scheduled to come to your house within the next two weeks, please call and inform the Contractor of the date. If you have any concerns which are not addressed by the Contrac- tor, please call the City's Engineering Inspection Department at 602-2780. They will assist you in resolving the concerns. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 141 of 154 The City of Carlsbad has some of the finest streets in the county due to the concern and cooperation of citizens like you. Your cooperation is greatly ap- preciated." During operations, the Contractor's schedule for resurfacing shall be designed to provide resi- dents and business owners sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any construction in the public right-of-way that affects 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 Contractor shall deliver the notification which shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by a representative of the Con- tractor who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until ap- proved by the Engineer. For door hangers, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and du- rability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. The precut notices shall be as shown on the example provided in Appendix "A", with the day of the week circled and appropriate information specific to the work inserted at the locations indicated in the italicized font. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for Traffic Control and the Contractor will not be entitled to any additional com- pensation for printing and distributing these notices. 302-5 ASPHALT CONCRETE PAVEMENT. Add the following: 302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in section 306-1.5.1. Ramps shall be con- structed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.5 Distribution and Spreading. Modify as follows: After second sentence of sixth para- graph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30') minimum length. The paving machine shall be ,,~ • ..., operated by an operator and two full-time screed men during all paving. The Contractor shall ,, • ., Revised 11/24/10 Contract No. 5020-A Page 142 of 154 provide an on-site backup paving during all paving operations. Delete the second sentence of paragraph 7 and the subsequent subsections A. thru E. which reference windrow operations. Add the following sentence in place of the deleted sentence and subsequent subsections: The use of windrow operations shall not be allowed. 302-5.6.1 General. Modify as follows: Second paragraph, Part (2), add: Pinched joint rolling pro- cedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. Modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.8 Manholes (and other structures). Delete the first paragraph and replace with the fol- lowing: 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 survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overlay. Each appurtenance shall be located immediately after the overlay is placed and shall be thoroughly cleaned of any and all construction debris which may have entered due to the Contractor's operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carlsbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. S1. All storm sewer access co- vers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the ad- justment of these appurtenances. Raising and adjusting to grade all appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications and plans. 302-5.9 Measurement and Payment. Add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat or sand blotter. Add the following section: 302-11 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-11.1 General. Asphalt pavement Repairs and Remediation shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of existing asphalt pavement in conformance with section 300-1.3, compaction of existing subgrade in conformance with section 301-1, grading and compaction of base material in conformance with section 301-2, application of grade SS-1h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein Add the following section. 302-11.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate base/subgrade to 300 mm (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 {'\ • ., Revised 11/24/10 Contract No. 5020-A Page 143 of 154 area by outlining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut shall have two of the sides at right angles to the direction of traffic. The excavated faces of the base/subgrade shall be straight and vertical. The Contractor shall compact the upper 300mm (1 ') of subgrade to 95% relative compaction. A tack coat of SS-1 h emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m2 to 0.45 L/m2 (0.05 to 0.1 0gallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1.0') full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-AR-4000. The asphalt concrete so constructed shall have a finish sur- face 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 des- ignated to be sealed before installing hot poured rubber-asphalt joint sealant material. The sealant shall conform to the requirements of ASTM D1190. The Contractor shall dispose debris from crack cleaning outside the public way in accordance with Section 7-8.1, "Cleanup and Dust Control." The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot- melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Containers of hot-melt seal- ant shall be delivered to the job-site in unopened containers that are clearly marked with data showing the manufacturer's name, the product designation and the manufacturer's batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pave- ment. ~ 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 desig- nated and measured in the field. The Engineer will designate and mark the limits of the Full depth asphalt concrete patch and crack sealant application areas. Payment for resurfacing shall include post emergent herbicide treatment. Full compensation for conforming to the requirements of con- structing 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 300mm (1 ') thick section of existing asphalt concrete, aggregate base/subbase and basement soil as designated by the engineer, placement of asphalt concrete, compaction of sub- base and asphalt concrete, placement of SS-1 h asphalt emulsion and all other work incidental to full depth asphalt concrete patch shall be considered as included in the contract unit price bid for full depth asphalt concrete patch and no additional compensation will be allowed therefore. Full compensation for conforming to the requirements of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefore. {'\ •+' Revised 11/24/10 Contract No. 5020-A Page 144 of 154 SECTION 306 -UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1. 7 Steel Plate Bridging -With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X 100] X LANES 1000 8 PS= [ ADT + EWL +DAYS+ 10 X WEEKEND+ 5 X NIGHTS+ 20 X WEATHER+ SPEED (mph)+ SLOPE X 100] X LANES 1000 5 where: PS ADT EWL DAYS WEEKEND NIGHTS WEATHER SPEED SLOPE LANES = plate score. = average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2015 Edition = = = = = = = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2015 Edition total number of 24 hour periods during which the plates will be utilized at the site being considered. total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. total number of 24 hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15m (50') up and downstream of the position of the proposed steel plate bridging. = the number of lanes where plates will be used. ,, •ii' Revised 11/24/10 Contract No. 5020-A Page 145 of 154 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 bridg- ing shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2- 5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. Add the following section: 306-1.1.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not ex- ceed 25mm (1 ") and shall be filled with elastomeric sealant material which may, at the contractor's option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the re- quirements 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 longi- tudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50mm (2") shorter than the width of the trench bolted to the underside of each plate and located within 150mm (6'') of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300mm long by 19mm diameter (12" x ¾") steel bolts placed through the plate and driven into holes drilled 300mm (12") into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300mm (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 ....,.-/ ,, • ., Revised 11/24/10 Contract No. 5020-A Page 146 of 154 with elastomeric sealant material. At the Contractor's option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Con- tractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Add the following section: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1. 7.4(A) TABLE 306-1.1. 7 .4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width <1> Minimum Plate Thickness 0.3m 10" 13mm (½"I 0.6m 23" 19mm (¾" 0.8m 31" 22mm (7/a" 1.0m 41" 25mm (1") 1.6m 63" 32mm (1 ¼") .. (1) For spans greater than 1.6 m (5'), a structural design shall be prepared by a registered c1v1I engineer and submitted to the Engineer for review and approval in accordance with section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CAL TRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid sur- face on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CAL TRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.2.1 Bedding. All installation of, and bedding for recycled water, or potable water mains shall conform to Carlsbad Municipal Water District Rules and Regulations for the Construction of (Potable or Reclaimed) Water Mains, latest edition. 306-1.3.1 General. Add the following: The Contractor shall install detectable underground utility marking tape 230mm x 75mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements. Delete Section 306-1.3.4 and replace with the following: The Contractor shall density trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12") of the street right-of-way, compaction shall be 95 percent. " • ., Revised 11/24/10 Contract No. 5020-A Page 147 of 154 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the fol- lowing: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materi- als shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional pay- ment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1, "Temporary Resurfacing," the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-1.6 Basis of Payment for Open Trench Installation. Add the following: Payment for utilities undergrounding which includes the utility trench for CATV and SDG&E and conduit for SDG&E's electric conversion shall be made on the basis of contract lump sum price for utilities undergrounding and no other payments will be made. Cox Cable will supply and deliver conduits and fittings to be installed by the Contractor. Cox Cable will install enclosures. The Contractor will furnish and install 6.4 mm (¼") nylon pull ropes in all conduit. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless other- wise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. SECTION 313 -TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. ~ The Contractor shall use temporary reflective raised pavement markers for temporary pavement ··•""·" ,, •+' Revised 11/24/10 Contract No. 5020-A Page 148 of 154 marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special pro- visions. 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 sec- tion 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certifi- cate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certif- icate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufac- tured 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, mark- ers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is dis- covered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand-,, •if Revised 11/24/10 Contract No. 5020-A Page 149 of 154 filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 "Paint Systems" and 310 "Painting". Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the tempo- rary railing (Type K) shall be manufactured per CAL TRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end- connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660mm and shall have a 75mm (3") diameter by 9mm (3/a") thick plate welded on the upper end with a 5mm (3/16") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. The name or logo shall not be more than 100mm in height and shall be located not more than 300mm 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 tempo- rary railing (Type K) shall be installed per CAL TRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved align- ment. Each rail unit placed within 3m (1 0') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contrac- tor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2015 Edition shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. ,, •tr Revised 11/24/10 Contract No. 5020-A Page 150 of 154 Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite Ill" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CAL TRANS and that the temporary sand-filled crash cushion units meet NCH RP 350 stand- ards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cush- ions (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 4.6m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CAL TRANS Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the appli- cation as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each TSFCC array as shown in CAL TRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary chan- nelizers, temporary signing, temporary railing (Type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump- sum item for traffic control and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in apply- ing, installing, maintaining, and removing temporary traffic pavement markers, channelizers, sign- ing, 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 reflec- tors 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 relo- cation 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. 5020-A Page 151 of 154 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 6, MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 600-3 RUBBERIZED EMULSION -AGGREGATE SLURRY 600-3.2 Materials. Add the following: Aggregate for Rubberized Emulsion -Aggregate Slurry shall be Type I Slurry Aggregate. 600-3.4 Application of REAS. Add to the first paragraphs: No slurry shall be applied until the provisions of subsection 212-1.2.6, Herbicide Application, Section 302-11 Asphalt Concrete Pavement Crack Filling and Sealing, Section 312-3 Pavement Marker Removal have all been satisfied. The Contractor shall remove all existing markings, legends and striping, either permanent or tem- porary in those areas to be slurried. Removal of striping by high velocity water jet may be permit- ted when there is neither potential of the water and detritus from the high velocity water jetting to ~ damage vehicles or private property nor to flow from the street into any storm drain or water _,.,.. course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. All cracks and areas between existing curb and gutter and edge of pavement that contain weeds or plant growth of any kind shall be treated with herbicides. Herbicides shall be applied at least 2(two) working days prior to sealing of street. Allowance for the two day period shall be shown in the schedule required per section 6-1. Contractor shall remove any visible plant growth prior to placement of Herbicide. Full compensation for removal of striping and herbicide application shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work and shall be considered as included in the contract unit price bid for Rubberized Emulsion Aggregate Slurry and no additional compensation will be allowed therefore. 600-3.6 Public Convenience and Traffic Control. Modify the first line with the following: Public Convenience and traffic control shall conform to 302-4.4.4. There shall be no stockpiling of mate- rial allowed on City right-of-way. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 152 of 154 l' • ., Revised 11/24/10 APPENDIX "A" CITY OF CARLSBAD ROADWORK ABC CONTRACTORS OFFICE# (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be resurfaced with asphalt concrete over the existing roadway surface. This construction will require the closing of your street to through traffic for one day. Your street, from XYZ St. to DEF Ave. will be closed to through traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE: XX/XX/XX from 7:00A.M. to 5:00 P.M. If you don't plan to leave your home by 7:00 A.M. on the above date please park your car on an adjacent street in your neighborhood that will not be resurfaced. Streets scheduled for resurfacing can be determined by calling either the Contractor or the City of Carlsbad's Project Inspector. When walking to and from your car, remember not to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overlaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at the above phone number if you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. Contract No. 5020-A Page 153 of 154 {'\ • ., Revised 11/24/10 APPENDIX "B" Carlsbad Municipal Water District Pressure Reducing Station Standard Drawing On Following Page Contract No. 5020-A Page 154 of 154 MATERIALS LIST: (STEEL PIPE THICKNESS= t = 1/4") (j) 1 EACH PRESSURE REDUCING AND PRESSURE SUSTAINING VAL 1,£, CLA-VAL 92G-01, BCSKCY, C.I. BODY, SS TRIM, CL 125 FLANGES, EPOXY COATED INTERIOR. X101 IND/CA TOR (S_ ff MISC. UNDE:R TELEMETRY SYSTEM COMPONENT LIST) @ 1 EACH 6" PRESSURE REDUCING AND PRESSURE SUSTAINING VALVE. (SAME DESCRIP170N AS ITEM NO. 1). @ 1 EACH 6" PRESSURE RELIEF VAL\![, 50A-01 BCKOGY, C.J. BODY, 55 ffi!M, CL 125 FLANGES, EPOXY COATED INTERIOR, CRL 20-200 PSI RANGE. © 2 EACH 12" GATE VALVES, CL 125 FLANGES, WIIH HAND v.HffL @ 2 EACH B" GATE VALVES, CL 125 FLANGES, WITH HAND WHEEL @ 2 EACH 6" GATE VALVES, CL 125 FLANGES. W,11{ HAND WHEEL (J) 2 EACH 12 X 12 X a• FABRICATED 10 GA. STEEl COMBINATION Tff, B[ND, AND SPOOLS WllH THRUST COLLARS PER DRAWING, W£LDED JOINTS, CL150 FLANGES. @ 1 EACH 8X6" FABRICATED 10 GA. STEEL Tff, Cll50 FLANGES, WITH MORTAR UN/NG. @ 1 [ACH 6" FABRICA TEO 10 GA. STEEL 0/SCHARG[ LIN[ WITH BEND, CL/50 FLANGES, VITAULIC COUPLINGS. MORTAR LINED 11111H PORTION GOA TED. @) 2 EACH 12 X 8" CL/25 FLANGED RfDUC[R W/1H MORTAR LINING. @ 1 [ACH 12" CL150 FLANGED SPOOL WITH MORTAR LINING. @ 1 EACH 12" CL150 FLANGED SPOOL WITH \,1TAULIC COUPLING AND MORTAR LINING. @) 1 [ACH 8" CL/50 FLANGED SPOOL WITH MORTAR LINING. @ 1 [ACH 8" CL/50 FLANGE:D SPOOL Wtm V1TAUL/C COUPLING AND MORTAR LINING. @ J EACH smE 77 VITAUL/C COUPLINGS @ 1 EACH SUMP PUMP "LITTLE GIANT" VJ HP AU TOMA 11C, CA T./506909 GRANGERfJP6J9 @ 1 EACH 1 1 /2" PVC LINE TO OISCHARG£ 'MTT{ CHECK Y1i~YfoiPiR~°t!r1ESSION COUPLING. 1 1/2" GAL VAN/ZED JOIN EXIST. TYPE F @) 8 EACH ADJUSTAEIL[ PIP[ SUPPORT, FEE AND MASON, CATCH BASIN FIGURE 291. GALVANIZED WI fH DRAIN HOLE -MOUN TED ON RAISED CEMENT. @) 1 EACH PR£-CAST CONCRETE VAULT (PARKWAY LOADING) INCLUDING P.C.C. THRUST COLLAR WACLS. @) 1 EACH 36 X 36" HATCH, BILCO TYPE J-4AL. RUN HATCH DRAIN WBE TO DA YUGHT OR CURB. @ 1 EACH GAL VAN/ZED STffL LADDERIJ ALHAMBRA FDRY. MOD[L NO. A-3400 ll,ITH LADDER-P. @ 2 EACH 6" PVC VENT PIPES @) 2 EACH 6" PVC 90· BENDS. @ 2 EACH 6" PVCX STEEL ADAPTERS. @ 2 EACH 6" 10 GA. STEEL VENT PIPE, PRIME AND PAINT ABOVE GROUND. @ 2 EACH 6" STEEL INTAKE AIR CAP, ALHAMBRA FDRY. MODEL NO. A-2163 (GALVANIZED). @ 2 EACH CONCRETE VENT PIPE E:NCASEME:NTS. @) 1 EACH 36" DIA. PRE-CAST CONCRETE MANHOLr @ @; 1 EACH 36" DIA. CIRCULAR GALVANIZED SlfEL GRATE, ALHAMBRA FDRY. MODEL NO. A-1558-36. 1 EACH 6" FABRICATED 10 GA. STEEL DISCHARGE LINE WIIH 180' BEND, CL150 FLANGES, MORTAR LINED 1111/H PORTIONS COATED OR PRIMED AND PAINTED. @ CONCRETE THRUST BLOCKING. @ TYPE or FlmNG WILL DEPEND ON TYPE OF PIP[ MECHANICAL JOINT FITTINGS ARE NOT PREffRRED. @ 2 EACH B" SUP ON/WfLD ON FLANGES (SHIP LOOSE). @ 2 EACH 12• SUP ON/\\HD ON FLANGrS (SHIP LOOSE). @ ® ® ® @) @ @ @ ~ PRESSUR[ GUAGE AND PRESSURE TRANSDUCfR WITH FLUSH PORT PER GUAGE AND TRANSDUCER DETAIL /HIS SHEET. 12" PVC DRAIN PIPE TO STORM DRAIN. 1 [ACH DAYTON SHADED POL[ INTAKE: BLOWER AUTO RESET. MOD[L NO. GRANGtRj4C943 OR #4Y533. 1 EACH BLOWfR 17MER -INTERMA TIC j2T2501A 1 EACH SWITCH. J EACH DUPLEX ounns (42" ABOVE FLOOR). 4' FWOR[SCENT FIXTURE -Li/HON/A CA T.,OD240A-WII. 1 [ACH 6" 51..IP ON/WELD ON FLANGE WALL SLEEV£S PER WALL SLEE\/£ DH AIL THIS SHEET. 2 [ACH 8 X 6" CL 125 FLANGED REDUCER WITH MORTAR LINING. @ I EACH 2" 8LOW-Off BLOW-Off MAY NOT Bf NECESSARY DEPENDING ON PIPE PROFILE @ CEMENT GOA TING. LEA VE ON TO FIRST FLANGE. @ INSTALL HOSE BIB AT BODY PLUG LOCA nON-PS/ REL/ff VAL\/£. @ TfLEMElRY ENCLOSURE WITH FLOAT SWITCH WIRED TO 110v RELAY. A 112· 1'-31/2' N0.4 BARS 12" O.C [ACH WAY 3'-8" SECT/ONA-A SCALE 1/2" = 1' DOWNSTREAM PRESSURE ( __ HGL ZONE) '-9" C 1'-9" 1'-2' 15'-6" 29'.()' PLAN SCALE 1/2" = 1' UPTREAM PRESSURE { __ HGL ZONE) C 1'-2" 1'-2' A 12· 3'./1" GENERAL NOTES: ALL ~K SHALL CONFORM TO THE PLANS ANO SPECIFICA170NS OF 1HE CARLSBAD MUNICIPAL WA ltR DISTRICT. ALL MA TfRIALS SHALL 8£ AS SHOl+f'i OR DISTRICT APPROVED [OUALS. PIPING DIMENSIONS ARE NOl.ilNAL ALLOWANCES FOR END CAPS AND GASKETS SHALL 8[ MADE AS NEC£SSARY BY FABRICATOR. CONTRACTOR/FABRICATOR, SHALL SUBMIT SHOP DRAf'ANGS FOR APPROVAL OF ALL PIPING AND VAULTS PRIOR TO FABRICA /ION. ALL WORK SHALL BE [XECU TED IN CONFORMANC[ f'ATH APPROVED SHOP DRAf'ANGS. VAULT FLOOR SLAB, WALLS, TOP SECllON, MANHOLE: FRAM£ AND COVER SHALL Bf DESIGNED IN CONFORMANCE 'Mm AASHTO STANDARDS FOR PARKWAY WADING INCLUDING ffFECT OF RfTAINING WALL SURCHARGE. VAULT SHALL BE OF A PRfCAST 7YPE DESIGN 1111/H ALL SHOP DRAWINGS AND DETAILED VAULT DESIGN B[ING PROV/{)[[) TO THE DISTRICT, BY 1HE CONTRACTOR, FOR APPROVAL. ALL INTfRIOR PIPING, VALVES AND FIT17NGS SHALL BE, SCALED, DEGR[ASED ANO PAINTfD PER DISTRICT STANDARDS. ALL STEEL PIPE SHALL BE MORTAR LINW AND COATED PER DISffilCT STANDARDS UNLESS OTHERWISE NOTED. REINFORCING STEEl SHALL BE ON VAULT SIDE OF 1HRLJST COLLARS. ALL ACCESSORY PIPING, TIJBING. CONDUIT AND OTHER COMPONENTS SHALL 8[ PROWDED f',111{ SUITABLE MOUN17NG CUPS OR BRACKETS 'M /H ANCHOR BOLTS OF A SUITABLE TYPE CLOS£ ALL PIPE CHASES IN VAULT WALLS WITH GROUT. ALL WALL SURFACES SHALL BE nNISH[D SMOOTH AND EVEN PER SEC170N 8-1J 'SURFACE: FINISHES' OF DISTRICT STANDARDS. ASHCROFT 3-1/2"-1009 A 1/4" PRESSURE GAUGE 1•" 7/2• BRASS BUSHING 0-200 PSI DOl+NSTREAM 0-300 PSI UPSTREAM PIPING PE:R PLAN NOTE: PRESSURE TRANSDUCERS TO 1/4" GAUGE: COCK TO FLUSH CfRABAR T PMC 131 TRANSDUCER 4-20mA 1" MIP x PIP BALL CORP (FORD F8 17D0-JONES J-1931) ~-----CJ:-:====::;:-1 .. CL JOOO STEEL COUPLING ~~JNg?f};.EJf. r°1s THrfir SAM[ GAUGE & TRANSDUCER DETAIL TfLE:METRY fNCLOSURE N. T. S. SECTIONB N.T.S. SECT/ONG N.r.s. ANNULAR HYDROSTATIC PIPE WALL UNKS Sff DRAWINGS FOR TYPf OF PIPING USED PER MPG. RECOMM INSIDE FA Cf OF WALL 9 '2013 DPA RE'ASED INVERT 12" PVC IN DISCHARGE M.H INVERT 12• PVC JOIN EXIST. CATCH BASIN FROM ~~=l:==> SUMP PUMP FROM ,.,,,-.+-~ PRESSURE I-,;.i1I1-+---1---' REL/ff VALVE SECTION D -DISCHARGE M.H. WALL SLEEVE DETAIL N.T.S. PIP£ POL Y[1H YlfNE FOAM FILLER N.T.S. W CITY OF CARLSBAD ISHEETSI l--+---f--------------1-----+---+--~--1 ENGINEERING DEPARTMENT 3 l---+--+-------------+--l----+--1--------1 CARLSBAD MUNICIPAL WATER DISTRICT PRESSURE REDUCING STATION STANDARD DRAWING t===1===t========================t===⇒===t===j===jf','=PP=R=c;oVE'=o===============: l---+---+-------------1----1---1--~~ ;;;P;'UB;=U';;C-;;WO=:RK:::S':::'D::IR:;"E;:::CT:::O:::R:::-P:::E=::::::EXP:":::IR::E"':S===OA:::TE~ OWN BY: --1 PROJECT NO. IIDRAIIING NO.I ~~ :~==== .. . DATE !NITIAl ENGINEER OF WORK REVISION DESCRIPTION DATE INtTIAL DATE INITIAL OMR APPROVAL CITY APPROVAL SUMP PUMP SP-1, umE GIANT --------+,----+---+-- GRANGE/? j3P6J9A PE/PJT-2 -----===--__,.. ~----------------VALVE POS TRANS. (TYP) r----------------J/4" C-1-2C#18SH ~---------------INTAKE BLOWER GRANGER j4C9+.J OR 4YJJ3 ~------------2 @ 3/4" C-l-2jl8SH ,~-------------ACCESS HATCH \,--------------rAN SWITCH AND nMER VEA THER PROOF RME CLOCK INTERMA nc #2T2501 A PLASnc RUSTPROOF CASE (T101P) ~=;;t¥!'!~~====~----"\--------L/GHllNG SIIITCH ~------,--+------HATCH SW1TCH (ZS-1) • ALLEN BRADLEY LIM/ T SWITCH 802T TYPE OR APPROVED EQUAL TO TTJRN ON LICH TS 3/4" C-1-2#7BSH 3/4" C-1-2#18SH POWER J-aox ________ _,, (NEMA 4X) 3/4" C-1-2/18SH CONTROL J-BOX RITTAL BOX (NEMA 4X) --------~ 0 TO POWER JUNCTION BOX. 1 1/2" C-10#12, 5#12 GND. 0 FAN TIME CLOCK-/NT[RMATIC 2T2501A GRANGER STOCK L/GHT/IN1RUSION SW!TCH TELEMECANIQUE MODEL flXCKJ10541H7 .t!RED TO ACT/VA TE LIGHTS WHEN LID IS OPEN, GRANGER STOCK /48811. 1 1/2"C, 7-2C;f18SH 0 WALL OUTLET SHALL BE 42" MIN. ABO\/£ FLOOR (TYP. OF 3) i ! NOT[: ALL ELECTRICAL EQUIPMENT SHALL BE SUITABLE FOR US[ IN WET LOCATION TYPE DESCRIPTION WALL MOUNTED FLUORESCENT FIX!URE, 4' LONG MOLDED HrGH IMPACT RESISTANT ABS PLASTIC HOUSING WfTH HIGH IMPACT MOUNTING VOLTS NO. OF !AMPS TOTAL LAMP TYPE WATTS Cf/LING @ MOUNT 120 2 F40T12 100 ACRYLIC DIFFUSER, Wl1H CAPT/\1£ LATCHES, OVER~ COMPL[T£L Y GASKETED AND ENCLOSED OF PIPE SUITABLE FOR WET AND CORROSIVE LOCATIONS, INPUT/OUTPUT (110) SCHEDULE --· PRESSURE REDUCING STATION -· ITEM OUTPUT INPUT ANA DISC. POINT DESCRIPTION 1 X X UPSTR[AM PRESSURE PIPE I 2 X X DOWN STREAM PRESSURE PIP[ 1 3 X X SDG&E POWER FAIL 4 X X VAULT INTRUSION 5 X X PRV VALVE NO: 1 POSIT/ON 6 X X PRV VALVE NO: 2 POSITION 7 X X SINGLE POINT LE\/El DETECTION MANUFACTURER AND CATALOG NUMBER LITHONIA CAT. I DD-240A-'MF OR EQUAL ----~- I I LOCATION PE/PIT-1 PE/PIT-2 NON-METALLIC CONDUITS ON. NCASE PR/VAT£ ONLY TRENCH DETAIL N.T.S. CIRCUIT SCHfDULE: CIRCUIT 1 -20AMP LIGHTS &: ounns CIRCUIT 2 -20AMP TIME CLOCK & FAN CIRCUIT 3 -20AMP SUMP PUMP CIRCUIT 4 -20AMP TELEMETRY REMARKS PRESSURE TRANSDUCER PRESSURE TRANSOUC[R RE:LA Y-MT. ENCLOSURE: WHEN POYER IS OUT ZS-1 HATCH SWITCH Zl-1 POS. TRANSMITTER Zl-1 POS. TRANSMITTER BELOW RITTAL ENCLOSURE FLOAT SWITCH/VAULT FLOOD ELEC7R/C SERVICE SINGLE PHASE: 120/240 VAC MYERS ME-UG 125 SERVICE PfDfSTAL ~ WITH 100 AMP MAIN. (CIRCUIT SCH, AS SHOWN) 2• PVC ELEC. CONDUIT WITH PULL ROPE TO SOGf TRANS. STA RON 2 • ELECTRIC CONDUIT TO WA TFR VAULT SERVICE PEDESTAL DETAIL N.T.S. -- TELEMETRY SYSTEM COMPONENT LIST (NO SUBSTITUTIONS) NOTICE: CONTACT: SCADA TECHNICIAN AT CMWD TOM PAGAKIS 760-802-4647. ALL EQUIPME:NT BUILT BY UL PANEL SHOP WITH DRAv.1NGS, 1 ENCLOSURE NEMA 4X-316 STAINLESS LOCKABLE (20"X20"X8" MINIMUM)(24"XJO"X12" MAXIMUM) (AUSRN) OR EQUAL 2. INP!JT/OIJTPUT (OPT0-22 NO SU8S TJTUTIONSI EXAMPLE or PAR TS TO US[: OPTO 22 SNAP PAC SI CONTROLLER OPTO 22 SNAP BRAIN jSNAP-PAC-£82 OPTO 22 SNAP-PAC-RCKB OPTO 22 24 VOLT POVtfR SUPPLY #f'S24 OP TO 22 5 VOLT POWER SUPPLY PS5 OPTO 22 ANALOG MODULES ,SNAP-A/MA-I (A$ NEEDED) OPTO 22 AC INPUT MODULES #SNAP IAC5 (AS NEEDED) CONTACT: JAMES DA VIS AT OPT0-22 (957-695-3000) ADD/110NAL PARTS MAY BE NEEDED PER JOB REQUIREMENTS. SEE PLANS, 3, COMMUTATIONS: RADIO UBIQU!n POWER BRIDGE 3,65 GHz ETHERNETSWITCH UB!QU/11 TOUGH SW!TCH MODEL #TS-5-POE CONTACT: SCOTT AKRIE 1-858-449-330B ANTENNA POLE SUPPLIED BY CMWD (Sff ANTE:NNA BASE DRAWING) 4. PRESSURE TRANSDUCERS TYPE: CERABAR T PMC131 (FOR 0-146 PSI USE 0-10 BAR)(FOR 0-355 PSI USE 0-25 BAR) CONTACT: SCOTT BOLEY JPR SYSTEMS (714-985-0192) 5, VALVE POSITION TRANSMITTER USE CLA VALVE (X117C VALVE POSITION TRANSMITTER) mm 4-20ma OU7PUT TO 8£ INSTALLED ON ALL CLA-VALVES 6. PRESSURE RELIEF VALVE -RECLAIM WATER ONLY INSTALL MICRO SW1TCH ON PRESSURE RELIEF VAL \1£ 1111H CLA VAL \If OPEN STEM ASSEMBLY PART #X105LCW MISC. 7. RITTAL jAE/376 MOUNTED TO WALL W/1H UNIT STRUT MOUNT AND WIRE ENCLOSURE l'IHERE ACCESSIBLE IN VAULT 8. CONTRACTOR SHALL PROVIDE APPL/CAT/ON FOR SERVICE AND PAY ALL FEES AND COSTS FOR INSTALLATION OF ELECTRIC PEDESTAL AND OW/CA TED LEASED COMMUN/CA RON LINE. VENTS VAUlT WALL CEMENT COLLAR "~FINISH GRADE . 6" T 48' r-- 1 VAULT HATCH 6" PVC C-900 i"l 1" PVC TO VAULT ANTENNA BASE DETAIL (FOR SITES m TH RADIOS) N.T.S, 9 20/J OPA S\'STEII COMPONENT UST UPDA I[[) I I I I VAULT/L __ ====a PLAN VIEW NOT TO SCALE CONCRETE CURB W!1H LANDSCAPE MESH AND 1-1/2" ROUND ROCK ' FACE OF CURB ~ CITY OF CARLSBAD I SHEETS I 1---+--t-------------+---t--r-+--i ~ ENGINEERING DEPARTMENT 3 1----1---+--------------+----t--t----+----I CARLSBAD MUNICIPAL WATER DISTRICT PRESSURE REDUCING STATION DETAILS 1---+--+--------------+--t---t,--.-+---i APPROVED DATE INITIAL ENGINEER OF WORK RE'v1S10N DESCRIPTION ELECTRICAL PART 1 -GENERAL 1.1 DESCRIPTION A. WORK INCWD[D· PROVIDE COMPL£7F E1EC1R/CAL AND CONTROL SYST[M AS SHOWN ON THE DRA v.JNGS, AS SPECIFIED H[FIEIN, AND AS NEEDED FOR A COMPLUE AND PROPER INSTALLAnON INCLUDING, BUT NOT NECESSARILY LIMITE:D TO: 1. POl'lfR/IEL. PEDESTAL AND METER PEDESTAL FOR METERING FACILlnES, MAIN CIRCUIT BREAKER UC: 2. FEEDER SYST£M. IN CONDUIT TO BRANCH CIRCUITS; 3. BRANCH CIRCUIT WTl?/NG, IN CONDUIT, FOR L/GHnNG, RECEPTACLES, JUNCTION BOXES AND MOTORS; 4 HANGERS. ANCHORS, SLffV[S, CHASES. SUPPORTS FOR FIXTURES, AND 07HER CTECTRICAL MA lfRIALS AND EQUIPMENT IN ASSOC/A noN THEREl't!TH; 5. LIGHTING FIXTURES AND LAMPS; 6. VilR/NG SYSTEM, IN CONDUIT, FOR EQUIPMENT AND CONTROLS PROVIDED UNDER OTHER SECTIONS OF TH£SE SPEC/FICA TIONS; 7. MOTOR START£RS AND CONTROLS FOR MOTORS PROVIDED UNDER THE CONTRACT, BUT FOR 'Ml/CH MOTOR STAR7FRS AND CONTROLS ARE NOT OTHERYr1SE PROVIDED; 8. TELEMORY SYSTEM, INCLUDING INSTALLA nON OF A RADIO AND Em£RNET S'MTCH; 9. OTHER ITEMS AND SERVICES REQU/RfD TO COMPLET[ THE SYSTEMS. 1.2 QUALITY ASSURANCE A. USE ADEQUATE NUMBERS OF SKILLED WORKM£N WHO ARE THOROUGHLY TRAINED AND EXPERIENCED IN THE NECESSARY CRAFTS AND Y,f-10 ARE COMPLETELY FAMILIAR Yr1TH TH£ SPECIF1[D REQUIREMENTS AND THE METHODS NEED£D FOR PROPER PERFORMANCE OF 7HE WORK OF THIS SEcnON. THE REDUCING STAnON HAS BEEN CI..ASS/FIEO AS ~T LOCAnON. ALL EL£CTRICAL WORK SHALL COMPLY Wl1H TH£ LATEST EDITION OF THE NA nONAL ELECTRICAL CODE (NFPA70), MUST BE UL PANEL FOR TELEMETRY £0UIPME/I/T. 8. WITHOUT ADDITIONAL COST TO THE OWNER, PROVIDE SUCH OTH£R LABOR AND I.IA TE:RIALS AS ARE R£0U/R£D TO COI.IPLETE THE WORI<' OF THIS SECTION IN ACCORDANCE VilTH THE REQUIREMENTS OF GOVERNMENTAL AGENCIES HAVING JURISDICTION, REGARDLESS or WHETHER SUCH MATERIALS AND ASSOCIATED LABOR ARE CALLED FOR ELSEWHERE IN THESE CONTRACT DOCUMENTS. 1.3 SUBMITTALS A. PRODUCT DATA: VilTHIN 35 CALENDAR DAYS AFTER THE CONTRACTOR HAS RECE/V£D THE OWNER'S NOTICE TO PROCEED, SUBMIT SIX (6) COPIES OF: 1. MA T£RIALS LIST OF ITEMS PROPOSED TO BE PROVIDEO UNDER THIS SECTION; 2. MANUFACTURER'S SPECIF/CATIONS AND OTHER DATA NEEDED TO PROVE COl,IPL/ANCE WITH 7HE SPECIFIED REQUIREMENTS; 3. MANUFACl1JR£R'S RECOMMENDED INSTALLATION PROCEDURES 'M-IJCH, WHEN APPROVfD BY THE OWNER WILL BECOME THE BASIS FOR ACCEPTING OR REJECTING ACTUAL INSTALLATION PROCEDURES USED ON THE WORK. B. MANUAL UPON COMPLET10N OF THIS PORTION OF 11-/E tw>RK, ANO AS A CONDmON OF ITS ACCEPTANCE, DELIVER TO THE OWNER TWO (2) COPIES OF AN OPERATION AND MAINTENANCE MANUAL. INCLUDE: W/7HIN EACH MANUAL: 1. COPY OF APPROVED RECORD DOCUMENTS FOR T/-11S PORTION OF Tl-IE WORK; 2. COPIES OF ALL CIRCUIT DIRECTORIES; 1\ 3. COPIES OF ALL WARRANllES AND GUARANTIES; 4. CONTROL SCHEMATICS AND WRITTEN STEP-BY-STEP DESCR/PllON OF THE CONffiOL FUNCTIONS. 1.4 WARRANTY A. PROVIDE 1 YEAR WARRANTY ON ALL LABOR AND MATERIALS FROM Y!E DATE OF COMMISSIONING. PART 2 -PRODUCTS 2.1 GENERAL 'M/EI?[ UNDERWRITER'S LA80RA TORIES. INC. HA VE ESTABLISHED STANDARDS F'OR SUCH MATERIALS, PROVIDE ONLY MATERIALS BEARING /HE UL LABEL. A. TEMPORARY POWE'R: 1. THE CONTRACTOR, AT HIS 01\N EXPENSE, WILL PROVIDE TEMPORARY POWER AND PAY THE COSTS FOR INSTALLING PERMAN£NT ELECTRICAL METER OR METERS AS RWUIRED 2.2 SERVICE ENTRANCE (ME1FR PEDESTAL) A. PEDESTAL: MYE:RS 120/240 VAC ME-UG 125 WITH 100 AMP MAIN CIRCUIT BREAKER B. M£T£R/NG SECTION AND EQUIPMENT SHALL BE IN ACCORDANCE VilTH SAN DIEGO GAS & ELECTRIC COMPANY (SOG&E) R£QUIREMENTS. C. CONTROL CABINET: JO"H x 24"W x 12"0 RITTAL #AE.1376 MOUNTED IN VAULT WITH UNIT STRUT. COORDINATE LOCATION WITf/ CMWD OPERATIONS. 2.3 GROUNDING SYSTEM A. GROUND ALL EQUIPMENT, INCLUDING SWITCHBOARDS, TRANSFORMERS. CONDUIT SYSTEMS. MOTORS, AND OTHER APPARATUS, BY CONDUIT OR CONDUCTOR TO COLD WATER MAIN OR TO IND£PENDENT GROUNDING ELECTRODE AS SHOWN ON Tl-IE DRAWINGS, USING GROUND CLAMPS MANUFACTURED BY BURNDY OR T&B AND APPROVED BY THE OWNER 8. USE GROUND RODS IF WATER MAINS OR PIPING ARE NOT METALLIC, OR IF ISOLATION COUPLINGS HA VE BEEN USED. 1. LOCATE GROUND RODS IN PLANTERS OR SIMILAR AREAS r.HICH 1-11LL RECEIVE WA T£R R£GULARL Y. AND DRIVE TO A DEPTH OF AT LEAST 8'-o. 2. MAKE MEG GROUND TESTS TO MEASURE GROUND RESISTANCE, AND PROVIDE NOT MORE THAN 5 OHMS RESISTANCE, ADDING GROUND RODS AS REQUIRED TO ACHIEVE THAT LEV[L. J. MAKE GROUND RODS ACCESSIBLE FOR /NSPEC noN. 2.4 DIS7RIBUnON SYSTEM A. IDENnFICATION: 1. IDENTIFY ALL APPARATUS USED FOR OPERATION AND CONTROL OF CIRCUITS, APPLIANCES, AND EQUIPMfNT 2. PR0',1DE PLASnc LAMINATE NAMEPLATES, BLACK FACE WITH WHITE CORE LETTERS, SHOWING PROPER ANO COMPL[lf /DENT/FICA TION TO F1T 2" x I" HIGH NAMEPLATE. 8. WIRING DEVICES: I. PRO'v1DE DUPLEX RECEPTACLES OF J-POLE GROUNDING TYPE mT THE THIRD POL£ U-SHAP£D AND GROUNDED TO THE CONDUIT SYSTEM, UL APPROVED. C. ABOVE FLOOR RACEWAYS: I. PROVIDE RIGID GAL VAN/ZED STEEL CONDUIT (RCS) FOR ALL CONDUIT CONCEALED IN TH[ WALLS. ABOVE THE CEILINGS. OR IN FLOOR SLABS. A WHERE: CONDUIT IS INSTALLED UNDERGl?OUND OR IN TH£ FLOOR SLAB, PRO'v1DE RIGID GALVANIZED STEEL CONDUIT. 2. PVC CONDUIT (SCH 40) MAY 8£ USED BELOW GRADE. J. ALL FL[)(f8LE CONDUITS SHALL BE SEALT/TE TYPE OR [()UAL 4 OU /LETS, JUNCllON BOXES, ANO S'MTCH BOXES: PROVIDE STANDARD ONE-PIECE UNITS, GALVANIZ£D OR CAST METAL, OF SHAPE AND SIZE B£ST SUIT£D TO THAT PARTICULAR LOCATION, OF SUFFJCIENT SIZE TO CONTAIN ENCLOSED WIRES WITHOUT CRO'MJING. EXACT LOCATION OF ELECTRICAL COPMPONENTSTO BE DETERMINED BY D/STPICT REPRESENTAnVE DURING CONSTRUCTION, 110V ounns SHALL BE MOUNTED 42"ABOVE FLOOR. D. CONDUCTORS: I, FOR LIN£ VOLTAGES, PROV/OE 6DOV I/I/SULA T£D COPPER WIRE AND GABL[, NEC STANDARD, OF TYPES SPECIFIED BELOW FOR DIFFERENCE APPL/CATIONS, WITH UL LABEL, AGENCIES HA I/ING JURISDICTION. 2 WITH CONDUCTORS, PROVIDE INSULA nNG BUSHINGS DR INSULATING SLEEVES. J. FOR VilRE AND CABLE. PROVIDE XHHW OR THHN/THWN. A. IDENTIFY FEEDER NEUTRALS VilTH 'Ml/TE TAPE OR v.H/lf PAINT. 8. USE ONLY COPPER WIRES AND CABLES. 2.5 L/GHnNG FIXTURES A. PROVIDE F/XTIJRES OF THE TYPES SHOWN ON THE ORA MNGS, COMPLETE: WITH LAMPS AND MOUNTING HARDWARE. L/GHllNG F/X1URES SHALL BE MOUN/fD ON CEILING DIRECll Y ABO';[ PIPELINES. 2.6 MOTOR STARTERS A. GENERAL: PRO\o!DE WESTINGHOUSE UNITS, OR EQUAL AS APPROVED IN ADVANCE BY 11-1£ OWNER OF THE SIZES AND TYPES NEED FOR THE OPERA nONs SHOWN ON 71-IE DRAWINGS, SPECIFIED HE/?£/N, AND 07HERWISE REQUIRED FOR Tl-IE FACILITY, AND IWTH Yi£ FOLLOWING: 1. COMPLY WITH PERllNENT REQUIREMENTS OF NEMA AND NFPA-70. 2 INCLUDE REQUIRED ACCESSORY ITEMS. 3. HORSEPOWER RA TED. WIIH THERMAL OVERLOADS. 4. NORMALLY RESET WITf/OUT ENTERING THE STARTER ENCLOSURE. 5. EQUIPPED Yr11H OVERLOADS IN EACH UNDERGROUND LEG. 2. 7 fOP MOUNTED FLOAT LEVEL A. 4RK04 FLOAT SWITCH WIRED TO IIOV R[LA Y (SING!.£ POINT DETEcnoN). 2.8 ELECTRONIC PRESSURE TRANSMI TIERS A. [L£CTRONIC PRESSURE TRANSMITTERS SHALL BE CERABAR T PMC 131 (FOR 0-146 PSI USE 0-10 BAR) DOWNSTREAM AND {FOR D-365 PSI USE IJ-25 BAR) UPSTREAM. ACCURACY SHALL BE PLUS OR !I/NUS 0.25 PERCENT OF CAL/BRA TED SPAN. PROCESS WETTED AND BODY MA /ERIALS SHALL BE 316 SS. PROCESS CONNECnONs SHALL BE 1/2-INCH NPT. 2.9 OTHER MATERIALS A. PROVIDE OTHER MATERIALS, NOT SPECIFICALLY DESCRIBED BUT REQUIRED FOR A COMPLE'lt AND PROPER /NSTALLA TION, AS SELECTED BY 11-/E CONTRACTOR SUBJECT TO 11-/E APPROVAL OF THE OWNER. PART J -EXECUTION 3.1 SURFACE CONDITIONS A. EXAMINE THE AREAS AND CONDITIONS UNDER WHICH WORK OF THIS SEcnON WILL BE PERFORMED. CORRECT CONDJnONS DETR/M[NTAL TO TTMEL Y AND PROPER COMPLETION OF THE WORK. 00 NOT PROCEED UNTIL UNSAnSFACTORY CONDITIONS ARE CORRECTED. J.2 PREPARATION A. COORDINATION: 1. COORDINATE AS NECESSARY WITH OTHER TRADES TO ASSURE PROPER AND ADEQUATE PROVISION IN TH£ WORK OF THOSE TRADES FOR INTERFACE WIIH THE WORK THIS SECTION. 2. COORDINATE THE /NSTALLA TION OF ELECTRICAL ITEMS WITH THE SCHEDULE FOR WORK OF OTHER TRADES TO PREVENT UNNECESSARY DELAYS IN THE TOTAL WORK. 3. WHERE LIGHnt'lG F1XTURES AND 071-IER ELECTRICAL ITEMS ARE SHOWN IN CONFLICT 'MTH LOCATIONS OF STRUCTURAL MEMBERS AND MECHANICAL OR 07HER EQUIPMENT, PROVIDE REQUIRED SUPPORTS AND v.1RING TO CLEAR TH£ ENCROACHMENf 8. DATA 1/1/DICA TED ON Tl-1E DRAWINGS AND IN IHESE SPECIF/CATIONS ARE AS EXACT AS COULD BE SECURED, BUT THEIR ABSOLUTE !~gu~1fil/{t8J,totiR:_ri£ Tl/;gJ}t/lD ~<f1i?tf1L ~rlit~&~·n'&i~'-Jti THE DRAWINGS AND SPECIF/CATIONS SHOULD BE USED ONLY F'OR GUIDANCE IN SUCH REGARD. C. WHERE OUTI.ETS ARE NOT SP£CIFICALL Y LOCATED ON THE PLAN, LOCATE AS DETERMINED IN !HE FIELD BY THE OWNER. WHERE OUTl.£TS ARE INSTALLED WITHOUT SUCH SPECIFIC DIREC110N, RELOCATE AS DIRECTED BY IHE OWNER AND AT NO ADDITIONAL COST TO mE OWI-JER. D. VERIFY ALL MEASUREMENTS. NO EXTRA COMPENSA noN IWLL BE ALLOWrn BECAUSE: OF DIFFERENCES BET\\ffN WORK SHOWN ON Tl-IE DRAWINGS AND ACTTJAL MEASUREMENTS AT THE SITE CONSTRUCTION. £. BRANCH CIRCUIT WIRING AND ARRANGEMENT OF HOME RUNS HA VE BEEN DESIGNED FOR MAXIMUM ECONOMY CONSISTENT VilTH ADEQUATE SIZING FOR VOLTAGE DROPS AND OTHER CONSIDERA llONS. INSTALL THE WTRING WITH CIRCUITS ARRANGED EXACTLY AS SHOWN ON THE DRAWINGS. EXCEPT AS OTHERWISE APPROVED IN ADVANCE BY 11-/E OWNER. F. THE ELECTRICAL DRAWINGS ARE DIAGRAMMA nc, BUT ARE REQUIRED TO BE FOLLOWl:D AS CLOSELY AS ACTUAL CONSTIWCTION AND WORK OF OTHER TRADES 'MLL PERM/ T. 'MIER£ D£\/IA T/ONS ARE REQUIRED TO CONFORM WITH ACl1JAL CONSTRUCTTON AND TH£ WORK OF OTHER TRADES, MAKE SUCH D£VIA TIONS WITHOUT ADDITIONAL COST TO mE OWNER. 3.3 INSTALLATION OF RACEWAYS AND FrmNGS A. WHERE CONDUIT IS INSTALLED. OR EXPOSED IN WORK AREAS, PROVIDE RIGID GAL VAN/ZED CONDUIT. 1. SEAL JOINTS TO PREVENT ENTRANCE OF WATER. 2 PROVIDE GROUND WIRE OF PROPER SIZE. 3. US£ NYLON (RATHER THAN STEEL) FISH TAPE. B. USE FLEXIBLE CONDUIT ONLY FOR SHORT MOTOR CONN[G TIDNS, OR WHERE SUBJECT TO Vl8RA TION. 3,4 INSTALLATION OF POWER EQUIPMENT A. PROVIDE POWER AND CONTROL WIRING FOR MOTOR STARTrRS AND Sv.1TCHES AS SHOWN ON THE DRAWINGS. B. CONN£CTION$ TO MISCELLANEOUS EQUIPM[NT I. WIRE TO, AND CONNfCT TO. ALL EOUIPMEN T NOT SPECIF/CALLY DESCRIBED BUT TO WHICH ELECTRICAL PO',\£R IS REQUIRED. 2. COORDINATE AS NECESSARY 'MTH OTHER TRADES AND SUPPLIERS TO VERIFY TYP£S, NUMB[RS, AND LOCATIONS OF EQUIPMENT. 3.5 INSTALLA 110N Of' CONDUCTORS A. UNLESS OTHERVASE SHOWN ON /HE DRAl't!NGS. USE NO. 12 TYPE IHV<HITHHN CONDUCTORS FOR ALL BRANCH CIRCUITS. PROTEC1£D BY 20 AMP CIRCUIT BREAKERS. 'MiERE SO IND/CA TED ON THE ORA WINGS, USE LARGER WIRES TO LIMIT VOLTAGE DROPS. B. THE NUMBER OF WIRES IN A CONDUIT RUN IS IND/CA TED ON THE DRAWINGS BY CROSS LINES ON TH£ CONDUIT RUNS. 1. WHERE WIRE SIZE IS NOT SHOWN, INSTALL NO. 12 CONDUCTORS. 2. WHERE CONDUIT SIZE IS NOT SHOWN, INSTALL J/4" CONDUIT. 3. PROVIDE CODE SIZE CONDUIT FOR NUMBER AND SIZE WIRES SHOWN OR REQUIRED, UNLESS A LARGER Sllf CONDUIT 15 SHOWN ON Y!E ORAl't!NGS. C US[ IDENTIFIED (WHl lf) NEUTRALS AND COLOR CODED PHASE' WIRES FOR ALL BRANCH C!RCUI T v.JRING. I. MAKE SPLICES ELEC1RICALL Y AND M[CHANICALLY SEGUR[ WITH PRESSURE TYPE CONNECTORS, OR BY SOI.DERING. A FOR 'MRES SIZE 6 AWG AND SMALLER, PROVIDE "SCOTCH-LOCK" CONNECTORS. B. FOR WIRE SIZE 4 AWG AND LARGER, PROVIDE BURNDY "V[RSITAPS" AND HEAVY DUTY CONNECTORS, OR T&B "WCK-TJTE" CONNECTORS. 2. INSULATE SPLIC£S WITH A MINIMUM OF TWO HALF-LAPPED LAY[RS OF SCOTCH BRANCH NO. JJ VINYL-PLASTIC ELECIRICAL TAPE WHERE INSULATION IS REQUIRED. D. TAPE ALL JOINTS WITH RUBBER TAP£ 1 1/2 TIMES THE 11-/ICKN£SS OF mE CONDUCTOR INSULA noN, THEN CDVER WITH THE FRICTION TAP£ OR THE VINYL-PLASTIC ELECTRICAL TAPE SPECIFIED ABO\.t". E. THE DRA'MNGS INWCA TE THE GENERAL DIRECTION OF HOME RUNS. CONTINUE ALL SUCH HOME RUNS TO THE PANEL AS THOUGH THE ROUTES WERE SHOWN COMPLETELY. 3.6 INSTALLATION OF POWER AND METER PEDESTALS A. INSTALL AS SHOWN ON THE DRAWINGS. B. MOUNT A TYPE'M/ITTEN DIRECTORY BEHIND GLASS OR PLASTIC ON IHE INS/0£ OF EACH PANEL DOOR AND, ON THE DIRECTORY, SHOW THE CIRCUIT NUMBER AND COMPLETE DESCRIPnON OF ALL OUTLETS ON EACH CIRCU/f C. INSTALL TELEMETRY COMPONENTS P£R CMWD REQUIREMENTS. SEE SHEET 2. J. 7 TESTING AND INSPECTOR A. PROVIDE PERSONNEL AND EQUIPMENT. MAKE REQUIRED lfSTS, AND SECURE REQUIRED APPROVALS F'ROM THE OWNER AND GOVERNMENTAL AGENCIES HAVING JURISDICTION. 8. MAKE W/?ITlfN NOTICE TO THE OWNER ADE OU A TEL Y IN ADVANCE OF EACH Of' THE FOLLOWING STAGES OF CONSTRUCllON: 1. IN THE UNDERGROUND COND!nCN PRIOR TO PLACING CONCRETE FLOOR SLAB, WHEN ALL ASSOC/A TED ELECTRICAL WORK IS IN PLACE; 2. WHEN ALL ROUGH-IN IS COMPLETE. BUT NOT COVERED; J. AT COMPLETION OF 11-/E WORK OF THIS SECTION. C r.HEN MA TrRIAL AND/OR WORKMANSHIP IS FOUND TO NOT COMPLY WITH THE SPECIFIED REQUIREMENTS, WITHIN THRff DAYS AFTER REC£/PT OF NOTICE OF SUCH NONCOMPLIANCE. REMOV[ THE NON-COMPLYING ITEMS FROM THE JOB S/lf AND REPLACE THEM 'M11-I ITEMS COi.iPL YING Wf7H THE SPECIFIED REQUIREMENTS, ALL AT NO ADDITIONAL COST TO TH£ OWNER. D. IN rHE OWNER'S PRESENCE: 1. TEST ALL PARTS OF 7HE £LECTR/CAL SYSTEM AND PROVE THAT ALL SUCH ITEMS PROVIDED UNDER THIS SECTION FUNCnON ELECTRICALLY IN THE REQUIRED MANNER. 2. IMMEDIATELY SUBMIT TO TT!E OWN£R A REPORT OF MAXIMUM AND MINIMUM VOLTAGES. J. ALSO. MEASURE VOLTAGES B£TWEEN PHASES AND BETWEEN PHASE WIRES AND NEUTRALS. AND REPORT THESE VOLTAGES TO THE OWNER. J.8 PROJECT COMPLETION A. UPON COMPLET10N OF TH£ WORK OF THIS SECnON, THOROUGHLY CLEAN ALL EXPOSED PORTIONS OF THE EL£CTRICAL /NSTALLA TION, REMO\o!NG ALL TRACES OF SOIL. LABELS, GREASE, OIL, AND OTHER FOREIGN MA TrRIAL, AND USING ONLY THE TYPE CLEANER RECOMM[NDfD BY THE MANUFACTURER OF 11-/E 11FM BEING CLEANED. 8. THOROUGHLY INDOCTRINATE THE OWNER'S OPERA I/ON AND MAINTENANCE PERSONNEL IN THE CONTENTS OF THE OPERATIONS AND MAINTENANCE MANUAL REQUIRED TO BE SUBMITTED UNDER 71/ESE SPECIF/CA 110NS. C. ON THE FIRST DAY THE FACILITY IS IN OPERAnON. FOR AT LEAST EIGHT HOURS AT A llME DIRECTrD BY THE OWNER PRO'v1DE A QUALIFIED FOREMAN AND CREW TO P£RFORM SUCH ELECTRICAL WORK AS MAY 8£ REQUIRED BY TH£ OWNER l-9-1J2_0_1J--l--DP-A----4_R_£V1_S£_D __________ +---+--+---+---l~1 CITY OF CARLSBAD II SHEETS I LU ENGINEERrnG DEPARTMENT 3 CARLSBAD MUNICIPAL WATER DISTRICT PRESSURE REDUCING STATION NOTES 1----l---+---------------+----1--~-+-~1-AP_P_R_o~_o__________ I 1-----1-----1--------------.+---i--t---+--I PUBLIC WORKS DIRECTOR PE EXPIRES DATE e-0-"~"'•TE.c._ • .,,c..:;.:::~:.::::::c+--=::.:.:•:=-.-,,,,'-'~.:Co:.::.::~t r~]{i~'.==== I PROJECT NO. II DRA'MN(l NO.I DATE INITli':l ENGINEER OF WORK' REVISION DESCRIPTION TECHNICAL SPECIFICATIONS DIVISION 01 -GENERAL REQUIREMENTS 01610 Product Requirements DIVISION 02 -SITE WORK 02060 Asbestos Abatement DIVISION 03 -CONCRETE 03100 03200 03260 03300 03350 03600 CITY OF CARLSBAD Concrete Forming Concrete Reinforcement Concrete Joints and Waterstops Cast-in-Place Concrete Concrete Finishes Grouting BOLERO VAULT REPLACEMENT PRODUCT REQUIREMENTS 01610-1 JANUARY 2017 DIVISION 01 -GENERAL REQUIREMENTS SECTION 01610 -PRODUCT REQUIREMENTS PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products. B. Related Requirements: 1. Construction Plans 2. Special Provisions 1.2 DEFINITIONS A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Basis-of-Design Product Specification: A specification in which a specific manufacturer's product is named and accompanied by the words "basis-of-design product," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of additional manufacturers named in the specification. 1.3 ACTION SUBMITTALS A. Comparable Product Requests: Submit request for consideration of each comparable product. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Engineer's Action: If necessary, Engineer will request additional information or documentation for evaluation within one week of receipt of a comparable product CITY OF CARLSBAD PRODUCT REQUIREMENTS 01610-2 JANUARY 2017 BOLERO VAULT REPLACEMENT request. Engineer will notify Contractor] of approval or rejection of proposed comparable product request within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in the Special Provisions "Submittal Procedures." b. Use product specified if Engineer does not issue a decision on use of a comparable product request within time allocated. B. Basis-of-Design Product Specification Submittal: Comply with requirements in Special Provisions "Submittal Procedures." Show compliance with requirements. 1.4 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options. 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to determine compliance with the Contract Documents and to determine that products are undamaged and properly protected. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 4. Protect foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 5. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather-protection requirements for storage. 6. Protect stored products from damage and liquids from freezing. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT PRODUCT REQUIREMENTS 01610-3 JANUARY 2017 1.6 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. Manufacturers of products to be incorporated into the project shall warranty their products period of not less than one year. 2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1. Manufacturer's Standard Form: Modified to include Project-specific information and properly executed. 2. Specified Form: When specified forms are included with the Specifications, prepare a written document using indicated form properly executed. 3. Refer to other Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in the Special Provisions. PART 2 -PRODUCTS 2.1 GENERAL A. The use of a manufacturer's name and product or catalog number is for the purpose of establishing the standard of quality desired. B. Like materials shall be the products of one manufacturer or supplier in order to provide standardization of appearance. 2.2 PRODUCT SELECTION PROCEDURES A. All products must be listed on Appendix B -Carlsbad Municipal Water District Pressure Reducing Station Standard Drawing. If no manufacturer/model number is listed, product data can be submitted for review/acceptance. B. General Product Requirements: Provide products that comply with the Contract Documents, are undamaged and, unless otherwise indicated, are new at time of installation. 1. 2. Provide products complete with accessories, and other items needed for a complete installation and indicated use and effect. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. CITY OF CARLSBAD PRODUCT REQUIREMENTS 01610-4 JANUARY 2017 BOLERO VAULT REPLACEMENT 3. Where products are accompanied by the term "as selected," Engineer will make selection. 4. Descriptive, performance, and reference standard requirements in the Specifications establish salient characteristics of products. C. Product Selection Procedures: 1. Product: Where Specifications name a single manufacturer and product, provide the named product that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 3. Products: a. Restricted List: Where Specifications include a list of names of both manufacturers and products, provide one of the products listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered unless otherwise indicated. b. Nonrestricted List: Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product. 4. Manufacturers: a. Restricted List: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered unless otherwise indicated. b. Nonrestricted List: Where Specifications include a list of available manufacturers, provide a product by one of the manufacturers listed, or a product by an unnamed manufacturer, that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed manufacturer's product. 5. Basis-of-Design Product: Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product by one of the other named manufacturers. D. Visual Matching Specification: Where Specifications require "match Engineer's sample", provide a product that complies with requirements and matches Engineer's sample. Engineer's decision will be final on whether a proposed product matches. 1. If no product available within specified category matches and complies with other specified requirements, comply with requirements in Special Provisions "Substitution Procedures" for proposal of product. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT PRODUCT REQUIREMENTS 01610-5 JANUARY 2017 2.3 COMPARABLE PRODUCTS E. Conditions for Consideration: Engineer will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Engineer may return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of Engineers and owners, if requested. 5. Samples, if requested. 6. Samples, if requested. PART 3 -EXECUTION 3.1 GENERAL A. The Contractor shall incorporate into his bid the field services of the pressure reducing and pressure relief valve manufacturer's to appropriately initiate the setting on the valves for correct and proper operation of the valves for the specified field conditions. Other field representative requirements shall be as specified in the District's Pressure reducing Station Guidelines. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ** END OF SECTION ** PRODUCT REQUIREMENTS 01610-6 JANUARY 2017 DIVISION 02 -SITE WORK SECTION 02060 ASBESTOS ABATEMENT PART 1 -GENERAL 1.1 CONTRACT REFERENCES A. Drawings and General Provisions of Contract, including General and Supplemental Conditions and Division 1 Specification Sections, apply to this Section. B. Examine all other portions of the contract documents for requirements therein affecting the work of this Section. C. Costs associated with this work shall be included with the demolition and disposal of the existing vault bid item. 1.2 DESCRIPTION A. This section covers the furnishing of all labor, materials, facilities, equipment, services, employee training and testing, permits and agreements necessary to perform the work required for the removal and disposal of asbestos cement pipe (ACP) and related work on the Bolero Pressure Reducing Station Vault Replacement Project in Carlsbad, CA. The Contractor shall perform all work in accordance with these specifications, the EPA and Cal OSHA regulations, California Department of Drinking Water requirements, American Water Works Association Manual of Water Supply Practices No. 116 "Work Practices for Asbestos- Cement Pipe", local statutes, local ordinances, local codes and any other applicable federal, state and local government regulations and guidelines. Whenever there is a conflict or overlap of the above referenced requirements, the strongest provisions are applicable as determined by the building owner. Deviations from this specification must be approved in writing by the Owner prior to the Contractor continuing work. B. The Contractor shall furnish all labor, material, supervision, construction tools, staging, rigging and other equipment necessary to perform the work described below. C. Provide staging, shoring, rigging, fall protection, confined space protection, etc. in accordance with applicable regulatory requirements and as required by site conditions to allow safe access to all areas as necessary to complete the work. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ASBESTOS ABATEMENT 02060-10 JANUARY 2017 D. Provide appropriate worker training, respiratory protection and medical examination. E. Provide access, support and protection to all authorized visitors and inspectors. F. Filing of all required notifications and permits and payment of all associated costs and fees. G. Abatement activities including removal and disposal of ACP, recordkeeping, security, etc. H. The Contractor shall be responsible for the complete removal and disposal of all identified asbestos cement pipe located on Bolero Street associated with the vault replacement. 1.3 PERIOD OF PERFORMANCE A. The Contractor shall complete all work of this Section including completion of all punch list items within the period indicated in the Bid Form and contract documents. 1.4 AUTHORITY TO STOP WORK A. If the Owner or the Owner's Representative presents a written stop asbestos removal order, the Contractor shall immediately stop all asbestos removal and adequately wet any exposed ACP. The Contractor shall not resume any asbestos removal activity until authorized to do so by the Owner or the Owner's Representative. A stop asbestos removal order may be issued at any time the Owner or the Owner's Representative determines abatement conditions/activities are not within specification requirements or are not in compliance with applicable regulations. Work stoppage shall continue until conditions have been corrected to the satisfaction of the Owner or the Owner's Representative. Cost of standby time and costs for corrective actions shall be paid by the Contractor. B. Stop asbestos removal orders may be issued for, but may not be limited to the following: CITY OF CARLSBAD 1. Leakage to areas outside the regulated asbestos abatement work areas. 2. If the Contractor disregards laws or regulations of any public body having jurisdiction. 3. If the Contractor's work presents a risk to the building, building occupants, the general public, the prison population, other ,,,,_, contractors, owner representatives or the environment. BOLERO VAULT REPLACEMENT ASBESTOS ABATEMENT 02060-10 JANUARY 2017 C. The absence of a stop work order by the Owner or the Owner's Representative shall not in any way be construed as an approval or acceptance of the Contractor's work. 1.5 RELATED SECTIONS A. Carefully examine the Contract Documents and Drawings for requirements that affect the work of this section. 1.6 DEFINITIONS All terms not defined herein shall have the meaning given in the applicable publications and regulations. A. Abatement: Procedures to control the release of asbestos fibers from ACP; includes removal, encapsulation, and enclosure of ACP. B. ACP: Asbestos Cement pipe. C. Adequately Wet: Sufficiently mixed or penetrated with liquid to prevent the release of particulate. If visible emissions are observed coming from the ACP, then that material has not been adequately wetted. D. Amended Water: Water to which a surfactant has been added. E. Asbestos: Includes chrysotile, amosite, crocidolite, tremolite asbestos, anthophyllite asbestos, actinolite asbestos, and any of these minerals that have been chemically treated or altered. F. Asbestos-Containing Building Material (ACBM): Any building material containing more than one percent by weight of any asbestos of any type or mixture. G. Asbestos Contaminated Material: any material which has become contaminated (surficially or in the materials matrix or composition) with one or more asbestos fibers. H. Authorized Visitors: Any visitor authorized by the Owner or any representative of a regulatory agency or other agency having jurisdiction over the project. I. Clean: Visually free of dust, dirt, debris and any foreign material. J. Clean Room: An uncontaminated room that is a part of the worker decontamination unit and in which worker's street clothes and uncontaminated protective equipment can be stored. K. Competent Person: In addition to the definition in 29 CFR 1926.32(f), one who is capable of identifying existing asbestos hazards in the workplace CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ASBESTOS ABATEMENT 02060-10 JANUARY 2017 and selecting the appropriate control strategy to mmImIze asbestos exposure, who has the authority to take prompt corrective measures, as specified in 29 CFR 1926.32(f); in addition, for Class I and II work, who is specially trained in a training course which meets the criteria of EPA's Model Accreditation Plan (40 CFR 763) for supervisor. L. Decontamination Area/Unit: An enclosed area adjacent to and connected to the regulated area and consisting of an equipment room, shower room, and clean room, which is used for the decontamination of workers, materials, and equipment that are contaminated with asbestos. M. Employee Exposure: The exposure to airborne asbestos that would occur if the employee were not wearing respiratory protection equipment. N. HEPA Filter: High-Efficiency Particulate Air (HEPA) An air filter capable of trapping and retaining at least 99.97 percent of all monodispersed particles sized 0.3 micron in diameter or larger. 0. HEPA Vacuum: Vacuum equipment with HEPA filter system for filtering the exhaust air from the unit. P. Negative Initial Exposure Assessment: A demonstration by the employer which complies with the criteria in 29 CFR 1926.1101 (f)(2)(iii), that employee exposure during an operation is expected to be consistently below the PELs. Q. Regulated Area: An established area within which airborne concentration of asbestos fibers exceeds or can reasonably be expected to exceed the permissible exposure limit. R. Removal: All procedures necessary to remove and dispose of ACM from the designated areas in accordance with the contract documents and all applicable regulatory requirements. S. Waste Generator: Any owner or operator whose act or process produces asbestos-containing waste material. T. Waste Shipment Record: The shipping document, required to be originated and signed by the waste generator, used to track and substantiate the disposition of asbestos-containing waste material. 1.8 CODES, REGULATIONS, AND STANDARDS A. General Applicability 1. CITY OF CARLSBAD All work under this contract shall be performed in strict accordance with all applicable Federal, State, and Local regulations, standards and codes governing asbestos abatement, and any other trade work done in conjunction with the abatement. All applicable codes, regulations and standards are adopted into BOLERO VAULT REPLACEMENT ASBESTOS ABATEMENT 02060-10 JANUARY 2017 this specification and will have the same force and effect as this specification. 2. The most recent edition of any relevant regulation, standard, document, code or policy statement shall be in effect. Where conflict among the requirements or with these specifications exists, the most stringent requirement(s) shall be utilized. 3. Copies of all standards, regulations, codes and other applicable documents, including this specification shall be available at the work site. B. Contractor Responsibility The Contractor shall assume full responsibility and liability for compliance with all applicable Federal, State and Local regulations related to all aspects of the abatement project. The Contractor is responsible for providing and maintaining training, accreditation, medical exams, medical records, and personal protective equipment as required by applicable Federal, State and Local regulations. The Contractor shall hold the Owner and Owner's Representative harmless for any failure to comply with any applicable work, packaging, transporting, disposal, safety, health, or environmental requirement on the part of the Contractor, Contractor's employees, or subcontractors of the Contractor. C. The publications listed below form a part of this specification to the extent referenced. The publications are referenced in text by basic designation only. The publications listed below are not intended to be a comprehensive list of all regulations, applicable to this work. 1. Environmental Protection Agency (EPA): a. National Emission Standards for Hazardous Air Pollutants (NESHAP) Title 40, Part 61 ). b. A Guide to Respiratory Protection for the Asbestos Abatement Industry. c. Guidance for Controlling Friable Asbestos-Containing Materials in Buildings. 2. Occupational Safety and Health Administration (OSHA): a. Asbestos Construction Standard 29 CFR Part 1926.1101 b. Asbestos General Industry Standard 29 CFR 1910.1001 c. Respiratory Protection, 29 CFR 1910.134 d. Construction Industry Standards, 29 CFR 1926 3. U.S. Department of Transportation a. 49 CFR 100 -185, Transportation CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ASBESTOS ABATEMENT 02060-10 JANUARY 2017 4. National Institute for Occupational Safety and Health (NIOSH): a. "Respiratory Protection A Guide for the Employee." 5. American National Standards Institute (ANSI): a. 286.1-1973 -Commodity Specification for Air b. 29.2 -HEPA Filter Specifications c. 288.2-1980-Respiratory Protective Equipment 1.9 PERSONNEL QUALIFICATIONS A. All personnel of the Contractor or any approved subcontractors involved with asbestos abatement work shall meet the following minimum qualifications: 1. Medical examination within the past year in accordance with OSHA 29 CFR 1926.134 with a physician's written opinion that the worker has no condition that would preclude him/her from working with asbestos or wearing a respirator. B. The Contractor shall employ a Competent Person to oversee all aspects of ACM removal. C. There shall be a sufficient number of trained and qualified workers, foremen and superintendents to accomplish the work within the required schedule. No untrained nor fully qualified and pre-approved person shall be employed to speed up completion of the abatement work. 1.10 SITE SECURITY A. Regulated area access is to be restricted to authorized trained/accredited and protected personnel. The Contractor's Competent Person shall control site security during abatement operations in order to isolate work in progress and protect adjacent personnel. 1.11 EMERGENCY PRECAUTIONS A. A site specific Emergency Action Plan shall be submitted by the Contractor prior to the pre-construction meeting and shall be reviewed by the Owner. The Plan shall meet the requirements of 29 CFR 1926.35. 1.12 RESPIRATORY PROTECTION PROGRAM A. The Contractor shall develop and implement a Respiratory Protection Program (RPP) which complies with the January 8, 1998 OSHA requirements, 29 CFR 1926.1101 and 29 CFR 1910.132 and 134. All respirators used must be approved for asbestos abatement activities by the proper regulatory authority. CITY OF CARLSBAD ASBESTOS ABATEMENT 02060-10 JANUARY 2017 BOLERO VAULT REPLACEMENT 1.13 PROTECTIVE CLOTHING A. Prior to beginning any abatement activity, all personnel shall be trained in accordance with OSHA 29 CFR 1926.1101 (k)(9). Training must include, at a minimum, the elements listed at 29 CFR 1926.1101 (k)(9)(viii). Training shall have been conducted by an EPA approved trainer meeting the requirements of EPA 40 CFR 763 Appendix C (AHERA MAP). Initial training certificates and current refresher and accreditation proof must be submitted for each person working at the site. B. Medical examinations meeting the requirements of 29 CFR 1926.1101 (m) shall be provided for all personnel working in the regulated area, regardless of exposure levels. The physician's written opinion as required by 29 CFR 1926.1101 (m)(4) shall be provided for each person and shall include in the opinion that the person has been evaluated for working in a heat stress environment while wearing personal protective equipment and is able to perform the work. C. Provide boots, booties, hard hats, goggles, gloves, protective clothing, respirators and any other appropriate personal protective equipment as determined by conducting the hazard assessment required by OSHA at 29 CFR 1910.132 (d). The Competent Person shall ensure the integrity of personal protective equipment worn for the duration of the project. D. Provide Fall Protection Training and OSHA approved fall protection for all work performed at a height of 6-feet or more above floor/ground level. E. The Competent Person shall ensure that each time workers enter the regulated area, they observe and follow all required procedures and wear appropriate personal protective equipment. F. The Competent Person shall meet all requirements of 29 CFR 1926.1101 (o) and assure that all requirements for regulated areas at 29 CFR 1926.1101 (e) are met. No person within a regulated area shall be allowed to eat, drink, smoke, chew tobacco or gum, apply cosmetics, or in any way interfere with the fit of their respirator. 1.14 ENCLOSURES, SHOWERS AND TOILETS A. For each abatement area, provide decontamination facilities located in an area agreed upon with the Owner's designated representative. The decontamination facilities shall include a Decontamination Enclosure System for workers and visitors. B. The Decontamination Enclosure System for workers and visitors shall consist of three rooms that serve as three air locks as follows: Clean Room at entrance followed by Shower Room followed by an Equipment Room leading to the Work Area. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ASBESTOS ABATEMENT 02060-10 JANUARY 2017 D. An Airlock is a system permitting unidirectional flow of air through the decontamination unit. It consists of two curtained doorways at least eight feet apart. Each curtained doorway shall be constructed by placing three overlapping sheets of plastic over a framed doorway, securing each along the top of the doorway. The first and third sheet shall be secured on one side of the doorway and the middle sheet shall be secured on the other side of the doorway. Airlock Size -Where size of work area permits, eight-foot distance between doorways is acceptable. Where size of work area is prohibitive, distance between doorways may be adjusted but must allow enough space for one doorway to be closed before the next doorway is opened. E. Provide lockers for storage of street clothes of workers in the clean room. F. Provide in the same room uncontaminated disposable protective clothing and equipment for workers and/or visitors to don prior to entering into the contaminated area. This area shall also be used for workers and/or visitors to dress into street clothing after they have showered and dried in the shower room as they exit from the contaminated area. Provide shower room facilities with hot and cold water so arranged as to provide complete showering of workers and visitors as they exit from the contaminated area. Make provisions to prevent any contaminated run-off from the shower room. In addition, make provisions for managing all potential run off from the shower room should such event occur. The shower room facilities and size shall be adequate to allow decontamination and thorough washing of all the workers and visitors within a ten minute period. The hot and cold water shower shall be functional at all times while workers are within the work area enclosure. G. Provide the Equipment Room with storage for contaminated clothing and equipment. In this room workers and visitors dispose of their disposable protective clothing except the respirator as they prepare to enter the shower room. 1.15 PERSONNEL PROTECTION AND DECONTAMINATION A. Provide all personnel throughout the abatement process with the specified protective clothing and gear. Ensure that all personnel entering and leaving the workspace follow procedures described below: 1. Entering from the outside: Change from street clothes into protective clothing and wear clean protective equipment. Go through shower room into Dirty Equipment Room, pick up equipment and tools and enter the work area. 2. CITY OF CARLSBAD Exiting from the work area: Dispose of all protective clothing into labeled plastic bags for disposal as asbestos waste. Do not take off the respirator, but still wearing the respirator enter the shower and shower thoroughly. Remove respirator and wash and wipe thoroughly to decontaminate the respirator. After drying, enter the BOLERO VAULT REPLACEMENT ASBESTOS ABATEMENT 02060-10 JANUARY 2017 Clean Room, store the decontaminated respirator in the assigned space and dress into street clothes. 3. Post written procedures in the workplace and train all personnel on the procedures for the evacuation of the injured and the handling of potential fires. Provide aid to a seriously injured worker without delay for decontamination. Make provisions to minimize exposure of rescue workers and to minimize spreading of contamination during evacuations and fire procedures. Exceptions to normal, routine exiting procedures shall be made for emergencies such as, but not limited to, serious personal injury and fires. 4. The Contractor shall instruct all employees and workers in the proper care of their personally issued respiratory protection equipment, including daily maintenance, sanitizing procedures, etc. 5. All respiratory protection equipment shall be inspected by Contractor's personnel at the beginning of each work period, including breaks and lunch periods. 1.16 CONTAINMENT BARRIERS AND NEGATIVE PRESSURE AIR FILTRATION SYSTEMS A. Prior to starting work, the Contractor shall install air-tight coverings on all potential openings encountered during the work between the work area and adjacent areas including operable and non-operable windows and doors, grilles, vents, louvers or other openings. B. Physical barriers shall be employed to restrict access to the regulated work area. C. The negative pressure air filtration system shall be capable of delivering a minimum of four air changes per hour within the work area. D. All air filtering devices shall be equipped with alarms that will sound should the pressure differential in a work area be less -0.02 inches water column as compared to adjacent areas outside the work area. Should the primary air filtering devices fail, backup equipment shall be available at the site for immediate use. If air pressure of -0.02 inches of water column is lost, work shall be halted until adequate negative air pressure is restored. E. The negative pressure air filtration systems shall be operated on a continuous 24-hour basis throughout the asbestos abatement project, final clearance sampling and containment dismantling. F. All air filtration devices shall be exhausted to the outdoors. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ASBESTOS ABATEMENT 02060-10 JANUARY 2017 1.17 DISPOSAL ACTIVITIES A. It is the responsibility of the Contractor to determine current waste handling, transportation, and disposal regulations and or requirements for each waste stream generated at this site by this work and for each waste disposal facility. The landfill destination must be approved by the Owner. The Contractor must comply fully with these specifications and all U. S. Department of Transportation and EPA requirements as well as the requirements of all states through which the waste is transported and all requirements of the state where disposal occurs. B. The Contractor will document actual disposal of the waste at the designated landfill by completing a WASTE SHIPMENT RECORD and forwarding the original along with the Bill of Lading to the Owner within the time limits specified by EPA NESHAP regulations. C. Contractor shall insure that transport vehicles do not leak water or other material while being loaded, being transported or while on site partially loaded. If water is observed leaking from any transport or storage container, contractor shall immediately stop work, unload the container (including dumpsters and semi-trailers) find and correct the source of the leak, and place waste material back into the container. This process will be repeated each time any water is observed leaking from a storage or transport vehicle that contains asbestos waste. Contractor shall also take all steps necessary, as determined by the Owner's Industrial Hygiene Consultant, to decontaminate the ground or other surfaces that became wet due to water leaking from a container that holds asbestos waste. D. Since individual disposal facilities have different permit conditions and specific characterization data requirements, the Contractor is responsible for final characterization prior to transport and disposal. The Contractor is hereby made aware that for the purposes of disposal, final waste characterization is the responsibility of the Contractor, and costs for characterization shall be incorporated into the Contractor's bid price for construction,. 1.18 SUBMITTALS A. Submittals shall be in accordance with Section 2.5.3 Submittals of the Supplemental Provisions. B. The following submittals shall be submitted to the Owner's Representative at the Pre-construction meeting. Submittals shall be submitted to and accepted in writing by the Owner's Representative prior to the Contractor receiving approval to begin work. 1. CITY OF CARLSBAD Certificates of training and documentation of medical examination including a physician's determination that the employee is able to wear a respirator and documentation of current successful BOLERO VAULT REPLACEMENT ASBESTOS ABATEMENT 02060-10 JANUARY 2017 respirator fit test (29 CFR 1926.1101 Appendix C) of all personnel assigned to the project, including Competent Person. 2. A written project schedule. The schedule shall be date specific and include all phases of the project. 3. Emergency Action Plan. 4. Proposed waste disposal site and waste transporter. Include name, address, telephone number and operating permits, etc. 5. Material safety data sheets (MSDS) for all materials and products to be used by the Contractor on this project. 6. A site specific Emergency Action Plan shall be submitted by the Contractor prior to the pre-construction meeting and shall be reviewed by the Owner. The Plan shall meet the requirements of 29 CFR 1926.35. 7. Initial training certificates and current refresher and accreditation proof must be submitted for each person working at the site. C. During Abatement 1. Results of pe~sonnel exposure monitoring. 2. Project schedule. D. Post Abatement Submittals 1. Disposal receipts (within timeframes regulated by EPA) signed by the landfill operator demonstrating that the ACM removed from the project has been disposed of properly. 2. Provide the owner with copies of on-site job logs, notifications, permits, accident reports, personnel exposure air monitoring results, waivers of lien. 3. Copies of any notices of non-compliance issued by governmental authorities. PART 2 -MATERIALS AND EQUIPMENT 2.1 MATERIALS A. Deliver all materials in original packages, containers or bundles bearing the name of the manufacturer. B. Damaged, deteriorating or contaminated products or equipment shall not be used on this project, and shall be removed from the work site. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ASBESTOS ABATEMENT 02060-10 JANUARY 2017 C. Polyethylene sheeting shall be at least 6-mil thickness, shall be fire retardant and shall meet all applicable Standards for temporary construction barriers. D All lumber shall be fire retardant/resistant. E. Duct tape or other waterproof tape, furring strips, staples, nails, screws, or other materials shall be available to secure polyethylene sheeting F. Disposable bags and/or drums shall be of 6-mil polyethylene, on which labels are directly printed, as required by EPA, OSHA and DOT regulations. G. Asbestos warning signs that are posted at all approaches and/or entrances to work areas shall conform to OSHA 29 CFR 1926.1101. Warning signs shall be posted in English as well as all other applicable languages if persons who cannot read English are present. H. All fire extinguishers required for the project shall be ABC class type, properly pressurized and in good working condition. I. Adequately stocked first aid kits shall be on-site. I. Surfactant (wetting agent) shall be a 50/50 mixture of polyoxyethylene ether and polyoxyethylene ester, or equ_ivalent, mixed in a proportion of 1 fluid ounce to 5 gallons of water or as specified by manufacturer. An "equivalent surfactant" shall be understood to mean a material with a surface tension of 29 dynes/cm as tested in its properly mixed concentration, using ASTM method D1331-56-("Surface and lnterfacial Tension of Solutions of Surface Active Agents") 2.2 TOOLS AND EQUIPMENT A. Scaffolding: Scaffolding, as required to accomplish the specified work, shall meet all applicable safety regulations. B. Transportation Equipment: Transportation equipment, as required, shall be suitable for loading, temporary storage, transport, and unloading of contaminated waste without exposure to persons or property. The equipment shall be secured at all times and access limited to authorized personnel only. C. Vacuum Equipment: All vacuum equipment utilized in the work area shall be equipped with HEPA filtration systems, 99.97% efficient to 0.3 microns particulate size. Deliver all vacuums to the site with clean waste containers and new HEPA filters installed. Vacuum wands, brushes, hoses, and other accessories shall be delivered to the site new or, if previously used, shall be delivered to the site in airtight disposal bags. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ASBESTOS ABATEMENT 02060-10 JANUARY 2017 D. The Contractor shall provide approved respirators and protective clothing to all Contractor personnel. The Contractor shall also provide approved protective clothing to representatives of the GC, Owner, and to representatives of the State or other governmental entity who may inspect the job site. E. Protective clothing requirements must include, but may not be limited to: 1. One-time use, disposable, full-body coveralls made of Tyvek® fabric or approved equal. 2. Hard Hats. 3. Eye protection. 4. Gloves. 5. Respiratory protective equipment in accordance with OSHA 29 CFR 1926.1101 and 29 CFR 1910.134. Respirators shall be OSHA approved for protection against asbestos exposure. 6. Other as appropriate for site conditions. F. The Contractor shall have sufficient equipment to mix and spray wetting agents. G. The Contractor shall have a sufficient quantity of scaffolding, ladders, platforms, hand tools, and materials to conduct the abatement project in an efficient and workmanlike manner. All equipment shall be used according to OSHA Safety and Health Standards for the Construction Industry (29 CFR Part 1926). H. All electrical cord and connections within all work areas shall be protected with ground-fault circuit interrupters (GFCI). PART 3 -EXECUTION 3.1 WORK AREA PREPARATION A. Prior to any asbestos related work in an area, seal off the entire area to all persons other than trained personnel and authorized visitors. The Contractor shall be responsible to coordinate the isolation and shut down of all electrical systems. The Contractor shall erect signs around the perimeter in accordance with EPA, OSHA and this specification and provide 24 hour security against unauthorized entry during the abatement process. Maintain a log of all people entering and exiting the workplace. B. Critical barriers shall be installed at all potential entrances prior to the start of abatement activities within the building. The Contractor shall be responsible for taking whatever steps are necessary to prevent a release to the environment and contamination of soils adjacent to the building. C. Install negative pressure air filtration units. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ASBESTOS ABATEMENT 02060-10 JANUARY 2017 D. As applicable, the Contractor shall coordinate the shutdowns and re- activation of the building fire alarm system with the Owner's designated representative and the City of Framingham Fire Department to prevent accidental fire alarm activation during asbestos abatement activities. E. The Contractor shall have available at all times, qualified, competent and duly licensed persons to perform mechanical, plumbing and electrical repairs as necessary. These persons must have the appropriate training and personal protective equipment required for entry into an asbestos abatement work area. F. Dust and airborne fiber release shall be minimized by the use of air misting techniques and HEPA vacuuming during abatement activities. The Contractor shall prevent visible dust emissions during demolition, abatement, cleaning and all other activities. G. Ensure that all electrical components are de-energized. 3.2 ASBESTOS CEMENT PIPE A. While cutting asbestos cement pipe, the operator must wear a HEPA type particle mask and adhere to all applicable safety standards for handling asbestos containing material. Asbestos pipe may be disposed of in an approved landfill site. The removal, encapsulation or enclosure, storage and disposal of pipe materials containing asbestos shall be in accordance with in Section 1.2A Description of this specification. The Contractor shall fully comply with all safety related federal, state, and local laws, statutes, ordinances, rules, regulations, requirements, and guidelines. The Contractor shall retain or provide a "competent person" as defined by OSHA's Subpart Z, 29 CFR 1926 1101 to oversee the AC Pipe Removal and Disposal work via Negative Exposure Assessment work plan and to monitor for compliance with all applicable regulations including, but not limited to, OSHA's Subpart Z, 29 CFR 1926 1101, CFR 40 Part 61, Subpart M, Chapter 469. This work requires, but is not liited to, the preparation of a Negative Exposure Assessment work plan, Delineation of the "regulated Area", "Demarcation" of the regulated area, Periodic Monitoring, Record Keeping, and Signage for the Regulated Area as well as for the AC pipe disposal containers. 3.3 MONITORING, TESTING AND INSPECTION A. The Contractor is responsible for personnel (employee) exposure monitoring for airborne asbestos fibers and other contaminants in compliance with OSHA regulations. The Owner's Industrial Hygienist may, at his or her discretion, also conduct exposure monitoring on Contractor personnel and area air monitoring at locations inside and outside of the work area. CITY OF CARLSBAD ASBESTOS ABATEMENT 02060-10 JANUARY 2017 BOLERO VAULT REPLACEMENT B. Provide cooperation and support to the Owner's Industrial Hygiene Consultant throughout the abatement process. C. The Contractor is responsible for meeting OSHA requirements for his personnel, including but not limited to, monitoring requirements, safety compliance training and record keeping. Employee exposure monitoring results from the previous day shall be posted each day, and copies of the results forwarded to the Owner's Industrial Hygiene Consultant. 3.4 CLEANING AND FINAL DECONTAMINATION A. After the removal of the ACM has been completed and before removal of barriers, the entire area shall be thoroughly wet cleaned and/or vacuumed with HEPA filtered vacuum. All plastic barriers, tapes and disposable contaminated equipment shall also be disposed of as asbestos waste. All reusable contaminated equipment such as masks, hard hats, etc., shall be thoroughly decontaminated through wet cleaning or sealed within 6-mil polyethylene bags before removal from the work area. 3.5 FINAL INSPECTION AND TESTING A. After thorough cleaning, the Owner's Industrial Hygiene Consultant shall determine the workspace is ready for inspection and final testing. The Industrial Hygiene Consultant will visually inspect the workspace for the detection of any visible dust or debris. B. Following successful visual inspection of the work area and after a sufficient period of time has elapsed to allow complete drying of the work area, the final clearance air sampling will be performed by the Owner's Industrial Hygiene Consultant, as applicable. C. As applicable, the final testing shall take place under active agitation of the air in the work space with fans running, leaf blowers operating and any other means found suitable by the Industrial Hygiene Consultant during the final testing. The number of air samples collected within the work area shall be in accordance with the CalOSHA Regulations. If analysis of clearance air samples show fiber concentrations in excess of 0.010 flee using phase contrast microscopy (PCM) then repeat cleaning and re-sampling will be required until regulated clearance criteria are met. D. Dust samples may be taken to be analyzed by PLM at the option of Owner's Industrial Hygiene Consultant to confirm the results of the air sampling. At the request of the Owner's representative, electron microscopy may be employed to confirm the results of the final testing. If the results of the final testing are not satisfactory, the thorough wet cleaning and/or HEPA vacuuming shall be repeated until the required decontamination levels have been achieved. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ASBESTOS ABATEMENT 02060-10 JANUARY 2017 E. After the decontamination levels specified have been confirmed through the final testing specified herein, the plastic enclosure shall be removed, the exposed surfaces thoroughly wet cleaned and/or HEPA vacuumed, and the plastic, tape, material from equipment room and shower room bagged and disposed of as asbestos waste. A final check will be carried out by the Owner's Industrial Hygiene Consultant to ensure that no dust or debris remain on surfaces as the result of dismantling operations. 3.6 GENERAL APPLICABILITY OF CODES, REGULATIONS, LAWS AND STANDARDS A. Except to the extent that more explicit or more stringent requirements are written directly into the contract documents, all applicable codes, regulations, laws and standards have the same force and effect (and are made a part of the contract documents by reference) as if copied directly into the contract documents, or as if published copies are bound herewith. 3. 7 CONTRACTOR RESPONSIBILITY A. The Contractor shall assume full responsibility and liability for the compliance with all applicable Federal, State, and local regulations pertaining to work practices, hauling and disposal of asbestos contaminated materials, and protection of workers and visitors to the site, and persons occupying areas adjacent to the site. The Contractor shall hold the Owner's consultants harmless for failure to comply with any applicable work, hauling, disposal, safety, health or other regulation on the part of himself, his employees or his subcontractors. ** END OF SECTION ** CITY OF CARLSBAD ASBESTOS ABATEMENT 02060-10 JANUARY 2017 BOLERO VAULT REPLACEMENT PART 1 -GENERAL 1.1 SCOPE DIVISION 03 -CONCRETE SECTION 03100 -CONCRETE FORMING A. This section covers formwork for cast-in-place concrete. B. Both inch-pound (English) and SI (metric) units of measurement are specified herein; the values expressed in inch-pound units shall govern. 1.2 GENERAL A. All forms shall be accurately and properly placed so cast-in-place concrete may be placed as indicated on the Drawings and as specified. The forms shall produce a smooth concrete finish free from offsets or irregularities. 1.3 CONTRACTOR SUBMITTALS A. All submittals of catalog data sheets, manufacturers' certificates of compliance and other data shall be in accordance with the Submittals section and General Provisions. B. A manufacturer's certificate of compliance, which includes the name of the project and, when requested, copies of independent test results confirming compliance with specified requirements, shall be submitted to Engineer for the following materials: 1. Form Coating 2. Form Ties PART 2-PRODUCTS 2.1 FORM MATERIALS A. Prefabricated -Simplex "Industrial Steel Frame Forms", Symons "Steel Ply", or Universal "Uni-form." B. Plywood -Product Standard PS1, waterproof, resin-bonded, exterior type Douglas fir, face adjacent to concrete Grade B or better. C. Fiberboard -ANSI/AHA A 135.4, Class 1, tempered, water-resistant, concrete form hardboard. D. Lumber -Straight, uniform width and thickness, and free from knots, offsets, holes, dents, and other surface defects. E. Chamfer Strips -Clear white pine, surface against concrete planed CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE FORMING 03100-1 JUNE 2016 F. Form Coating -Nonstaining and nontoxic after 30 days, VOC-compliant; Burke "Form Release (WB)", L&M Chemical "E Z Strip", Nox-Crete "Form Coating", or Symons "Environmental Release EF." 2.2 FORMS A. Forms shall be designed to produce hardened concrete having the shape, lines, and dimensions indicated on the Drawings. Forms shall conform to ACI 347 and the following additional requirements. B. Forms for surfaces which will be exposed to view after construction is completed shall be constructed of prefabricated plywood panels, job-built of plywood, or lined with plywood or fiberboard. Forms for exposed surfaces shall be laid out in a regular and uniform pattern with the long dimension of panels vertical and all joints aligned. The forms shall produce finished surfaces that are free from offsets, ridges, waves, and concave or convex areas, within the tolerances specified herein. C. Plywood or lined forms will not be required for surfaces which are normally submerged or not ordinarily exposed to view, such as the interior of manholes, basins, and reservoirs. Other types of forming materials, such as steel or unlined wood, may be used where plywood or lined forms are not required and may be used as backing for form linings. D. All vertical concrete surfaces above footings shall be formed. E. Flat segmented forms not more than 24 inches [600 mm] wide may be used for forming curved surfaces 25 feet [7600 mm] in diameter or larger. 2.3 FORM DESIGN A. Forms shall be substantial and sufficiently tight to prevent leakage of mortar. Forms shall be braced or tied to maintain the desired position, shape, and alignment during and after concrete placement. Walers, studs, internal ties, and other form supports shall be sized and spaced so that permissible working stresses are not exceeded. B. Beams and slabs supported by concrete columns shall be formed so that the column forms may be removed without disturbing the supports for the beams or slabs. C. Wherever the top of a wall will be exposed to weathering, the forms on at least one side shall not extend above the top of the wall and shall be brought to true line and grade. At other locations, forms shall be brought to a true line and grade, or a wooden guide strip shall be placed at the proper location on the forms so that the concrete surface can be finished with a screed or template to the specified elevation, slope, or contour. At horizontal construction joints in walls, the forms on one side shall not extend more than 2 feet [600 mm] above the joint. D. Temporary openings shall be provided at the bottom of column and wall forms and at other points where necessary to facilitate cleaning and inspection. E. Form ties shall have removable end and permanently embedded body, and shall have sufficient strength and rigidity to support and maintain the form in proper position and CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE FORMING 03100-2 JUNE 2016 alignment without the use of auxiliary spreaders. Cones shall be provided on the outer ends of each tie, and the permanently embedded portion shall be at least 1 inch [25 mm] back from the concrete face. Form ties for liquid-containing walls shall be provided with water stop washers located on the permanently embedded portions of the ties at the approximate center of the wall. Permanently embedded portions of form ties without threaded ends shall be constructed so that the removable ends are readily broken off without damage to the concrete. Through-wall tapered removable ties will not be acceptable. The type of form ties used shall be approved by the Engineer. F. Form ties in exposed surfaces shall be uniformly spaced and aligned in horizontal and vertical rows. G. Edges and Corners: Chamfer strips shall be placed in forms to bevel all salient edges and corners, except the top edges of walls and slabs which are to be tooled and edges which are to be buried. Equipment bases shall have formed beveled salient edges for all vertical and horizontal corners, unless specifically indicated otherwise on the Drawings. Unless otherwise noted, bevels shall be 3/4 inch [19 mm] wide. 2.4 ARCHITECTURAL CONCRETE A. Architectural concrete shall conform to the applicable requirements of Section 6 of ACI 301 and to the additional requirements specified herein. Architectural concrete shall be free from holes, sand streaks, mortar leakage, offsets, irregularities, and other defects. Particular care shall be taken in forming, placing, and finishing architectural concrete. B. Forms for architectural concrete shall conform to the requirements specified for all concrete forms and shall be fabricated from plastic overlay plywood or fiberglass reinforced plastic. All joints shall be watertight. Forms shall be reinforced, braced, and supported as necessary to obtain the required straightness tolerance. PART 3 -EXECUTION 3.1 FORM PLACEMENT A. The limits of each concrete pour shall be determined by Contractor and shall be acceptable to Engineer. B. Before concrete is placed, forms shall be rigidly secured in proper position; all dirt, mud, water, and debris shall be removed from the space to be occupied by concrete; all surfaces encrusted with dried concrete from previous placements shall be cleaned; and the entire installation shall be acceptable to Engineer. Remove all frost, ice, and snow from within the formwork before concrete is placed. 3.2 TOLERANCES A. Tolerances for cast-in-place concrete work shall be as stipulated in ACI 117, unless otherwise indicated. Formed surfaces stipulated in Article 3.4 of ACI 347 shall be considered Class A for architectural concrete and Class C for all other concrete work. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE FORMING 03100-3 JUNE 2016 3.3 FORM COATING A. All concrete forms shall have form release agent applied to them before placement of concrete. 3.4. FORM REMOVAL A. Forms shall not be removed from structures until the concrete in the structures has sufficient strength to support the weight of the structure and any superimposed load, including loads from construction operations. Contractor shall be responsible for limiting any applied loadings. There shall be no evidence of damage to concrete and no excessive deflection or distortion of members due either to the removal of forms or to loss of support. B. Supporting formwork shall not be removed from horizontal members until the concrete has attained at least 75 percent of the specified 28 day compressive strength as determined by cylinders made and cured in the field. Shores shall not be removed before concrete has attained 28 day compressive strength as specified in the Cast-in- Place Concrete section. Shoring shall be left in place and reinforced as necessary to carry any construction equipment or materials placed thereon. C. When forms are removed before the specified curing is completed, measures shall be taken to immediately continue curing and to provide adequate thermal protection for the concrete. 3.5 PAN-FORMED JOISTS A. New or undamaged metal pans shall be used to produce concrete that is smooth and free from waves and irregularities. Adjustable pans without flanges shall be used to provide joist lines which are straight and true. Pans and joist bottom boards shall be carefully removed to avoid damaging the concrete. Exposed surfaces shall be finished by removing fins and repairing honeycomb. Grout cleaning will not be required. B. Nail-down flange type forms may be used for pan-formed joists which are located above suspended ceilings or required in connection with roof slabs for covered basins or reservoirs. Pans and joist bottom boards in such locations shall be removed in a careful manner. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ** END OF SECTION ** CONCRETE FORMING 03100-4 JUNE 2016 SECTION 03200 -CONCRETE REINFORCEMENT PART 1 -GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install all concrete reinforcement complete as shown on the Drawings and as specified herein, including dowels embedded into concrete for masonry. 1.2 RELATED WORK A. Concrete Forming is included in Section 03100. B. Cast-In-Place Concrete is included in Section 03300. C. Concrete Finishes is included in Section 03350. D. Grout is included in Section 03600. 1.3 CONTRACTOR SUBMITTALS A. In accordance with the General Provisions, submit shop drawings and product data showing materials of construction and details of installation for: 1. Reinforcing steel. Drawings for fabrication, bending, and placement of concrete reinforcement shall conform to the recommendations of ACI 315 for placement drawings and as specified herein. a. Placement drawings. For walls, show elevations from the outside, looking towards the structure, at a minimum scale of 1/4-in to one foot. For slabs, show top and bottom reinforcement on separate plan views, as needed for clarity. For beams and columns, show schedules with sections and/or elevations and stirrup/tie spacing. Show additional reinforcement around openings, at corners and at other locations indicated, diagrams of bent bars, arrangements and assemblies, all as required for the fabrication and placement of concrete reinforcement. Reference bars to the same identification marks shown on the bar bending details. Identify bars to have special coatings and/or to be of special steel or special yield strength. b. Bar bending details. Reference bars to the same identification marks shown on the placement drawings. Identify bars to have special coatings and/or to be of special steel or special yield strength. B. Submit samples of each of the following items. 1. Two samples of each type of mechanical reinforcing steel coupling system. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE REINFORCEMENT 03200-1 JUNE 2016 C. Submit each of the following items: 1. Certified copy of mill test on each heat of each steel proposed for use showing the physical properties of the steel and the chemical analysis. 2. Welder's certification in accordance with AWS 01 .4 when welding of reinforcement is indicated, specified, or approved. 3. Certified copy of test results for compliance for all galvanized reinforcement and accessories. Test report shall indicate the weight of the nickel-zinc and the applicable ASTM Standard. 4. Certified copy of test results for compliance for all epoxy-coated reinforcement and accessories. Test report shall indicate the applicable ASTM Standard and the measured values. 5. Copy of CRSI certification for plant producing epoxy-coated reinforcement. 1.4 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A82 -Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM A 184 -Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement. 3. ASTM A 185 -Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement. 4. ASTM A496 -Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. 5. ASTM A497 -Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. 6. ASTM A615 -Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. 7. ASTM A704 -Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement. 8. ASTM A706 -Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 9. ASTM A767 -Standard Specification for Zinc-Coated (Galvanized) Steel Bars for Concrete Reinforcement. 10. ASTM A775 -Standard Specification for Epoxy-Coated Reinforcing Steel Bars. 11. ASTM A780 -Standard Practice for Repair of Damaged and Uncoated Areas of Hot- Dip Galvanized Coatings. · '"" CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE REINFORCEMENT 03200-2 JUNE 2016 12. ASTM A884 -Standard Specification for Epoxy-Coated Steel Wire and Welded Wire Fabric for Reinforcement. 13. ASTM A934 -Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing Bars. 14. ASTM A996 -Standard Specification for Rail-Steel and Axle-Steel Deformed Bars Concrete Reinforcement. B. American Concrete Institute (ACI) 1. ACI 301 -Specifications for Structural Concrete. 2. ACI 315 -Details and Detailing of Concrete Reinforcement. 3. ACI 318 -Building Code Requirements for Structural Concrete. 4. SP-66 (ACI 315) -ACI Detailing Manual. C. Concrete Reinforcing Steel Institute (CRSI) 1. Manual of Standard Practice D. American Welding Society (AWS) 1. AWS D1 .4 Structural Welding Code -Reinforcing Steel E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.5 QUALITY ASSURANCE A. Epoxy-coated Reinforcement. Produced by a plant certified by the CRSI Epoxy Plant Certification Program. 1.6 DELIVERY, HANDLING AND STORAGE A. Provide reinforcement free from mill scale, rust, mud, dirt, grease, oil, ice, or other foreign matter. B. Ship and store reinforcement with bars of the same size and shape fastened in bundles with durable tags, marked in a legible manner with waterproof markings showing the same "mark" designations as those shown on the submitted placement drawings. Tags for ASTM A706 reinforcing and for ASTM A615 reinforcing meeting the requirements of Paragraph 2.1 C.1 shall indicate that the reinforcing is weldable. C. Store reinforcement off the ground, protect from moisture and keep free from rust, mud, dirt, grease, oil, ice, or other injurious contaminants. D. Store galvanized reinforcement on padded wooden or steel cribbing. Repair galvanizing damaged by fabrication, handling or installation in accordance with ASTM A780. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE REINFORCEMENT 03200-3 JUNE 2016 E. Store epoxy coated reinforcement on padded wooden or steel cribbing. Epoxy coatings damaged by fabrication, handling or installation shall be repaired in accordance with ASTM A775, Appendix X1. Repair damage on epoxy-coated prefabricated reinforcement in accordance with ASTM A934, Appendix X2. PART 2 -PRODUCTS 2.1 MATERIALS A. Provide new materials, of domestic manufacture, complying with the following material specifications. 8. Deformed Concrete Reinforcing Bars: ASTM A615, Grade 60 deformed bars. C. Deformed Concrete Reinforcing Bars required on the Drawings to be Field Bent or Welded: ASTM A706. 1. ASTM A615, Grade 60 may be substituted for ASTM A706 subject to the following: a. The actual yield strength of the reinforcing steel based on mill tests does not exceed the specified yield strength by more than 18,000 psi. Retests not to exceed this value by more than an additional 3,000 psi. b. The ratio of the actual ultimate tensile strength to the actual tensile yield strength of the reinforcement is not less than 1.25. c. The carbon equivalency (CE) is 0.55 percent or less. D. Spiral Reinforcement 1. ASTM A615, Grade 60 for plain or deformed bars. 2. ASTM A82 for cold-drawn wire. E. Welded Steel Wire Fabric: ASTM A185. F. Welded Deformed Steel Wire Fabric: ASTM A497. G. Welded Plain Bar Mats: ASTM A704 and ASTM A615 Grade 60 plain bars. H. Fabricated Deformed Steel Bar Mats: ASTM A184 and ASTM A615 Grade 60 deformed bars. I. Galvanized Reinforcing Steel: ASTM A767 Coating Class I including Supplementary Requirements S1, S2 and S3 and ASTM A615, Grade 60 deformed bars. J. Galvanized Touch-up CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE REINFORCEMENT 03200-4 JUNE 2016 1. Endupor, zinc-rich coating by Dampney Manufacturing Co., Everett, MA; ZiRP, zinc-rich coating by Duncan Galvanizing Corp., Everett, MA; ZRC Cold Galvanizing Compound by ZRC Chemical Products Co., Division of Norfolk Corp., Quincy, MA or equal. K. Epoxy-coated Reinforcing Steel. ASTM A775 deformed bars. L. Reinforcing Steel Accessories 1. Plastic Protected Wire Bar Supports: CRSI Bar Supports, Class 1 -Maximum Protection. 2. Stainless Steel Protected Wire Bar Supports: CRSI Bar Supports, Class 2 -Moderate Protection with legs made wholly from stainless steel wire. 3. Precast Concrete Bar Supports: CRSI Bar Supports, Precast Concrete Bar Supports. Precast concrete blocks that have equal or greater strength than the surrounding concrete. 4. Provide galvanized supports for galvanized reinforcement or embedded steel items in contact with galvanized reinforcement. 5. Provide epoxy-coated supports for epoxy-coated reinforcement. M. Tie Wire 1. Tie Wires for Reinforcement: 16-gauge or heavier black annealed wire. 2. Tie Wires for Zinc-coated (Galvanized) Reinforcement: Zinc-coated tie wire, or non- metallic-coated tie wire. 3. Tie Wires for Epoxy-coated Reinforcement: Plastic epoxy or nylon coated tie wire. N. Mechanical Reinforcing Steel Coupling System 1. Use only where indicated. Mechanical reinforcing steel coupling system shall be positive connecting taper threaded type employing a hexagonal coupler such as Lenton rebar splices as manufactured by Erico Products Inc., Solon, OH or equal. Coupling system shall meet all ACI 318 requirements. Bar ends must be taper threaded with coupler manufacturer's bar threader to ensure proper taper and thread engagement. Provide with cap on female end to exclude dirt, debris and wet concrete. Couplers shall be torqued to manufacturer's recommended value. 2. Unless otherwise noted on the Drawings, mechanical reinforcing steel coupling system shall produce a splice strength in tension or compression of not less than 125 percent of the ASTM specified minimum yield strength of the reinforcing bar. Base yield strength on Grade 60 reinforcing unless otherwise indicated or specified. 3. Compression type mechanical splices shall provide concentric bearing from one bar to the other bar. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE REINFORCEMENT 03200-5 JUNE 2016 2.2 FABRICATION A. Comply with the CRSI Manual of Standard Practice. B. Bend bars cold. Do not straighten or rebend bars. C. Bend bars around a revolving collar having a diameter not less than that recommended by the CRSI or ACI 318. D. Saw cut bar ends that are to be butt spliced, placed through limited diameter holes in metal, or threaded. Terminate saw cut ends in flat surfaces within 1-1/2 degrees of a right angle to the axis of the bar. E. Spirals 1. Provide a minimum of 1-1/2 finishing turns at the top and bottom. 2. Splices. Provide tension lap splices at least 48 bar diameters, but not less than 12-in in length. Do not use welded splices unless specifically approved by the Engineer. 3. Provide spacers as recommended by the CRSI. PART 3 -EXECUTION 3.1 INSTALLATION A. Comply with the CRSI Manual of Standard Practice for surface condition, bending, spacing and tolerances of placement for reinforcement. Provide the amount of reinforcing indicated at the spacing and clearances indicated on the Drawings. B. Determine clear concrete cover based on exposure to the environment. Unless indicated otherwise on the Drawings, provide the following minimum clear concrete cover over reinforcement: 1. Concrete cast against and permanently exposed to earth: 3-in 2. Concrete exposed to soil, water, sewage, sludge and/or weather: a. Slabs (top and bottom cover), walls: 2-in b. Beams and columns (ties, spirals and stirrups): 2-in 3. Concrete not exposed to soil, water, sewage, sludge and/or weather: a. Slabs (top and bottom cover), walls, joists, shells and folded plate members: 1-in b. Beams and columns (ties, spirals and stirrups): 1-1 /2-in C. Coat uncoated reinforcement which will be exposed for more than 60 days after placement with a heavy coat of neat cement slurry. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE REINFORCEMENT 03200-6 JUNE 2016 D. Do not weld reinforcing steel bars either during fabrication or erection unless indicated on the Drawings or as specified herein, or unless prior written approval has been obtained from the Engineer. Remove immediately all bars that have been welded, including tack welds, without such approval. Comply with AWS D1 .4 when welding of reinforcement is shown on the Drawings, specified, or approved. E. Reinforcing steel interfering with the location of other reinforcing steel, piping, conduits or embedded items may be moved within the specified tolerances or one bar diameter, whichever is greater. Obtain the approval of the Engineer if greater displacement of bars to avoid interference is needed. Do not cut reinforcement to install inserts, conduits, mechanical openings or other items without the prior approval of the Engineer. F. Secure, support and tie reinforcing steel to prevent movement during concrete placement. Secure dowels in place before placing concrete. G. Do not field bend reinforcing unless indicated or specifically authorized in writing by the Engineer. Cold-bend bars indicated or authorized to be field bent around the standard diameter spool specified in the CRSI. Do not heat bars. Closely inspect the reinforcing steel for breaks. Replace, repair by cutting out damaged bars and splicing new bars using coupling sleeves filled with ferrous material, or otherwise repair damaged reinforcing bars as directed by the Engineer at no additional cost to the Owner. Do not bend reinforcement after it is embedded in concrete unless indicated on the Drawings. H. Touch up damaged galvanizing and coat the ends of galvanized reinforcing steel bars cut in the field using the brush-on method with dry film thickness of not less than 6 mils and in accordance with ASTM A780. I. When galvanized reinforcing steel is field bent, repair galvanizing coating damage in accordance with ASTM A780. J. Repair damaged coating on epoxy-coated reinforcing steel and coat the ends of epoxy- coated reinforcing steel bars cut in the field in accordance with ASTM A775, Appendix X1. Repair damaged coating on epoxy-coated prefabricated reinforcing steel and coat the ends of epoxy-coated prefabricated reinforcing steel bars cut in the field in accordance with ASTM A934, Appendix X2. 3.2 REINFORCEMENT AROUND OPENINGS A. Provide additional reinforcing steel on each side of the opening equivalent to one half of the cross-sectional area of the reinforcing steel interrupted by the opening unless indicated otherwise on the Drawings. Extend each end of each bar beyond the edge of the opening or penetration by the tension development length for that bar size. 3.3 SPLICING OF REINFORCEMENT A. Provide splices as shown on the Drawings and as specified herein. B. Splices Indicated as Compression Splices: Provide lap splice of 48 bar diameters, but not less than 12-in unless indicated otherwise on the Drawings. Base the lap splice length for column vertical bars on the bar size in the column above. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE REINFORCEMENT 03200-7 JUNE 2016 C. All Other Splices: Provide tension lap splices in compliance with ACI 318. Stagger splices in adjacent bars where possible. Provide Class B tension lap splices at all locations unless otherwise indicated. D. Splices in Circumferential Reinforcement in Circular Walls: Provide Class B tension lap splices and stagger as indicated. E. Tension Members: Avoid splicing of reinforcing steel in concrete elements indicated as "tension members." However, if splices are required for constructability, splices in the reinforcement subject to direct tension shall be butted and joined with complete penetration welds to develop, in tension, at least 125 percent of the specified yield strength of the bar. Offset splices in adjacent bars the distance of a Class B splice or 30-in, whichever is greater. F. Lap splices in welded wire fabric in accordance with the requirements of ACI 318 but not less than 12-in. Tie the spliced fabrics together with wire ties spaced not more than 24-in on center and lace with wire of the same diameter as the welded wire fabric. Offset splices in adjacent widths to prevent continuous splices. G. Mechanical reinforcing steel coupling system shall be used only where shown on the Drawings. Offset splices in adjacent bars by at least 30 bar diameters. Mechanical reinforcing steel coupling system is only to be used for special splice and dowel conditions approved by the Engineer. H. After installation of mechanical reinforcing steel coupling system, on zinc-coated or epoxy-coated reinforcement, repair coating damage in accordance with the applicable ASTM standard. Coat all parts of mechanical connectors used on coated bars including steel splice sleeves, bolts and/or nuts with the same material used for the repair of damaged ~ coating. 3.4 ACCESSORIES A. Determine, provide and install accessories such as chairs, chair bars and the like to support the reinforcement providing the spacing and clearances indicated on the Drawings and prevent its displacement during the erection of the reinforcement and the placement of concrete. B. Use precast concrete blocks where the reinforcing steel is to be supported over soil. C. Use plastic protected bar supports or steel supports with plastic tips where the reinforcing steel is to be supported on forms for a concrete surface that will be exposed to weather, high humidity, or liquid (including bottom of slabs over liquid containing areas). Use stainless steel protected bar supports in walls, beams and elevated slabs. Use stainless steel supports or plastic tipped metal supports in all other locations unless otherwise noted on the Drawings or specified herein. D. Provide #5 minimum size support bars. Do not reposition upper bars in a bar mat for use as support bars. E. Alternate methods of supporting top steel in slabs, such as steel channels supported on the bottom steel or vertical reinforcing steel fastened to the bottom and top mats, may be used if approved by the Engineer. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE REINFORCEMENT 03200-8 JUNE 2016 F. Use galvanized supports to support galvanized reinforcement. G. Use epoxy-coated supports to support epoxy-coated reinforcement. 3.5 INSPECTION A. Notify the Engineer when the reinforcing is complete and ready for inspection, at least six working hours prior to the proposed concrete placement. Do not cover reinforcing steel with concrete until the installation of the reinforcement, including the size, spacing and position of the reinforcement has been inspected by the Engineer and the Engineer's release to proceed with the concreting has been obtained. Keep forms open until the Engineer has completed inspection of the reinforcement. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ** END OF SECTION ** CONCRETE REINFORCEMENT 03200-9 JUNE 2016 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE REINFORCEMENT 03200-10 JUNE 2016 SECTION 03260-CONCRETE JOINTS AND WATERSTOPS PART 1 -GENERAL 1.1 DESCRIPTION This section describes materials, testing, and installation of construction and expansion joints, PVC waterstops, premolded joint filler, joint sealant, and bond breaker tape. 1.2 RELATED SECTIONS A. The Work of the following Sections apply to the Work of this Section. Other, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Concrete Formwork is included in Section 03100 2. Concrete Reinforcement is included in Section 03200 3. Cast-In-Place Concrete is included in Section 03300 4. Concrete Finishes is included in Section 03350 5. Waterproofing is included in Section 07100 1.3 CONTRACTOR SUBMITTALS A. Shop drawings shall be submitted in accordance with the General Provisions and the following. B. Submit manufacturer's literature, catalog data, and statement of compliance with referenced standards and specifications. C. Submit material samples of PVC waterstops. PART 2-MATERIALS 2.1 PVC WATERSTOP A. Material: Waterstops shall be extruded from a PVC compound and shall be flat-strip ribbed type as manufactured by B. F. Goodrich Company, Kirkhill Rubber Company, or for contracts between City and Contractor, approved equal. Waterstop shall comply with Corps of Engineers Specification CRD-C-572. The basic resin of the material shall be a PVC resin plastic, containing non-migrating type plasticizers, and shall not be appreciably affected by alkali, acids, or saltwater. All material shall be virgin material; the use of reworked PVC or approved other substitute will not be permitted. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE JOINTS AND WATERSTOPS 03260-1 JUNE 2016 B. Fittings: Waterstops shall be supplied and installed in accord with the dimensions shown on the drawings, and shall be made continuous by means of factory made fittings. 2.2 JOINT SEALANT FOR CONCRETE STRUCTURES The joint sealant shall be a two-part, gray, nonstaining, nonsagging, polyurethane sealant, which cures at ambient temperature to a firm, flexible, tear-resistant rubber. The sealer shall be resilient and have excellent recovery characteristics after extended periods of compression or elongation. Sealant shall be PRC 270, Vulkem 227, Sika 2C, or approved equal. 2.3 NEOPRENE RODS FOR PRECAST SLAB JOINTS Neoprene rods shall be of the indicated diameter, 50 durometer. 2.4 PREMOLDED JOINT FILLER Joint filler shall be preformed, nonextruded type, constructed of closed-cell neoprene conforming to ASTM D 1752, Type I, as manufactured by W. R. Grace Company of Cambridge, Massachusetts; W. R. Meadows, Inc., Elgin, Illinois; or for contracts between City and Contractor, approved equal. 2.5 NEOPRENE BEARING PADS Neoprene bearing pads for precast concrete slabs shall be of the indicated size, thickness, and length, 60 durometer. 2.6 BOND BREAKER TAPE Bond breaker tape shall be an adhesive backed glazed butyl or polyethylene which will adhere to the premolded joint material or concrete surface. The tape shall be the same width as the joint. The tape shall be compatible with the sealant. PART 3-EXECUTION 3.1 PVC WATERSTOPS A. Installation: Waterstops shall be installed in construction and expansion joints in hydraulic structures or where shown on the drawings. Forms for construction joints shall be constructed in such a manner as to prevent damage to waterstops. Waterstops shall be held securely in position in the construction joints by wire ties, continuous bars, and rings as indicated. Waterstops shall be properly heat spliced at ends and intersections to ensure continuity. B. Field Splices: Field splices shall be made with a thermostatically controlled heating iron in conformance with the manufacturer's recommendations. At least 10 minutes shall be allowed before pulling or straining the new splice in any way. The finished splices shall CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE JOINTS AND WATERSTOPS 03260-2 JUNE 2016 provide a cross section that is dense and free of porosity with tensile strength of not less than 80% of the unspliced materials. 3.2 CONSTRUCTION JOINTS A. General: Construction joints shall be provided where shown on the drawings. In case of emergency, additional construction joints shall be placed. An interval of 45 minutes between two consecutive batches of concrete shall constitute cause for an emergency construction joint. At the City's sole discretion, the slab or concrete placement may be rejected and be removed entirely. The costs related to such removal and replacement shall be born by the contractor. All emergency construction joints are subject to final approval by the City. B. Construction Joint Keyways: Construction joints shall be keyed, if indicated on the drawings. Keyways shall be formed by beveled strips or boards placed at right angles to the direction of shear. Except where otherwise shown on the drawings or specified, keyways shall be at least 1-1/2 inches in depth over at least 25% of the area of the section. C. Reinforcing Dowels: When an emergency joint is necessary, the joint shall be keyed and reinforcing dowels shall be furnished and placed across the joint. These dowels shall be embedded 60 bar diameters into each side of the joint. Size and number of dowels shall match reinforcing in the member. Furnishing and placing such reinforcing steel shall be done at no additional costs to the City. D. Joint Preparation for Adjacent Pour: After the pour has been completed to the construction joint and the concrete has hardened, the entire surface of the joint shall be thoroughly cleaned of surface laitance, loose or defective concrete, and foreign material, and clean aggregate shall be exposed by sandblasting the surface of construction joints before placing the new concrete. Horizontal construction joints shall be covered with mortar. Mortar shall be spread uniformly and worked thoroughly into all irregularities of the surface. The mortar shall be flowable and shall consist of sand, water, and a minimum of 12 sacks of cement per cubic yard. A positive measuring device, such as a bucket, or other device shall be provided that will contain only enough mortar for depositing in one place in the wall or column to ensure that portion of the form does not receive too much mortar. Mortar shall not be deposited from pump hoses or large concrete buckets unless inspection windows close to the joint are available to allow visual measurement of mortar thickness and means for mortar removal is available for removal of any excess. The water-cement ratio of the mortar in place shall not exceed that of the concrete to be placed upon it. The consistency of the mortar shall be suitable for placing and working. 3.3 INSTALLATION OF PREMOLDED JOINT FILLER Premolded joint filler shall be installed in joints accurately as shown. Joint filler shall be attached to concrete with a bonding agent recommended by the joint sealant and joint filler manufacturer for compatibility. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE JOINTS AND WATERSTOPS 03260-3 JUNE 2016 3.4 INSTALLATION OF JOINT SEALANTS A. Joint Cavity Preparation: Immediately before installing the joint sealant, the joint cavity shall be cleaned by sandblasting or power wire brushing. Bond breaker tape shall be installed per manufacturer's instructions. B. Sealant Application: After the joints have been prepared as described above, the joint sealant shall be applied. Primer, if required, and joint sealant shall be applied only with the equipment and methods recommended by the joint sealant manufacturer. Application criteria for the sealant materials, such as temperature and moisture requirements and primer cure time, shall be in accordance with the recommendations of the sealant manufacturer. C. Finishing: Masking tape shall be applied along the edges of the exposed surface of the exposed joints. Joints shall be troweled smooth with a tuck pointing tool wiped with a solvent as recommended by the sealant manufacturer. D. Cleanup: After the sealant has been applied, masking tape and any sealant spillage shall be removed. 3.5 INSTALLATION OF NEOPRENE RODS IN PRECAST SLAB JOINTS Neoprene rods shall be forced down to the bottom of the shaped joint prior to placing drypack in the joint. 3.6 INSTALLATION OF NEOPRENE BEARING PADS Neoprene bearing pads shall be placed in the indicated position on the concrete walls and glued to the wall with suitable adhesive. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ** END OF SECTION ** CONCRETE JOINTS AND WATERSTOPS 03260-4 JUNE 2016 SECTION 03300-CAST-IN-PLACE CONCRETE PART 1-GENERAL 1.1 DESCRIPTION This section describes materials, mixing, and placing of concrete and grout. 1.2 RELATED SECTIONS A. The Work of the following Sections apply to the Work of this Section. Other, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Concrete Forming is included in Section 03100 2. Concrete Reinforcement is included in Section 03200 3. Concrete Joints and Waterstops is included in Section 03260 4. Concrete Finishing is included in Section 03350 5. Waterproofing is included in Section 07100 1.3 CONTRACTOR SUBMITTALS A. Shop drawings shall be submitted in accord with the General Provisions, ACI 318, and the following. B. Mix design with proof of design by laboratory 7-day and 28-day compressive tests, or test reports of 7-day and 28-day compressive tests of the mix where the same mix was used on two previous projects, shall be submitted in writing for review by the City at least 15 days before placing of any concrete. C. Certificate that cement used in the concrete complies with ASTM C 150 and these specifications shall be submitted. D. Aggregates: Certificate of compliance with ASTM C 33 shall be provided. Weathering region limits of coarse aggregates: severe, moderate, or negligible shall be stated. Basis of determining that potential reactivity is negligible shall be stated. E. Ready Mix Concrete: Delivery tickets or weighmasters certificate per ASTM C 94, including weights of cement and each size aggregate, volume of water in the aggregate, and volume of water added at the plant shall be provided. The volume of water added on the job shall be written on the ticket or certificate. F. Concrete Admixtures: Manufacturer's certificate of compliance with these specifications shall be provided. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CAST-IN-PLACE CONCRETE 03300-1 JUNE 2016 G. Epoxy Bonding Compound: provided. Manufacturer's specific instructions for use shall be H. Nonshrink Grout: Manufacturer's certificate of compliance with these specifications and specific instructions for use shall be provided. PART 2 -MATERIALS 2.1 CEMENT Cement shall conform to ASTM C 150, Type II or Type V. The content of tricalcium aluminate shall not to exceed 6% and the content of alkalies shall not exceed 0.6%. 2.2 AGGREGATES Aggregates shall comply with ASTM C 33 and shall be free from any substances that will react with the cement alkalis. 2.3 WATER AND ICE 2.4 Water and ice that is clean and free from objectionable quantities of organic matter, alkali, salts, and any other impurities which might reduce the strength, durability, and quality of the concrete shall be used in the concrete mix. COLOR ADDITIVE For exterior electrical duct concrete encasements, a color additive shall be used for identification purposes: Color additive shall be: brick red "Colorful!," as manufactured by Owl Manufacturing Company, Arcadia, California; coral red "Chromix C-22," as manufactured by L. M. Scofield Company, Los Angeles, California; or for Contracts between City and Contractors, approved equal. The color additive shall be added while the concrete is being mixed using the quantity per cubic yard of concrete recommended by the manufacturer for the class of concrete indicated. 2.5 CONCRETE ADMIXTURES A. Air-Entraining Admixture: Concrete may contain an air-entraining admixture which shall conform to ASTM C 260, except it shall be nontoxic after 30 days and shall contain no chlorides. Admixture shall be Master Builders MB-VR, Sika AER (Sikamix 104), or for contracts between City and Contractor, approved equal. B. Water-Reducing Admixture: Concrete may contain a water-reducing admixture which shall conform to ASTM C 494, Type A or Type D, except it shall contain no chlorides, shall be nontoxic after 30 days, and shall be compatible with the air-entraining admixture. The amount of admixture added to the concrete shall be in accord with the manufacturer's recommendations. Admixture shall be Master Builders Pozzolith polymer-type normal setting, Plastocrete (Sikamix 160) Normal Set, Sika Chemical Corporation, or for contracts between City and Contractor, approved equal. 1. Admixture Restrictions: Accelerating water-reducing admixtures or any other type CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CAST-IN-PLACE CONCRETE 03300-2 JUNE 2016 of admixture that contains chlorides or other corrosive elements shall not be used in any concrete. 2. High-Early Strength Concrete: Admixtures for high-early strength concrete shall be non-chloride admixtures which meet the requirements of ASTM C 494. Acceptable products are Pozzutec 20 and Pozzolith NC 534, by Master Builders, Inc. or City approved equal. Concrete shall reach 2,500 psi compressive strength within eight (8) hours of being placed. 3. Shrinkage Control Admixture: Concrete may contain admixture for shrinkage control. Acceptable products include Eclipse, by Grace Concrete Products or approved equal 2.6 NON-SHRINK GROUT Non-shrink grout shall conform to the Corps of Engineers Specification for Nonshrink Grout, CRD-C588-78, and to these specifications. Use a non gas-liberating type, cement base, premixed product requiring only the addition of water for the required consistency. Grout shall be UPCON High Flow, Master Flow 713, or for contracts between City and Contractor, approved equal. All components shall be inorganic. 2.7 ORDINARY TYPE GROUT (DRY PACK) Ordinary type grout shall consist of one part portland cement to two parts sand (100% passing a No. 8 sieve). Sufficient water shall be added to produce damp formable consistency. 2.8 EPOXY BONDING COMPOUND Manufacturer's certifications as to suitability of product to meet job requirements with regard to surface, pot life, set time, vertical or horizontal application, and forming restrictions shall be provided. Bonding compound shall be Concresive 1001 LPL, Adhesive Engineering Company, San Carlos, California; Sikadur Hi-Mod (Sikastix 370), Sika Chemical Corporation, Lyndhurst, New Jersey; or for contracts between City and Contractor, approved equal. 2.9 CONCRETE MIX DESIGN A. General: Concrete mix design shall conform to ASTM C 94 and ACI 318, except as modified by these specifications. B. Fly Ash: 15% max Fly ash shall be used in the mix as a partial substitute for cement. C. Air Content: Air content as determined by ASTM C 231 shall be 2%±1%. D. Water-Cement Ratio: Maximum water-cement ratio for Class A concrete shall not exceed 0.40 by weight. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CAST-IN-PLACE CONCRETE 03300-3 JUNE 2016 E. Classes: Classes of concrete shall be used as described in the following table: Content Class (lbs per C.Y.) 28-Day Compressive Type of Work Minimum Cement Strength (psi.) Structures (all) plans ............................. 4,000 ....................... 564 = 6 sack Curbings, Sidewalks Unspecified by plans Fill for structure ..................................... 2,000 .................. .. .... 376 = 4 sack foundations, cradles, supports across pipe trenches, anchors, and miscellaneous unreinforced concrete F. Slump: Slump shall be measured in accord with ASTM C 143. Slump shall be as follows: Slab on grade or heavy sections ........................... 3 inches maximum wider (in plan view) than 3 feet Footings, walls, suspended ................................... 4 inches maximum slabs, beams, and columns Concrete shall be proportioned and produced to have a maximum slump as shown. A tolerance of up to 1 inch above the indicated maximum shall be allowed for individual batches provided the average for all batches or the most recent 10 batches tested, whichever is fewer, does not exceed the maximum limit. Concrete of lower than usual slump may be used provided it is properly placed and consolidated. G. Aggregate Size: Aggregate size shall be ¾-inch maximum for slabs and sections 8 inches thick and less. Aggregate size shall be 1 ½ inches maximum for all larger slabs and sections. Combined aggregate grading shall be as shown in the following table: Sieve Sizes Maximum Aggregate Size Percentage Passing by Weight 2" ······················································ 100 1½" ·············································· 90 -100 1" ............................................... 50-86 ................................................ 100 ¾" .............................................. 45 -75 ......................................... 90 -100 ¾" .............................................. 38 -55 ......................................... 60 -80 No. 4 ............................................. 30 -45 ....................................... 40 -60 No. 8 ............................................. 23 -38 ....................................... 30 -45 No. 16 ............................................. 17 -33 ....................................... 20 -35 No. 30 ............................................. 10 -22 ....................................... 13 -23 No. 50 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 -10....................................... 5 -15 No.100 ........................................... 1-3 ........................................ 0-5 No. 200 . . . . .. .. . . . . . . .. .. . . .. . .. . . . . .. . . . . . . . . . . .. 0 -2........................................ 0 -2 CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CAST-IN-PLACE CONCRETE 03300-4 JUNE 2016 H. Pumped Concrete Design Mix: Mix design for pumped concrete shall produce a plastic and workable mix. The percentage of sand in the mix shall be based on the void volume of the coarse aggregate. 2.10 WORKABILITY A. General: Concrete shall be of such consistency and composition that it can be worked readily into the forms and around the reinforcement without excessive spading and without permitting the materials to segregate or free water to collect on the surface. The proportions shall be adjusted to secure a plastic, cohesive mixture, and one which is within the specified slump range. B. Aggregate: To avoid unnecessary changes in consistency, aggregate shall be obtained from a source with uniform quality, moisture content, and grading. Materials shall be handled in such a manner that variations in moisture content will not interfere with production of concrete of the specified degree of uniformity and slump. 2.11 CURING MATERIALS A. Materials for curing concrete as specified herein shall conform to the following requirements and ASTM C 309: 1. Polyethylene sheet for use as concrete curing blanket shall be white, and shall have a nominal thickness of 6 mils. The loss of moisture when determined in accordance with the requirements of ASTM C 156 shall not exceed 0.055 grams per square centimeter of surface. 2. Polyethylene-coated waterproof paper sheeting for use as concrete curing blanket shall consist of white polyethylene sheeting free of visible defects, uniform in appearance, having a nominal thickness of 2 mils and permanently bonded to waterproof paper conforming to the requirements of Federal Specification UU-B- 790A (1) (2). The loss of moisture, when determined in accordance with the requirements of ASTM C 156, shall not exceed 0.055 gram per square centimeter of surface. 3. Polyethylene-coated burlap for use as concrete curing blanket shall be 4 mils thick, white opaque polyethylene film impregnated or extruded into one side of the burlap. Burlap shall weigh not less than 9 ounces per square yard. The loss of moisture, when determined in accordance with the requirements of ASTM C 156, shall not exceed 0.055 gram per square centimeter of surface. 4. Curing mats for use in curing walls and slabs not on grade as specified herein, shall be heavy shag rugs or carpets or cotton mats quilted at 4 inches on center. Curing mats shall weigh a minimum of 12 ounces per square yard when dry. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CAST-IN-PLACE CONCRETE 03300-5 JUNE 2016 PART 3 -EXECUTION 3.1 SITE-MIXED CONCRETE A. General: Site-mixed concrete shall conform to ACI 304 as modified by these specifications. B. Batching and Mixing Equipment: A batch-type mixer shall be used that is capable of combining the aggregates, cement, and water within the specified time into a thoroughly mixed and uniform mass and discharging the mixture without segregation. Supporting equipment shall be used that can accurately proportion the cement, the coarse and fine aggregates, the admixtures, and the water which enters the mixing drum. Cement and aggregate shall be proportioned by weight. Each entire batch shall be discharged before recharging. The volume of the mixed materials per batch shall not be allowed to exceed the manufacturer's rated capacity of the mixer. C. Mixing Time: Mixing time shall be as follows: 1. For mixer of a capacity of 1 cubic yard or less, one and one-half minutes after batching is completed. 2. For mixers of capacities larger than 1 cubic yard, one and one-half minutes plus one-half minute for each additional ½-cubic-yard capacity or fraction thereof in excess of 1 cubic yard. 3. The mixer shall revolve at a uniform rate as specified by the manufacturer for the ~ mixing equipment. 3.2 READY-MIXED CONCRETE A. General: Ready-mixed concrete shall conform to ASTM C 94 as modified by these specifications. B. Haul Time Requirements: The haul time of ready-mixed concrete shall be limited so that the specified slump is attained without the onsite addition of water, which may cause the mix design water-cement ratio to be exceeded. In no case shall the time between the time when the concrete is batched and it is placed exceed 90 minutes. When haul time is excessive, truck-transported, dry-batched concrete shall be used and mixed on the jobsite. Partially hardened concrete shall not be retempered. 3.3 PLACING CONCRETE A. General: Concrete placement shall conform to ACI 304 as modified by these specifications. B. Placement Sequence: The sequence of concrete placement shall be coordinated in advance of actual placement to assure that construction joints will occur only as designed. The City's Representative shall be furnished a copy of the sequence of placement in advance of actual placement. Alternate sections of concrete walls and slabs shall be placed monolithically. Concrete for walls and slabs shall not be placed until seven days after placement of concrete for adjacent walls and slabs. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CAST-IN-PLACE CONCRETE 03300-6 JUNE 2016 C. Notification: The City's Representative shall be notified of readiness, not just intention, to place concrete in any portion of the work. This notification shall be such time in advance of the operation as the City's Representative deems necessary for him to observe the preparations at the location of the proposed concrete placing. All forms, steel, screeds, anchors, ties, inserts and other items to be embedded shall be in place before notification of readiness is given to the City's Representative. D. Equipment Readiness: Sufficient primary and backup equipment shall be scheduled for continuous concrete placement, and anticipate what actions will be taken during interruption. Extra concrete vibrators shall be provided. Concrete vibrators shall be tested the day before placing concrete. E. Removal of Water from Areas to Receive Concrete: Concrete shall not be placed until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes or other means and carried out of the forms, clear of the work. Concrete shall not be placed underwater, nor shall still water be allowed to rise on any concrete until the concrete has attained its initial set. Water shall not be permitted to flow over the newly deposited concrete in such manner and of such velocity that will damage the surface finish. F. Moisture Barriers: Where a moisture barrier is installed, the moisture barrier shall not be punctured by stakes or any other concrete accessories. G. Concrete Pours and Freefall: Concrete shall be deposited at or near its final position to avoid segregation caused by rehandling or flowing. Concrete shall not be deposited in large quantities in one place to be worked along the forms with a vibrator. Concrete shall not be dropped freely into place from a height greater than 4 feet. Tremies shall be used where the drop could exceed these limits. H. Consolidation of Concrete: Mechanical vibrators shall be used while placing concrete to eliminate rock pockets and voids, to consolidate each layer with that previously placed, to completely embed reinforcing bars and fixtures, and to bring just enough fine material to exposed surfaces to produce a smooth, dense, and even texture. Vibrators shall be of the high-frequency internal type, and the number in use shall be able to consolidate the incoming concrete to a proper degree within 15 minutes after it is deposited in the forms. In all cases, at least two vibrators shall be available at the site. External vibrators shall be used for consolidating concrete only when the concrete is otherwise inaccessible for adequate internal consolidating. I. Protection of Concrete: Concrete shall not be placed during rainstorms. Concrete placed immediately before rain shall be protected to prevent rainwater from coming in contact with it. Sufficient protective covering shall be kept on hand at all times for this purpose. 3.4 CONCRETE TESTS A. General: Strength tests shall be performed on the concrete by the City's Representative as follows: 1. Mold and cure five concrete test cylinders from each 50 cubic yards, or fraction thereof, of each class of concrete placed in any one day. Mold and cure the cylinders in accord with ASTM C 31. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CAST-IN-PLACE CONCRETE 03300-7 JUNE 2016 2. Test cylinders in accord with ASTM C 39. Test one cylinder at 7 days for information. Test one cylinder at 14 days for information. Test two cylinders at 28 days for acceptance. Hold one cylinder for verification. The test results shall be the average of the strengths of the two cylinders tested at 28 days. If one cylinder in a test manifests evidence of improper sampling, molding, or testing, other than low strength, discard it and use the fifth cylinder for the test result. 3. Determine slump of the concrete using ASTM C 143 for each strength test sample and as required to establish consistency. 4. Determine air content of the concrete using ASTM C 231 for each strength test sample and as required to establish consistency. B. Drying shrinkage tests will be made during construction to insure continued compliance with these Specifications. 1. Drying shrinkage specimens shall be 4-inch by 4-inch by 11-inch prisms with an effective gage length of 10 inches, fabricated, cured, dried and measured in accordance with ASTM C 157 modified as follows: specimens shall be removed from molds at an age of 23 ± 1 hours after trial batching, shall be placed immediately in water at 70 degrees F ±3 degrees F for at least 30 minutes, and shall be measured within 30 minutes thereafter to determine original length and then submerged in saturated lime water at 73 degrees F ±3 degrees F. Measurement to determine expansion expressed as a percentage of original length shall be made at age 7 days. This length at age 7 days shall be the base length for drying shrinkage calculations ("0" days drying age). Specimens then shall be stored immediately in a humidity control room maintained at 73 degrees F ±3 degrees F and 50 percent ±4 percent relative humidity for the remainder of the test. Measurements to determine shrinkage expressed as percentage of base length shall be made and reported separately for 7, 14, 21, and 28 days of drying after 7 days of moist curing. 2. The drying shrinkage deformation of each specimen shall be computed as the difference between the base length (at "0" days drying age) and the length after at each test age. The average drying shrinkage deformation of the specimens shall be computed to the nearest 0.0001 inch at each test age. If the drying shrinkage of any specimen departs from the average of the test age by more than 0.0004-inch, the results obtained from the specimen shall be disregarded. Results of the shrinkage test shall be reported to the nearest 0.001 percent of shrinkage. Compression test specimens shall be taken in each case from the same concrete used for preparing drying shrinkage specimens. These tests shall be considered a part of the normal compression tests for the projects. Allowable shrinkage limitations shall be as specified in section C.1, herein. C. Shrinkage Limitation: 1. The maximum concrete shrinkage for specimens cast in the laboratory from the trial batch, as measured at 21-day drying age or at 28-day drying age shall be 0.036 percent or 0.042 percent respectively. The Contractor shall only use a mix design for construction that has first met the trial batch shrinkage requirements. Shrinkage limitations apply only to structural concrete used as part of a hydraulic structure. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CAST-IN-PLACE CONCRETE 03300-8 JUNE 2016 2. The maximum concrete shrinkage for specimens cast in the field shall not exceed the trial batch maximum shrinkage requirement by more than 20 percent. 3. If the required shrinkage limitation is not met during construction, the Contractor shall take any or all of the following actions, at no additional cost to the Engineer, for securing the specified shrinkage requirements. These actions may include changing the source or aggregates, cement and/or admixtures; reducing water content; washing of aggregate to reduce fines; increasing the number of construction joints; modifying the curing requirements; or other actions designed to minimize shrinkage or the effects of shrinkage. D. Notification and Handling of Samples: To facilitate testing and inspection: 1. The City shall be advised in advance of concrete placing operations to allow for completion of quality tests. 2. Labor necessary to assist the City's Representative in obtaining and handling samples at the project shall be furnished by the Contractor. 3. Facilities for safe storage and proper curing of concrete test specimens on the project site, as required by ASTM C 31 shall be provided and maintained by the Contractor for the sole use of the City. E. Requirements for Attainment of Compressive Strength: Concrete shall attain the 28-day strength specified. The average value of concrete strength tests shall be equal to or greater than the specified 28-day strength. Not more than 10% of the tests shall be less than the specified 28-day strength.· No test shall be less than 90% of the specified 28- day strength. F. Failure to Attain Specified Strength: If the 28-day tests fail to meet the specified minimum compressive strength, the concrete will be assumed to be defective and one set of three cores from each area may be taken as selected by the City's Representative and in accord with ASTM C 42. If the average compressive strength, of the set of three concrete cores fails to equal 90% of the specified minimum compressive strength or if any single core is less than 75% of the minimum compressive strength, the concrete will be considered defective and shall be removed and replaced, all at no cost to the City. Costs of coring, testing of cores, and all required repairing pertaining thereto shall be the responsibility of the Contractor. G. Pumping Concrete: 1. Equipment Capacity Requirements: Pump size shall be determined by the rate of concrete placement, length of delivery pipe or hose, aggregate size, mix proportions, vertical lift, and slump of concrete. Minimum inside diameter of pipe or hose shall be based on the maximum aggregate size as follows: ¾-inch-max aggregate: 1 ½-inch-max aggregate: CITY OF CARLSBAD BOLERO VAULT REPLACEMENT 2 inches min ID 4 inches min ID CAST-IN-PLACE CONCRETE 03300-9 JUNE 2016 2. Disallowance of Aluminum Pipe: Aluminum pipes shall not be used for delivery of concrete to the forms. 3. Priming: Before pumping is started, the delivery pipe or hose shall be primed by pumping mortar through the line using 5 gallons of mortar for each 50 feet of delivery line. Mortar shall be pumped to waste and not deposited in the forms. H. Hot Weather Requirements: 1. General: During hot weather, proper attention shall be given to ingredients, production methods, handling, placing, protection, and curing to prevent excessive concrete temperatures or water evaporation in accord with ACI 305 and the following. There shall be no additional reimbursement for costs incurred for placing concrete in hot weather. 2. Cooling Methods: When the weather is such that the temperature of the concrete as placed would exceed 90°F, ice or other effective means of cooling the concrete during mixing and transportation shall be used so that the temperature of the concrete as placed will not exceed 90°F. 3. Prevention Against Early Setting of Concrete: Precautions shall be taken when placing concrete during hot, dry weather to eliminate early setting of concrete. This includes protection of reinforcing from direct sunlight to prevent heating of reinforcing, placing concrete during cooler hours of the day, and the proper and timely application of specified curing methods. I. Cold Weather Requirements: 1. General: Adequate equipment shall be provided for heating concrete materials and protecting concrete during freezing or near-freezing weather in accord with ACI 306 and the following. There shall be no additional reimbursement for costs incurred for placing concrete during cold weather. 2. Heated Mixing Water: When the temperature of the surrounding atmosphere is 40°F or is likely to fall below this temperature, the mixing water shall be heated to, but not exceed, 140°F. The heated water shall not be allowed to come in contact with the cement before the cement is added to the batch. 3. Temperature Requirements: When placed in the forms during cold weather, the concrete temperature shall be maintained at not less than 55°F. All materials shall be free from ice, snow, and frozen lumps before entering the mixer. 4. Curing Requirements: The air and the forms in contact with the concrete shall be maintained at temperatures above 40°F for the first five days after placing, and above 35°F for the remainder of the curing period. Thermometers shall be provided by the Contractor to indicate the ambient temperature and the temperature 2 inches inside the concrete surface. J. Bonding to Existing Concrete Existing concrete to which new concrete is to be bonded shall have the contact surfaces coated with epoxy bonding compound. The method of preparation and application of the CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CAST-IN-PLACE CONCRETE 03300-10 JUNE 2016 bonding compound shall conform to the manufacturer's printed instructions and recommendations for specific application for this project. K. Grouting Machinery Functions During placement of machinery, concrete shall be blocked out or finished off a sufficient distance below the bottom of the machinery base to provide for the thickness of grout shown on the drawings. After the machinery has been set in position and wedged to the proper elevation by steel wedges, the space between the bottom of the machinery base and the original pour of concrete shall be filled with a pourable non-shrink grout. 3.5. CURING METHODS A. Slabs On Grade: 1. The entire surface shall be kept damp by applying water using nozzles that atomize the flow so that the surface is not marred or washed. The surface shall be wetted with water delivered through a fog nozzle, and concrete curing blankets shall be placed on the slabs. The curing blankets shall be polyethylene sheet, polyethylene-coated waterproof paper sheeting or polyethylene-coated burlap. The blankets shall be laid with the edges butted together and with the joints between strips sealed with 2-inch wide strips of sealing tape or with edges lapped not less than 3 inches and fastened together with a waterproof cement to form a continuous watertight joint. 2. The curing blankets shall be left in place during the 10-day curing period and shall not be removed until after concrete for adjacent Work has been placed. Should the curing blankets become torn or otherwise ineffective, replace damaged sections. During the first 3 days of the curing period, no traffic of any nature and no depositing, temporary or otherwise, of any materials shall be permitted on the curing blankets. During the remainder of the curing period, foot traffic and temporary depositing of materials that impose light pressure will be permitted only on top of plywood sheets 5/8-inch minimum thickness, laid over the curing blanket. Add water under the curing blanket as often as necessary to maintain damp concrete surfaces at all times. B. Walls and Slabs Not on Grade: 1. The concrete shall be kept continuously wet by the application of water for a minimum period of at least 10 consecutive days beginning immediately after the concrete has reached final set or forms have been removed. 2. Until the concrete surface is covered with the curing medium, the entire surface shall be kept damp by applying water using nozzles that atomize the flow so that the surface is not marred or washed. 3. Heavy curing mats shall be used as a curing medium to retain the moisture during the curing period. The curing medium shall be weighted or otherwise held in place to prevent being dislodged by wind or any other causes and to be substantially in contact with the concrete surface. All edges shall be continuously held in place. 4. The curing blankets and concrete shall be kept continuously wet by the use of sprinklers or other means both during and after normal working hours. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CAST-IN-PLACE CONCRETE 03300-11 JUNE 2016 5. Immediately after the application of water has terminated at the end of the curing period, the curing medium shall be removed, any dry spots shall be rewetted. 6. Dispose of excess water from the curing operation to avoid damage to the Work. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ** END OF SECTION** CAST-IN-PLACE CONCRETE 03300-12 JUNE 2016 SECTION 03350 -CONCRETE FINISHES PART 1 -GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and finish cast-in-place concrete surfaces as specified herein. 1.2 RELATED WORK A. Concrete formwork is included in Section 03100. B. Cast in place Concrete is included in Section 03300. C. Grout is included in Section 03600. 1.3 CONTRACTOR SUBMITTAL$ A. Submit, in accordance with General Provisions, shop drawings and product data showing materials of construction and details of installation for: 1. Concrete sealer. Include catalog cuts, technical data, storage requirements, product life, working time after mixing, temperature considerations and Material Safety Data Sheet. Also submit confirmation that the sealer is compatible with additionally applied coatings. 2. Chemical hardener. Include catalog cuts, technical data, storage requirements, product life, working time after mixing, temperature considerations and Material Safety Data Sheet. Also submit confirmation that the hardener is compatible with sealer. 1.4 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM} 1. ASTM C144 -Standard Specification for Aggregate for Masonry Mortar B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.5 QUALITY ASSURANCE A. Services of Manufacturer's Representative 1. Make available at no additional cost to the Owner, upon 72 hours notification, the services of a qualified field representative of the manufacturer of sealer or hardener to instruct the contractor on the proper application of the product under prevailing job conditions. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE FINISHES 03350-1 JUNE 2016 1.6 RESPONSIBILITY FOR CHANGING FINISHES A. The surface finishes specified for concrete to receive coatings or other finish materials are those required for the proper application of the products specified under other Sections. Where products different from those specified are approved for use determine if changes in finishes are required and provide the proper finishes to receive these products. B. Perform changes in finishes made to accommodate products different from those specified at no additional cost to the Owner. Submit the proposed new finishes to the Engineer for approval. PART 2 -PRODUCTS 2.1 MATERIALS A. Cementitious and component materials required for finishing concrete surfaces: As specified in Section 03300. B. Concrete sealer: "Kure-N-Seal", by BASF Building Systems or equal acrylic sealer. PART 3 -EXECUTION 3.1 FORMED SURFACES A. Form removal: Conform to Sections 03100 and 03300. B. Do not damage edges or obliterate the lines of chamfers, rustications or corners when removing the forms or doing any other work adjacent thereto. C. Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete. D. Off-Form Finish 1 . Remove fins and other projections and fill tie cones and defects as specified in Section 03300. E. Rubbed Finish 1. Immediately upon stripping forms and before concrete changes color, carefully remove all fins with a hammer. While the surface is still damp apply a thin coat of medium consistency neat cement slurry using bristle brushes to provide a bonding coat within all pits, air holes or blemishes in the parent concrete. Do not coat large areas of the surface with this slurry. 2. Before the slurry dries or changes color, apply a dry (almost crumbly) grout consisting of one volume cement to 1-1/2 volumes of clean masonry sand having a fineness modulus of approximately 2.25 and complying with the gradation requirements of """"· CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE FINISHES 03350-2 JUNE 2016 ASTM C144. Apply grout uniformly using damp (neither dripping wet nor dry) pads of coarse burlap approximately 6-in square used as a float. Scrub grout into the pits and air holes to provide a dense mortar in the imperfections to be patched. 3. Allow the mortar to partially harden for one or two hours depending upon the weather. If the air is hot and dry, keep the surface damp during this period using a fine, fog spray. When the grout has hardened sufficiently so it can be scraped from the surface with the perpendicular edge of a steel trowel without damaging the grout in the small pits or holes, cut off all grout that can be removed with a trowel. Grout allowed to remain on the surface too long will get too hard and will be difficult to remove. 4. Allow the surface to dry and rub it vigorously with clean dry burlap to completely remove any dried grout. No visible film of grout should remain after this rubbing. The entire cleaning operation for any area must be completed the day it is started. Do not leave grout on surfaces overnight. Allow grout to dry after it has been cut off with the trowel so it can be wiped off clean with the burlap. 5. On the day following the repair of pits, air holes and blemishes, the surfaces again shall be wiped off clean with dry, used pieces of burlap containing old hardened mortar which will act as a mild abrasive. After this treatment, there shall be no built-up film remaining on the parent surface. If, however, a built-up film remains, use a fine abrasive stone to remove all such material without breaking through the surface film of the original concrete. Scrub lightly to remove excess material without working up a lather or mortar or changing the texture of the concrete. 6. Follow the final bagging or stoning operation with a thorough wash-down with stiff bristle brushes to remove extraneous materials from the surface. Spray the surface with a fine fog spray periodically to maintain a continually damp condition for at least 3 days after the application of the repair grout. 7. The Rubbed Finish application may be deleted by the Engineer if the unfinished concrete surface is of superior quality and without surface voids. 3.2 FLOORS AND SLABS A. Consider the potential for longer setting time in concrete containing fly ash. B. Compact with internal vibrators as specified in Section 03300 and screed to the established grades. Provide floors and slabs level with a tolerance of 1/8-in when checked with a 12-ft straightedge, except where drains occur, in which case pitch floors to drains as indicated. Failure to meet either of above shall be cause for removal, grinding, or other correction as directed by the Engineer, at no additional cost to the Owner. C. Following screeding as specified above, float the slabs as approved by the Engineer. Continue floating operation until sufficient mortar is brought to the surface to fill all voids. Test the surfaces with a straightedge to detect high and low spots which shall be eliminated. Do not overwork the concrete as evidenced by excess water and fine material on the surface. D. Do not use "jitterbugs" or other special tools designed for the purpose of forcing the coarse aggregate away from the surface and allowing a layer of mortar to accumulate on any slab finish. Do not dust surfaces with dry materials. Round off all edges of slabs and tops of CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE FINISHES 03350-3 JUNE 2016 walls with a steel edging tool. Use steel edging tool with radius of 1 /4-in for all slabs subject to wheeled traffic. E. Measure floor flatness the day after a concrete floor is finished and before the shoring is removed, in order to eliminate any effects of shrinkage, curling and deflection. A 12-ft long straightedge shall be supported at each end with steel gauge blocks whose thickness are equal to tolerance specified. Floor surface shall not have crowns so high as to prevent 12-ft straightedge from resting on the two end blocks, nor low spots so low that a third block of twice the tolerance in thickness can pass under the supported straightedge. Compliance with the designated limits in four of five consecutive measurements will confirm compliance, unless obvious faults are observed. A check for adequate slope and drainage will also be made to confirm compliance. F. Descriptions 1. Steel Trowel Finish. Finish by screeding and floating with straightedges to bring the surfaces to the elevations indicated. While the concrete is still green, but sufficiently hardened to bear a person's weight without deep imprint, the surface shall be wood floated to a true, even plane with no coarse aggregate visible. Apply sufficient pressure on the wood floats to bring moisture to the surface. After surface moisture has disappeared, hand steel trowel to produce a smooth, impervious surface, free from trowel marks. Trowel the surface again for the purpose of burnishing. The final troweling shall produce a ringing sound from the trowel. Do not use dry cement or additional water in troweling. 2. Wood Float Finish. Finish by screeding with straightedges to bring the surfaces to the elevations indicated. Use a wood float to compact and seal surface. Remove all ~ laitance and leave a clean surface. 3. Light Broomed Finish. Steel trowel finish the concrete, as specified above but omit the final troweling and finish the surface by drawing a fine-hair broom lightly across the surface. Broom in the same direction and parallel to expansion joints, or in the case of inclined slabs, perpendicular to the slope, or except as directed otherwise. 4. Broomed Finish. Steel trowel finish the concrete, as specified above but omit the final troweling. While the concrete is still soft enough, finish the surface with a stiff coarse fiber broom to produce the pattern and depth of scoring as approved by the Engineer. 5. Power Machine Finish. In lieu of hand steel trowel finishing, an approved power machine for finishing concrete floors and slabs may be used in accordance with the directions of the machine manufacturer and as approved by the Engineer. Do not use a power machine until the concrete has attained the necessary set to allow finishing without introducing high and low spots in the slab. Hand steel trowel the areas of slabs not accessible to power equipment. Provide a final steel troweling done by hand over all areas. G. Concrete Sealer 1. Prepare and seal surfaces as follows: a. Finish concrete as specified in the preceding paragraphs and in accordance with the Schedule of Finishes in Paragraph 3.05 below. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE FINISHES 03350-4 JUNE 2016 b. Newly Placed Concrete: Surface must be sound and properly finished. Surface is application-ready when it is damp but not wet and can no longer be marred by walking workers. c. Newly-Cured Bare Concrete: Level any spots gouged out by trades. Remove all dirt, dust, droppage, oil, grease, asphalt and foreign matter. Cleanse with caustics and detergents as required. Rinse thoroughly and allow to dry so that surface is no more than damp, and not wet. d. Existing Concrete: Restore surface soundness by patching, grouting, and filling cracks and holes. Surface must also be free of any dust, dirt and other foreign matter. Use power tools and/or strippers to remove any incompatible sealers or coatings. Cleanse as required, following the procedure indicated under cured concrete. e. Application: Apply sealer so as to form a continuous, uniform film by spray, soft-bristle pushbroom, long-nap roller, lambswool applicator, or ordinary garden-type sprayers. f. For curing only, two coats are required. Apply first coat evenly and uniformly as soon as possible after final finishing at the rate of 200 to 400 sq ft per gallon. Apply second coat when all trades are completed and structure is ready for occupancy at the rate of 400 to 600 sq ft per gallon. g. To seal and dustproof, two coats are required. For sealing new concrete, both coats shall be applied full-strength. On aged concrete, when renovating, dustproofing and sealing, the first coat should be thinned 10 to 15 percent with reducer per manufacturer's directions. 3.4 APPROVAL OF FINISHES A. All concrete surfaces, when finished, will be inspected by the Engineer. B. Refinish or rework unsatisfactory finishes until approved by the Engineer, at no additional cost to the Owner. C. Hardened unsatisfactory finishes will require removal, grinding, or other appropriate correction approved by the Engineer, at no additional cost to the Owner. 3.5 SCHEDULE OF FINISHES A. Finish concrete in the various specified manners either to remain as natural concrete or to receive an additional applied finish or material under another Section. Where products different from those specified are approved for use comply with the requirements of Paragraphs 1.06A and1 .06B. B. Finishes to the base concrete for the following conditions shall be as scheduled below and as further specified herein: 1. Exposed exterior concrete excluding slabs and walking surfaces -Rubbed finish. (Rub open tank walls above and to 1-ft below normal water line). CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE FINISHES 03350-5 JUNE 2016 2. Concrete for exterior on stairs and other horizontal areas -Broomed finish, non-slip. 3. Exposed interior concrete including underside slabs, beams and stairs and sides of openings, beams and stairs -Rubbed finish. 4. Concrete for interior walking surfaces excluding stairs -wood float finish. 5. Concrete for interior stairs and metal pan stairs -Light broomed finish, non-slip. 6. Walls of open topped tanks -Rubbed finish above and to 1-ft below normal water line. Off-form finish from 1-ft below normal water line to base of wall. 7. Concrete stairs, landings and platforms below normal water level in liquid retaining structures -Broomed finish, non-slip. 8. Tops of curbs and pads -Steel trowel finish. 9. Concrete on which liquids flow or are contained -Steel troweled finish. 10. Ribbed Concrete -Off-form finish. 11. Concrete not exposed in the finished work and not scheduled to receive an additional applied finish or material -Off-form finish at vertical surfaces, consolidate and screed to grade at horizontal surfaces. 12. Concrete tank bottoms to be covered with grout -Broom finish as approved. See """' Section 03600 for additional requirements. 13. Concrete to receive dampproofing -Off-form finish. 14. Concrete to receive capillary waterproofing -Off-form finish at vertical and overhead surfaces, light broomed finish at horizontal surfaces. 15. Concrete to receive cementitious slurry waterproofing -Off-form finish at vertical surfaces, light broomed finished horizontal surfaces. 16. Concrete to receive chemical hardener -Light broomed finish, non-slip, except at electrical rooms and areas provide wood float, non-slip. 17. Concrete to receive paint -Rubbed finish. 18. Concrete to receive floor sealer -See Paragraph 3.2G above. 19. Concrete to receive seamless flooring -Once-over steel trowel finish. 20. Concrete to receive ceramic and quarry tile -Broomed finish as approved. 21. Concrete to receive vinyl and rubber surfacing and carpet -Steel trowel finish. 22. Concrete to receive rubberized asphalt sheet membrane waterproofing -Wood float finish at horizontal surfaces, rubbed finish at vertical surfaces. ,,,,""' CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE FINISHES 03350-6 JUNE 2016 23. Concrete to receive roof insulation -Consolidate, screed and wood float to required grades. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ** END OF SECTION ** CONCRETE FINISHES 03350-7 JUNE 2016 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF CARLSBAD BOLERO VAULT REPLACEMENT CONCRETE FINISHES 03350-8 JUNE 2016 SECTION 03600 -GROUT PART 1 -GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install grout complete as shown on the Drawings and as specified herein. B. Perform all sampling and furnish all testing of materials and products by an independent testing laboratory acceptable to the Engineer but engaged by and at the expense of the Contractor. 1.2 RELATED WORK A. Concrete Forming is included in Section 03100 B. Concrete Reinforcement is included in Section 03200 C. Concrete Joints and Waterstops is included in Section 3260 D. Cast-in-Place Concrete is included in Section 03300 1.3 CONTRACTOR SUBMITTALS A. Submit in accordance with General Provisions, shop drawings and product data showing materials of construction and details of surface preparation, mixing and installation for: 1. Commercially manufactured non-shrink cementitious grout. Include catalog cuts, technical data, storage requirements, product life, working time after mixing, temperature considerations, conformity to the specified ASTM standards, and Material Safety Data Sheet. 2. Commercially manufactured non-shrink epoxy grout. Include catalog cuts, technical data, storage requirements, product life, working time after mixing, temperature considerations, conformity to the specified ASTM standards, and Material Safety Data Sheet. 3. Cement grout. Include the type and brand of cement, the gradation of fine aggregate, product data on any proposed admixtures and the proposed grout mix. 4. Concrete grout. Include data as required for concrete as delineated in Section 03300. B. Samples 1. Submit samples of commercially manufactured grout products when requested by the Engineer. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT GROUT 03600-1 JUNE 2016 2. Submit samples of aggregates proposed for use in grout mixes when requested by the Engineer. C. Laboratory Test Reports 1. For concrete grout, submit laboratory test data as required for concrete as delineated in Section 03300. D. Certifications 1. Certify that commercially manufactured grout products and admixtures for cement grout and concrete grout are made for use in contact with potable water 30 days after installation (non-toxic and free of taste and odor). 2. Certify that the Contractor is not associated with the independent testing laboratory, nor does the Contractor or its officers have a beneficial interest in the laboratory. E. Qualifications 1. Submit documentation that grout manufacturers have a minimum of at least 10 years' experience in the production and use of the grouts proposed. 2. Independent Testing Laboratory a. Name and address b. Names and positions of principal officers and the name, position, and qualifications of the responsible registered professional engineer in charge. c. Listing of technical services to be provided. Indicate external technical services to be provided by other organizations. d. Names and qualifications of the supervising laboratory technicians. e. Statement of conformance provided by evaluation authority defined in ASTM C1077. Provide report prepared by evaluation authority when requested by the Engineer. f. Submit as required above for other organizations that will provide external technical services. 1.4 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). 1. ASTM C33 -Standard Specification for Concrete Aggregates. 2. ASTM C150 -Standard Specification for Portland Cement. 3. ASTM C531 -Standard Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical-Resistant Mortars, Grouts and Monolithic Surfacings and Polymer Concretes. -...., CITY OF CARLSBAD BOLERO VAULT REPLACEMENT GROUT 03600-2 JUNE 2016 4. ASTM C579 -Standard Test Methods for Compressive Strength of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings and Polymer Concretes. 5. ASTM C827 -Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens of Cementitious Mixtures. 6. ASTM C1077 -Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation. 7. ASTM C1107 -Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Non-shrink). 8. ASTM D695 -Standard Test Method for Compressive Properties of Rigid Plastics. 9. ASTM E329 -Standard specification for agencies engaged in the testing and/or inspection of materials used in construction. B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.5 QUALITY ASSURANCE A. Qualifications 1. Grout manufacturers shall have a minimum of 10 years' experience in the production and use of the type of grout proposed. 2. Independent testing laboratory shall meet the requirements of ASTM E329 and ASTM C1077 and be acceptable to the Engineer. Laboratories affiliated with the Contractor or in which the Contractor or officers of the Contractor's organization have beneficial interest are not acceptable. B. Pre-installation Meeting 1. At least ten working days before grouting, hold a pre-installation meeting to review the requirements for surface preparation, mixing, placing and curing procedures for each product proposed for use. Notify all parties involved with grouting, including the Engineer, of the meeting at least ten working days prior to its scheduled date. C. Services of Manufacturer's Representative 1. Provide services of a field technician of the non-shrink grout manufacturer who has performed at least five projects of similar size and complexity during the last five years, to attend the pre-installation meeting, to be present for the initial installation of each type of non-shrink grout, and to correct installation problems. D. Field Testing 1. All field testing and inspection services will be provided by the Owner. Assist in the sampling of materials, and cooperate by allowing free access to the work and permitting the use of ladders, scaffolding, and such incidental equipment as may be required. Methods of testing will comply with the applicable ASTM Standards. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT GROUT 03600-3 JUNE 2016 2. Field testing of concrete grout will be as specified for concrete in Section 03300. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the jobsite in original, unopened packages, clearly labeled with the manufacturer's name, product identification, batch numbers and printed instructions. B. Store materials in full compliance with the manufacturer's recommendations. Limit total storage time from date of manufacture to date of installation to six months or the manufacturer's recommended storage time, whichever is less. C. Remove immediately from the site material which becomes damp, contains lumps, or is hardened and replace with acceptable material at no additional cost to the Owner. D. Deliver non-shrink cementitious grout as a pre-portioned blend in prepackaged mixes requiring only the addition of water. E. Deliver non-shrink epoxy grout as a pre-proportioned, prepackaged, three component system requiring only mixing as directed by the manufacturer. 1.7 DEFINITIONS A. Non-shrink Grout: A commercially manufactured product that does not shrink in either the plastic or hardened state, is dimensionally stable in the hardened state and bonds to a clean base plate. PART 2 -PRODUCTS 2.1 GENERAL A. The use of a manufacturer's name and product or catalog number is for the purpose of establishing the standard of quality desired. B. Like materials shall be the products of one manufacturer or supplier in order to provide standardization of appearance. 2.2 MATERIALS A. Non-shrink Cementitious Grout 1. Non-shrink cementitious grouts: Conform to ASTM C 1107. Grouts shall be Portland cement based, contain a pre-proportioned blend of selected aggregates and shrinkage compensating agents and require only the addition of water. Non-shrink cementitious grouts shall not contain expansive cement or metallic particles. The grouts shall exhibit no shrinkage when tested in conformity with ASTM C827. a. General purpose non-shrink cementitious grout: Conform to the standards stated above. SikaGrout 212 by Sika Corp.; Set Grout by BASF Building Systems; NS Grout by The Euclid Chemical Co.; Five Star Grout by Five Star Products, Inc., or equal. ~ ... , CITY OF CARLSBAD BOLERO VAULT REPLACEMENT GROUT 03600-4 JUNE 2016 b. Flowable (Precision) non-shrink cementitious grout: Conform to the standards stated above. Masterflow 928 by BASF Building Systems; Hi-Flow Grout by The Euclid Chemical Co.; SikaGrout 212 by Sika Corp.; Five Star Grout by Five Star Products, Inc., or equal. B. Non-shrink Epoxy Grout 1. Non-shrink epoxy grout: Grout shall be pre-proportioned, prepackaged, three component, 100 percent solids system consisting of epoxy resin, hardener and blended aggregate. It shall have a compressive strength of 10,000 psi in 7 days when tested in conformity with ASTM C579 and have a maximum coefficient of thermal expansion of 30 x 10-6 in/in/degrees F when tested in conformity with ASTM C531. Masterflow 648 CP by BASF Building Systems; Five Star HP Epoxy Grout by Five Stars Products, Inc; Sikadur 42 Grout-Pak by Sika Corp.; E3-G Epoxy Grout by the Euclid Chemical Co. or equal. C. Cement Grout 1. A mixture of one part Portland cement conforming to ASTM C150, Type I, 11, or Ill and one to two parts sand conforming to ASTM C33 with sufficient water to place the grout. The water content shall be sufficient to impart workability to the grout but not to the degree that it will allow the grout to flow. D. Concrete Grout 1. Conform to the requirements of Section 03300 except as specified herein. Proportion with Type II cement, coarse and fine aggregates, water, water reducing admixture and air entraining agent to produce a mix having an average strength of 3500 psi at 28 days (2500 psi nominal strength). Coarse aggregate size shall be 3/8-in maximum. Slump shall not exceed 5-in. Minimum cement content shall be 540 lbs per cubic yard and maximum water to cement ratio shall be 0.45. E. Water 1. Potable water free of oil, acid, alkali, salts, chlorides (except those attributable to drinking water), organic matter, or other deleterious substances. PART 3 -EXECUTION 3.1 PREPARATION A. Place grout where indicated or specified over cured concrete which has attained its specified design strength unless otherwise approved by the Engineer. B. Concrete surfaces to receive grout shall be clean and sound; free of ice, frost, dirt, dust, grease, oil, form release agent, laitance and paints and free of all loose material or foreign matter which may affect the bond or performance of the grout. C. Roughen concrete surfaces by chipping, sandblasting, or other dry mechanical means to bond the grout to the concrete. Remove loose or broken concrete. Irregular voids or CITY OF CARLSBAD BOLERO VAULT REPLACEMENT GROUT 03600-5 JUNE 2016 projecting coarse aggregate need not be removed if they are sound, free of laitance and firmly embedded into the parent concrete. 1. Air compressors used to clean surfaces in contact with grout shall be the oilless type or equipped with an oil trap in the airline to prevent oil from being blown onto the surface. D. Remove all loose rust, oil or other deleterious substances which may affect the bond or performance of the grout from metal embedments or bottom of baseplates prior to the installation of the grout. E. Wash concrete surfaces clean and then keep moist for at least 24 hours prior to the placement of non-shrink cementitious or cement grout. Saturation may be achieved by covering the concrete with saturated burlap bags, use of a soaker hose, or flooding the surface. Upon completion of the 24 hour period, remove visible water from the surface prior to grouting. F. Non-shrink epoxy grouts do not require saturation of the concrete substrate. Do not wet concrete surfaces to receive non-shrink epoxy grout. Surfaces in contact with epoxy grout shall be completely dry before grouting. G. Provide forms for grout. Line or coat forms with release agents recommended by the grout manufacturer. Provide forms anchored in place and shored to resist the forces imposed by the grout and its placement. 1. Forms for all grout other than concrete grout shall be designed to allow the formation of a hydraulic head and shall have chamfer strips built into forms. H. Level and align the structural or equipment bearing plates in accordance with the structural requirements or the recommendations of the equipment manufacturer, as applicable. I. Support equipment during alignment and installation of grout by shims, wedges, blocks or other approved means. The shims, wedges and blocking devices shall be prevented from bonding to the grout by bond breaking coatings and removed after grouting unless otherwise approved by the Engineer. Grout voids created by the removal of shims, wedges and blocks. 3.2 INSTALLATION -GENERAL A. Mix, apply and cure products in strict compliance with the manufacturer's recommendations and these specifications. B. Provide staffing and equipment available for rapid and continuous mixing and placing. Keep all necessary tools and materials ready and close at hand. C. Maintain temperatures of the base plate, supporting concrete, and grout between 40 and 90 degrees F during grouting and for at least 24 hours after placement, until grout compressive strength reaches 1000 psi or as recommended by the grout manufacturer, whichever is longer. Do not allow differential heating or cooling of baseplates and grout during the curing period. D. Take special precautions for hot weather or cold weather grouting as recommended by the manufacturer when ambient temperatures and/or the temperature of the materials in contact ,,,., with the grout are outside of the 40 to 90 degrees F range. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT GROUT 03600-6 JUNE 2016 E. Install grout to preserve the isolation between the elements on either side of the joint where grout is placed in the vicinity of an expansion or control joint. F. Reflect all existing underlying expansion, control and construction joints through the grout. 3.3 INSTALLATION -NON-SHRINK CEMENTITIOUS GROUTS AND CEMENT GROUTS A. Mix in accordance with manufacturer's recommendations. Do not add cement, sand, pea gravel or admixtures without prior approval by the Engineer. B. Do not mix by hand. Mix in a mortar mixer with moving blades. Pre-wet the mixer and empty excess water. Add pre-measured amount of water for mixing, followed by the grout. Begin with the minimum amount of water recommended by the manufacturer and then add the minimum additional water required to obtain workability. Do not exceed the manufacturer's maximum recommended water content. C. Placements greater than 3-in in depth shall include the addition of clean, washed pea gravel to the grout mix when approved by the manufacturer. Comply with the manufacturer's recommendations for the size and amount of aggregate to be added. D. Provide forms as specified in Paragraph 3.1 G. Place grout into the designated areas and prevent segregation and entrapment of air. Do not vibrate grout to release air or to consolidate the material. Fill all spaces and provide full contact between the grout and adjoining surfaces. Provide grout holes and vent holes as necessary. E. Place grout rapidly and continuously to avoid cold joints. Do not place grout in layers. Do not add additional water to the mix (retemper) after initial stiffening. F. Just before the grout reaches its final set, cut back the grout to the substrate at a 45 degree angle from the lower edge of bearing plate unless otherwise ordered and approved by the Engineer. Finish this surface with a wood float or brush finish. G. Begin curing immediately after form removal, cutback, and finishing. Keep grout moist and within its recommended placement temperature range for at least 24 hours after placement, until grout compressive strength reaches 1000 psi or as recommended by the manufacturer, whichever is longer. Saturate the grout surface by use of saturated burlap bags, soaker hoses or ponding. Provide sunshades. If drying winds inhibit the ability of a given curing method to keep grout moist, erect wind breaks until wind is no longer a problem or curing is finished. 3.4 INSTALLATION -NON-SHRINK EPOXY GROUTS A. Mix in accordance with manufacturer's recommendations. Mix full batches only, to maintain proper proportions of resin, hardener and aggregate. Do not vary the ratio of components or add solvent to change the consistency of the grout mix. Do not overmix. Do not entrain air bubbles by mixing too quickly. B. Monitor ambient weather conditions and contact the grout manufacturer for special placement procedures to be used for temperatures below 60 or above 90 degrees F. C. Place grout rapidly and continuously to avoid cold joints. Place grout in lifts in accordance with manufacturer's recommendations. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT GROUT 03600-7 JUNE 2016 D. Provide forms as specified in Paragraph 3.1 G. Place grout into the designated areas and prevent entrapment of air. Fill all spaces and provide full contact between the grout and adjoining surfaces. Provide grout holes and vent holes as necessary. E. Minimize "shoulder" length (extension of grout horizontally beyond base plate). In no case shall the shoulder length of the grout be greater than the grout thickness. F. Finish grout by puddling to cover all aggregate and provide a smooth finish. Break bubbles and smooth the top surface of the grout in conformity with the manufacturer's recommendations. G. Epoxy grouts are self curing and do not require the application of water. Maintain the formed grout within its recommended placement temperature range for at least 24 hours after placement, until grout compressive strength reaches 1000 psi or as recommended by the manufacturer, whichever is longer. H. Provide grout control joints as indicated on the Drawings. 3.5 INSTALLATION -CONCRETE GROUT A. Inspect slabs finished under Section 03350 and scheduled to receive concrete grout. Protect and keep the surface clean until placement of concrete grout. B. Remove debris and clean the surface by sweeping and vacuuming of all dirt and other foreign materials. Pressure wash the surface. Do not flush debris into tank drain lines. C. Saturate the concrete surface for at least 24 hours prior to placement of the concrete grout by use of saturated burlap bags, soaker hoses or ponding. Remove excess water just prior to placement of the concrete grout. Place a cement slurry immediately ahead of the concrete grout so that the slurry is moist when the grout is placed. Work the slurry over the surface with a broom until it is coated with approximately 1/16 to 1/8-in thick cement paste. D. Place concrete grout to final grade using the scrapers of the installed mechanical equipment as a guide for surface elevation and to eliminate high and low spots. Unless specifically approved by the equipment manufacturer, mechanical scraper mechanisms powered by their motors shall not be used as a finishing machine or screed to push grout. E. Provide grout control joints as indicated on the Drawings. F. Steel trowel finish as specified in Section 03350. Cure the concrete grout as specified for cast-in-place concrete in Section 03300. 3.6 SCHEDULE A. The following list indicates where the particular types of grout are to be used: 1. General purpose non-shrink cementitious grout: Use at all locations where non-shrink grout is indicated on the Drawings, except for base plates greater in area than 3-ft wide by 3-ft long. 2. Flowable (precision) non-shrink cementitious grout: Use under all base plates greater in area than 3-ft wide by 3-ft long. Use at all locations indicated on the Drawings to CITY OF CARLSBAD BOLERO VAULT REPLACEMENT GROUT 03600-8 JUNE 2016 receive flowable non-shrink grout. Flowable (precision), non-shrink, cementitious grout may be substituted for general purpose non-shrink cementitious grout. 3. Non-shrink epoxy grout: Use at all locations specifically indicated on the Drawings to receive non-shrink epoxy grout. 4. Cement grout: Use where indicated on the Drawings. 5. Concrete grout: Use for overlaying the base concrete under scraper mechanisms of clarifiers as indicated on the Drawings. Use for concrete grout fill within liquid retaining structures and other locations where specifically indicated on the Drawings. CITY OF CARLSBAD BOLERO VAULT REPLACEMENT ** END OF SECTION ** GROUT 03600-9 JUNE 2016 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF CARLSBAD BOLERO VAULT REPLACEMENT GROUT 03600-10 JUNE 2016