Loading...
HomeMy WebLinkAboutOrion Construction Corporation; 2018-03-01; PWS18-71TRANRECORDED REQUESTED BY CITY OF CARLSBAD DOC# 2019-0322122 111111111111 lllll 111111111111111 lllll 11111111111111111111111111111111I Aug 02, 2019 12:48 PM OFFICIAL RECORDS Ernest J. Dronen burg Jr SAN DIEGO COUNTY RECORDER FEES $0.00 (S82 Atkins $0.00) AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 PAGES 1 Space above this line for Recorder's use. PARCEL NO: n/a ~~-------- NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned are City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on April 1, 2019. 6. The name of the contractor for such work or improvement is Orion Construction Corporation. 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: Project Nos. 6001/6608/6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe). 8. The street address of said property is on various streets in the City of Carlsbad. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on JV~ '30 , 20_1!1__, accepted the above described work as completed and ordered tha Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on JVb 3 J , 20_/!i, at Carlsbad, California. CITYOFCAR~ -for~ BARBARA ENGLESON City Clerk Q:\Public Works\PW Common\CAPITAL-ACTIVE\6001 6608 6617 Drainage Master Plan Project BCA (Tamarack, Park and Monroe)\NOC.doc CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Orion Construction Corporation has completed the contract work required for Project Nos. 6001/6608/6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe). City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS Construction of 3,000+ LF reinforced concrete pipe, curb inlets, sidewalk, curb and gutter, and re- location of two segments of existing sewer main and water & sewer services VALUE $1,882,303 CERTIFICATION OF COMPLETION OF IMPROVEMENTS e r CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above described improvements. &1/71_,, 1~•111 o/ Scott Chadwicdrty Manager Date APPROVED AS TO FORM: CELIA BREWER, City Attorney Q:\Public Works\PW Common\CAPITAL-ACTIVE\600166086617 Drainage Master Plan Project BCA (Tamarack, Park and Monroe)IAPl.doc ·Project:# 6001, 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) Change Order No. 5 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 5 PROJECT: 6001, 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) CONTRACT NO. 6001, 6608 & 6617 P.O. NO. P135625 ACCOUNT NOS. 15270009060660829066; 15370009060600169066; 37070009060660839066; 35170009060661719066 CONTRACTOR: Orion Construction Corp ADDRESS: 1232 Keystone Way Vista, CA 92081 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Item 2: Item 3: Item 4: PCO No. 5 -Extra work (T&M as directed) to resolve unforeseen utility conflict at Sta. 10+00 (Old Water Main). Increase to contract cost. ................................................................. $13,267.68 PCO No. 8 -Extra work (T&M as directed) to resolve unforeseen utility conflicts at Sta. 19+ 78, 19+68 and 19+82, (unmarked sewer lateral and water service). Increase to contract cost ................................................................. $12,750.74 PCO No. 9 -Extra work (T&M as directed) to resolve unforeseen utility conflicts at Sta. 27+88, (dry utilities). Increase to contract cost ................................................................. $20,776.69 PCO No. 10 -Extra work (T&M as directed) to resolve unforeseen utility conflict at Sta. 32+49, (communication line). Increase to contract cost ................................................................... $6,460.35 ,• Project:# 6001. 6608 & 6617. Drainage Master Plan ProJect BCA (Tamarack. Park and Monroe) Change Order No 5 TOTAL INCREASE TO CONTRACT COST ................................................. $53,255.46 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY ZERO (0) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. THE CONTRACT COMPLETION DATE IS APRIL 1, 2019. THIS IS THE FINAL CHANGE ORDER FOR THE CONTRACT AND CONSTITUTES A FINAL SETTLEMENT OF ALL ISSUES AND CLAIMS RELATING TO ANY CHANGES IN THE WORK, WHICH IS THE SUBJECT OF THIS CHANGE ORDER, INCLUDING, BUT NOT LIMITED TO ALL DIRECT AND INDIRECT COSTS ASSOCIATED WITH SUCH CHANGES AND ALL ADJUSTMENT TO THE CONTRACT PRICE AND CONTRACT TIME. RE?OMMENDED BY , / / $~7L/j MUNICIPAL PROJECTS MANAGER (DATE) (DATE) APPROVED BY: / /MAYOR (DATE 7/J~/19 (DATE) .zc;;s\)Ll C) (DATE) lllSTRIBUTION PROJECT FILE (OHIGINAI ). PllRCHASING, CONTRACTOR .. Project:# 6001, 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) Change Order No. 4 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 4 PROJECT: 6001, 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) CONTRACT NO. 6001, 6608 & 6617 P.O. NO. P135625 ACCOUNT NOS. 15270009060660829066: 15370009060600169066: 37070009060660839066; 35170009060661719066 CONTRACTOR: Orion Construction Corp ADDRESS: 1232 Keystone Way Vista, CA 92081 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Bid Item B-11 Connect to Existing Storm Drain Inlet: Adjust bid unit price per contract section 3-2.2.3, from $2,000/EA to $2,500/EA for one (1) unit completed. Contractor was already paid for original unit price. Only differential price included. Item 2: Item 3: Item 4: Increase to contract cost. .................................................................... $500.00 Bid Item B-18 Remove and Dispose of Water Lateral: Adjust bid unit price per contract section 3-2.2.3, from $300/EA to $675/EA for one (1) unit completed. Contractor was already paid for original unit price. Only differential price included. Increase to contract cost ..................................................................... $375.00 Bid Item B-19 Construct 1" Water Lateral: Adjust bid unit price per contract section 3- 2.2.3, from $3,000/EA to $6,750/EA for one (1) unit completed. Contractor was already paid for original unit price. Only differential price included. Increase to contract cost ................................................................. $3,750.00 Bid Item 8-24 Replace Existing Curb Outlet: Adjust bid unit price per contract section 3-2.2.3, from $5,400/EA to $6,750/EA for one (1) unit completed. Contractor was already paid for original unit price. Only differential price included. Increase to contract cost .................................................................. $1,350.00 .. . ~ . Project # 6001. 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) Change Order No. 4 Item 5: Bid Item C-17 Remove and Dispose of Sewer Lateral: Adjust bid unit price per contract section 3-2.2.3, from $430/EA to $752.50/EA for one (1) unit completed. Contractor was already paid for original unit price. Only differential price included. Increase to contract cost ................................................................... $322.50 Item 6: Bid Item C-18 Construct 4" Sewer Lateral: Adjust bid unit price per contract section 3- 2.2.3, from $4,000/EA to $7,000.00/EA for one (1) unit completed. Contractor was already paid for original unit price. Only differential price included. Increase to contract cost .................................................................. $3,000.00 Item 7: Bid Item C-20 Remove and Dispose of Existing Storm Drain Pipe: Adjust bid unit price per contract section 3-2.2.3, from $32/LF to $53.33/LF for fifteen (15) units completed. Contractor was already paid for original unit price. Only differential price included. Increase to contract cost .................................................................... $319.95 ~iA-< TOTAL DE~~ONTRACT COST ................................................. $9,617.45 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY NINE (9) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. THE NEW CONTRACT COMPLETION DATE IS APRIL 1, 2019. THIS IS THE FINAL CHANGE ORDER FOR THE CONTRACT AND CONSTITUTES A FINAL SETTLEMENT OF ALL ISSUES AND CLAIMS RELATING TO ANY CHANGES IN THE WORK, WHICH IS THE SUBJECT OF THIS CHANGE ORDER, INCLUDING, BUT NOT LIMITED TO ALL DIRECT AND INDIRECT COSTS ASSOCIATED WITH SUCH CHANGES AND ALL ADJUSTMENT TO THE CONTRACT PRICE AND CONTRACT TIME. RECOMMENDED BY: 1 / ~~. ?~ 'I; ~f't tj I 1vl z.::;,, I '1 (DATE) MUNICIPAL PROJECTS MANAGER {DAT ) APPROVED AS TO FORM: (DATE) 'i /q/19 DISTRIBUIION PROJECT FILE (ORIGINAi ). PURCHASING, CONTRACTOR Project:# 6001, 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) Change Order No. 3 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 3 PROJECT: 8001, 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) CONTRACT NO. 6001, 6608 & 6617 P .0. NO. P135625 ACCOUNT NOS. 15270009060660829066: 15370009060600169066: 37070009060660839066: 35170009060661719066 CONTRACTOR: Orion Construction Corp ADDRESS: 1232 Keystone Way Vista, CA 92081 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Delete Bid Item A-4, Trench Dewatering. Decrease to contract cost.. ............................................................ ($20,000.00) Item 2: Decrease Bid Item 8-11 , Connect to Existing Storm Drain/Inlet, by 2 EA @ $2,000/EA. Decrease to contract cost .............................................................. ($4,000.00) Item 3: Decrease Bid Item B-18, Remove and Depose Water Lateral, by 10 EA @ $300/EA. Decrease lo contract cost .............................................................. ($3,000.00) Item 4: Decrease Bid Item B-19, Construct 1• Water Lateral per City Standard W-3, by 10 EA @ $3,000/EA. Decrease to contract cost ............................................................ ($30,000.00) Project:# 6001, 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) /) Change Order No. 3 Item 5: Decrease Bid Item 8-24, Replace Existing Curb Outlet per SDRSD D-25, by 2 @ $5,400/EA. Decrease to contract cost ............................................................ ($10,800.00) Item 6: Decrease Bid Item B-25, Construct a· Curb and Gutter per SDRSD G-2, by 9 LF @$67/LF. Decrease to contract cost ................................................................. ($603.00) Item 7: Decrease Bid Item C-3, Construct 18" Water Tight RCP Storm Drain (D-1350), by 134 LF @ $229/LF. Decrease to contract cost ............................................................. ($30,686.00) Item 8: Delete Bid Item C-9, Construct Type B Curb Inlet Wing Wall to Existing Curb Inlet per SDRSD D-02. Decrease to contract cost ............................................................... ($6,300.00) Item 9: Decrease Bid Item C-12, Install Bioclean Curb Inlet Basket with Media Filter Model #GISB-22-24, or equal, by 1 EA @ $2,300/EA. Decrease to contract cost ............................................................... ($2,300.00) Item 10: Delete Bid Item C-13, Install Bioclean Expandable Round CPS, or equal. Decrease to contract cost ............................................................... ($2,300.00) Item 11: Decrease Bid Item C-14, Connect to Existing Storm Prain/lnlet, by 1 EA @ $2,000/EA. Decrease to contract cost ............................................................... ($2,000.00) Item 12: Delete Bid Item C-15, Remove and Dispose Water Lateral. Decrease to contract cost ............................................................... ($3,600.00) Item 13: Delete Bid Item C-16, Construct 1n Water Lateral per City Standard W-3. Decrease to contract cost ............................................................. {$36,000.00) Item 14: Decrease Bid Item C-17, Remove and Dispose Sewer Lateral, by 6@ $430/EA. Decrease to contract cost ............................................................... ($2,580.00) Item 15: Decrease Bid Item C-18, Construct 4" Sewer Lateral per City Standard S-7, by 6 @ $4,000/EA. Decrease to contract cost ............................................................. ($24,000.00) Project:# 6001, 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) Change Order No. 3 Item 16: Decrease Bid Item C-20, Remove and Dispose Existing Storm Drain Pipe, by 65 LF@$32/LF. Decrease to contract cost ............................................................... ($2,080.00) Item 17: Increase Bid Item C-24, Construct Type-A AC Dike per SDRSD G-5, by 12.5 LF@ $63/LF and by 144.5 LF@ $43/LF. Increase to contract cost ................................................................. $7,001.00 Item 18: Decrease Bid Item C-25, Plug and Abandon Existing Pipe in Place, by 1 EA @ $760/EA. Decrease to contract cost ................................................................. ($760.00) Item 19: Increase Bid Item C-27, Remove and Replace Concret~ Cross Gutter per SDRSD G-12, by 293 SF @$41/SF. Increase to contract cost ................................................................ $12,013.00 Item 20: Increase Bid Item D-3, 2" AC Cold Mill and Disposal of Grindings, by 3,208 SF @ $0.60/SF. Increase to contract cost .................................................................. $1,924.80 Item 21: Increase Bid Item D-4, 2" C2 PG 64-10 HMA Paving, by 77.5 TON@ $106/TON. Increase to contract cost .................................................................. $8,215.00 Item 22: Decrease Bid Item D-6, Install Blue Fire Hydrant Markers per SDRSD M-19, by 1 EA @$10/EA. Decrease to contract cost .................................................................. ($10.00) Item 23: Decrease Bid Item D-7, Replace Water Valve Boxes and Adjust to Final Grade, by 5 EA @ $700/EA. Decrease to contract cost .............................................................. ($3,500.00) Item 24: Remove and replace 40 LF of CMP with RCP at STA 28+93 per RFI #12. Add three (3) working days. (COR 3) Increase to contract cost ............................................................... $14,667.25 Item 25: Add 18" x 1s· Brooks Box, 8" PVC storm drain, removal/disposal of existing pipe, striping and related potholing work per RFI #1 {COR 4.1 Rev) Increase to contract cost ............................................................... $14,490.75 Project:# 6001, 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) Change Order No. 3 Item 26: Add additional survey work to reestablish survey markers; work performed on 7/17, 7/18, 8/15, 8/16, 8/17, 10/1, and 10/2of2018. Increase to contract cost .................................................................. $9,592.75 Item 27: Add premium time to complete Tamarack portion of work on schedule. Increase to contract cost .................................................................. $5,790.65 Item 28: Add approximately 150 SF of base paving at intersection of Park Drive and Monroe Street. Increase to contract cost .................................................................. $2,124.07 Item 29: Add 14 working days related to Contract Change Order #2, Item 2. All related compensation was previously agreed to in CCO #2. Increase to contract cost ........................................................................ $0.00 Item 30: Add eight (8) working days to the contract due to inclement weather for the following dates. 2018: 12/5, 12/6, 12/26; 2019: 1/14-18. Increase to contract cost .......................................................................... $0.00 TOTAL DECREASE TO CONTRACT COST ........................................... ($108,699.73) TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY TWENTY-FIVE (25) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. THE REVISED CONTRACT COMPLETION DATE IS FEBRUARY 26, 2019. RECOMMENDED BY: MUNICIPAL PROJECTS MANAGER D l E) ~~ ~4/11 7d'I'\ ENGINEER 7.wiAG (DATE) '"<~ .<1-fuh1 DEP~ (DATE) APPROVED Aij TO FORM: J Z: CITY ATTORNEY (DATE) jDATE) '-1/1£//9 (DATE} DISTRIBUTION: PROJECT FILE {ORIGINAL), PURCHASING, CONTRACTOR Project:# 6001, 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) Change Order No. 2 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 2 PROJECT: 6001, 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) CONTRACT NO. 6001, 6608 & 6617 P.O. NO. P135625 ACCOUNT NOS. 15270009060660829066: 15370009060600169066: 37070009060660839066: 35170009060661719066 CONTRACTOR: Orion Construction Corp ADDRESS: 1232 Keystone Way Vista, CA 92081 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Replace ACP for RCP water service under crossings on Tamarack at Valley; one 6" fire hydrant service and one 8" water main. Add one (1) working day. (COR 2.2) Increase to contract cost. ................................................................ $20,587.81 Item 2: Adjust D-25 curb outlet design at station 19+78 per RFI 9. (COR 2.5) Increase to contract cost .................................................................. $3,446.63 Item 3: Add five (5) working days due to SDG&E delay the first week of the project. Increase to contract cost ................................................................ $ 0.00 Item 4: Add three (3) working days due to inclement weather on Oct. 3, 2018, Nov. 28, 2018, and Nov. 29, 2018. Increase to contract cost ................................................................. $ 0.00 TOTAL INCREASE TO CONTRACT COST .............................................. $24,034.44 Project:# 6001, 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) Change Order No. 2 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY NINE (9) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. THE REVISED CONTRACT COMPLETION DATE IS JANUARY 15, 2019. APPROVED BY: /~ (DATE) l / 8 I 19 (DATE) ,JJ,11 OR (DATE) DISTRIBUTION: PROJECT FILE (ORIGINAL). PURCHASING. CONTRACTOR (DATE) Project:# 6001, 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) Change Order No. 1 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 1 PROJECT: 6001, 6608 & 6617, Drainage Master Plan Project BCA (Tamarack, Park and Monroe) CONTRACT NO. 6001, 6608 & 6617 P.O. NO. P135625 ACCOUNT NOS. 15270009060660829066; 15370009060600169066; 37070009060660839066; 35170009060661719066 CONTRACTOR: Orion Construction Corp ADDRESS: 1232 Keystone Way Vista, CA 92081 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1 : Cut and cap one 1 O" water main and three 8" water mains at the intersection of Park Drive and Monroe Street. Pre-excavate and plate prior to shut down. Each end cap will be equipped with a 2" temporary blow off with riser and valve. Increase to contract cost.. ............................................................ $44,200.00 TOTAL INCREASE TO CONTRACT COST ................................................... $44,200.00 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY THREE (3) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. (DATE) ;J•J'l/3 (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL). PURCHASING, CONTRACTOR. DEPUTY DIRECTOR DESIGN CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENT AL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK AND MONROE) CONTRACT NO. 6001, 6608 & 6617 PWS18-71TRAN ,, • ., Revised 7/19/17 Contract No. 6001. 6608 & 6617 Page 1 of 161 Pages December 28, 2017 ADDENDUM NO. 2 RE: DRAINAGE MASTER PLAN PROJECT: BCA ( City of Carlsbad TAMARACK, PARK, AND MONROE CIP PROJECT NO. 6001, 6608 & 6617- PWS18-71TRAN 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. ~~k e,rd-L.--~~ Felix Yackel I/ Senior Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 C----s~ ~ -~"' . Bidder's Signature 7 Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t IJ ii SCST, Inc. SCST LEGEND: 8_3 + Approximate Location of (20') Boring (With Depth in Feet) SUBSURFACE EXPLORATION MAP Tamarack, Park, And Monroe Drainage Improvements Carlsbad, California PWS18-71TRAN 0 250' 500' SCALE ~ Date: November, 2017 Figure: By: DTC Job No.: 150448P3. 7 2 Addendum No. 2 Geotechnical Boring Logs SUBSURFACE EXPLORATION LEGEND UNIFIED SOIL CLASSIFICATION CHART SOIL DESCRIPTION GROUP SYMBOL TYPICAL NAMES I. COARSE GRAINED, more than 50% of material is larger than No. 200 sieve size. GRAVELS CLEAN GRAVELS More than half of coarse fraction is larger than No. 4 sieve size but smaller than 3". GRAVELS WITH FINES (Appreciable amount of fines) SANDS CLEAN SANDS More than half of coarse fraction is smaller than No. 4 sieve size. GW GP GM GC Well graded gravels, gravel-sand mixtures, little or no fines Poorly graded gravels, gravel sand mixtures, little or no fines. Silty gravels, poorly graded gravel-sand-silt mixtures. Clayey gravels, poorly graded gravel-sand, clay mixtures. SW Well graded sand, gravelly sands, little or no fines. SP Poorly graded sands, gravelly sands, little or no fines. SM Silty sands, poorly graded sand and silty mixtures. SC Clayey sands, poorly graded sand and clay mixtures. II. FINE GRAINED, more than 50% of material is smaller than No. 200 sieve size. SIL TS AND CLAYS (Liquid Limit less than 50) SIL TS AND CLAYS (Liquid Limit greater than 50) Ill. HIGHLY ORGANIC SOILS -Bulk Sample -Pavement Core Specimen Sample CK -Undisturbed Chunk sample MS -Maximum Size of Particle ST -Shelby Tube SPT -Standard Penetration Test sampler GROUNDWATER SYMBOLS ML CL Inorganic silts and very fine sands, rock flour, sandy silt or clayey-silt- sand mixtures with slight plasticity. Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays. OL Organic silts and organic silty clays or low plasticity. MH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts. CH Inorganic clays of high plasticity, fat clays. OH Organic clays of medium to high plasticity. PT Peat and other highly organic soils. LABORATORY TEST SYMBOLS AL -Atterberg Limits CON -Consolidation COR -Corrosivity Tests (Resistivity, pH, Chloride, Sulfate) DS -Direct Shear El -Expansion Index MAX -Maximum Density RV -R-Value V -Water level at time of excavation or as indicated SA -Sieve Analysis FC -Fines Content ~ 3 -Water seepage at time of excavation or as indicated (57%) (Percent Finer Than No. 200 Sieve) CP -Core Photograph SCST, Inc. By: Tamarack, Park, and Monroe Drainage Improvements Carlsbad, California JRD Date: December, 2017 Job Number: 150448P3.7-1 Figure: 1-1 PWS18-71TRAN Addendum No. 2 Geotechnical Boring Logs LOG OF BORING B-1 Date Drilled: 12/7/2017 Logged by: JRD Equipment: CME-95 Reviewed by: DS Elevation (ft): Approximately 143 MSL Depth to Groundwater (ft): Not Encountered SAMPLES ~ u Cl) UJ ~ Cl. (.) I--I-z~ I-Cl) <( ~ z I w UJ I-g I-·-I-(.!) (f) "O z jjj >-(f) z en -0 0 c:r: I (.) UJ 0 s: I-UJ ~ <D (.) 0 0... (f) SUMMARY OF SUBSURFACE CONDITIONS > ...J 0:: $: z I-:::> :::> C> (j) UJ t::: UJ a: 0:: ~ 0 co z ~ z 0 :::> >8-I-::::> 0 O'. (f) >-co 0 c:r: <( 0 ~ 0 ....J 15 mcnes ot aspna1t concrete ~ 1 SM FILL (Qfl: SIL TY SAND, moderate brown, fine to medium grained, -\J moist, medium dense. -2 3 SA -COR -4 I -5 White precipitate stain, small pieces of asphalt present. 6 CAL 21 18 8.6 113.1 DS ---7 -8 -9 -10 Very dense, pieces ot asphalt present. - -11 CAL 66 56 8.5 131.2 --12 -13 -14 --15 VERY OLD PARALIC DEPOSITS (QvoQ}: SANDSTONE, reddish CAL 94/9 -16 brown, fine to medium grained, moist, very dense, well cemented. - -17 Difficult drilling conditions. -18 -19 Light yellowish brown. -SPT REF -20 BORING TERMINATED AT 20 FEET SCST, Inc. By: Tamarack, Park, and Monroe Drainage Improvements Carlsbad, California JRD Date: December, 2017 Job Number: 150448P3.7-1 Figure: 1-2 PWS18-71TRAN Addendum No. 2 Geotechnical Boring Logs ,- ,- .._ ,- .._ ,- ,- ,- .._ - - - .._ ,- - - - - - - LOG OF BORING B-2 Date Drilled: 12/7/2017 Logged by: JRD Equipment: CME-95 Reviewed by: OS Elevation (ft): Approximately 206 MSL Depth to Groundwater (ft): Not Encountered g I Cl) I-(.) Cl.. Cl) ::::, UJ 0 1 SM 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 SAMPLES UJ ~ e..., u 0.. (.) I-I-z~ z <( (I) UJ I I--~ I-('.) (/) -5 z w z ci5 -0 0 UJ ~ UJ 0 <D (.) :§:: SUMMARY OF SUBSURFACE CONDITIONS > _J o:: E z ::::, UJ != ti: en (.') rJ) 0:: 0 z ~ ::::, z >e I-::, ti: Cl) >- 0 0 0:: ~ 0 15 mches ot asphalt concrete -FILL (Qf): SIL TY SAND, moderate brown, fine to medium grained, \J moist, medium dense. I\ VERY OLD PARALIC DEPOSITS (Qvo~}: CLAYEY SANDSTONE, moderate reddish brown with mottled gray, fine to medium grained, CAL 50/6 12.1 125.5 moist, very dense, moderately cemented. - - CAL 77 65 Moderate reddish brown, black maganese staining. - - CAL 83/11 - - SPT 53 69 BORING TERMINATED AT 20 FEET Tamarack, Park, and Monroe Drainage Improvements Carlsbad, California Cl) I-Cl) w I- >-0:: 0 I-<( 0:: 0 Ill <( ...J SCST, Inc. By: JRD Date: December, 2017 Job Number: 150448P3.7-1 Figure: 1-3 PWS18-71TRAN Addendum No. 2 Geotechnical Boring Logs ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... - ..... ..... LOG OF BORING B-3 Date Drilled: 12/7/2017 Logged by: JRD Equipment: CME-95 Reviewed by: DS Elevation (ft): Approximately 245 MSL Depth to Groundwater (ft): Not Encountered g en I (.) I-Cl.. en :::, UJ 0 1 SM 2 3 4 5 6 --SC 7 8 9 10 11 12 13 14 15 16 17 18 19 20 SAMPLES ~ 13 UJ -9; (.) I-z~ z I-<( a., UJ I I--~ I-(9 en -6 z w z u5 -0 0 UJ 0 ~ UJ ::.::: (0 (.) SUMMARY OF SUBSURFACE CONDITIONS > _J 0:: !!:: z :::, UJ t:: i:i: C) ~ 0:: co z 0 Z 0 :::, > 15 I-:::> -~ en >-0:: 0 0::: 0 ~ 0 15 rncnes or aspna1t concrete. -OLD PARALIC DEPOSITS (Qop): SIL TY SAND, moderate reddish- brown, fine to medium grained, moist, medium dense, moderate \ I cementation . I\ CAL 30 25 ~ --- --- --------- -----------------------CLAYEY SAND, moderate reddish-brown, fine to medium grained, -plastic, moist, medium dense. SANTIAGO FORMATION (Tsa): CLAYEY SANDSTONE, light yellow CAL to white, fine to medium grained, moist, moderately cemented. 79/10 - -CAL REF - - SPT 82/9 BORING TERMINAl ED Al :Lil i-1-1-1 Tamarack, Park, and Monroe Drainage Improvements Carlsbad, California Cl) I-Cl) w I- >-0::: 0 I-~ 0 ca <( ...J SA DS SCST, Inc. By: JRD Date: December, 2017 Job Number: 150448P3.7-1 Fi ure: 1-4 PWS18-71TRAN Addendum No. 2 Geotechnical Boring Logs '..i--.-. December 28, 2017 ADDENDUM NO. 1 RE: DRAINAGE MASTER PLAN PROJECT: BCA ( City of Carlsbad TAMARACK, PARK, AND MONROE CIP PROJECT NO. 6001, 6608 & 6617- PWS18-71TRAN 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. ~~)( ~~ ~~ Felix Yackel If Senior 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 From: No. of Pages: Date: Bid Opening Date: NOTICE CITY OF CARLSBAD DRAINAGE MASTER PLAN PROJECT: BCA TAMARACK, PARK, AND MONROE CIP PROJECT NO. 6001, 6608 & 6617 PWS18-71TRAN Addendum No. 1 Eleida Felix Yackel, Senior Contract Administrator Phone: 760-602-2767 eleida.fclixyackcl(alcarlsbadca.gov 2 December 28, 2017 January 3, 2018-11 A.M. The following changes to the Contract Documents are hereby made effective as though originally issued with the bid package. Bidders are reminded that all previous requirements to this solicitation remain in full force and effect. For clarity where applicable, ADDITIONS, if any, have been Underlined and DELETIONS, if any, have been Strieken out. Contractor must acknowledge receipt of this Addendum on the Bid Form. Failure to do so will subject bidder to disqualification. A. BIDDER's QUESTIONS QI. Is the city open to the use of polypropylene pipe (HP Storm) as an equivalent replacement for the RCP currently specified on the project? Al. Contractors are to bid the project per the contract documents posted on the city's website. Q2. When does the City anticipate issuing the Notice to Proceed? A2. An exact Notice to Proceed date cannot be provided since the NTP issue date is contingent on the timing of a number of administration variables (1.E: City Council Authorization, Contract execution, acceptance of construction schedule, etc.). However, contractors are to be advised that the Notice to Proceed is not expected to be issued prior to May 15, 2018 based on prior projects of this size. Q3. Does the City expect site disturbing work to occur upstream of 22+70 during Phase 1? Or is Phase 1 the prep time after the NTP and before the 10+00 -27+00 Phase 2 work starts? A3. Site disturbing work beyond Station 22+70 is allowed during Phase I but is not required. The purpose of the construction phases is to avoid traffic impacts on Tamarack Avenue during the academic school year. Work beyond station 22+70 is not expected to cause traffic impacts to Tamarack. Contract No. 6001, 6608 & 6617 PWS18-71TRAN Addendum No. 2 Page I of2 Q4. Will the city allow se 30 sand for pipe bedding? Pipe bedding per S-5 calls for 3/4 crushed rock is that to be install for the rep as well? A4. The RCP storm drain is to be constructed per City Standard Drawing S-5. For storm drains, the¾" crushed rock is only required to be backfilled up to the spring line of the pipe. Contract No. 6617 PWS18-71TRAN Addendum No. 2 Page 2 of2 TABLE OF CONTENTS Item Page Notice Inviting Bids ....... ................ ........ .. . . . . . . .......... ............... ........ ........... ............................... 7 Contractor's Proposal............................................................................................................... 11 Bid Security Form . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 Bidder's Bond to Accompany Proposal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26 Guide for Completing the "Designation of Subcontractors" Form . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 Designation of Subcontractor and Amount of Subcontractor's Bid Items . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 Bidder's Statement of Technical Ability and Experience........................................................... 30 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation....................................................................................... 31 Bidder's Statement Re Debarment........................................................................................... 32 Bidder's Disclosure of Discipline Record . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid............................ 35 Contract Public Works.............................................................................................................. 36 Labor and Materials Bond . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 42 Faithful Performance/Warranty Bond....................................................................................... 44 Optional Escrow Agreement for Surety Deposits in Lieu of Retention . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 46 ,, • ., Revised 7/19/17 Contract No. 6001. 6608 & 6617 Page 2 of 161 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.............................................................................................................. 49 Definitions.................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 50 Abbreviations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 53 Units of Measure.......................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 56 Symbols........................................................................................................... 58 Scope and Control of The Work Award and Execution of Contract................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 59 Assignment.................................................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 59 Subcontracts................................................ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 59 Contract Bonds . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 60 Plans and Specifications.............................. . . . . . ...... .................. ....... ......... ....... 61 Work to be Done.......................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 65 Subsurface Data.......................................... .................................................... 65 Right-of-Way................................................ .................................................... 65 Surveying..................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 65 Authority of Board and Engineer.................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 69 Inspection.................................................... .................................................... 70 Changes in Work Changes Requested by the Contractor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 71 Changes Initiated by the Agency.................. .................................................... 71 Extra Work................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 72 Changed Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 4 Disputed Work............................................. .................................................... 76 Control of Materials Materials and Workmanship......................... .................................................... 82 Materials Transportation, Handling and Storage............................................... 86 Utilities Location . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 87 Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 87 Removal.......................................................................................................... 88 Relocation.................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 88 Delays.......................................................... .................................................... 89 Cooperation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 89 Prosecution, Progress and Acceptance of the Work Construction Schedule and Commencement of Work....................................... 90 Prosecution of Work..................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 91 Suspension of Work......................................................................................... 92 Default by Contractor................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 92 Termination of Contract................................ .................................................... 93 Delays and Extensions of Time.................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 93 Time of Completion...................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 94 Completion, Acceptance, and Warranty....... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 95 Liquidated Damages.................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 96 Use of Improvement During Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 96 ,, •+' Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 3 of 161 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 Section 9 9-1 9-2 9-3 9-4 Responsibilities of the Contractor Contractor's Equipment and Facilities.......... .................................................... 97 Labor............................................................................................................... 97 Liability Insurance........................................ ......... ........ ......... ..................... .. . . . 97 Workers' Compensation Insurance .............. ...... ............. ........... ........ .............. 97 Permits............................................................................................................ 98 The Contractor's Representative.................. .................................................... 98 Cooperation and Collateral Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 98 Project Site Maintenance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 99 Protection and Restoration of Existing Improvements....................................... 102 Public Convenience and Safety . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 102 Patent Fees or Royalties.............................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 109 Advertising................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 109 Laws to be Observed . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 109 Antitrust Claims............................................ ......... ......... ........ ............. ......... .. . . 109 Facilities for Agency Personnel General........................................................ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 110 Measurement and Payment Measurement of Quantities for Unit Price Work................................................ 111 Lump Sum Work.......................................... ....... ........ .................. ................... 111 Payment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 111 Bid Items...................................................... .................................................... 114 ,, •+;' Revised 7/19/17 Contract No. 6001. 6608 & 6617 Page 4 of 161 Pages Part 2 SUPPLEMENTAL PROVISIONS TO PART 2, 3, 6 and 8 OF THE SSPWC Construction Materials Section 200 200-1 200-2 Section 201 201-1 201-3 Section 203 203-6 203-11 Section 204 204-1 Section 206 206-7 206-8 206-9 Section 207 207-2 207-25 Section 210 210-1 Section 213 213-5 Section 214 214-6 PART3 Section 300 300-1 300-3 300-13 Section 301 301-1 Section 302 302-5 Section 303 303-1 303-2 303-5 Rock Materials Rock Products ................................................................................................ . Untreated Base Materials ................................................................................ . Concrete, Mortar and Related Materials Portland Cement Concrete ............................................................................. . Expansion Joint Filler and Joint Sealants ........................................................ . Bituminous Materials Asphalt Concrete ............................................................................................ . Asphalt Rubber Hot Mix (ARHM) Wet Process ................................................ . Lumber and Treatment with Preservatives Lumber and Plywood ...................................................................................... . Miscellaneous Metal Items Traffic Signs .................................................................................................... . Light Gage Steel Tubing and Connectors ....................................................... . Portable Changeable Message Sign ............................................................... . Pipe Reinforced Concrete Pipe ............................................................................... . Underground Utility Marking Tape ................................................................... . Paint and Protective Coatings Paint ............................................................................................................... . Engineering Geosynthetics Geotextiles and Geogrids ................................................................................ . Traffic Striping, Curb and Pavement Markings, and Pavement Markers Pavement Markers .......................................................................................... . Construction Methods Earthwork Clearing and Grubbing .................................................................................... . Structure Excavation and Backfill ..................................................................... . Storm Water Pollution Prevention Plan ............................................................ . Subgrade Preparation, Treated Materials, and Placement of Base Materials Subgrade Preparation ...................................................................................... . Roadway Surfacing Asphalt Concrete Pavement ............................................................................ . Concrete and Masonry Construction. Concrete Structures ......................................................................................... . Air-Placed Concrete ......................................................................................... . Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps and Driveways ..................................................................................... . 127 128 129 129 131 132 132 132 134 135 137 137 138 138 139 141 141 142 144 145 148 148 148 ,, •+;' Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 5 of 161 Pages Section 306 306-3 306-12 306-13 306-15 Section 314 314-4 314-5 Part 6 Section 601 601-1 602-2 602-3 602-4 Part 8 Open Trench Conduit Construction Trench Excavation ........................................................................................... . Backfill ............................................................................................................. . Trench Resurfacing .......................................................................................... . Payment .......................................................................................................... . Traffic Striping, Curb and Pavement Markings, and Pavement Markers Application of Traffic Striping and Curb and Pavement Markings ..................... . Pavement Markers ........................................................................................... . Temporary Traffic Control Devices Work Area Traffic Control Temporary Traffic Pavement Markers ............................................................. . Temporary Traffic Signing ............................................................................... . Temporary Railing (Type K) and Crash Cushions ............................................ . Measurement and Payment ............................................................................ . Landscape and Irrigation 149 152 153 153 153 155 157 158 158 159 801-1 General............................................................................................................ 161 Appendices Appendix A Appendix B Appendix C Appendix D Appendix E Appendix F Appendix G Appendix H Appendix I Door Hangers Standard Plans Tier 2 Storm Water Pollution Prevention Plan Template Signing and Striping General Notes Pothole Report Round 1 Dated December 14, 2016 Pothole Report Round 2 Dated March 27, 2017 Bio Clean Catch Basin Filtration Device (GISB-22-24) with Media Filter Bio Clean Expandable Round CPS Coastal Development Permit 2017-0029 (PUB 17Y-00 19) l'\ • ., Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 6 of 161 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 11 a.m. on January 3, 2018, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: construction of over 3,000 linear feet of reinforced concrete pipe (ranging in size from 18" to 36"), 9 curb inlets with bioclean baskets, cleanouts, sidewalk, curb and gutter, relocation of two segments of existing sewer main, relocation of existing water and sewer services, pavement resurfacing and reinstallation of signing and striping. DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK, and MONROE) CONTRACT NO. 6001, 6608, and 6617 PWS18-71TRAN INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Public Works Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, 2015 edition and the supplements thereto as published by the "Green book" Committee of Public Works Standards, Inc., all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. ,, •ti Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 7 of 161 Pages 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 2.25 million dollars ($2,250,000.00). TIME OF COMPLETION: The contractor shall complete the Work in the order as defined in the General Provisions Section 6-2 and within the time set in the contract as defined in the General Provisions Section 6-7. SPECIAL TY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A -General Engineering. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of$ 30.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will ,, •+; Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 8 of 161 Pages be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. 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. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. 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. ,, •+;' Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 9 of 161 Pages BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California by Resolution No. 2017-213, adopted onthe?"dayofNovember,2017. ?-(? - November 17, 2017 {_ c_ ~ Date Deputy Clerk (". •+;' Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 10 of 161 Pages CITY OF CARLSBAD DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK AND MONROE) CONTRACT NO. 6001, 6008, AND 6617 City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 CONTRACTOR'S PROPOSAL The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 6001, 6008, and 6617 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" 6608 AND 6617 SHARED IMPROVEMENTS Item No. Description A-1 Mobilization (not to exceed 10%) at N\N~1 fil~ (Price in Words) A-2 Water Pollution Control Plan, Prep, and Implementation {Tier 2 SWPPP) IWb ~~ANt) ~\ C..\l:'T t+~o D ou....ACLS (Price in Words) Approximate Quantity And Unit 1 LS 1 LS A-3 Potholing and Utility 1 LS Coordination 11-4-·,tt.,E:"ZN 11-1-ov. ~ ,'J\J() ,-WO "4-u.N 01§ !) DQU..AfLS (Price in Words) A-4 Trench Dewatering (Project-Wide) Twenty thousand Dollars (Price in Words) Stipulated Unit Price (Figures) {'. ._, Revised 7/19/17 Contract No. 6001, 6608 & 6617 Total Amount (Figures) $ ~~.cm , $ ).<gOO - I $13,200 I $20,000 Page 11 of 161 Pages Approximate Item Quantity Unit Price Total Amount No. Description And Unit {Figures) (Figures) A-5 CCTV Inspection and 1 LS $1S1jOU Delivery of Inspection Files F1Pr&!~ "TW-CUiiiANO ~\~ ,~oa.so :t)~~o/2 (Price in Words) A-6 Record Drawing 1 LS $ 312.00 • -n~ TtlbV..~~~O Twt> t-l-u.NC<l.eQ DOU.Ao.,6 (Price in Words) A-7 Traffic Control 1 LS $ 35(00\J -nA-\(L"C' ~ p \Ve" ""fL("t>O.~ Av'l Q • i)Ou.....A (\..~ (Price in Words) Total amount of bid in words for Schedule "A": Ot\)G H::WJ~ l.S:\<;~""'('::{ ?~~ ~A~ o~~ Total amount of bid in numbers for Schedule "A": $ \<B'S CJ:i). ~---=--r-, ---------- SCHEDULE "B" CITY DRAINAGE MASTER PLAN FUNDED (6617) STORM DRAIN INSTALLATION FROM STATION 10+00 TO 28+95 Item No. Description Approximate Quantity And Unit Unit Price (Figures) B-1 Construct 36" Water Tight 1,780 LF ~-0 $ 3~ d.f/7 RCP Storm Drain Pipe (D-1350) ~r1<1n1re-o ff. D. . ;____TWofi,vndr,eJ ~1!]111-j §&v-tn cto//,,,,r J (Unit Price in Words) B-2 Construct 30" Water Tight 69 LF RCP Storm Drain Pipe (D-1350) -:T~o.ll I-C-t.,wQ(l.eD i.;:, 4H i"'I..:( TH~~ o~a..-s (Unit Price in Words) B-3 Construct 18" Water Tight 137 LF RCP Storm Drain Pipe (D-1350) -n,..,o H w'\lOCU5' D :E, tsi-4 :ii , X 9"C>u..J\~s (Unit Price in Words) Total Amount (Figures) $ --53'\ eeo fl, 0, !; I0,1 f&O $ :Z'-.o, 4'J-1 ('\ • .., Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 12 of 161 Pages Item No. Description Approximate Quantity And Unit 8-4 Construct Type B-1 Curb Inlet 1 EA per SDRSD D-02 (L=6') :SiX Ti~\"~!) -S~ ~ S)ou..+'1\.6 (Unit Price in Words) B-5 Construct Type B-1 Curb Inlet 1 EA per SDRSD D-02 (L=1 0') l~t 4 t-1---C Tt+o\l ~~ NO ~Dl)ll..... e~ l+u.N~~ l)C¼,..A~ (2..,t). (Unit Price in Words) B-6 Construct Type B-1 Curb Inlet 1 EA per SDRSD D-02 (L=12') ~\~l½:'-11-&-t>\J\~A~ . e: \c:;ff -r ~ ~~f) \)~(\._~ a-D. (Unit Price in Words) B-7 Construct Type B-1 Curb Inlet 1 EA per SDRSD D-02 (L=16') NLN~ ~ S~ I\).[) ~,x 1-l-W'(.J)f&o n~(l.,s (Unit Price in Words) B-8 Construct Type B-2 Curb Inlet 1 EA per SDRSD D-02 (L=14') N1rv€ t~Sh.\)') ~\ ~ N-T l"'-~O l)t:.UA l.$ (Unit Price in Words) B-9 Construct Type B-5 Storm 11 EA Drain Cleanout per SDRSD D-10 ~1-.1c -rwo-us~~ T,..nJc l-'-~ Dou.Ju (Unit Price in Words) B-1 0 Install Bioclean Curb Inlet 7 EA Basket with Media Filter Model #GISB-22-24, or equal -rwo 4:HDu5.AJ..D -n., nz-.F t.l-uJ'JO(ts...."1:> b~<lS (Unit Price in Words) B-11 Connect to Existing Storm 3 EA Drain/Inlet 1J,\}C ~\A1i: A~ (Unit Price in Words) Unit Price (Figures) $ <&,700 I -r,400 $ ~.900 , R,~ T,?co $:h 'l0'1 f91 $ 9~oo ) $ S .300 I $ ;2,0CTO , l~ •+r Revised 7/19/17 Contract No. 6001, 6608 & 6617 Total Amount (Figures) $ ~ 700 ~,~OD $ W,'lce V (J._,~ I $ 9. ~t)t) • Page 13 of 161 Pages Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) B-12 Construct 1 O" PVC Sewer 178 LF $ ~~ $ ?>~, (o ~c..f (SOR 35) rUJD ~m.\:!O ·~ ""t~~ t>~ILS (Unit Price in Words) B-13 Construct Sewer Manhole per 4EA $ s,~ $ ~D,~ • City Standard S-1 P, v~ "ftJ..au s A "-0 ~t\.'S (Unit Price in Words) B-14 Remove and Dispose 2 EA $ t.J -zS-$ ~5"t) Existing Sewer Main Segment and Clean Out j>OI.Ut_ l~~=!) -n,.)~~ ~t vC: b~ <tS (Unit Price in Words) B-15 Remove and Dispose Sewer 3 EA $ 4<rO $ ll .,2.(m Lateral t>DulL ~0{\,'~f) t)~~ (Unit Price in Words) B-16 Construct 4" Sewer Lateral 2 EA $ 4l{OD $ v.~oo per City Standard S-7 I fcufl ,.-~ S' ~ ND ~~ 1-+wN(X)..~ i}~Q..$ (Unit Price in Words) B-17 Construct 6" Sewer Lateral 1 EA $ t/-5CO $ ~S:tlD per City Standard S-7 ~OL(L 1i,1.ou.S B ~D ;::; ,v,c L~Non..w t)\)l)...AQ.5 (Unit Price in Words) B-18 Remove and Dispose Water 11 EA $ '3cm $ 3,3~ Lateral 11:L/LJ£ ~ tl-UNr.fl.~ \)~ (Unit Price in Words) B-19 Construct 1" Water Lateral 11 EA $ '3, (ruD $ 33.~ per City Standard W-3 , ~~ -n-16lA~ A 11\J b ~~u..Act.~ (Unit Price in Words) ('\ • ., Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 14 of 161 Pages Approximate Item Quantity No. Description And Unit B-20 Remove and Dispose 128 LF Existing Curb & Gutter T~-::r'"Nr~ CNe7 0~61.... ~ (Unit Price in Words) B-21 Remove and Dispose 17 LF Existing Storm Drain Pipe -r'""-illi~ Tti~E' I)~Q.$ (Unit Price in Words) B-22 Remove and Dispose 640 SF Sidewalk p 0\.,\ ft.1:""~~ o,u...Ao..s (Unit Price in Words) B-23 Construct Sidewalk 640 SF per SDRSD G-11 -rt.J. ifLT~ S)UJJ\QS (Unit Price in Words) B-24 Replace Existing Curb Outlet 3 EA per SDRSD D-25 P «\/~ TZ..JO-U15ANO e o'-1:'L 1":ulY o ~ b t>~; (Unit Price in Words) B-25 Construct 6" Curb and Gutter 65 LF per SDRSD G-2 :'5 1 )(IL-\ :s~£N t)~QS (Unit Price in Words) B-26 Plug and Abandon Existing Pipe in Place 1>~~ l~N 0::L~ 2 EA Unit Price (Figures) $ J, { $ 33 $ 'i $ 13 $ Co 7 ('\ • .-, Revised 7/19/17 Contract No. 6001. 6608 & 6617 Total Amount (Figures) $ :J}Q~~ $ $"Co\ $ ~(ob I $ "g.32.C ' $ '-I 3 SS' I $ IS.J..o I Page 15 of 161 Pages SCHEDULE "C" NORTHWEST QUADRANT DRAINAGE PROGRAM FUNDED (6608) STORM DRAIN INSTALLAION FROM STATION 28+95 TO STATION 40+75 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) C-1 Construct 30" Water Tight 279 LF $ 3J1 $ 9t, J33. RCP Storm Drain (D-1350) I ~a..ee ~oa ro T~i ~ ~(€N t)C~QS (Unit Price in Words) C-2 Construct 24" Water Tight 383 LF $ d-/Q $ ID"3, 4l0 RCP Storm Drain (D-1350) T~O \~~.D ~~~ t>o~n..<; (Unit Price i Words) C-3 Construct 18" Water Tight 596 LF $ J_J.9 $ \3~(4~ RCP Storm Drain (D-1350) , "T~ ~N~(l.El.) -rw~~~ ~~~ o~~ (Unit Price~n Words) C-4 Install 24"x24" Grated Brooks 1 EA $ I L/--<XJ $ L 1100 Box ) I o f\Je:-11-lc:u.S' A~ ~ t>...-n- 1-1-u.Noet ~ t> ou.,J\Q._s (Unit Price in Words) C-5 Construct Type B-1 Curb Inlet 1 EA $ Co3CXJ $ l,. 3o0 per SDRSD D-02 (L=4') I , -s' <.X ""[(.-.kxAS ~~ -n-<~ ~ ~ ~t)~Q..$ (Unit Price in Words) C-6 Construct Type B-1 Curb Inlet $ ~ </-CD 1 EA ! per SDRSD D-02 (L=1 0') • ~l bl--l-T -rt-j OU$ '4 ~ /SO'-\'L l~l:)0.....~ \)~Q..,1$ (Unit Price in Words) <g ~c:o $ i¥~ ~g'C() C-7 Construct Type B-1 Curb Inlet 1 EA $ per SDRSD D-02 (L=12') rt,.!). e\(f±::T "1{y<:U~ (\ W ~t~c..,_-r L~~-no~ct.s (Unit Price in Words) l' •,r Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 16 of 161 Pages Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) C-8 Construct Type 8-1 Curb Inlet 1 EA $ 1'-4 lteCO $ L'-9 Ca® per SDRSD D-02 (L=30') ,s~~T"~ TC4-0U~A~ ~1'J... ~o ~~<1..,S (Unit Price in Words) C-9 Construct Type B Curb Inlet 1 EA $ '2Jo0 $ (,. 300 Wing Wall to Existing Curb ) Inlet per SDRSD D-02 °S(X TNWiA"'l'O ~ l+\JNO()..l!!n \)Ou.A<LS (Unit Price in Words) C-10 Construct Type 8-5 Storm SEA $51~ $ .:2.<c(Sc.o Drain Cleanout per SDRSD I • D-10 t5-L-../'E 'Ttlo.1'45AJ\>O -r-~~Z" ~~\)(L~Q \)~{U; (Unit Price in Words) C-11 Construct Type A-4 Storm 1 EA $ ~~ro $ ~..i~OD Drain Cleanout per SDRSD D-09 ~l )c. -n~o"'-~~NJ e_14[-{:L t-l-uN~O ~ (Unit Price in Words) C-12 Install Bioclean Curb Inlet 6 EA $;1,~~ $ I=:,, ~OC) Basket with Media Filter 1 Model #GISB-22-24, or equal ~c:, °L'*~.S ~NO -n·Ul~c: l+o..N OCU--S-0 'b~\.\J\ILS (Unit Price in Words) ;;., 3 oo C-13 Install Bioclean Expandable 1 EA $ J.. 3\$:) $~ Round CPS, or equal ' (I'-, u. Tu0b "tJ.#OU~A~D Tf(~ I~ 0(1-..!'t> l)~ (Unit Price in Words) C-14 Connect to Existing Storm 2 EA $ ? CJOO $ 4-1 CLo f Drain/Inlet , ' Two 1l-40'v\:[~~ l) '\\.l.,AQ 5 (Unit Price in Words) {'\ •+;' Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 17 of 161 Pages Approximate Item Quantity Unit Price Total Amount No. Descri(2tion And Unit (Figures} (Figures} C-15 Remove and Dispose Water 12 EA $ 3ct) $ 3.~~ Lateral ' .-~~ S)~QS (Unit Price in Words) C-16 Construct 1" Water Lateral 12 EA $ 30tl) I $ °3Co, ~ per City Standard W-3 ,~ 11+-00~~NQ b~QS (Unit Price in Words) C-17 Remove and Dispose Sewer ?EA $ 430 $ 3,o\O Lateral ~"UCL~~ -n+-ffi~ \)~(l.$ (Unit Price in Words) C-18 Construct 4" Sewer Lateral 7 EA $ 4-. (5V[) $ J.i1COO per City Standard S-7 J , l~yCL '"T""H-OU.~~ND b~ (Unit Price in Words) C-19 Remove and Dispose 138 LF $ ":1-8 $ "3lf~4 Existing Curb & Gutter ' TvV~~ 1-:f'IC.l~\ 1)o~Q.S (Unit Price in Words) C-20 Remove and Dispose 80 LF $ 3:.Z. $ :i.S'~b Existing Storm Drain Pipe , T~,<L~ t~O Dou.A _s (Unit Price in Words) C-21 Remove and Dispose 450 SF $ 'i $ "300 Existing Sidewalk I ,.s I.) Uil:l ~.::!N !)~u...\CLS (Unit Price in Words) C-22 Construct Sidewalk 450 SF $ /3 $ SY~ per SDRSD G-11 , -, t..i ,a...,T~£:,J ~~~~Q.,~ (Unit Price in Words) ., f.,r Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 18 of 161 Pages Approximate Item Quantity Unit Price Total Amount No. Descri12tion And Unit (Figures) (Figures) C-23 Construct 6" Curb & Gutter 43 LF $ Co1 $ ;l.8'~l per SDRSD G-2 $ ~.K.Tl.,J <;;eV~ D~~ (Unit Price in Words) C-24 Construct Type-A AC Dike 25 LF $ ~'3 $ }l S7S- per SDRSD G-5 ~llC"t\..t t1"L~~ t)~C\.$ (Unit Price in Words) C-25 Plug and Abandon Existing 3 EA $ 1~C $ ~.;l~ Pipe in Place i ~S'.J~ ~H'(R~ ~\~ ~~~ (Unit Price in Words) C-26 Remove CMP Pipe and 1 LS $ 1.100 Concrete Spillway • oi'-1~ 71..&-o\ASANO Tu.JO I ~MQJ...~D u:ou...A<l..S (Price in Words) C-27 Remove and Replace 121 SF $ '-I I $ '6 9(ol Concrete Cross Gutter per SDRSD G-12 r::~~ 0~ ~ t)~ s (Unit Price in Words) l' •+ir Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 19 of 161 Pages SCHEDULE "D" PAVEMENT MANAGEMENT PROGRAM FUND (6001) PROJECT WIDE SURFACE PAVING Approximate Item Quantity Unit Price Total Amount No. DescriQtion And Unit (Figures) (Figures) D-1 Mobilization for Final Surface 2 EA $ {g(A) $ Jt?.oO Paving ~ \x. \~N r(u...,~ t)~~ (Unit Price in Words) D-2 Traffic Control for Final Surface Paving 1 LS $ 10,000 'T ~N "t:l·-l-~~-N() DO\.UQS (Price in Words) D-3 2" AC Cold Mill and Disposal 127,450 SF $ ' ts,() $ 7CD.,_ 470 of Grindings ~\)(\~ c..,,....~ s (Unit Price in Words) D-4 2" C2 PG 64-10 HMA Paving 1,550 TON $ JC)lp $ llo4, ~ ro O~~ \-H-\JN \)(u!"!) ~,x ' b~Q.S (Unit Price in Words) D-5 Public Notification of Paving 1 LS $ '1sc Work NJNC l'\-uNO~b iS°l tsr--1 f)~\..AQ..$; (Price in Words) D-6 Install Blue Fire hydrant 6 EA $ 10 $ lt;,o Markers per SDRSD M-19 .,-~,\j i)~n..s (Unit Price in Words) D-7 Replace Water Valve Boxes 26 EA $ 700 $ I~ ;lQ) and Adjust to Final Grade j CSeveN ~Vv.H,D{L~ b~QS: (Unit Price in Words) ., \.,r Revised 7/19/17 Contract No. 6001. 6608 & 6617 Page 20 of 161 Pages Item Approximate Unit Price Total Amount No. Description Quantity (Figures} (Figures} And Unit D-8 Replace Monument Boxes 1 EA $ ~00 $ x-m and Adjust to Final Grade t.S:\~fr {~NO(\:i!l) t)~J, .. ~ (Unit Price in Words) D-9 Install and Maintain 1 LS $ J. <o~ • Temporary Pavement Markers '--r Wu "TH ou.S~t-ID ~\)._ 1..1-u.Nll\....;:o~o__s (Price in Words) D-10 Replace Pavement Markings, 1 LS $ 17,9cc Signing, and Striping <s;~v~tvj",~"S_EN TltDUS~#[) NLMS°; 1-b,\.Noo.m !>o~<l.S (Price in Words) Total amount of bid in words for Schedule "D": T~ 1-klv\)Al(.J§l) V\Ji~i ··p . .uo Tt/0\..l~~t) fS'i~ (2... ~ c I G~ r1 I.) ll L\....t\fl.S Total amount of bid in numbers for Schedule "D": $ d:)'b, 48-t> ~--..-..=._,_,,~---------- Total amount of bid in words including Schedule "A", Schedule "B", Schedule "C" and Schedule "D": ~~·J~n~~ tp£11}Jf!f?1f-1#i,~· ;:1'1Ja;~ ... J R,D, .e,"jflf A,vra f't N·n~ 1·ve, Jt1 ar_f Total amount of bid in numbers incluping_Schedule "A", Schedule "B", Schedule "C", and Schedule "D": $ , ~73 I e~s:: , . Y59 eqs ' 7 t ,O r i The basis of award will be the ~um of Schedule "A", Schedule "B", Schedule "C" and Schedule "D". Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). --'-'--="'--"';L _____ -AeS/have been received and.is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. ('\ •,r Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 21 of 161 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 549309 , classification A which expires on 11/30/18 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is =a-=b=id~B..;;;;;o.:..an=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-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. ('\ • ., Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 22 of 161 Pages IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted __________________ _ (2) Signature (given and surname) of proprietor _________________ _ (3) Place of Business ___________________________ _ (Street and Number) City and State ____________________________ _ (4) Zip Code ________ Telephone No. _______________ _ (5) E-Mail ____________________ _ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted __________________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business ___________________________ _ (Street and Number) City and State ____________________________ _ (4) Zip Code ________ Telephone No. _______________ _ (5) E-Mail ____________________ _ ('\ •+;' Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 23 of 161 Pages IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted ___________________ _ Orion Construction Corporation (2) ----·~---~--_...:.~=...:::::>=---~---~-~--~---,-r·z _________________ _ (Signature) :..____....?' Richard Dowsing, President (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of: .....,C""'a=li=fo=rn=1=·a'-------------- ( 4) Place of Business: _2_1~85~L~a_M_ir~a~da~D_n_·v~e ____________________ _ (Street and Number) City and State: _V.....,i=st=a~C~A~-------------------------- (5) Zip Code:--=9=2=-08;;;..1.;...._ _______ Telephone No. _7_60_-_59_7_-9_6_6_0 _________ _ (6) E-Mail Richard.dowsing@orionconstruction.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 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: Richard Dowsing President / Secretary Rob Wilson Vice President {'. •,;' Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 24 of 161 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT • State of California County of Sa./\ ''()-l ~,o } On °'Io "3. I ,zo( 8 before me, Date Here Insert Nam nd Title of the Officer personally appeared ___ 12 __ " _cl--t __ ev_d. __ ~ __ c:::>_c.->_s~~~l'7_,' "1'-+c-~~~----------- Nari'1's) of Signer(s) 0SU.NiOBERT DOWSING° l COMM. #2220274 z Notary Public -California ~ San Diego County - M Comrr •. Ex ires Oct. 30, 2021 · 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. Place Notary Seal Above Signature ~~:otary Public OPTIONAL------------ Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: _______________________________ _ Document Date: ____________________ Number of Pages: ________ _ Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _____________ _ D Individual D Corporate Officer -Title(s): D Partner -D Limited D General L_J Attorney in Fact C Trustee D Guardian or Conservator D Other: _________ _ Signer Is Representing: ____ _ RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: ______________ _ D Individual LJ Corporate Officer -Title{s): _________ _ D Partner -D Limited LJ General D Attorney in Fact D Trustee D Guardian or Conservator [] Other: __________ _ Signer Is Representing: _____ _ RIGHTTHUMBPRINT OF SIGNER Top of thumb here @~'§e<,~~~~~~~~~~%~~~~~ © 2007 National Notary Association• 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1-800-876-6827 BID SECURITY FORM (Check to Accompany Bid) DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK AND MONROE) CONTRACT NO. 6001, 6608, AND 6617 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of ________________________ _ _______________________ dollars($ _______ ), this amount being ten percent ( 10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen ( 15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) l' • ., Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 25 of 161 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK, AND MONROE) CONTRACT NO. 6001, 6608, AND 6617 KNOW ALL PERSONS BY THESE PRESENTS: That we, Orion Construction Corporation , as Principal, and Western Surety Company , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten Percent (10%) of Bid Amount for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK, AND MONROE) CONTRACT NO. 6001, 6608, AND 6617 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of 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 City. 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. SIGNED AND SEALED, this ___ 2n_d ___ day of ____ _;_J.c-an_u_a_,_ry ____ , 201§__ _0_ri_on_Co_n_s_tr_uc_t_io_n_C_o~rp_o_ra_ti_o_n ___ (SEAL) (Principal) _z--::s-·-----. . By: ~~ ~. (Signatu~ Richard Dowsing, President (Print Name/Title) (Print Name/Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City Attorne! 1 0 ,,~ By: ___ ~-F-'---=--"'-"--'---~~""'------------- Deputy City Attorney l' •+;' Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 26 of 161 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil code§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. STATE OF CALIFORNIA } County of San Diego ---~---------------- On JAN O 2 2018 before me, Lilia De Loera , Notary Public, ----------Date Insert Name of Notary exactly as it appears on the official seal personally appeared Janice Martin --------------~N-am-e-(s~) o~f~S-ign-e~r(~s) ______________ _ Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(:it) whose name(~) is/~~ subscribed to the within instrument and acknowledged to me that ~~/she/tlOG( executed the same in ~her/~ authorized capacity(~. and that by ~her/~signature~ on the instrument the person~, or the entity upon behalf of which the person~ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. w;tness my hand and omdal seal. .. ~. Signature -------------'~..-,c._ ___ ---"=---- s;9nature of Notary Public Lilia De Loera, 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 the form to another document. Description of Attached Document Title or Type of Document: --------------------------------- Document Date: --------------------Number of Pages: ________ _ Signer(s) Other Than Named Above: ___________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: _____________ _ D Individual D Corporate Officer -Title(s ): ________ _ D Partner D Limited D General Ill Attorney in Fact D Trustee D Guardian or Conservator D Other: _______ _ Signer is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: _____________ _ D Individual D Corporate Officer -Title(s): ________ _ D Partner D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: _______ _ Signer is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Lawrence F Mc Mahon, James Baldassare Jr, Sarah Myers, Maria Guise, Lilia Robinson, Charlotte Aquino, Jennifer L Clampert, Janice Martin, Individually of San Diego, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undenakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pwsuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and e,cecuted pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affi,ced on this 16th day of June, 2015. State of South Dakota County of Minnehaha WESTERN SURETY COMPANY On this 16th day of June, 2015, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such collJorate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires February 12, 2021 S. Eich, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMP ANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. fn testimony whereof I have hereunto subscribed mynameandaffixedthesealofthesaidcorporationthis 2nd dayof January 2018 WESTERN SURETY COMPANY Fann F4280-7-2012 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMP ANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder'', "Contract", "Contractor'', "Contract Price", "Contract Unit Price", "Engineer'', "Own Organization", "Subcontractor'', and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be 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 California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. 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. l' •+;' Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 27 of 161 Pages 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. ('\ •,r Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 28 of 161 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK, AND MONROE) CONTRACT NO. 6001, 6608, AND 6617 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business Phone No. and Email Address DIR Registration No. Subcontractor's License No. and Classification Amount of Work by Subcontractor in Dollars* AC Paving Drainage Structures Striping PCC Flatwork Page f of __ f_,pages of this Subcontractor Designation form *Pursuant to secti 04 (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." ('\ •,r Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 29 of 161 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK, AND MONROE) CONTRACT NO. 6001, 6608, AND 6617 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 Name and Address Name and Phone Amount Contract of the Employer No. of Person to Type of Work of Completed Contract Contract City of San Diego Kent Cuevas 9/17 9573 Chesapeake Drive 619-453-2768 Storm Drain Repair $1,357,200 San Diego, CA 92123 San Diego County Chris George New Storm Drain $10,836,575 12/15 Regional Airport 619-400-2227 San Diego, CA 92138 l' •,r Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 30 of 161 Pages BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK, AND MONROE) CONTRACT NO. 6001, 6608, AND 6617 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: ri Li Comprehensive General Liability Automobile Liability g Workers Compensation J Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. l' •,r Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 31 of 161 Pages I I .~ ORIOCON-01 JACOUELINE ACORD" CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 02/14/2018 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 have ADDITIONAL INSURED provisions or 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 riQhts to the certificate holder in lieu of such endorsement(s). PRODUCER License# OH00477 S!?AAI~CT J.S. Tucker Insurance Services ri::gN:o, Ext): (858) 345-5787 I FAX 990 Highland Drive Suite 110 C (AJC, No): Solana Beach, CA 92075 itD'M~ss: ·------. -~ INSURER/SI AFFORDING COVERAGE NAIC# INSURER A: Travelers Indemnity Co. of Connecticut 25682 INSURED INSURER B: Travelers Prooertv Casualty Co. of America 25674 ----- Orion Construction Corporation INSURERC: ~----------- 2185 La Mirada Dr INSURERD: Vista, CA 92081-8830 INSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER· REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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 ~.9.P..\-~.!/.';!~ POLICY NUMBER POLICY EFF POLICY EXP LIMITS I TIO A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 -D CLAIMS-MADE [K] OCCUR DAMAGE TO RENTED 300,000 X X DT22-C0-5G7 46302-TCT-17 12/03/2017 12/03/2018 PREMISES iEa occurrence\ $ MED EXP <Anv one oersonl $ 5,000 - PERSONAL & ADV INJURY $ 2,000,000 - ~'LAGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 4,000,000 POLICY [K] ~f8i= 0 LOC PRODUCTS · COMP/OP AGG $ 4,000,000 OTHER: EBL AGGREGATE $ 2,000,000 B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident\ $ 1,000,000 X ANY AUTO -X X DT-810-5G746302-TIL-17 12/03/2017 12/03/2018 BODILY INJURY /Per oersonl $ OWNED SCHEDULED ~ AUTOS ONLY -AUTOS BODILY INJURY /Per accident) $ HIRED NON-OWNED 1P~9~tc~dii1?AMAGE .. L ~ AUTOS ONLY -AUTOS ONLY $ B UMBRELLA LIAB M OCCUR EACH OCCURRENCE $ 5,000,000 -CUP-8J55376A-17-26 12/03/2017 12/03/2018 5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I X I RETENTION$ 10,000 $ B WORKERS COMPENSATION X I ~ff Tl ITE I I OTH- AND EMPLOYERS' LIABILITY ER Y/N X UB-8J247454-17-26-G 12/03/2017 12/03/2018 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE D E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A 1,000,000 (Mandatory In NH) E.L. DISEASE -EA EMPLOYEE $ ~m:~(t~r~~ ~~'6PERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more s1'7ce is required) RE: Drainage Master Plan Project BCA (Tamarack, Park, and Monroe) Contract No. 6001, 6608, and 66 7 City of Carlsbad is provided Additional Insured status when required by written contract and per the terms and conditions of the attached forms. Waiver of Subrogation applies when required by written contract. Primary and Non-Contributory status applies when required by written contract. Per Project Aggregate applies when required by written contract. 30 Day Notice of Cancellation applies. CERTIFICATE HOLDER I City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 -ECM #35050 New York, NY 10163-4668 ACORD 25 (2016/03) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: DT22-CO-5G746302-TCT-17 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED -(Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section Ill -Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products-completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: CG D2 46 08 05 © 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. -DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 © 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 POLICY NUMBER: DT22-CO-5G746302-TCT-17 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE -This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. Increased Supplementary Payments D. Incidental Medical Malpractice E. Who Is An Insured -Newly Acquired Or Formed Organizations F. Who Is An Insured -Broadened Named Insured -Unnamed Subsidiaries G. Blanket Additional Insured -Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I -COVERAGES -COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person or prop- erty for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- clusion j., Damage To Property, in Para- graph 2. of SECTION I -COVERAGES - COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted. 2. The following replaces the last paragraph of Paragraph 2., Exclusions, of SECTION I - COVERAGES -COVERAGE A. BODILY H. Blanket Additional Insured -Lessors Of Leased Equipment I. Blanket Additional Insured -States Or Political Subdivisions -Permits J. Knowledge And Notice Of Occurrence Or Offense K. Unintentional Omission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury Definition N. Contractual Liability -Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1)(a) does not apply to "premises damage" caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water; unless Exclusion f. of Section I -Coverage A -Bodily Injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion -All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion in its title. A separate limit of insurance applies to "premises damage" as described in Para- graph 6. of SECTION Ill -LIMITS OF IN- SURANCE. CG D3 16 1111 © 2011 The Travelers Indemnity Company. All rights reserved Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- TION Ill -LIMITS OF INSURANCE: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occur- rence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be a. The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. 4. The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for "premises damage" is not an "insured contract"; 5. The following is added to the DEFINITIONS Section: "Premises damage" means "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1 )(b) of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV - COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted. C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS -COVER- AGES A AND B of SECTION I -COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to fur- nish these bonds. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS -COVER- AGES A AND B of SECTION I -COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of "oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II -WHO IS AN INSURED: Paragraph (1 )(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: (i) "Incidental medical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or vol- unteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- ness. Page 2 of 6 © 2011 The Travelers Indemnity Company. All rights reserved CGD3161111 3. The following is added to Paragraph 5. of SECTION Ill -LIMITS OF INSURANCE: For the purposes of determining the applica- ble Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence". 4. The following exclusion is added to Para- graph 2., Exclusions, of SECTION I -COV- ERAGES -COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV -COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of providing or failing to provide "incidental medical ser- vices", first aid or "Good Samaritan services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II -Who Is An Insured. E. WHO IS AN INSURED -NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II -WHO IS AN INSURED: COMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or in which you maintain the ma- jority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that or- ganization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal in- jury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED -BROADENED NAMED INSURED -UNNAMED SUBSIDIARIES The following is added to SECTION II -WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declara- tions is a Named Insured if you maintain an own- ership interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such sub- sidiary. CG D3 16 1111 © 2011 The Travelers Indemnity Company. All rights reserved Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED -OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II -WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Arises out of the ownership, maintenance or use of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will be the minimum limits which you agreed to pro- vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense that is committed, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. c. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to such premises owner, manager or lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this in- surance must be primary to, or non- contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other insur- ance. H. BLANKET ADDITIONAL INSURED -LESSORS OF LEASED EQUIPMENT The following is added to SECTION II -WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury", "property dam- age", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor is subject to the following provisions: a. The limits of insurance provided to such equipment lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations, whichever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense that is committed, after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. I. BLANKET ADDITIONAL INSURED -STATES OR POLITICAL SUBDIVISIONS -PERMITS The following is added to SECTION II -WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required Page 4 of 6 © 2011 The Travelers Indemnity Company. All rights reserved CG D3 16 1111 by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products-completed operations hazard". J. KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV -COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section II -Who Is An Insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (i) A partner or member of any part- nership or joint venture; COMMERCIAL GENERAL LIABILITY (ii) A manager of any limited liability company; or (iii) An executive officer or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. (3) Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of "pollut- ants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV -COMMERCIAL GENERAL LI- ABILITY CONDITIONS CG D3 16 1111 © 2011 The Travelers Indemnity Company. All rights reserved Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- ment to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage" that oc- curs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. M. AMENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily injury" in the DEFINITIONS Section: 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY -RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. Page 6 of 6 © 2011 The Travelers Indemnity Company. All rights reserved CG D3 16 1111 POLICY NUMBER: DT-22-CO-5G74602-TCT-17 COMMERCIAL GENERAL LIABILITY ISSUE DATE: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project Designated Project(s): General Aggregate(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED, IN GENERAL AGGREGATE A WRITTEN CONTRACT WHICH IS IN EFFECT DURING LIMIT SHOWN ON THE THIS POLICY PERIOD, TO PROVIDE A SEPARATE DECLARATIONS GENERAL AGGREGATE LIMIT; PROVIDED THAT, THE CONTRACT IS SIGNED AND EXECUTED BY YOU BEFORE THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C (SECTION I), which can be attributed only to operations at a single desig- nated "project" shown in the Schedule above: 1. A separate Designated Project General Ag- gregate Limit applies to each designated "pro- ject", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations, unless separate Designated Project General Aggregate(s) are sched- uled above. 2. The Designated Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A., except damages because of "bodily injury" or "prop- erty damage" included in the "products- completed operations hazard", and for medi- cal expenses under COVERAGE C, regard- less of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the Desig- nated Project General Aggregate Limit for that designated "project". Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they re- duce any other Designated Project General Aggregate Limit for any other designated "project" shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Project General Ag- gregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C. (SECTION I), which cannot be attributed only to operations at a single desig- nated "project" shown in the Schedule above: CG D211 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Ag- gregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Project General Aggregate Limit. C. Part 2. of SECTION Ill -LIMITS OF INSURANCE is deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Damages under Coverage B; and b. Damages from "occurrences" under COVERAGE A (SECTION I) and for all medical expenses caused by accidents under COVERAGE C (SECTION I) which cannot be attributed only to operations at a single designated "project" shown in the SCHEDULE above. D. When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- tions Section is amended by the addition of the following definition: "Project" means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the applicable aggregate limit of insurance, each "project" that includes premises involving the same or connecting lots, or premises whose con- nection is interrupted only by a street, roadway, waterway or right-of-way of a railroad shall be considered a single "project". F. The provisions of SECTION Ill -LIMITS OF INSURANCE not otherwise modified by this en- dorsement shall continue to apply as stipulated. < Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D211 01 04 POLICY NUMBER: DT22-CO-5G746302-TCT-17 ISSUE DATE: 12/03/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY -NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY CANCELLATION: PERSON OR ORGANIZATION: ADDRESS: PROVISIONS: SCHEDULE Number of Days Notice of Cancellation: 30 When required by written contract Per certificate of insurance issued If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. IL T4 05 03 11 © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 POLICY NO. DT-810-5G746302-TIL-17 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE -This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE -LOSS OF B. BLANKET ADDITIONAL INSURED USE -INCREASED LIMIT C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS -INCREASED LIMITS F. HIRED AUTO -LIMITED WORLDWIDE COV- ERAGE -INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE -GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II -COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II -COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which I. PHYSICAL DAMAGE -TRANSPORTATION EXPENSES -INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II -COV- ERED AUTOS LIABILITY COVERAGE: 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 busi- ness. 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV -BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your CA T3 53 0215 © 2D15 The Travelers Indemnity Company. All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO perm1ss1on, while performing duties related to the conduct of your busi- ness. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II -COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS -INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II -COVERED AUTOS LIABIL- ITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION II -COVERED AUTOS LIABIL- ITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. F. HIRED AUTO -LIMITED WORLDWIDE COV- ERAGE -INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV -BUSINESS AUTO CONDI- TIONS: (5) Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Cov- ered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canacja: (i) You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limits Of Insurance, of SECTION II -COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limits Of Insurance, of SECTION II -COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess, contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. Page 2 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 0215 Includes copyrighted material of Insurance Services Office, Inc. with its permission. You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE -GLASS The following is added to Paragraph D., Deducti- ble, of SECTION Ill -PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE -LOSS OF USE -INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION 111-PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE -TRANSPORTATION EXPENSES -INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION Ill -PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Cover- age Extensions, of SECTION Ill -PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured"; and COMMERCIAL AUTO (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION Ill -PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV -BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV -BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by CA T3 53 0215 © 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV -BUSINESS AUTO CONDITIONS: The unintentional om1ss1on of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non-renewal. Page 4 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 0215 Includes copyrighted material of Insurance Services Office, Inc. with its permission. POLICY NO. DT-810-5G7 46302-TIL-17 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LOSS PAYABLE CLAUSE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The following replaces the LOSS PAYABLE CLAUSE in the BUSINESS AUTO COVERAGE PART DECLARATIONS: LOSS PAYABLE CLAUSE A. We will pay you and the loss payee on file with us for "loss" to a covered "auto", as interest may ap- pear. B. The insurance covers the interest of the loss payee unless the "loss" results from conversion, secretion or embezzlement on your part. C. We may cancel the policy as allowed by the CANCELLATION Common Policy Condition. Cancellation ends this agreement as to the loss payee's interest. If we cancel the policy we will mail you and the loss payee the same advance notice. D. If we make any payment to the loss payee, we will obtain their rights against any other party. CA T4 45 04 09 © 2009 The Travelers Companies. Inc. Page 1 of 1 Includes the copyrighted material of Insurance Services Office, Inc. with its permission. POLICY NUMBER: DT-810-5G746302-TIL-17 ISSUE DATE: 12/03/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY -NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY CANCELLATION: PERSON OR ORGANIZATION: ADDRESS: PROVISIONS: SCHEDULE Number of Days Notice of Cancellation: 30 When required by written contract Per certificate of insurance issued If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for canc~llation in the schedule above before the effective date of cancellation. IL T4050311 © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 ~ TRAVELERS] WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 R4 (00) POLICY NUMBER: UB-8J247454-17-26-G NOTICE OF CANCELLATION OR NONRENEWAL TO DESIGNATED PERSONS OR ORGANIZATIONS The following is added to PART SIX -CONDITIONS: Notice Of Cancellation Or Nonrenewal To Designated Persons Or Organizations If we cancel or non-renew this policy for any reason other than non-payment of premium by you, we will provide notice of such cancellation or non-renewal to each person or organization designated in the Schedule below. We will mail or deliver such notice to each person or organization at its listed address at least the number of days shown for that person or organization before the cancellation or nonrenewal is to take effect. You are responsible for providing us with the information necessary to accurately complete the Schedule below. If we cannot mail or deliver a notice of cancellation or nonrenewal to a designated person or organization because the name or address of such designated person or organization provided to us is not accurate or complete, we have no responsibility to mail, deliver or otherwise notify such designated person or organization of the cancellation or nonrenewal. SCHEDULE Name and Address of Designated Persons or Organizations: Per Certificate of Insurance issued DATE OF ISSUE: 10-23-2017 ST ASSIGN: © 2013 The Travelers Indemnity Company All rights reserved. Number of Days Notice 30 TRAVELERs'r' WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 03 76 ( A) - POLICY NUMBER: UB-8J247454-17-26-G WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA (BLANKET WAIVER) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. The additional premium for this endorsement shall be % of the California workers' compensation pre- mium. Person or Organization ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. Schedule Job Description This endorsement changes the policy to which it is attached and is effective 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 Effective 12-03-2017 Insured Orion Construction Corporation Policy No. UB-8J247454-17-26-G Endorsement No. Premium Insurance Company Travelers Property Casualty Co. Countersigned by ____________ _ of America DATE OF ISSUE: 10-23-2017 ST ASSIGN: Page 1 of 1 POLICY NUMBER: DTSM-CUP-8J55376A-TIL-17 ISSUE DATE: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY -NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under th~ following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY CANCELLATION: PERSON OR ORGANIZATION: ADDRESS: PROVISIONS: SCHEDULE Number of Days Notice of Cancellation: 30 When required by written contract Per certificate of insurance issued If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. IL T4 05 0311 © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 POLICY NO. DTSM-CUP-8J55376A-TIL-17 UMBRELLA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE The following is added to Paragraph 11., OUR RIGHT TO RECOVER FROM OTHERS., of SECTION IV - CONDITIONS.: If the insured has agreed in a contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organization, but only for payments we make because of: a. "Bodily injury" or "property damage" caused by an "occurrence" that takes place; or b. "Personal injury" or "advertising injury" caused by an "offense" that is committed; subsequent to the execution of the contract or agree- ment. UM 04 88 07 08 © 2008 The Travelers Companies. Inc. Page 1 of 1 Includes the copyrighted material of Insurance Services Office, Inc. with its permission. Policy No. COO G27415155 004-Hazardous Transportation and Removal included as covered loss -Pollution Liability A. Asbestos Asbestos or asbestos-containing materials, including, but not limited to, the actual, alleged, or threatened inhalation of, ingestion of, contact with, exposure to, existence of, presence of, spread of or dispersal of, asbestos or materials containing asbestos in whatever form or quantity. This exclusion applies regardless of any other contributing or aggravating cause or event that contributes concurrently or in any sequence to the associated "professional loss", "loss" or "emergency response costs". This exclusion shall not apply to the following: 1. Asbestos abatement operations performed on behalf of a "named insured" by a certified and insured asbestos abatement subcontractor/ subconsultant; and 2. The inadvertent disturbance of asbestos or asbestos-containing materials by or on behalf of a "named insured" during the course of performing "covered operations". B. Bankruptcy Bankruptcy or insolvency of an "insured" or of any other person, firm or organization. C. Contractual Liability Any liability of others assumed by the "insured" through contract or agreement. This exclusion does not apply to liability: 1. That the "insured" would have in the absence of such contract or agreement; or 2. Assumed in an "insured contract", provided that the actual or alleged "wrongful act" or "pollution condition", and any resulting "claim", occur subsequent to the execution of the "insured contract". D. Discrimination Discrimination by the "insured" whether based upon age, color, race, sex, creed, national origin, marital status, physical disability, or sexual preference. E. Employer's Liability "Bodily injury" to: 1. An "insured" or an employee of its parent, subsidiary or affiliate: a. Arising out of and in the course of employment by any "insured" or its parent, subsidiary or affiliate; or b. While performing duties related to the conduct of the "insured's" business. 2. The spouse, child, parent, brother or sister of such "insured" or employee of its parent, subsidiary or affiliate as a consequence of Paragraph 1., above. This exclusion applies: 1. Whether the "insured" may be liable as an employer or in any other capacity; and 2. To any obligation to share damages with or repay someone else who must pay damages because of such "bodily injury". This exclusion shall not apply to liability assumed by a "named insured" in an "insured contract". F. Failure to Maintain Insurance The actual or alleged failure to advise or require or failure to effect and maintain any policy of insurance, suretyship or bond. Policy No. COO G27415155 004-Hazardous Transportation and Removal included as covered loss -Pollution Liability (continued) G. FaultyWorkmanship The cost to repair or replace faulty construction or workmanship in any construction, erection, fabrication, installation, assembly, manufacture, or remediation performed by the "insured", including the cost of any materials, parts or equipment furnished in connection therewith. H. Fiduciary Liability The "insured's" services and/or capacity as: 1. An officer, director, partner, trustee or employee of an organization not identified in Item 1. of the Declarations, or charitable organization or pension, welfare, profit sharing, mutual or investment fund or trust; or 2. A fiduciary pursuant to the Employee Retirement Income Security Act of 197 4 and its amendments, or any regulation or order issued pursuant thereto; or any other employee benefit plan. I. Fines and Penalties Payment of criminal fines, criminal penalties, punitive, exemplary or multiplied damages, or any associated "claims" seeking exclusively injunctive relief in addition to such fines, penalties or damages. This exclusion shall apply to any "legal defense expense" associated with such fines, penalties or damages. This exclusion shall not apply to punitive or exemplary damages where such coverage is insurable by law. J. Fungi In whole or part, the actual, alleged, or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of any "fungi", regardless of whether any other cause, event, material, or product contributed concurrently or in any sequence to such injury or damage. This exclusion shall also apply to any costs or expenses arising out of the testing for, monitoring, cleaning up, removing, containing, treating, detoxifying, neutralizing, remediating, or disposing of, or in any way responding to or assessing the effects of "fungi" by any "insured" or by any other person or entity. K. lnsured's Internal Expenses Expenses incurred by an "insured" for services performed by the salaried staff and employees of the "insured". This exclusion shall not apply to "emergency response costs", but solely to the extent that such costs are limited to the "insured's" actual out-of-pocket labor and expense costs that are not marked-up using multipliers for fringe benefits, overhead or profit. L. Intentional or FraudulentActs 1. Any knowing, willful or deliberate noncompliance with any statute, regulation, ordinance, municipal code, administrative complaint, notice of violation, notice letter, administrative order, or instruction of any governmental agency or body; or 2. Any fraudulent, criminal, or malicious act, or those of a knowingly wrongful nature, committed intentionally by or at the direction of a "responsible insured". This exclusion shall not apply to any "insured" that did not personally acquiesce in or remain passive after having personal knowledge of one or more of the acts described above. M. Known Conditions 1. "Wrongful acts" that first commenced prior to the inception date of this Policy, or the inception date of the first policy with the Insurer when consecutively renewed, if any "responsible insured" knew or reasonably could have foreseen that a "claim" may result; PF-29498 (04/10) Page 9 of 14 Policy No. COO G27415155 004-Hazardous Transportation and Removal included as covered loss -Pollution Liability 2. "Pollution conditions"' in existence prior to the "policy period" caused by "covered operations" performed by or on behalf of a "named insured", or arising out of any resumption, change or continuation of such "pollution conditions", if any "responsible insured" knew or reasonably could have foreseen prior to the "policy period" that such "pollution conditions" could give rise to a "claim"; and 3. "Wrongful acts" or "pollution conditions" that the "insured" has reported to another insurer pursuant to a prior policy. This provision shall apply whether or not the Limits of Liability have been exhausted pursuant to such prior policy or the terms of said prior policy are materially different from this Policy. N. Named Insured vs. Named Insured "Claims" made by any "named insured" against any person or entity that is also a "named insured" pursuant to this Policy. 0. Non-Owned Disposal Sites "Pollution conditions" on, at, or migrating from a "non-owned disposal site". This exclusion shall not apply to any "claims" seeking "loss" resulting from waste materials received at a "non-owned disposal site" identified on the Schedule of Non-Owned Disposal Sites Endorsement, if any. P. Products Liability Any goods, products or equipment designed, manufactured, sold, supplied or distributed by the "insured". This exclusion shall not apply to "claims" arising out of the installation of building components associated with "covered operations". Q. Related Entities "Claims" asserted by any organization, other than the "first named insured" or any other "named insured", which is or was operated, managed, owned or controlled, in whole or in part, by an "insured", or which did or does operate, manage, own or control, in whole or in part, an "insured". R. Trademark/Copyright Infringement Infringement, misappropriation, or violation of copyright, patent, service marks, trademarks, trade secrets, title or other proprietary or licensing rights or intellectual property of any products, technologies or services. S. Vehicles "Pollution conditions" resulting from the use, maintenance or operation of an automobile, aircraft, watercraft, or other conveyance. This exclusion shall not apply to "pollution conditions" resulting from "transportation". T. War or Terrorism Any acts that involve, or that involve preparation for, "war" or "terrorism", regardless of any other cause or event that contributes concurrently or in any sequence to any resulting "professional loss", "loss" or "emergency response costs". U. Warranties Express warranties and guarantees. This exclusion shall not apply to a warranty or guarantee by the "insured" that its "covered professional services" are in conformity with generally accepted architectural or engineering standards. V. Workers' Compensation The Jones Act or any workers' compensation, unemployment compensation, or disability benefits law or related laws. Policy No. COO G27415155 004 -Separation of Insureds 2. Those statements are based upon representations the "first named insured"' made to the Insurer; and 3. This Policy has been issued in reliance upon the "first namedinsured's" representations. G. Separation oflnsureds Except with respect to the Limits of Liability, Cancellation Conditions 2.a. and 2.b., above, and any obligations specifically assigned to the "first named insured", this Policy applies: 1. As if each "insured" were the only "insured"; and 2. Separately to each "insured" against whom a "claim" is made. H. Other Insurance If other valid and collectible insurance is available to an "insured" covering a "professional loss", "loss" or "emergency response costs" also covered by this Policy, other than a policy that is specifically written to apply in excess of this Policy, the insurance afforded by this Policy shall apply in excess of and shall not contribute with such other insurance. I. Jurisdiction and Venue It is agreed that in the event of the failure of the Insurer to pay any amount claimed to be due hereunder, the Insurer and the "insured" shall submit to the jurisdiction of the State of New York, and shall comply with all requirements necessary to give its courts such jurisdiction. Further, it is also agreed that there is no concurrent jurisdiction in any court outside of the State of New York. Nothing in this provision shall constitute, or should be construed to constitute, a waiver of the Insurer's right to remove any action to a United States District Court. J. Choice of Law All matters arising hereunder, including questions relating to the validity, interpretation, performance, and enforcement of this Policy shall be determined in accordance with the law and practices of the State of New York. K. Changes and Assignment Notice to or knowledge possessed by any person shall not effect waiver or change in any part of this Policy or estop the Insurer from asserting any right pursuant to the terms of this Policy. The terms, definitions, conditions, exclusions and limitations of this Policy shall not be waived or changed, and no assignment of any interest pursuant to this Policy shall bind the Insurer, except as provided by endorsement and attached to this Policy. L. Headings The descriptions in the headings and sub-headings of this Policy are inserted solely for convenience and do not constitute any part of the terms or conditions hereof. M. Consent Where the consent of the Insurer, or an "insured", is required pursuant to this Policy, such consent shall not be unreasonably withheld, delayed, conditioned, or denied. PF-29498 (04/10) Page 140114 Policy No. COO 827415155 004 -Blanket Waiver of Subrogation when required by written contract notice shall be sufficient proof of notice. The effective date and hour of cancellation identified in the notice shall be the end of the "policy period". B. Inspection and Audit To the extent of the "insured's" ability to provide such access, and with reasonable notice to the "insured", the Insurer shall be permitted, but not obligated, to inspect the "insured's" property and/or operations. Neither the Insurer's right to make inspections, nor the making of said inspections, nor any report thereon, shall constitute an undertaking, on behalf of or for the benefit of the "insured" or others, to determine or warrant that such property or operations are safe or in compliance with applicable laws. The Insurer may examine and audit the "insured's" books and records during this "policy period" and extensions thereof and within three (3) years after the final termination of this Policy. C. Legal Action Against the Insurer No person or organization, other than an "insured", has a right pursuant to this Policy to: 1. Join the Insurer as a party or otherwise bring the Insurer into a suit against any "insured"; or 2. Sue the Insurer in connection with this insurance unless all of the Policy terms have been fully complied with. A person or organization may sue the Insurer to recover after an agreed settlement or on a final judgment against an "insured". However, the Insurer shall not be liable for amounts that are not payable pursuant to the terms of this Policy or that are in excess of the applicable Limit of Liability. An agreed settlement means a settlement and release of liability signed by the Insurer, the "insured", and the claimant or the claimant's legal representative. D. Bankruptcy The insolvency or bankruptcy of any "insured", or any "insured's" estate, shall not relieve the Insurer of its obligations pursuant to this Policy. However, any such insolvency or bankruptcy of the "insured", or the "insured's" estate, shall not relieve the "insured" of the "self-insured retention" obligation pursuant to this Policy. This insurance shall not replace any other insurance to which this Policy is excess, nor shall this Policy drop down to be primary, in the event of the insolvency or bankruptcy of any underlying insurer. E. Subrogation In the event of any payment pursuant to this Policy by the Insurer, the Insurer shall be subrogated to all of the "insured's" rights of recovery against any person or organization, and the "insured" shall execute and deliver instruments and papers and do whatever else is necessary to secure such rights. The "insured" shall do nothing to prejudice such rights following: 1) the commencement of a "pollution condition" to which coverage afforded pursuant to this Policy may apply; or 2) its confirmation of, or its knowledge of allegations or circumstances indicating a reasonably likelihood of, a "wrongful act" to which coverage afforded pursuant to this Policy may apply. Any recovery as a result of subrogation proceedings arising pursuant to this Policy shall accrue first to the "insured" to the extent of any payments in excess of the limit of coverage; then to the Insurer to the extent of its payment pursuant to the Policy; and then to the "insured" to the extent of the "self-insured retention". Expenses incurred in such subrogation proceedings shall be apportioned among the interested parties in the recovery in the proportion that each interested party's share in the recovery bears to the total recovery. Notwithstanding the foregoing, the Insurer hereby waives its rights of subrogation against Clients of a "named insured" where required by written contract executed prior to the relevant "professional loss", "loss" or "emergency response" to which this insurance applies. F. Representations By accepting this Policy, the "first named insured" agrees that: 1. The statements in the Declarations, Schedules, and Application for this Policy are accurate and complete; PF-29498 (04/10) Page 13of14 Policy No. COO G27415155 004 -Blanket Additional Insured when required by written contract IV. COVERAGE TERRITORY The coverage afforded pursuant to this Policy shall only apply to "covered professional services"', "covered operations" and "transportation" performed, and "claims" made, within the United States of America. Notwithstanding, this Policy shall not afford coverage for any risk which would otherwise be in violation of the laws of the United States of America, including, but not limited to, economic or trade sanction laws or export control laws administered by the United States Government. V. DEFINITIONS A. "Additional insured" means: 1. Any person or entity specifically endorsed onto this Policy as an "additional insured", if any. Such "additional insured" shall maintain only those rights pursuant to this Policy as are specified by endorsement; and 2. All clients of a "named insured", but only when required by written contract or agreement and solely with respect to the "covered operations" performed by or on behalf of the "named insured" for that client. However, such clients are covered solely with respect to "loss" and "emergency response costs" arising out of "covered operations" and are not covered for any "loss" or "emergency response costs" arising out of the clients' own liability. B. "Bodily injury" means physical injury, illness, disease, mental anguish, emotional distress, or shock, sustained by any person, including death resulting therefrom, and any prospective medical monitoring costs that are intended to confirm any such physical injury, illness or disease. C. "Claim" means the assertion of a legal right received by an "insured" from a third-party, including, but not limited to, suits or other actions, alleging responsibility or liability on the part of the "insured" for "professional loss" or "loss" arising out of: 1. An actual or alleged "wrongful act" in the performance of "covered professional services"; or 2. A "pollution condition" resulting from "covered operations", "completed operations" or "transportation" to which this insuranc~ applies, respectively. D. "Completed operations" means "covered operations" that have been completed. "Covered operations" shall be deemed completed at the earliest of the following times: 1. When all the "covered operations" called for within a particular contract have been completed during the "policy period"; or 2. When that part of the "covered operations" called for within a particular contract has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. "Covered operations" that may need service, maintenance, correction, repair or replacement, but which are otherwise completed, shall be deemed completed. "Covered operations" that have been abandoned shall be treated as not yet completed. E. "Covered operations" means those operations specifically identified in Item 8.a. of the Declarations that are performed at a "work site" by or on behalf of a "named insured". F. "Covered professional services" means those services that: 1. A "named insured" is qualified to perform; and 2. Are specifically identified in Item 8.b. ofthe Declarations. G. "Emergency response" means actions taken within seventy-two (72) hours by the "insured" to respond to and/or abate an immediate threat to human health or the environment arising out of a "pollution PF-29498 (04/10) Page 4 of 14 r CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of S&,J -s),~t) } On 1 }-z.. / 1 f> before me, _R_____:_::::\J--=s=--=s=--=e...=\-,!!,-\~~~~~>µL..!.=-=i~ personally appeared -::S-, \\ \ \Jc. \4-st.__ 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 ot 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. f. RUSSEU LMIBE ' ! ... , ·. CommiUiOn No, 2133801 I NOTARY PUBLIC· CALIFORNIA i u SAN DIEGO COUNTY l 1 · Commission Expires ~ 13, 2019 ~ (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages __ Document Date ___ _ CAPACITY CLAIMED BY THE SIGNER D Individual (s) D Corporate Officer (Title) D Partner(s) D Attorney-in-Fact o Trustee(s) D Other _________ _ 2015 Version www.NotaryClasses.com 800-873-9865 INSTRUCTIONS FOR COMPLETING THIS FORM Tlzisform complies with current California statutes regarding notary wording and, ,[needed, should be completed and attached to the document. Acknowledgments fi"om other states may be completed for documents being sent to that state so long as the wording does not require the California notmJ' to violate California notary law. • State and County infom1ation must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incotTect forms (i.e. ~/she/tney;-is /are) or circling the correct forms. Failure to cotTectly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. •:• Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. •:• Indicate title or type of attached document, number of pages and date. •:• Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK, AND MONROE} CONTRACT NO. 6001, 6608, AND 6617 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred agency period of debarment BY CONTRACTOR: Orion Construction Corporation (name of Contractor) By:--,,,..~--'-'--~_.~~·-·-,.....~--· --"{s(g~=-=-=-7 Richard Dowsing / President (print name/title) party debarred agency period of debarment Page __ /_of / pages of this Re Debarment form l' •ff Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 32 of 161 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK, AND MONROE) CONTRACT NO. 6001, 6608, AND 6617 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? 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. (If needed attach additional sheets to provide full disclosure.) Page __ /_of ____:l_pages of this Disclosure of Discipline form {'\ •ff Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 33 of 161 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED} (To Accompany Proposal) DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK, AND MONROE) CONTRACT NO. 6001, 6608, AND 6617 6) If the answer to either of 2. or 4. Above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Orion Construction Corporation (name of Contractor) By: ~~ (sign here) ./' Richard Dowsing, President (print name/title) Page2_of ~ pages of this Disclosure of Discipline form ('\ ._, Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 34 of 161 Pages NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK, AND MONROE) CONTRACT NO. 6001, 6608, AND 6617 The undersigned declares: I am the President of Orion Construction Corporation , the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 1/2/2018 , 20 at Vista [city], CA [state]. Signature of Bidder .. :_;? l' ._, Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 35 of 161 Pages CONTRACT PUBLIC WORKS This agreement is made this ) Si:: day of ~Od. c_b , 20.1}?, by and between the City of Carlsbad, California, a municipl corporation, (hereinafter called "City"}, and Orion Construction Corporation whose principal place of business is 2185 La Mirada Drive Vista CA 9281 (hereinafter called "Contractor") City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK, AND MONROE) CONTRACT NO. 6001, 6608, AND 6617 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are ,, •f' Revised 7/19/17 Contract No. 6001. 6608 & 6617 Page 36 of 161 Pages as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, 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. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The ,, • ., Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 37 of 161 Pages expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $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 City 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 City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. ,, •+;' Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 38 of 161 Pages d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.1.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy# 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is included in Section 3 of the General Provisions. In addition, 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. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (8) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. l'\ •+;' Revised 7 /19/17 Contract No. 6001. 6608 & 6617 Page 39 of 161 Pages {C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. {D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. {E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. {F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. {G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. {H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. l?W init f!'D init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. {'\ • ., Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 40 of 161 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: By: ------,.....,----~-=------+--(sign here) J2uhor ?.>. /..l,'f5oA \;j P, A17rEsT: i ; 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 City Attorney / By: ~JJ~~ Dep tyCity Attorney l'\ •+;' Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 41 of 161 Pages LABOR AND MATERIALS BOND BOND NUMBER: 30028314 Premium is included in Performance Bond. WHEREAS, the City council of the City of Carlsbad, State of California, has awarded to Orion Constryction Corporation. a California corporation (hereinafter designated as the "Principal"}. a Contract for: DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK, AND MONROE) CONTRACT NO. 6001, 6608, AND 6617 in the City of Carlsbad, in strict conformity with the drawings and specifications. and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond. providing that if Principal or any of their subcontractors shall fail to pay for any materials. provisions. provender or other supplies or teams used in, upon or about the performance of the work agreed to b~ 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, Orion Construction Corporation , as Principal, (hereinafter designated as the "Contractor"), and Western Surety Company _______________ as Surety, are held firmly bound unto the City of Carlsbad in the sum of One Million Eight Hundred Fifty-Nine Thousand Eight Hundred Ninety-Five Dollars ($ 1,859,895 ), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 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. {'\ •+' Revised 7/19/17 Page 42 of 161 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this ____ _ day of __________ , 20 __ . CONTRACTOR: Orion Construction Corporation (name of Contractor) By: ~~ (signhe~ Richard Dowsing (print name here) President · (title and organization of signatory) By: ____________ _ (sign here) (print name here) (title and organization of signatory) Executed by SURETY this ----=1:..:..7-==-th,...__ __ day of _________ Ja_n_u_a..J.ry, 20~ SURETY: Western Surety Company (name of Surety) 1455 Frazee Road, Suite 300, San Diego, CA 92108 (address of Surety) (619) 682-3510 (t~e number of Surat~) By: Ml/'-\, (signature of Attorney-in-Fact) Maria Guise, Attorney-in-Fact (printed name of Attorney-in-Fact} (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one 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: {\ •+' Revised 7/19/17 Contract No. §001. 6608 & 6617 Page 43 of 161 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On __ J_A_N_1_7_2_0_18 __ before me, ____ L_e_K_im_H_._L_u_u_, N_o_ta_ry_P_ub_l_ic ______ ___, Date Here lnserl Name and Title of the Officer personally appeared Maria Guise Name(s) of Signer(s) ·································------·····-······-····--·--·--- who proved to me on the basis of satisfactory evidence to be the person(,;) whose name(~ is/a,a subscribed to the within instrument and acknowledged to me that 11Ut/she/tbe9< executed the same in blle(her/mRauthorized capacity(imJ, and that by bddler/thaix signature(~ on the instrument the person(~. or the entity upon behalf of which the person(,} 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. WITNESS my hand and official seal. Signature --······£. _____ ······-·-· Signature of Notary Public ---------------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 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: ............... -----Signer's Name: .. -------... -... -........................ .. Corporate Officer -Title(s): Corporate Officer -Title(s): ............................. , ....................... . Partner -Limited General Partner -Limited General Individual X Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: .. -·----·-------.................................. ·-··-···------Other: ......... _____ _ Signer Is Representing: .......... ·-····--······-··········-·····-·· .. ······----........ . Signer Is Representing: -··-···-····-···-,.. .. , ............. _ ............... _ ......... . ©2014 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURE1Y COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Michael D Parizino, Rhonda C Abel, James A Schaller, Jeri Apodaca, Maria Guise, Rachelle Rheault, Kim Luu, Individually of Newport Beach, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. 111is Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY h11S caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 7th day of January, 2016. State of South Dakota County of Minnehaha WESTERN SURETY COMPANY --;::2,/~,_,, Vi«Pre,i""'' On this 7th day of January, 2016, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: thal he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURE1Y COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires June 23, 2021 CERTIFICATE J. Mohr, Notaiy Public I, L. Nelson, Assistant Secretary of WESTERN SURE1Y COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this _____ day of I AN 1 L2ft1.8__, ___ _ WESTERN SURETY COMPANY Form F4280-7-2012 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. BOND NUMBER: 30028314 PREMIUM: $16,879.00 Premium subject to adjustment based on final contract price. FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Councu of the City ot Carlsbad, State of California, has awarded to Orion Construction Corporation (hereinafter designated as the "Principal"), a Contract for: DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK, AND MONROE) CONTRACT NO. 6001, 6608, AND 6617 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Orion Construction Corporation , as Principal, (hereinafter designated as the "Contractor"), and _W_e_s_te_r_n_S_u_re-"ty'---Co_m____,_pa_n...a,y ________ _ _____________ , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of One Million Eight Hundred Fifty-Nine Thousand Eight hundred Ninety-Five Dollars ($ 1,859,895), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and 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 City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obfigation 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 City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. (\ ti Revised 7/19/17 Page 44 of 161 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this___ __ _ dayof __________ ,20 __ . CONTRACTOR: Orion Construction Corporation (name of Contractor) By: ~7_:::~:::::::::::~~~~-~-- (sign here):::;;," Richard [)_o_w_s_in..._g _________ _ {print name here) President (Title and Organization of Signatory) By: (sign here) (print name here) (Title and Organization of signatory) Executed by SURETY this __ 1_7t_h __ day of _ __________ J_a_n_u_ary-'-' 20_!§_. SURETY: Western Surety Company (name of Surety) 1455 Frazee Road, Suite 300, San Diego, CA 92108 (address of Surety) (619) 682-3510 (telephone number of Surety) By: _..M.....,.4c:':~~-:_r, _______ _ (signature of Attorney-in-Fact) Maria Guise, Attorney-in-Fact (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one 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 City Attorney By: ~~--Deputy City Attorney l' ...,-Revised 7/19/17 Contract No. §QQ1.,J;1608 & 66i7 Page 45 of 161 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. <-------·-··················· ·····················--------------- State of California County of Orange On JAN 1 7 2018 Date before me, _____ L_e_K_im_H_. _L_uu_,_N_o_t_ary...;,,.....P_u_b_li_c _______ ..J Here Insert Name and Title of the Officer Maria Guise personally appeared ------·········-····-----------------···················· Name(s) of Signer(s) ................... ·----·---·········· --------- who proved to me on the basis of satisfactory evidence to be the person(,;) whose name(,;) is/DIJ subscribed to the within instrument and acknowledged to me that me/she/tire9< executed the same in btie(her/tbe(Kauthorized capacity(-. and that by bidler/ibabc signature(~ on the instrument the person(~. 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. WITNESS my hand and ::;,ial seal. Signature ..... ... --·-···~····--········· ........... _ Signature of Notary Public ---------------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 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: Signer's Name: ____ _ Corporate Officer -Title(s): Corporate Officer -Title(s): ...................................................... . Partner -Limited General Partner -Limited General Individual X Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: .................. ·-----· ..................................................... -.... . Other: _____ ..................................... ---............... . Signer Is Representing: ··········----······ .......................... . Signer Is Representing: ...................................................................... . ~'13,~--,;;ic ~~~~ ©2014 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, lltat WESTERN SURE1Y COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature Md seal herein affixed hereby make, constitute and appoint Michael D Parizino, Rhonda C Abel, James A Schaller, Jeri Apodaca, Maria Guise, Rachelle Rheault, Kim Luu, Individually of Newport Beach, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the cmporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confinned. TI1is Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURE1Y COMPANY hos caused these presents to be signed by its Vice President and its corporate seal to be hereto nffoted on this 7th day of January, 2016. State of South Dakota County of Minnehaha WESTERN SURETY COMPANY ~n,1,Vi«P~idou On this 7th day of January, 2016, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURE1Y COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires June 23, 2021 J.MOHR '1iii==~ J. Mohr, Notary Public CERTIFICATE I, L Nelson, Assistant Secretary of WESTERN SURE1Y COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this _____ day of J A ti_ 1 7 2 Qlt__, ___ _ WESTERN SURETY COMPANY Fonn F4280-7-2012 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is -----------------------------hereinafter called ------------------------------ 11 Contractor" and whose address is ----------------------- hereinafter --------------------------------called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for DRAINAGE MASTER PLAN PROJECT BCA (TAMARACK, PARK, AND MONROE) CONTRACT NO. 6001, 6608, AND 6617 in the amount of ____________ dated _______ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow ,, •+;' Revised 7 /19/17 Contract No. 6001. 6608 & 6617 Page 46 of 161 Pages Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: For Contractor: For Escrow Agent: Title FINANCE DIRECTOR 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 City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. ,, • ., Revised 7/19/17 Contract No. 6001. 6608 & 6617 Page 47 of 161 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name _________________ _ Signature ________________ _ Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title __________________ _ Name ------------------ Signature ________________ _ Address ----------------- For Escrow Agent: Title ------------------ Name ------------------ Signature ________________ _ Address ----------------- ,, • ., Revised 7/19/17 Contract No. 6001, 6608 & 6617 Page 48 of 161 Pages GENERAL PROVISIONS FOR DRAINAGE MASTER PLAN PROJECT BCA {TAMARACK, PARK, AND MONROE) CONTRACT NO. 6001, 6608, AND 6617 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 --TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS -Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. ,, •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 49 of 161 Pages 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum -Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency -The City of Carlsbad, California. Agreement -See Contract. Assessment Act Contract -A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base -A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid -The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder -Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board -The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond -Bid, performance, and payment bond or other instrument of security. City Council -the City Council of the City of Carlsbad. City Manager -the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract -A Contract financed by means other than special assessments. Change Order -A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code -The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager-the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract-The written agreement between the Agency and the Contractor covering the Work. Contract Documents -Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the (' •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 50 of 161 Pages Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor -The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price -The total amount of money for which the Contract is awarded. Contract Unit Price -The amount stated in the Bid for a single unit of an item of work. County Sealer -The Sealer of Weights and Measures of the county in which the Contract is let. Days -Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection -The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board -Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier -Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer -The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile -Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire -The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm -The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item - A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification -Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award -The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. {'\ •;;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 51 of 161 Pages Notice to Proceed -A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person -Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans -The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract -Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector -The Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal -See Bid. Reference Specifications -Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway-The portion of a street reserved for vehicular use. Service Connection -Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer -Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications -General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard -The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans -Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications -The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State -State of California. l'\ •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 52 of 161 Pages Storm Drain -Any conduit and appurtenances intended for the reception and transfer of storm water. Street -Any road, highway, parkway, freeway, alley, walk, or way. Subbase -A layer of specified material of planned thickness between a base and the subgrade. Subcontractor -An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade -For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision -Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement -A written amendment of the Contract Documents signed by both parties. Supplemental Provisions -Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety-Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne -Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility -Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work -That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. {'\ •iF Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 53 of 161 Pages 1-3.2 Common Usage Abbreviation Word or Words ABAN ............................................................. Abandon DBL .................................................................. Double ABAN D ....................................................... Abandoned OF ............................................................... Douglas fir ABS ........................ Acrylonitrile -butadiene -styrene DIA ................................................................ Diameter AC .................................................... Asphalt Concrete DIP ..................................................... Ductile iron pipe ACP ........................................... Asbestos cement pipe DL ............................................................... .Dead load ACWS ..................... Asphalt concrete wearing surface DR ...................................................... Dimension Ratio ALT ................................................................ Alternate OT ................................................................. Drain Tile APTS ................................. Apartment and Apartments DWG ............................................................... Drawing AMER STD ................................... American Standard DWY .............................................................. Driveway AWG ............... American Wire Gage (nonferrous wire) DWY APPR ................................... Driveway approach BC .................................................. Beginning of curve E ....................................................................... Electric BCR ....................................... Beginning of curb return EA ........................................................................ Each BORY ............................................................ Boundary EC ............................................................ End of curve BF ..................................................... Bottom of footing ECR ................................................ End of curb return BLDG ........................................ Building and Buildings EF ................................................................ Each face BM ............................................................. Bench mark EG ......................................................... Edge of gutter BVC .................................... Beginning of vertical curve EGL ................................................... Energy grade line B/W ........................................................... Back of wall El ................................................................... Elevation CIC ..................................................... Center to center ELC ..................................... Electrolier lighting conduit CAB ...................................... Crushed aggregate base EL T ........................................................ Extra long ton CAL/OSHA ............ California Occupational Safety and ENGR ....................................... Engineer, Engineering Health Administration EP ................................................... Edge of pavement CalTrans ....... California Department of Transportation ESMT ........................................................... Easement CAP .................................... Corrugated aluminum pipe ETB .......................................... Emulsion-treated base CB ............................................................. Catch Basin EVC ............................................... End of vertical curb Cb ........................................................................ Curb EWA ............................... Encina Wastewater Authority CBP ............................... Catch Basin Connection Pipe EXC ............................................................ Excavation CBR ....................................... California Bearing Ratio EXP JT .................................................. Expansion joint CCR ............................ California Code of Regulations EXST ................................................................ Existing CCTV ............................................... Closed Circuit TV F .................................................................. Fahrenheit CES .......................... Carlsbad Engineering Standards F&C ................................................... Frame and cover CF ................................................................ Curb face F&I ................................................... Furnish and install CF ................................................................ Cubic foot FAB ............................................................... Fabricate C&G .................................................... Curb and gutter FAS ............................................... Flashing arrow sign CFR. ............................... Code of Federal Regulations FD ............................................................... Floor drain CFS ......................................... Cubic Feet per Second FON ............................................................. Foundation CIP ......................................................... Cast iron pipe FED SPEC ................................. Federal Specification CIPP ................................................ Cast-in place pipe FG ........................................................ Finished grade CL ............................................. Clearance, center line FH .............................................................. Fire hydrant CLF .................................................... Chain link fence FL ................................................................... Flow line CMB ............................... Crushed miscellaneous base FS ...................................................... Finished surface CMC ......................................... Cement mortar-coated FT-LB ......................................................... Foot-pound CML ............................................ Cement mortar-lined FTG .................................................................. Footing CMWD .................... Carlsbad Municipal Water District FW ............................................................ Face of wall CO .................................................... Cleanout (Sewer) G ........................................................................... Gas COL .................................................................. Column GA ..................................................................... Gauge COMM ....................................................... Commercial GAL ............................................... Gallon and Gallons CONC ........................................................... Concrete GAL V ......................................................... Galvanized CONN ........................................................ Connection GAR ........................................... Garage and Garages CONST .................................. Construct, Construction GIP .............................................. Galvanized iron pipe COORD ...................................................... Coordinate GL ........................................ Ground line or grade line CSP ............................................ Corrugated steel pipe GM .............................................................. Gas meter CSD ............................... Carlsbad Standard Drawings GNV ............................................... Ground Not Visible CTB ............................................ Cement treated base GP .................................................................. Guy pole CV ............................................................ Check valve GPM ................................................ gallons per minute CY ............................................................... Cubic yard GR ...................................................................... Grade D .............................................................. Load of pipe GRTG ............................................................... Grating dB ................................................................... Decibels GSP ........................................... Galvanized steel pipe ,, •f' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 54 of 161 Pages H ............................................................ High or height PE ........................................................... Polyethylene HB .................................................................. Hose bib Pl. ................................................. Point of intersection HC ................................................... House connection PL ............................................................. Property line HOWL ........................................................... Headwall PMB ............................ Processed miscellaneous base HGL .............................................. Hydraulic grade line HORIZ .......................................................... Horizontal ~C ...................................................... ~~ooru~ POT .................................................... Point on tangent HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation ID ........................................................ Inside diameter INCL ............................................................... Including INSP ............................................................. Inspection INV ...................................................................... Invert IP .................................................................... Iron pipe JC ..................................................... Junction chamber JCT ................................................................. Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ Length LAB ............................................................. Laboratory LAT ................................................................... Lateral LB ...................................................................... Pound LO ..................................................... Local depression LF ................................................................ Linear foot LH ............................................................... Lamp hole LL ................................................................... Live load LOL ............................................................. Layout line LONG ........................................................ Longitudinal LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) LS ................................................................ Lump sum L TS .................................................... Lime treated soil LWD ............................... Leucadia Wastewater District MAINT ..................................................... Maintenance MAX ............................................................. Maximum MGR ............................................ Middle of curb return MEAS ............................................................. Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ..................................................... Miscellaneous MOD ................................................... Modified, modify MON ............................................................ Monument MSL.. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine 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 O0 ..................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................ Overhead Electric OMWD ................. Olivenhain Municipal Water District OPP ............................................................... Opposite ORIG ................................................................ Original PACP ....... Pipeline Assessment Certification Program PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature PCVC ....................... Point of compound vertical curve pp .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI ......................................... Pounds per square inch PT .................................................... Point of tangency PVC .................................................. Polyvinyl chloride PVMT ........................................................... Pavement PVT R/W ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete RCB ...................................... Reinforced concrete box RCE ...................................... Registered civil engineer RCP ..................................... Reinforced concrete pipe RCV ........................................... Remote control valve REF ............................................................. Reference REINF .............................. Reinforced or reinforcement RES ............................................................... Reservoir RGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR ................................................................... Railroad RSE .............................. Registered structural engineer RTE .................................... Registered traffic engineer S .................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD ............................................................. Storm drain SDNR .............................. San Diego Northern Railway SOR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings SE ...................................................... Sand Equivalent SEC .................................................................. Section SF ............................................................. Square foot SFM ................................................ Sewer Force Main SI. ...................... International System of Units (Metric) SPEC ..................................................... Specifications SPPWC .......................................... Standard Plans for Public Works Construction SSPWC ............................. Standard Specifications for Public Works Construction ST HWY ................................................ State highway STA ................................................................... Station STD ............................................................... Standard STR .................................................................. Straight STR GR ................................................ Straight grade STRUC .......................................... Structural/Structure SW ................................................................. Sidewalk SWD ...................................................... Sidewalk drain SY ............................................................ Square yard T .................................................................. Telephone TAN ................................................................. Tangent TC .............................................................. Top of curb ., f.., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 55 of 161 Pages TEL ............................................................. Telephone VB ................................................................ Valve box TF ........................................................... Top of footing VC .......................................................... Vertical curve TOPO ........................................................ Topography VCP ................................................... Vitrified clay pipe TR ........................................................................ Tract VERT ............................................................... Vertical TRANS ......................................................... Transition VOL .................................................................. Volume TS ......................... Traffic signal or transition structure VWD ....................................... Vallecitos Water District TSC ............................................. Traffic signal conduit W ........................ Water, Wider or Width, as applicable TSS ........................................... Traffic signal standard WATCH .............. Work Area Traffic Control Handbook TW .............................................................. Top of wall WI ............................................................ Wrought iron TYP .................................................................. Typical WM ........................................................... Water meter UE .............................................. Underground Electric WPJ .......................................... Weakened plane joint USA. ................................... Underground Service Alert XCONN ............................................ Cross connection VAR ..................................................... Varies, Variable XSEC ..................................................... Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO ................. American Association of State Highway and Transportation Officials AISC .................................................................... American Institute of Steel Construction ANSI ...................................................................... American National Standards Institute API ...................................................................................... American Petroleum Institute AREA ............................................................ American Railway Engineering Association ASTM ............................................................ American Society for Testing and Materials AWPA. ................................................................ American Wood Preservers Association AWS ........................................................................................ American Welding Society AWWA. ...................................................................... American Water Works Association CoC ......................................................................................................... City of Carlsbad 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 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. ,, •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 56 of 161 Pages 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 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 (m 2) 1 square yard (yd2) ................................................................................ 0.8361 square meter (m 2) 1 cubic foot (ft3) ..................................................................................... 0.0283 cubic meter (m 3) 1 cubic yard (yd3) .................................................................................. 0.7646 cubic meter (m 3) 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 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela {cd) 1 Lumen {Im) 1 second (s) ., \.+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 57 of 161 Pages Common Metric Prefixes ~~it\~~::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::~8~~ ~~~~~~~::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ~ g:;2 1-5 SYMBOLS fl 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 6/15/17 Contract No. 6001, 6608, and 6617 Page 58 of 161 Pages SECTION 2 -SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. {'\ •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 59 of 161 Pages Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. ,, •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 60 of 161 Pages The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC) 2015 edition, and supplements thereto, as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans consist of one (1) set of drawings. The set is designated as City of Carlsbad Drawing 501-1 and consists of 16 (sixteen) sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the ('\ • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 61 of 161 Pages Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a 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 specifications are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CAL TRANS specifications shall have precedence only in reference to the materials and construction materials referred to in the CAL TRANS 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 CAL TRANS specifications in all other matters . . , f.., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 62 of 161 Pages 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2- 5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By:---------------- Date: --------------- Title: -------------- 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 6/15/17 Contract No. 6001, 6608, and 6617 Page 63 of 161 Pages Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: Item 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 Section Number 7-10.4.1 207-2.5 207-8.4 209-2.2.4 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 304-2.1 307-1.1 307-2.1 307-2.4 306-2.2.3 308-3 701-17.2.2 TABLE 2-5.3.2 (A) Title 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 Wiring Diagrams Subject 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 Temporary Bypasses Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Signal Construction Working drawings listed above as Items 1, 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 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 {'\ • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 64 of 161 Pages systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 Record Drawing. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. The official record drawing shall accurately reflect all changes and modifications to the original plan that occur on all bid schedules associated with the project. Contractor shall present the record drawings to the engineer at the scheduled weekly progress meetings and formally submit the final record drawing at the final walkthrough meeting. At the direction of the engineer, the Contractor shall correct and revise the Record Drawings to accurately reflect field conditions and punch list items. Re-submittal of the Record Drawings shall be completed within ten (10) working days from the date of the final walkthrough meeting. Payment for the upkeep, revision, and submittal of the record drawings shall be included in the lump sum price for this bid item. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by§§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. ('\ •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 65 of 161 Pages 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data. All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (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 documentation 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 monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements. Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. {'\ •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 66 of 161 Pages TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Stake Centerline or Parallel to Centerline Lateral Setting Tolerance Description Spacing©,@ Spacing®,@ (Within) (£) Street Centerline SDRS M-10 :s;1000', Street Intersections, Begin and end of on street 0.02' Monument curves, only when shown on the plans centerline Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, lath -lntervisible, :s; 50' on tangents at clearing line 1' Horizontal painted line & :s; 25' on curves, Painted line -continuous on PCC &AC surfaces Slope RP+ Marker lntervisible and :s; 50' Grade Breaks 0.1' Vertical & Stake &:s;25' Horizontal Fence RP+ Marker :s; 200' on tangents, :s; 50' on curves when N/A 0.1' Horizontal Stake R:::: 1000' & 25' on curves when R:s; 1000' ( constant offset) Rough Grade Cuts RP+ Marker :s; 50' N/A 0.1' Vertical & or Fills:::: 10 m Stake Horizontal (33') Final Grade RP+ Marker :s; 50' on tangents & curves when R:::: 1000' & :s; 22' 3/8" Horizontal & ¼" (includes top of: Stake, Blue-:s; 25' on curves when R :s; 1000' Vertical Basement soil, top in grading subbase and area base) Asphalt Pavement RP, paint on :s; 25' or as per the intersection grid points edge of 3/8" Horizontal & ¼" Finish Course previous shown on the plan whichever provides the pavement, Vertical course denser information paving pass width, crown line & grade breaks Drainage RP+ Marker intervisible & :s; 25', beginning and end, BC & as appropriate 3/8" Horizontal & ¼" Structures, Pipes Stake EC of facilities, Grade breaks, Alignment Vertical & similar breaks, Junctions, Inlets & similar facilities, FacilitiesCD, CV Risers & similar facilities (except plumbing), Skewed cut-off lines Curb RP+ Marker :s; 25', BC & EC, at ¼t,, 1/:,t, & ¾t, on curb ( constant 3/8" Horizontal & ¼" Stake returns & at beginning & end offset) Vertical Traffic Signal CD Vertical locations shall be based on the ultimate 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/a" Horizontal & ¼" Stake Vertical Conduit CD RP+ Marker :s; 50' on tangents & curves when R:::: 1000' & as appropriate 3/8" Horizontal & when Stake :s; 25' on curves when R :s; 1000' or where depth cannot be grade :s; 0.30% measured from existing pavement ¼" Vertical Minor Structure CD RP+ Marker for catch basins: at centerline of box, ends of as appropriate 3/8" Horizontal & ¼" Stake+ Line box & wings & at each end of the local Vertical (when vertical Stake depression ~ data needed) Abutment Fill RP+ Marker :s; 50' & along end slopes & conic transitions as appropriate 0.1' Vertical & Stake+ Line Horizontal Stake Wall CD RP+ Marker :s; 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 heiqht Major Structure ~ ., f.., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 67 of 161 Pages Feature Staked Stake Centerline or Parallel to Centerline Lateral Setting Tolerance Description Spacing©,® Spacing®,® (Within) 0 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 Stake columns Superstructures RP 1 0' to 33' sufficient to use string lines, BC & as appropriate J/s" Horizontal & ¼" EC, transition points & at beginning & end. Vertical Elevation points on footings at bottom of columns Miscellaneous ~ Contour Grading RP+ Marker s 50' along contour 0.1' Vertical & CD Stake line Horizontal Utilities CD, <J> RP+ Marker s 50' on tangents & curves when Rc: 1000' & as appropriate J/s" Horizontal & ¼" Stake s 25' on curves when R s 1000' or where Vertical orades 0.30% Channels, Dikes RP+ Marker intervisible & s 100', BC & EC of facilities, as appropriate 0.1' Horizontal & ¼" & Ditches CD Stake Grade breaks, Alignment breaks, Junctions, Vertical Inlets & similar facilities Signs CD RP+ Marker At sign location Line point 0.1' Vertical & Stake+ Line Horizontal Point +Guard Stake Subsurface RP+ Marker intervisible & s 50', BC & EC of facilities, as appropriate 0.1' Horizontal & ¼" Drains CD Stake Grade breaks, Alignment breaks, Junctions, Vertical Inlets & similar facilities, Risers & similar facilities Overside Drains RP+ Marker longitudinal location At beginning & 0.1' Horizontal & ¼" CD Stake end Vertical Markers CD RP+ Marker for asphalt street surfacing s 50' on tangents At marker ¼" Horizontal Stake & curves when R:::: 1000' & s 25' on curves location(s) when Rs 1000'. Railings & RP+ Marker At beginning & end and s 50' on tangents & at railing & J/s" Horizontal & Barriers CD Stake curves when R :::: 1000' & s 25' on curves barrier Vertical when R s 1000' location( s) AC Dikes CD RP+ Marker At beginning & end as appropriate 0 .1' Horizontal & Stake Vertical 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 RP 200' on tangents, 50' on curves when at pavement ¼" Horizontal MarkersCD R :::: 1000' & 25' on curves when R s 1000'. marker For PCC surfaced streets lane cold joints will location(s) suffice CD 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 0 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 ® 2 means greater than, or equal to, the number following the symbol. s means less than, or equal to, the number following the symbol. (J) 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 6/15/17 Contract No. 6001, 6608, and 6617 Page 68 of 161 Pages TABLE 2-9.2.2(8) S St k C I C d f C t f St k' urvey a e o or 0 e or ons rue I0n a mg Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, centerline, White/Red aliqnments, etc. Vertical Control Bench marks White/Orancie Clearinci Limits of clearina Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow qrade, etc. Structure Bridqes, sound and retaininci 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. Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Siqns, railinqs, barriers, licihtinci, etc. Orancie * Flagging and marking cards, 1f used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2- 9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. ,, • ._, Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 69 of 161 Pages 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. ,, •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 70 of 161 Pages SECTION 3 -CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less ,, •f' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 71 of 161 Pages than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement 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 specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material 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 compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. {'\ •f' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 72 of 161 Pages The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or ('\ •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 73 of 161 Pages other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures . . 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required l' •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 74 of 161 Pages 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 performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: _____________ _ Title: _____________ _ Date: ______________ _ Company Name: ___________________________ _ The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim . . , '-~ Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 75 of 161 Pages 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. Engineering Manager, Construction Management & Inspection 4. Public Works Director 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) "Claim" means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. ., '-+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 76 of 161 Pages (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) "Contractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) "Public entity" means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) "Public entity" shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v) The Military Department as to any project under the jurisdiction of that department. (vi) The Department of General Services as to all other projects. (vii) The High-Speed Rail Authority. (4) "Public works project" means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) "Subcontractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity's written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written ,, •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 77 of 161 Pages statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any non binding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties' dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity's failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. {'\ •+; Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 78 of 161 Pages (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2020, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. ( d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b )( 1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater l' •f' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 79 of 161 Pages than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b )( 1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 ( commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 ( commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. ,, •ff Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 80 of 161 Pages 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. ~, f.., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 81 of 161 Pages SECTION 4 -CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing ,, •f' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 82 of 161 Pages of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. ('\ •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 83 of 161 Pages 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in ,., • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 84 of 161 Pages the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain- measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or {'\ •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 85 of 161 Pages 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. ('\ • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 86 of 161 Pages SECTION 5-UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer ('\ •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 87 of 161 Pages and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2015 Edition, and latest editions and supplements thereto. 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. The Contractor shall coordinate with all responsible owners of private utility that have not been installed, relocated, repair or replaced, as indicated per the plan, prior to the start of construction per Section 5-6 Coordination, so that these activities do not impact the critical path of the contracted work. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted ,, •f' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 88 of 161 Pages shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. ,, • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 89 of 161 Pages SECTION 6 -PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within five (5) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6- 4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.2 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element described in this section and shall be provided on a physical (paper) copy and electronic media copy. 6-1.2.1 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 schedule shall include, but is not limited to, submittal dates for working drawings and shop drawings, supporting information, critical path milestones, start and end dates for each bid item and the critical path to project completion, the bar chart shall use differing texture patterns or distinctive line types to show the critical path. The construction schedule shall display project specific information including the start and end dates of the Carlsbad Unified School District summer session, start and end dates of Phase 1, 2, and 3 of the project, as defined in Section 6-2, and the critical path of work activities through these phases. 6-1.2.2 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 Contractor complies with the requirements of these supplemental provisions shall be a condition precedent 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 Engineer. 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 provisions within ten (10) 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 Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within ten (10) working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.2.1 through 6-1.2.2.3. 6-1.2.2.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. ,, •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 90 of 161 Pages 6-1.2.2.2 "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 submitting any additional submittals to the City. 6-1.2.2.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes. 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 herein before and marked "Accepted" by the Engineer. 6-1.2.3 Maintenance of Construction Schedule. The Contractor's schedule shall be updated on a weekly basis and presented at progress meetings per Section 6-2.3. The updated schedule shall display start/early finish dates for critical milestones, percent completed for each work item, lag time, delays, and the number of working days exhausted at the time of progress meeting. 6-1.2.4 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to mobilization 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. Specific sequencing constraints include, but are not limited to, the following phases, unless otherwise authorized by the agency: Phase 1 This phase constitutes all working days between the Notice to Proceed and June 18, 2018. Site disturbing work between Stations 10+00 and 22+ 70 is prohibited at this time. Phase 2 This phase constitutes all working days coinciding with the Carlsbad Unified School District academic summer session, June 18, 2018 through August 24, 2018. All work between Stations 10+00 and 22+ 70 shall be completed at this time, including but not limited to, all temporary traffic control phases provided on Sheets 11-15, storm drain installation, trench resurfacing, final paving, utility relocations, ,, •tr Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 91 of 161 Pages post construction CCTV inspection, all utilities raised to final grade, and installation of all pavement markings, symbols and striping per Sheet 16 of the plan. During this phase, Saturdays shall constitute a working day, per Section 6-7.2 Working Day, until all work between Stations 10+00 and 22+70 is completed. The Contractor's bid prices shall reflect the necessary workforce required to complete this phase of work between June 18, 2018 and August 24, 2018. Failure to construct all improvements between stations 10+00 and 22+ 70 by August 24, 2018 will result in liquidated damages as defined in Section 6-9 Liquidated Damages. Any work that is to occur between Stations 10+00 and 22+ 70 after August 24, 2018 is restricted to the available work times of 9 AM to 2 PM, Monday through Friday. Phase 3 This phases constitutes all remaining working days after August 24, 2018. All contracted work is to be completed within the remaining working days. Failure to complete all improvements within the contracted amount of working days will result in liquidated damages as described in Section 6-9 Liquidated Damages. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting and present to the engineer an updated project schedule per Section 6-1.2.3. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the {'\ •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 92 of 161 Pages Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. ,, •~ Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 93 of 161 Pages 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete each phase of work within the time set forth in Section 6-2.1 and within time set forth in the Contract. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 150 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. Saturdays (Only applies to Phase 1 and 3 as described in Section 6-2.1 ), 2. Sundays, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work for each phase described in Section 6-2.1 shall be: Phase 1 Prior to June 18, 2018 Work hours shall be restricted between 8:00 A.M to 4:00 PM on Mondays through Fridays, excluding agency Holidays. {'\ •+; Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 94 of 161 Pages Phase 2 June 18, 2018 through August 24, 2018 Work hours shall be restricted between 8:00 AM to 4:00 PM on Mondays through Saturdays, excluding agency Holidays. Phase 3 AfterAugust24, 2018 Work hours shall be restricted between 8:00 A.M to 4:00 PM on Mondays through Fridays, excluding agency Holidays. If any work between Stations 10+00 and 22+ 70 is to occur after August 24, 2018, the available working times in this area is restricted to 9 AM to 2 PM Monday through Friday. Access to Contractors parking, trailer, laydown, and staging areas for mustering or other preparatory efforts shall be restricted to 7:00AM and 6:00PM for all working days. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside of said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall incorporate the dates, areas, and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one ( 1 ) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a {'\ •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 95 of 161 Pages 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 for each phase, as defined in Section 6-2.1 Order of Work, will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for the respective Work phase, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum defined below: Phase 2: Failure to complete all improvements between stations 10+00 and 22+ 70 by August 24, 2018 will result in 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. Phase 3: Failure to complete the project within the allotted amount of working days will result in the sum of two thousand dollars ($2,000.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that the liquidated damages stated above is the minimum value of costs per day and actual damages caused by the Contractor to complete the phase of Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. ,, •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 96 of 161 Pages SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. ,, •,; Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 97 of 161 Pages The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Coastal Development Permit. The contractor shall abide by the project design features/methods, agency requirements, and construction measures defined by the 2008 Drainage Master Plan Update Program EIR (EIR 04-02). These provisions are conditions of approval for the project's Coastal Development Permit, #2017-0029 (PUB17Y-0019), and are included in Appendix I. Provisions concerning contractor responsibilities are also summarized in this section. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. ,, •fr' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 98 of 161 Pages The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. ,, •f' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 99 of 161 Pages 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. Air Quality conditions of approval defined by the project's Coastal Development Permit, #2017-0029 (PUB1 ?Y-0019), in Appendix I are summarized below: Water or dust control agents shall be applied to active grading areas, unpaved surfaces, and dirt stockpiles as necessary to prevent or suppress particulate matter from becoming airborne. All soil to be stockpiled over 30 days shall be protected with a secure tarp or tackifiers to prevent windblown dust. Spoil or demolition material in each truckload shall be kept low enough to prevent spillage and shall be sufficiently wetted down or covered with a secure tarp to prevent dust generation during transport. Dirt and debris spilled onto paved surfaces at the project site and on adjacent roadway shall be swept or vacuumed and disposed of at the end of each workday to reduce resuspension of particulate matter caused by vehicle movement. Vegetation disturbed by construction or maintenance activity shall be revegetated upon completion of work in the area, where appropriate. Electrical power shall be provided from commercial power supply wherever feasible, to avoid or minimize the use of engine-driven generators. Air filter on construction equipment engines shall be maintained in clean condition according to manufactures' specifications. The construction contractor shall comply with the approved traffic control plan to reduce non- project traffic congestion impacts. Methods to reduce construction inference with existing traffic and prevention of truck queuing around local sensitive receptors shall be incorporated into this plan. Truck and equipment shall not idle for more than 15 minutes when not in service. Best Management practices (BMPs) shall be implemented at construction egress points to reduce dirt tracking. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all ,, •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 100 of 161 Pages costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number R-9-2015-0100, Construction General Permit and amendments thereto, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. A Tier 2 Storm Water Pollution Prevention Plan (SWPPP) template is provided to the Contractor, in Appendix C, for use in preparing the Project SWPPP for approval by the City. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be included in the contract lump sum price bid. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. Noise Control conditions of approval defined by the project's Coastal Development Permit, #2017- 0029 (PUB17Y-0019), in Appendix I are summarized below: Heavy equipment shall be repaired at sites as far as practicable from nearby residences and occupied sensitive habitats. Construction equipment, including vehicles, generators, and compressors, shall be maintained in proper operating condition and shall be equipped with manufactures' standard noise control devices or better (e.g.: mufflers, acoustical lagging, and/or engine enclosures). The City's noise ordinance (Municipal Code Section 8.48.010) limits the hours of construction to between 7 am and sunset on weekdays and 8 a.m to sunset on Saturdays. Construction is prohibited on Sundays and holidays. The City Manager may grant an exception for night work during the night, Sundays, and holidays if the construction is in a nonresidential zone and there are no inhabited dwellings within 1,000 feet of the construction site. Electrical power shall be provided from commercial power supply, wherever feasible, to avoid or minimize the use of engine -driven generators. Staging areas for construction equipment shall be located as far as practicable from residences and sensitive habitats. Operating equipment shall be designed to comply with all applicable local, state, and federal noise regulations. Noise attenuation walls/buffers shall be used to shield sensitive noise receptors from construction-generated noise greater than 75 dba within 50 feet of sensitive receptors. {'\ • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 101 of 161 Pages If lighted traffic control devices are to be located within 500 feet of residences, the devices shall be powered by batteries, solar power, or similar sources, and not by an internal combustion engine. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 700-1. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right- of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to 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 . . , '-+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 102 of 161 Pages Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with a maximum of a four color contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. ~, f.+;< Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 103 of 161 Pages The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer ................................................................................. . 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 ...................................................................... . (760) 602-2720 (760) 931-2197 (760) 931-2197 (760) 438-2980 (760) 602-2752 (760) 967-2828 (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2009 Revision 1 and 2, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the ,, •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 104 of 161 Pages Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 2', nor operate equipment within 5' from any traffic lane occupied by traffic. For equipment, the 5' shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one 1 0' wide lane, shall be open for use by public traffic in each direction of travel. ,, • .,-Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 105 of 161 Pages 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2009 Revision 1 and 2, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2009 Revisions 1 and 2, as amended for use in California) published by CAL TRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. Traffic control plans (TCP) are provided on sheets 11-15 for the sewer relocations and storm drain installation between Stations 10+00 and 22+ 70. The contractor shall submit a TCP for all work not covered on sheets 11-15 or if the Contractor elects to modify the provided TCP. 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 (i.e: storm drain installation from Station 22+ 70 to 40+76, pavement surfacing, signing/striping, etc.). The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all ,, •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 106 of 161 Pages TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2009 Revisions 1 and 2, as amended for use in California) published by CALTRANS as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. ('\ •+; Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 107 of 161 Pages Public Safety conditions of approval defined by the project's Coastal Development Permit, #2017- 0029 (PUB17Y-0019), in Appendix I are summarized below: A "safe construction practices" plan shall be prepared and implemented in accordance with California Occupational Safety and Health Administration requirements for workers and public safety during installation of pipelines and other applicable facilities. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP . . , f.+r Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 108 of 161 Pages (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." {'\ •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 109 of 161 Pages SECTION 8 -FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Field facilities for Agency personnel are not required. ,, • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 110 of 161 Pages SECTION 9 -MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. 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. ,, • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 111 of 161 Pages Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental ,, •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 112 of 161 Pages 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 remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements . . , ~+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 113 of 161 Pages The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. The Contract lump-sum price paid for mobilization shall not exceed TEN PERCENT (10%) of the total bid and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization and Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. ('\ •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 114 of 161 Pages Bid Schedule A -6608 and 6617 Shared Improvements Bid Item No. A-1: Mobilization (Not to exceed 10%) (Lump Sum) Mobilization shall consist of all preparatory work, operations which must be performed, and costs incurred prior to begin work on the various Contract items. Mobilization shall include but not be limited to the following items: 1. Obtaining and paying for all required Bonds, Insurance Policies (including premiums and incidentals), and Permits if applicable. 2. Submittal of required materials, shop drawings, construction schedule(s), and 3-week look ahead schedule. 3. Establishment of all offices, buildings, construction yards, fencing, sanitary facilities, and any other facilities necessary for work at all project sites. 4. Posting all OSHA required notices and establishment of safety programs. 5. The movement of personnel, equipment, supplies, and incidentals to all project sites. 6. Developing and installing construction water supply. 7. Public Notification of construction addressed to residents and businesses 8. Utility Coordination and mark out No additional compensation will be allowed for additional mobilizations required, including but not limited to, delays caused by the relocation of existing utility facilities shown on the Plans or discovered during construction operations. The deletion of work or the addition of extra work as provided for herein shall be reflected in Contract Change Orders, and shall not affect the price paid for "Mobilization." The contract unit price paid for mobilization shall include full compensation for furnishing all labor, materials, tool, equipment, the cost of all bonds and insurance policies, and incidentals, and for doing the work involved in mobilization as specified herein. The total price bid for mobilization and related items shall not exceed ten percent (10%) of the overall Bid for the project. Bid Item No. A-2: Water Pollution Control Plan, Preparation, and Implementation (Lump Sum) The contract lump sum price paid for the SWPPP work shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved in developing, preparing, obtaining approvals, revising and amending the SWPPP, and installing, constructing, maintaining, removing and disposing of BMPs as shown in the SWPPP, and as directed by the Engineer, and no additional payment will be made therefor. The most recent Tier 2 constructing SWPPP Template is available on the City Website and a sample is included in Appendix C. Implementation of Tier 2 construction SWPPP shall include daily street sweeping. Payment for preparation, implementation and monitoring of the SWPPP shall be included in the lump sum price bid; payment will be made on a basis of the percentage of work completed on the entire project. ,., •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 115 of 161 Pages Bid Item No. A-3: Potholing and Utility Coordination (Lump Sum) The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in performing exploratory excavation at utility connections and crossings prior to construction. This includes, but is not limited to, excavating, utility locating, backfilling, pavement restoration, traffic control, and permitting. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the plans, these contract documents and as directed by the Engineer. Bid Item No. A-4: Trench Dewatering (Stipulated) The stipulated amount of twenty thousand dollars ($20,000.00) shall compensate the Contractor for dewatering as required by the Engineer. Compensation for services will be paid by time and materials as defined by Section 3-3 Extra Work. Services include and are not limited to the labor and the furnishing and maintenance of equipment and devices necessary to remove and maintain the project site free of groundwater in accordance with Section 306-5, the plans, and the contract documents. Bid Item No. A-5: CCTV Inspection and Delivery of Inspection Files (Lump Sum) The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in performing post construction CCTV inspections of the newly constructed pipelines, such as storm drains, sewer mains, and sewer laterals, in accordance with these contract documents. This includes and is not limited to cleaning the pipeline, providing equipment, camera set-up, recording of inspection in accordance to PACP standard, and delivery of DVD with electronic PACP inspection files, and no additional compensation will be allowed therefor. PACP 6.0 certified software with the capability to import from and export to a PACP database shall be used. Contractor shall notify engineer five (5) working days prior to inspection and the city will provide the file geodatabase for the inspection at that time. CCTV Inspection files shall be delivered to the engineer for review per Section 2-5.3 Submittals a minimum of forty eight (48) hours prior to any final surface paving that is to occur directly above the inspected pipeline. Bid Item No. A-6: Record Drawing (Lump Sum) The contract lump sum price paid for this bid item shall be full compensation for all work specified in Section 2-5.4, Record Drawing. Bid Item No. A-7: Traffic Control (Lump Sum) The Contract lump sum price paid for the traffic control system shall include full compensation for, but not limited to, the design and approval of traffic control plans, furnishing all labor (including flagging costs), materials (including construction area signs), tools, equipment, traffic control plans for the project, and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control including lights, channelizers (surface mounted), temporary railing (Type K) markers, delineators, temporary striping and pavement marking, barricades, portable flashing beacons, flashing arrow signs, portable changeable message signs, as shown on the Plans, as specified in these contract documents and as directed by the Engineer. The contractor shall prepare and submit, per Section 2-5.3 Submittals, a traffic control plan for all work not included on the traffic control plan provided on Sheets 11-15 of Drawing Number 501-1. Such operations requiring the contractor to submit a traffic control plan include, but are not limited to, modification to the provided traffic control plan on sheets 11-15, potholing, storm drain installation from Station 22+ 70 to 40+ 75, CCTV inspections, final surface paving, installation of pavement markers and striping, raising utilities to grade, etc. ('\ •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 116 of 161 Pages Full compensation for removing and salvaging the traffic control equipment and materials that are to be reused or reset in the project shall be considered as included in the Contract lump sum price paid for traffic control system and no additional compensation will be allowed therefor. Partial payment for traffic control shall be based on the percentage of total value of work completed. Bid Schedule B -City Drainage Master Plan Fund (6617) Bid Item No. B-1 through B-3: Construct 36-inch, 30-inch, and 18-inch RCP Storm Drain Pipe (Linear Feet) The contract unit price paid for this bid item shall constitute full compensation to furnish and install the storm drain pipe (D-1350) with water tight joints in accordance with the plans and these contract documents. This includes, but is not limited to, surveying, locating utilities, saw cutting, trenching, bracing and shoring in conformance with CALOSHA, support of existing utilities, trench plates, furnishing and installing pipeline and bedding material, backfill, compaction, the disposal of spoils, placing and compacting aggregate base, and AC resurfacing of the trench section per GS-27, and no additional compensation will be allowed therefor. The final surface paving will be completed under Bid Item D-3: 2" AC Cold Mill and Disposal of Grindings and Bid Item D-4: 2" C2 PG 64-10 HMA Paving. Bid Item No. B-4 through B-7: Construct Type B-1 Curb Inlet per SDRSD D-02 (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install a Type B-1 Curb Inlet with the specified curb opening length in accordance to San Diego Regional Standard Drawing D-02, the plans, and these contract documents. This includes, but is not limited to, surveying, saw cutting, excavation, forming, connections, furnishing and installing base material and concrete, wing walls to the length indicated on plan, backfill, placing and compacting aggregate base, removing and restoring the pavement section, the disposal of spoils, and no additional compensation will be allowed therefor. Bid Item No. B-8: Construct Type B-2 Curb Inlet per SDRSD D-02 (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install a Type B-2 Curb Inlet, with a curb opening length of 14 feet, in accordance to San Diego Regional Standard Drawing D-02, the plans, and these contract documents. This includes, but is not limited to, surveying, saw cutting, excavation, forming, connections, furnishing and installing base material and concrete, wing walls to the length indicated on plan, backfill, placing and compacting aggregate base, removing and restoring the pavement section, the disposal of spoils, and no additional compensation will be allowed therefor. Bid Item No. B-9: Construct Type B-5 Storm Drain Cleanout per SDRSD D-10 (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install Type B-5 Curb Inlet in accordance to San Diego Regional Standard Drawing D-10, the plans, and these contract documents. This includes, but is not limited to, surveying, saw cutting, excavation, forming, connections, furnishing and installing base material and concrete, backfill, compaction, placing and compacting aggregate base, removing and restoring the pavement section, the disposal of spoils, and no additional compensation will be allowed therefor. Bid Item No. B-10: Install Bioclean Curb Inlet Basket with Media Filter Model# GISB-22-24 or equal (Each) The contract unit price for this item shall constitute full compensation for all work needed to furnish and install a Bioclean Inlet Filter Basket with Media Filter Model# GISB-22-24 (or approved equal) ,, •f' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 117 of 161 Pages inside the curb inlet as shown on the contract drawings per Appendix G of the specifications. No additional compensation will be allowed therefor. Bid Item No. B-11: Connect to Existing Storm Drain/Inlet (Each) The contract unit price paid for this item shall constitute full compensation to furnish and connect the installed RCP to existing structures in accordance with the plans and these contract documents. This includes but not limited to, surveying, saw cutting, excavation, connections, forming, furnishing an installing base material and concrete, backfill, compaction, placing and compacting aggregate base, removing and restoring the pavement section, the disposal of spoils, and no additional compensation will allowed therefor. Bid Item No. B-12: Construct 10" PVC Sewer (Lineal Feet) The contract unit price paid for this item shall constitute full compensation to furnish and install the 1 O" PVC sewer pipe (SOR 35) in accordance with City of Carlsbad Standard Drawing S-5, City of Carlsbad Engineering Standard Drawings and Specifications Volume 3 Chapter 6 Standard Specifications for Potable Water, Recycled Water, and Sewer Facilities, the plans, and these contract documents. This includes, but is not limited to, surveying, locating utilities, saw cutting, trenching, furnishing and installing bedding materials and pipeline, water tight joints, support of existing utilities, trench plates, backfill, compaction, placing and compacting aggregate base, restoring the pavement section over the trench zone, the disposal of spoils, and no additional compensation will be allowed therefor. Bid Item No. B-13: Construct Sewer Manhole per City Standard Drawing S-1 (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install sewer manhole in accordance with City of Carlsbad Standard Drawing S-1, City of Carlsbad Engineering Standard Drawings and Specifications Volume 3 Chapter 6 Standard Specifications for Potable Water, Recycled Water, and Sewer Facilities, the plans, and these contract documents. This includes, but is not limited to, survey, saw cutting, excavation, forming, connections, furnishing and installing bedding material and concrete, backfill, compaction, placing and compacting aggregate base, removing and restoring the pavement section, the disposal of spoils, and no additional compensation will be allowed therefor. Bid Item No. B-14: Remove and Dispose Existing Sewer Main Segment and Clean Out (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish material and labor to remove existing sewer cleanout and sewer main segments in accordance with City of Carlsbad Engineering Standard Drawings and Specifications Volume 3 Chapter 6 Standard Specifications for Potable Water, Recycled Water, and Sewer Facilities, the plans, and contract documents. This include but is not limited to surveying, locating utility, saw cutting, excavation, removal and disposal of materials, backfill, compaction, placing and compacting aggregate base, restoring the pavement section to match existing grade, and no additional compensation will be allowed therefor. Bid Item No. B-15: Remove and Dispose Sewer Lateral (Each) The contract unit price paid for this bid item shall constitute full compensation to remove the existing sewer lateral in accordance with City of Carlsbad Engineering Standard Drawings and Specifications Volume 3 Chapter 6 Standard Specifications for Potable Water, Recycled Water, and Sewer Facilities, the plans, and contract documents. This includes but is not limited to surveying, locating utility, saw cutting, excavation, removal and disposal of materials, backfill, compaction, placing and compacting aggregate base, restoring the pavement section to match existing grade, and no additional compensation will be allowed therefor. ~, f.+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 118 of 161 Pages Bid Item No. B-16: Construct 4" Sewer Lateral per City Standard 5-7 (Each) The contract unit price paid for this item shall constitute full compensation to furnish and construct a 4" sewer lateral in accordance with City of Carlsbad Engineering Standard Drawings and Specifications Volume 3 Chapter 6 Standard Specifications for Potable Water, Recycled Water, and Sewer Facilities, the plans and as shown on City of Carlsbad Standard Drawing S-5, S-6, and S-7. This includes, but is not limited to, surveying, locating utilities, saw cutting, trenching, support of existing utilities, furnishing and installing bedding material and pipeline, trench plates, backfill, compaction, placing and compacting aggregate base, restoring pavement section over trench zone, the disposal of spoils, and no additional compensation will be allowed therefor. Bid Item No. B-17: Construct 6" Sewer Lateral per City Standard 5-7 (Each) The contract unit price paid for this item shall constitute full compensation to furnish and construct a 6" sewer lateral in accordance with City of Carlsbad Engineering Standard Drawings and Specifications Volume 3 Chapter 6 Standard Specifications for Potable Water, Recycled Water, and Sewer Facilities, the plans and as shown on City of Carlsbad Standard Drawing S-5, S-6, and S-7. This includes, but is not limited to, surveying, locating utilities, saw cutting, trenching, support of existing utilities, furnishing and installing bedding material and pipeline, trench plates, backfill, compaction, placing and compacting aggregate base, restoring pavement section over trench zone, the disposal of spoils, and no additional compensation will be allowed therefor. Bid Item No. B-18: Remove and Dispose Water Lateral (Each) The contract unit price paid for this bid item shall constitute full compensation to remove the existing water lateral in accordance with City of Carlsbad Engineering Standard Drawings and Specifications Volume 3 Chapter 6 Standard Specifications for Potable Water, Recycled Water, and Sewer Facilities, the plans, and contract documents. This include but is not limited to surveying, locating utility, saw cutting, excavation, removal and disposal of materials, backfill, compaction, placing and compacting aggregate base, restoring the pavement section to match existing grade, and no additional compensation will be allowed therefor. Bid Item No. B-19: Construct 1" Water Lateral per City Standard W-3 (Each) The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, assembly, fittings, placement of bedding, backfill and compaction, trench repair and disposal of excess materials and for doing all the work involved in providing and installing a new water service as shown on the plans and per City of Carlsbad Standard Drawing W-2, W-3, and W-25 and City of Carlsbad Engineering Standard Drawings and Specifications Volume 3 Chapter 6 Standard Specifications for Potable Water, Recycled Water, and Sewer Facilities. Bid Item No. B-20: Remove and Dispose Existing Curb & Gutter (Linear Feet) The contract unit price paid for this bid item shall constitute full compensation to remove and dispose the portion of curb and gutter scheduled for demolition to the nearest joint in accordance with SDRSD G-11, the plans, and these contract documents. This includes but is not limited to, surveying, saw cutting, excavation, removal and disposal of pavement adjacent to gutter, removal and disposal of curb and gutter, and no additional compensation will be allowed therefor. Bid Item No. B-21: Remove and Dispose Existing Storm Drain Pipe (Linear Feet) The contract unit price paid for this bid item shall constitute full compensation to remove and dispose existing storm drain pipeline in accordance with the plans and contract documents. This includes but is not limited to surveying, locating utility, saw cutting, excavation, removal and disposal of materials, backfill, compaction, placing and compacting aggregate base, restoring the pavement section to match existing grade, and no additional compensation will be allowed therefor. ,, •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 119 of 161 Pages Bid Item No. B-22: Remove and Dispose Existing Sidewalk (Square Feet) The contract unit price paid for this bid item shall constitute full compensation to remove and dispose existing sidewalk to the nearest joint in accordance with San Diego Regional Standard Drawings G- 11, the plans, and these contract documents. This includes but is not limited to, surveying, saw cutting, excavation, removal and disposal of materials, and no additional compensation will be allowed therefor. Bid Item No. B-23: Construct Sidewalk per SDRSD G-11 (Square Feet) The contract unit price paid for this bid item shall constitute full compensation to construct sidewalk in accordance with San Diego Regional Standard Drawings G-11, the plans, and these contract documents. This includes but is not limited to, surveying, forming, backfill, furnish and install bedding material and concrete, compaction, joints, and finishing the sidewalk to match existing surface, and no additional compensation will be allowed therefor. Bid Item No. B-24: Replace Existing Curb Outlet per SDRSD D-25 (Each) The contract unit price paid for this bid item shall constitute full compensation to remove existing curb outlet and replace with new curb outlet per San Diego Regional Standard Drawing D-25. This includes but is not limited to surveying, saw cut, excavation, removal and disposal of materials, construction of new curb outlet, removal and replacement of adjacent sidewalk to nearest joint, and no additional compensation will be allowed therefor. Bid Item No. B-25: Construct 6" Curb and Gutter per SDRSD G-2 (Linear Feet) The contract unit price paid for this item shall constitute full compensation to furnish and install 6" curb and gutter in accordance with San Diego Regional Standard Drawing G-2, the plans and these contract documents. This includes but is not limited to, surveying, forming, backfill, furnish and install bedding material and concrete, compaction, joints, replacing pavement section adjacent to gutter, and finishing the curb and gutter to match existing surface, and no additional compensation will be allowed therefor. Bid Item No. B-26: Plug and Abandon Existing Pipe in Place (Each) The contract unit price paid for this bid item shall constitute full compensation to plug and abandon the existing storm drain pipeline in accordance with City of San Diego Standard Drawing WP-03, the plans, and these contract documents. This includes but is not limited to surveying, locating utility, abandonment, and no additional compensation will be allowed therefor. Bid Schedule C -Northwest Quadrant Storm Drain Program Bid Item No. C-1 through C-3: Construct 30-inch, 24-inch, and 18-inch RCP Storm Drain Pipe (Linear Feet) The contract unit price paid for this bid item shall constitute full compensation to furnish and install the storm drain pipe (D-1350) with water tight joints in accordance with the plans and these contract documents. This includes, but is not limited to, surveying, locating utilities, saw cutting, trenching, bracing and shoring in conformance with CALOSHA, support of existing utilities, trench plates, furnishing and installing pipeline and bedding material, backfill, compaction, the disposal of spoils, placing and compacting aggregate base, and AC resurfacing of the trench section per GS-27, and no additional compensation will be allowed therefor. The final surface paving will be completed under Bid Item D-3: 2" AC Cold Mill and Disposal of Grindings and Bid Item D-4: 2" C2 PG 64-10 HMA Paving. ('\ • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 120 of 161 Pages Bid Item No. C-4: Install 24"x 24" Grated Brooks Box (Each) The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including surveying, sawcut, excavation, placement, backfill and compaction, removal of spoils, placing and compacting aggregate base, and removing and restoring pavement section and for doing all work involved in construction the 24" x 24" grated brooks box inlets with traffic rated lid, as shown on the contract drawings. The contract unit price shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the plans, these plans, and as directed by the Engineer. Bid Item No. C-5 through C-8: Construct Type B-1 Curb Inlet per SDRSD D-02 (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install a Type B-1 Curb Inlet with the specified curb opening length in accordance to San Diego Regional Standard Drawing D-02, the plans, and these contract documents. This includes, but is not limited to, surveying, saw cutting, excavation, forming, connections, furnishing and installing base material and concrete, wing walls to the length indicated on plan, backfill, placing and compacting aggregate base, removing and restoring the pavement section, the disposal of spoils, and no additional compensation will be allowed therefor. Bid Item No. C-9: Construct Type B Curb Inlet Wing Wall per SDRSD D-02 (Each) The contract unit price paid for this bid item shall constitute full compensation to construct a curb inlet wing wall to an existing Type B Curb Inlet in accordance to San Diego Regional Standard Drawing D- 02, the plans, and these contract documents. This includes, but is not limited to, surveying, saw cutting, excavation, demolition, forming, connections, furnishing and installing bedding material and concrete, backfill, compaction, placing and compacting aggregate base, removing and restoring pavement section, disposal of spoils, and no additional compensation will be allowed therefor. Bid Item No. C-10: Construct Type B-5 Storm Drain Cleanout per SDRSD D-10 (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install Type B-5 Curb Inlet in accordance to San Diego Regional Standard Drawing D-10, the plans, and these contract documents. This includes, but is not limited to, surveying, saw cutting, excavation, forming, connections, furnishing and installing base material and concrete, backfill, compaction, placing and compacting aggregate base, removing and restoring the pavement section, the disposal of spoils, and no additional compensation will be allowed therefor. Bid Item No. C-11: Construct Type A-4 Storm Drain Cleanout per SDRSD D-09 (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install Type A-4 Curb Inlet in accordance to San Diego Regional Standard Drawing D-09, the plans, and these contract documents. This includes, but is not limited to, surveying, saw cutting, excavation, forming, connections, furnishing and installing base material and concrete, backfill, compaction, placing and compacting aggregate base, removing and restoring the pavement section, the disposal of spoils, and no additional compensation will be allowed therefor. Bid Item No. C-12: Install Bioclean Curb Inlet Basket with Media Filter Model# GISB-22-24 or equal (Each) The contract unit price for this item shall constitute full compensation for all work needed to furnish and install a Bioclean Inlet Filter Basket with Media Filter Model# GISB-22-24 (or approved equal) inside the curb inlet as shown on the contract drawings per Appendix G of the specifications. No additional compensation will be allowed therefor. Bid Item No. C-13: Install Bioclean Expandable Round CPS or equal (Each) The contract unit price for this item shall constitute full compensation for all work needed to furnish and install a Bioclean Expandable Round CPS (or approved equal) inside the curb inlet as shown on ., f.., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 121 of 161 Pages the plans and per Appendix H of the specifications. No additional compensation will be allowed therefor. Bid Item No. C-14: Connect to Existing Storm Drain/Inlet (Each) The contract unit price paid for this item shall constitute full compensation to furnish and connect the installed RCP to existing structures in accordance with the plans and these contract documents. This includes but not limited to, surveying, saw cutting, excavation, connections, forming, furnishing an installing base material and concrete, backfill, compaction, placing and compacting aggregate base, removing and restoring the pavement section, the disposal of spoils, and no additional compensation will allowed therefor. Bid Item No. C-15: Remove and Dispose Water Lateral (Each) The contract unit price paid for this bid item shall constitute full compensation to remove the existing water lateral in accordance with City of Carlsbad Engineering Standard Drawings and Specifications Volume 3 Chapter 6 Standard Specifications for Potable Water, Recycled Water, and Sewer Facilities, the plans, and contract documents. This include but is not limited to surveying, locating utility, saw cutting, excavation, removal and disposal of materials, backfill, compaction, placing and compacting aggregate base, restoring the pavement section to match existing grade, and no additional compensation will be allowed therefor. Bid Item No. C-16: Construct 1" Water Lateral per City Standard W-3 (Each) The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including excavation, assembly, fittings, placement of bedding, backfill and compaction, restoring the pavement section to match existing and for doing all the work involved in providing and installing a new water service as shown on the plans and per City of Carlsbad Standard Drawing W-2, W-3, and W-25 and City of Carlsbad Engineering Standard Drawings and Specifications Volume 3 Chapter 6 Standard Specifications for Potable Water, Recycled Water, and Sewer Facilities. Bid Item No. C-17: Remove and Dispose Sewer Lateral (Each) The contract unit price paid for this bid item shall constitute full compensation to remove the existing 4" sewer lateral in accordance with City of Carlsbad Engineering Standard Drawings and Specifications Volume 3 Chapter 6 Standard Specifications for Potable Water, Recycled Water, and Sewer Facilities, the plans, and contract documents. This includes but is not limited to surveying, locating utility, saw cutting, excavation, removal and disposal of materials, backfill, compaction, placing and compacting aggregate base, restoring the pavement section to match existing grade, and no additional compensation will be allowed therefor. Bid Item No. C-18: Construct 4" Sewer Lateral per City Standard S-7 (Each) The contract unit price paid for this item shall constitute full compensation to furnish and construct a 4" sewer lateral in accordance with City of Carlsbad Engineering Standard Drawings and Specifications Volume 3 Chapter 6 Standard Specifications for Potable Water, Recycled Water, and Sewer Facilities, the plans and as shown on City of Carlsbad Standard Drawing S-5, S-6, and S-7. This includes, but is not limited to, surveying, locating utilities, saw cutting, trenching, support of existing utilities, furnishing and installing bedding material and pipeline, trench plates, backfill, compaction, placing and compacting aggregate base, restoring pavement section over trench zone, the disposal of spoils, and no additional compensation will be allowed therefor. Bid Item No. C-19: Remove and Dispose Existing Curb & Gutter (Linear Feet) The contract unit price paid for this bid item shall constitute full compensation to remove and dispose the portion of curb and gutter scheduled for demolition to the nearest joint in accordance with SDRSD G-11, the plans, and these contract documents. This includes but is not limited to, surveying, saw {'\ •+r' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 122 of 161 Pages cutting, excavation, removal and disposal of pavement adjacent to gutter, removal and disposal of curb and gutter, and no additional compensation will be allowed therefor. Bid Item No. C-20: Remove and Dispose Existing Storm Drain Pipe (Linear Feet) The contract unit price paid for this bid item shall constitute full compensation to remove and dispose existing storm drain pipeline in accordance with the plans and contract documents. This includes but is not limited to surveying, locating utility, saw cutting, excavation, removal and disposal of materials, backfill, compaction, placing and compacting aggregate base, restoring pavement section over trench zone, and no additional compensation will be allowed therefor. Bid Item No. C-21: Remove and Dispose Existing Sidewalk (Square Feet) The contract unit price for this bid item shall constitute full compensation to remove and dispose existing sidewalk to the nearest joint in accordance with San Diego Regional Standard Drawings G- 11, the plans, and these contract documents. This includes but is not limited to, surveying, saw cutting, excavation, removal and disposal of materials, and no additional compensation will be allowed therefor. Bid Item No. C-22: Construct Sidewalk per SDRSD G-11 (Square Feet) The contract unit price paid for this bid item shall constitute full compensation to construct sidewalk in accordance with San Diego Regional Standard Drawings G-11, the plans, and these contract documents. This includes but is not limited to, surveying, forming, backfill, furnish and install bedding material and concrete, compaction, joints, and finishing the sidewalk to match existing surface, and no additional compensation will be allowed therefor. Bid Item No. C-23: Construct 6" Curb and Gutter per SDRSD G-2 (Linear Feet) The contract unit price paid for this item shall constitute full compensation to furnish and install 6" curb and gutter in accordance with San Diego Regional Standard Drawing G-2, the plans and these contract documents. This includes but is not limited to, surveying, forming, backfill, furnish and install bedding material and concrete, compaction, joints, replacing pavement section adjacent to gutter, and finishing the curb and gutter to match existing surface, and no additional compensation will be allowed therefor. Bid Item No. C-24: Construct Type-A AC Dike per SDRSD G-5 (Linear Feet) The contract unit price paid for this item shall constitute full compensation to remove, dispose, furnish and install Type-A AC dike in accordance with San Diego Regional Standard Drawing G-5, the plans and these contract documents. This includes but is not limited to, surveying, saw cutting, removal and disposal of existing AC berm, forming, compaction, replacing pavement adjacent to berm, finishing the berm to match existing surface, and no additional compensation will be allowed therefor. Bid Item No. C-25: Plug and Abandon Existing Pipe in Place (Each) The contract unit price paid for this bid item shall constitute full compensation to plug and abandon the existing storm drain pipeline in accordance with City of San Diego Standard Drawing WP-03, the plans, and these contract documents. This includes but is not limited to surveying, locating utility, abandonment, and no additional compensation will be allowed therefor. Bid Item No. C-26: Remove CMP Pipe and Concrete Spillway (Lump Sum) The contract lump sum price paid for this bid item shall constitute full compensation to remove and dispose of the existing CMP pipe and the concrete spillway as shown on Sheet 9 of the plans. This includes but is not limited to surveying, saw cutting, excavation, removal and disposal of materials, backfill to match the existing grade, compaction, and no additional compensation will be allowed therefor. ('\ •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 123 of 161 Pages Bid Item No. C-27: Remove and Replace Concrete Cross Gutter per SDRSD G-12 (Square Feet) The contract unit price paid for this bid item shall constitute full compensation for removal, disposal and replacement of the cross gutter at the intersection of Park Drive and Monroe Street as shown on Sheet 8 of the plans. The contract unit price shall be considered full compensation to furnish and install concrete cross gutter per SDRSD G-12. Construction of the cross-gutter shall not result in a lane closure on Monroe Drive over a weekend period. Bid Schedule D -Pavement Management Program Bid Item No. D-1: Mobilization for Final Surface Paving (Each) Final Surface Paving Mobilization shall consist of all preparatory work and furnishing all equipment and personnel necessary to complete all bids items in Bid Schedule D. This mobilization shall include but not be limited to the following items: 1. Submittal of required materials 2. Posting all OSHA required notices and establishment of safety programs. 3. The movement of personnel, equipment, supplies, and incidentals to project site. Two separate Final Surface Paving Mobilizations are allotted for the project. The contractor shall mobilize for final paving in part of Phase 2 and Phase 3 of the project as it is described in Section 6-2 Prosecution of Work. Prior to mobilization for final paving, the contractor shall acquire approval from the engineer accepting all work items that are precedent to final surface paving for that particular phase of the project, as defined by Section 6-2 Prosecution of Work. Work items requiring final sign off prior to final surface paving include, but are not limited to, the storm drain installation, utility relocations, CCTV inspections, and repairs to existing utilities that were damaged from construction. Payment for "Final Surface Paving Mobilization" will be made at the unit price bid, which shall constitute full compensation for all such work for each occurrence. Payment for Final Surface Paving Mobilization will be made at the contract unit price for each occurrence. No additional compensation will be allowed for Final Surface Paving mobilization. Bid Item No. D-2: Traffic Control for Final Surface Paving (Lump Sum) The Contract lump sum price paid for the traffic control system shall include full compensation for, but not limited to, design and approval of traffic control plans, furnishing all labor (including flagging costs), materials (including construction area signs), tools, equipment, traffic control plans for the project, and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control including lights, channelizers (surface mounted), temporary railing (Type K) markers, delineators, temporary striping and pavement marking, barricades, portable flashing beacons, flashing arrow signs, portable changeable message signs, as shown on the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer:. The traffic control plan shall include all stages of work required to complete Bid Schedule D. ,, •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 124 of 161 Pages Full compensation for removing and salvaging the traffic control equipment and materials that are to be reused or reset in the project shall be considered as included in the Contract lump sum price paid for traffic control system and no additional compensation will be allowed therefor. The Contractor will receive payment of half the lump sum price upon completion of the final surface paving associated with Phase 2, as it is described in Section 6.2 Prosecution of Work, and the remainder of the lump sum will be paid upon completion of the final surface paving associated with Phase 3. Bid Item No. D-3: 2" AC Cold Mill and Disposal of Grindings (Square Feet) The contract unit price paid for this item shall constitute full compensation to perform a 2" cold mill grind into the existing AC pavement and to remove and dispose of material in accordance with the plans and these contract documents. This includes but is not limited to, surveying, milling, disposal of grindings, site cleanup, and no additional compensation will be allowed therefor. Bid Item No. D-4: 2" C2 PG 64-10 HMA Paving (Ton) The contract unit price paid for this item shall constitute full compensation to furnish materials and install asphalt concrete overlay in accordance with the contract documents. The unit price shall include, but is not limited to, base preparation, furnishing and placement of C2 PG 64-10 Hot Mix Asphalt, paving, leveling, compaction, and no additional compensation will be allowed therefor. Bid Item No. D-5: Public Notification of Paving Work (Lump Sum) The Contract lump sum price paid for the public notification of paving work shall include full compensation for, but not limited to, furnishing all labor and materials to notify the public of upcoming paving work as defined in these contract documents. The Contractor will receive payment of half the lump sum price upon completion of the final surface paving associated with Phase 2, as it is described in Section 6.2 Prosecution of Work, and the remainder of the lump sum will be paid upon completion of the final surface paving associated with Phase 3. Bid Item No. D-6: Install Blue Fire Hydrant Markers per SDRSD M-19 (Each) The contract unit price paid for the installation of blue fire hydrant markers shall include full compensation for, but not limited to, furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing such markers per SDRSD M-19, the Plans, these contract documents, and as directed by the Engineer. Bid Item No. D-7: Replace Water Valve Boxes and Adjust to Final Grade (Each) The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved replacing and adjusting to grade existing water valve boxes as show on the contract drawings. The contract unit price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to remove and replace the casing, concrete collar, and type 1 cover in accordance with the City of Carlsbad Standard Drawing W-13, these contract documents including City of Carlsbad Engineering Standard Drawings and Specifications Volume 3 Chapter 6 Standard Specifications for Potable Water, Recycled Water, and Sewer Facilities, and at the direction of the engineer. Bid Item No. D-8: Replace Monument Boxes and Adjust to Final Grade (Each) The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing and replacing the monument box cover and frame in accordance with SDRSD M-10, the plans, these contract documents, and as directed by the Engineer. ('\ •f' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 125 of 161 Pages Bid Item No. D-9: Install and Maintain Temporary Pavement Markers (Lump Sum) The Contract lump sum price paid for the installation and maintenance of temporary pavement markers shall include full compensation for, but not limited to, furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing, moving, maintaining, and removing temporary pavement markers, as shown on the Plans, these contract documents and as directed by the Engineer. The Contractor will receive payment of half the lump sum price upon completion of the final surface paving associated with Phase 2, as it is described in Section 6.2 Prosecution of Work, and the remainder of the lump sum will be paid upon completion of the final surface paving associated with Phase 3. Bid Item No. D-10: Replace Pavement Markings, Signing and Striping (Lump Sum) The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing all the Signing, Striping, inlet stenciling, pavement markers, continental cross walks per SDM-116, and refreshing all striping within 200 feet in each direction of the project limits of work on Tamarack Avenue, Park Drive, Monroe Street, Sunnyhill Drive, and Alder Avenue. The Contractor will receive payment of half the lump sum price upon completion of the final surface paving associated with Phase 2, as it is described in Section 6.2 Prosecution of Work, and the remainder of the lump sum will be paid upon completion of the final surface paving associated with Phase 3 . . , '-+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 126 of 161 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 -ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.5.6 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200-1.2.2(8). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradations in Tables 200-1.2.2(A) and 200-1.2.2(8). Sieve Sizes 50-mm (2") 37.5-mm (1 ½") 19-mm (¾") 12.5-mm (½") 9.5-mm <3/a") 4.75-mm (No. 4) 2.36-mm (No. 8) 75-µm (no. 200) Sieve Sizes 25-mm (1") 19-mm (¾") 9.5-mm (3/a") 4.75-mm (No. 4) 2.36-mm (No. 8) 600-um (No. 30) 300-um (No. 50) 75-µm (no. 200) {'\ • ., Revised 6/15/17 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 8 100 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. 6001, 6608, and 6617 Page 127 of 161 Pages 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, 2015, Section 26: Aggregate Bases, Subsection 26-1.028 Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.2.4 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. Sieve Sizes 2" ................................ . 11/2'' ........................... . 1" ································· 3/4" ······························ No. 4 ........................... . No. 30 .......................... . No. 200 ....................... . AGGREGATE GRADING REQUIREMENTS Percentage Passing 1112" Maximum 3/4" Maximum Operating Range Operating Range 100 90-100 50-85 25-45 10-25 2-9 100 90-100 35-60 10-30 2-9 QUALITY REQUIREMENTS Tests Resistance (R-value) Sand Equivalent Durability Index Operating Range 78 Min. 25 Min. 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. (' • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 128 of 161 Pages SECTION 201 -CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) (3l PORTLAND CEMENT CONCRETE Type of Construction Concrete Class All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) (1l Trench Backfill Slurry 115-E-3 (190-E-400) Street Light Foundations and Survey Monuments 330-C-23 (560-C-3250) Traffic Signal Foundations 350-C-27 (590-C-3750) Concreted-Rock Erosion Protection 31 0-C-17 ( 520-C-2500P) Maximum Slump mm (Inches) (2) 200 (8") 100 (4") 100 (4") per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.4 Chemical Admixtures. (d) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1 /2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a½" continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. ,, •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 129 of 161 Pages Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type "A" as specified in Section 201-1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non- sag, Type II. Acceptable Products: "Sonneborn NPII"; Sonneborn Building Products Division; "Scofield Lithoseal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. 201-3.7 Type "D" Joint Sealant. Add the following: Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as per Table 201-3.7(A). TABLE 201-3.7(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Measuring Standard (ASTM Results Conditions Designation) Cone Penetration ASTM D 3407, Sec. 5 3.5 mm, max. 25°c, 150 g, 5 s Flow, 60°C ASTM D 3407, Sec. 6 5 mm, max. Resilience ,ASTM D 3407, Sec. 8 25%, min. 25°c Softening Point, ASTM D 36 82 °C, min. Ductility, ASTM D 113 300 mm, min. 25°C, 50 mm/min Flash Point, COC, °C ASTM D 92 288 °C, min. Viscosity, Brookfield ASTM D 4402 2.5-3.5 Pa·s No. 27 Spindle, 20 Thermosel, rpm, 190°C, {'\ • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 130 of 161 Pages SECTION -203 BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 203-6.2.1. Add the Following: Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.4. 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 203-6.4.4. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.4.4. 203-6.4 Class and Grade. Add the following: Conventional Asphalt concrete shall be class C2- PG64-10 for surface course, and B-PG64-10 for base course. Asphalt concrete shall be class D2- PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.4 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. 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 and/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. 10nly 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. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/-.40 of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.4. Deviations in gradation may be considered in conformance with the mix ., \.,; Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 131 of 161 Pages design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.4 Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as show in Table 203-6.4.4. 203-6.8 Asphalt Concrete Storage. Replace existing section with the following: Storage of asphalt concrete shall not be allowed. 203-11 ASPHALT RUBBER HOT MIX (ARHM} WET PROCESS 203-11.3 Composition and Grading. Replace existing section with the following: Storage of asphalt Rubber Hot Mix shall not be allowed. SECTION 204-LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD TABLE 204-1.2 (A} add the following: TABLE 204-1.2 (A) USES Headers for bituminous pavement up to 50 mm x 100 mm (2"x4") Headers for bituminous pavement larger than 50 mm x 100 mm (2"x4") GRADES Construction grade Redwood or preservative treated construction grade Douglas Fir Number 1 grade Redwood, or preservative treated number 1 qrade Douglas Fir SECTION 206 -MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS 206-7.1 Roadside Signs. This work shall consist of furnishing and installing roadside signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7.1.2 Sign Identification. The following notation shall be placed on the lower right side of the back of each sign where the notation shall not be blocked by the sign post or frame: A. PROPERTY OF THE CITY OF CARLSBAD, B. Name of the sign manufacturer, C. Month and year of fabrication, D. Type of retroreflective sheeting, and E. Manufacturer's identification and lot number of retroreflective sheeting . . , ~+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 132 of 161 Pages The above notation shall be applied directly to the aluminum sign panels in 1 /4-inch upper case letters and numerals by die-stamp and applied by similar method to the fiberglass reinforced plastic signs. Painting, screening, or engraving of the notation will not be allowed. The notation shall be applied without damaging the finish of the sign. 206-7.1.3 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.1.4 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Designation D4956 and conforming to the requirements of these special provisions. 206-7 .1.5 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminium shall be pretreated in accordance to ASTM Designation B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. 206-7 .1.6 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stationary and portable signs. 206-7.2.1 General. This work shall consist of furnishing and installing temporary signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7.2.2 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.2.3 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic {'\ • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 133 of 161 Pages cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Designation D4956 and conforming to the requirements of these special provisions. 206-7.2.4 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminum shall be pretreated in accordance to ASTM Designation B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation Standard Plans RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements of these special provisions. 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of these special provisions, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these special provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11 mm (7/16") holes on 25 mm (1 ") centers. ,, •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 134 of 161 Pages Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011 ", -0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 mm (+0.010") applied to the specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16" in 3'). Tolerance for corner radius is 4.0 mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on corner-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1 m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(8). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions Outside Tolerance for All Sides at Corners mm (inches) mm (inches) 25 X 25 (1 X 1) 0.13 0.005 32 X 32 (1¼x1¼) 0.15 0.006 38 X 38 (1½x1½) 0.15 0.006 44 x44 (1¾ X 1¾) 0.20 0.008 51 X 51 (2 X 2) 0.20 0.008 56 X 56 (23/15 X 23/15) 0.25 0.010 57 X 57 (2¼ X 2¼) 0.25 0.010 64 X 64 (2½ X 2½) 0.25 0.010 51 X 76 (2 X 3) 0.25 0.010 TABLE 206-8.2(8) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension Squareness(1l Twist Permissible in 900 mm (3") mm (Inches) mm (Inches) mm(2l (Inches )(2l 25 x25 (1 X 1) 0.15 0.006 1.3 0.050 32 X 32 (1-¼ X 1-¼) 0.18 0.007 1.3 0.050 38 X 38 (1-½ X 1-½) 0.20 0.009 1.3 0.050 44 x44 (1-¾ X 1-¾) 0.25 0.010 1.6 0.062 51 X 51 (2 X 2) 0.30 0.012 1.6 0.062 56 X 56 (2-3/15 X 2-3/ 16) 0.36 0.014 1.6 0.062 57 X 57 (2-¼ X 2-¼) 0.36 1.014 1.6 0.062 64 X 64 (2-½ X 2-½) 0.38 0.015 1.9 0.075 51 X 76 (2 X 3) 0.46 0.018 1.9 0.075 (1) Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. (Z) Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull- through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall conform to ASTM B-633, Type Ill Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN ~, f.+; Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 135 of 161 Pages Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -20°C (-4°F) to + 70°C ( 158°F) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m ( 14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. ,, •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 136 of 161 Pages SECTION 207-GRAVITY PIPE 207-2 REINFORCED CONCRETE PIPE. 207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designations C 361-95 and C 443-94. Pipe designated in the plans as "pressure pipe", with a 100-year hydraulic grade line at or above the soffit, or identified as pipe to receive water tight joints 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. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). TABLE 207-25.1 (A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Method Value Thickness ASTM D2103 0114 mm (0.0056") Tensile strength ASTM D882 45009/cm (25 lbs/inch) (5,500 PSI) Elonqation ASTM D882-88 <50 percent at break Printability ASTM D2578 >50 dynes/square centimeter Flexibility ASTM D671-81 Pliable hand Inks Manufacturinq specifications Heat-set Mylex Messaqe repeat Manufacturing specifications Every 500 mm(20") Foil Manufacturinq specifications Dead soft/annealed Top layer Manufacturinq specifications Virqin PET Bottom layer Manufacturinq specifications Virqin LOPE Adhesives Manufacturinq specifications >30 percent, solid 1.5#/R Bond strenqth Boilinq H20 at 100 deqrees Celsius Five hours without peel Colors APWA Code 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 television. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. ,, •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 137 of 161 Pages Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321€. B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 197 4. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines -APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment-PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. SECTION 210 -PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.5(A) TABLE 210-1.5 (A) Surface to be Painted Pre-treatment I Surface Primer Finish Coats Preparation Temporary Railing type Abrasive Blast Cleaning to a None Two coats white Acrylic (K) Roughened, Textured Emulsion Paint (1l Appearance (1) acrylic emulsion paint designed for use on exterior masonry. This paint shall comply in all respects to Federal Specification TT-P-19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CAL TRANS Specification No. PTWB-01 R2. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CAL TRANS Specification No. PTH-02ALKYD. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CAL TRANS Specification No. 8010- 004 (Type II). CAL TRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CAL TRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. SECTION 213 -ENGINEERING GEOSYNTHETICS 213-5 GEOTEXTILES AND GEOGRIDS. Add the following section: 213-5.1 General. Geotextile types shall be used for the applications listed in Table 213-5.1 ., f.+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 138 of 161 Pages Table 213-5.1 GEOTEXTILE APPLICATIONS Application of Geotextile Separation of Soil and Street Structural Section Separation of Soil and Subsurface Aggregate Drain Reinforcement of Street Structural Section Remediation and Separation of Soil Reinforcement of Soil Drainaqe at the Interface of Soil Structures Drainaqe at the Interface of Soil and Structures Rock Slope Protection Fabric for Rock Sizes Below 225 kq (¼ Ton) Rock Slope Protection Fabric for Rock Sizes lncludinq and Above 225 kq (¼ Ton) Plant Protection Coverinq Erosion Control Fence with 14 AWG -150 mm x 150 mm (6"x6") Wire and 3 m (10') Post Spacinq Erosion Control Fence with 1.8 m (6') Post Spacing and No Wire Fencing Add the following section: Type Designation 90WS 180N 200WS 270WS 270WS N/A N/A 180N 250N 90N 90WS 200WS 213-5.2 Erosion Control Specialties. Storm water erosion control plans shall be prepared, implemented, and maintained by individuals with the respective qualifications and certification as specified in the City of Carlsbad Engineering Standards Volume 4. Add the following section: 213-5.3 Gravel Bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 lbs) of 19 mm(¾") crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 214-6 PAVEMENT MARKERS Add the following section: 214-6.4.3.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-6.4.3.1, or equal thereto. TABLE 214-6.4.3.1 TEMPORARY REFLECTIVE PAVEMENT MARKERS Type Manufacturer of Distributor TOM-Temporary Overlay Davidson Traffic Control Products, 3110 70th Avenue East, Markers Tacoma, WA 98424, 877 335-4638 Add the following section: 214-6.4.3.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface- mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x ,., •+; Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 139 of 161 Pages 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown in Table 214-6.4.3.2, or equal thereto. Type Safe-Hit SH336SMA Carsonite "Super Duck" SDR3036 Repo "The Replaceable Post" TABLE 214-6.4.3.2 REFLECTIVE CHANNELIZER Manufacturer of Distributor Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800) 648-7916 Western Highway Products 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. ,, • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 140 of 161 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 -EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. Add the following: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials 300-1.3.1 General. Add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. Modify as follows: Payment for clearing and grubbing shall be made incidental to the items requiring clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. Add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall be kept free from water at all times. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-3.6 Payment. Add the following: Dewatering shall be payed accordingly at a stipulated lump sum price and no additional compensation will be made therefore. ,, •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 141 of 161 Pages 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP". The SWPPP shall conform to the requirements of the "Greenbook" Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construction ("Handbook"), the requirements of the Permit, the requirements in the plans and these supplemental provisions. 300-13.1.1 SWPPP Document Within 15 calendar days after the 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 Contractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer's comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer's acceptance of the SWPPP, 3 additional copies of the SWPPP, 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 construction site both during and after construction is completed under this contract. 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 contained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibilities 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; ,., • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 142 of 161 Pages 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SW PPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quantities 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 operations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protection Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non-compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non- compliance. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be included in the lump sum cost of the specified bid item. 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 maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SW PPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. {'\ •+; Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 143 of 161 Pages 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 discontinued. The construction site inspection checklist provided in the "Handbook" shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. SECTION 301 -SUBGRADE PREPARATION, TREATED MATERIALS, AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")". 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test 0-1557-12. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid item for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed . . , ~+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 144 of 161 Pages SECTION 302 -ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1.1 Scheduling, Public Convenience and Traffic Control. Add the following: The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9400. The Contractor shall accommodate mail delivery to residences and businesses during the work. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses on which resurfacing shall occur. Obtaining the appropriate addresses shall be the contractor's responsibility. A sample letter shall be provided by the city and the Contractor shall use the city's sample letter with appropriate street names, dates, times, and phone numbers specific to the work inserted in the letter. During resurfacing operations, the Contractor's schedule shall be designed to provide residents and business owner's sufficient paved parking within a 900 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contract shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the 72-hour advance notification door hangar which shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the 760 area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall use the sample door hangar provided by the city and submit door hangars to the Inspector for approval. Notices shall not be distributed until approved by the Inspector. 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 4 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65Ib card stock. The printing on the notice shall be no smaller than 12 point. The door hangars shall show the street name, date, time, phone numbers, and appropriate information specific to the work inserted. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for "Public Notification of Work" and the Contractor will not be entitled to any additional compensation for work outlined in this section . . , '-+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 145 of 161 Pages ('\ • ., Revised 6/15/17 RESIDENT NOTIFICATION EXAMPLE Dear resident: CITY OF CARLSBAD ROADWORK Name of Contractor OFFICE# (760)XXX-XXXX FIELD # (760)XXX-XXXX As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be resurfaced with a layer of asphalt concrete over the existing roadway surface. This construction will require the closing of your street to through traffic for one day. Tamarack Avenue/Park Dive/ Monroe Street will be closed to traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE: ____ _ from 8:00AM. to 4:00 P.M. If you don't plan to leave your home by 8:00 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 Engineering Inspection Department. 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. ''Name of Contractor" is the Contractor that will be performing the resurfacing work for the city and you may call them at (760)XXX-XXXX 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 Engineering Inspection Department at 438-1161 x4323. Thank you for your cooperation as we work to make a better City of Carlsbad. Contract No. 6001, 6608, and 6617 Page 146 of 161 Pages 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 302-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.4 Tack Coat. Add the following: If the asphalt concrete pavement is being constructed directly upon an existing hard-surfaced pavement, a tack coat of PG 64-10 paving asphalt at a rate of 0.05 gallon per square yard or SS-1 h emulsion at a rate between 0.05 and 0.10 gal/SY shall be uniformly applied upon the existing pavement preceding the placement of the asphalt concrete. The contact surfaces of all cold pavement joints, curbs, gutters, manholes, and the like shall be painted with PG 64-10 paving asphalt, or SS-1h emulsion, immediately before the adjoining asphalt concrete is placed. The Contractor shall place a tack coat between the successive interfaces of existing pavement and new asphalt concrete. 302-5.5 Distribution and Spreading. Modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the self-propelled spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control. The automatic screed control shall be 5.5 m (18') minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The Contractor shall provide an on-site backup paving during all paving operations. No conveyor belt systems will be allowed for moving the AC. No AC windrows will be allowed. Only a surge volume/remix material transfer vehicle (MTV) is allowed to receive the AC from the haul trucks and then place it in the self- propelled spreading and finishing machine. If the Engineer determines the use of the MTV is not practical for a portion of the project, the Engineer may waive its requirement for that portion. 302-5.6.1 General. Modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. Modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.8 Manholes (and other structures). Delete the first paragraph and replace with the following: When placing the overlay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overlay. Each appurtenance shall be located immediately after the overlay is placed and shall be thoroughly cleaned of any and all construction debris which may have entered due to the Contractor's operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carlsbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. 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. {'\ •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 147 of 161 Pages 302-5.9 Measurement and Payment. Add the following: Payment for asphalt concrete shall be incidental to all items in the contract involving AC work as described in Section 9.4. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-1 CONCRETE STRUCTURES 303-1.2 Subgrade for Concrete Structures. Add the following: If groundwater is encountered, Contractor shall work a minimum 2' deep of ¾" gravel into soil to provide an adequate base for construction of concrete structure. Add the following section: 303-1.11 Payment. Delete the subsection in its entirety and replace with the following: Payment for concrete structures, including but not limited to, curb Inlets, drainage and sewer cleanouts, will be made as set forth in the Bid Schedule. Payment shall include compensation for furnishing all labor, materials, tools, and equipment necessary to construct the concrete structures complete in place. Items shall include cast-in-place PCC, steel reinforcement, covers, rims, grates, frames, collars, cone and draft sections, bases, steps, clean up; and for all other work necessary to install the concrete structure, complete in place, and no additional compensation will be allowed therefor. 303-2 AIR-PLACED CONCRETE. 303-2.1.1 General. add the following: Modify Regional Standard Drawing D-75 as follows: replace stucco netting with 150 mm x 150 mm (6" x 6") by No. 10 by No. 10 welded wire mesh. Add the following section: 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.1.1 General. Portland Cement Concrete construction shall include, but not limited to, concrete curb outlet, terrace ditch, and all other miscellaneous PCC construction items as indicated on the plans and per these Specifications. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of 1-1/2 inches. PCC and all other material unsuitable for use as fill, as determined by the Engineer, shall be removed from the right-of-way and disposed of by the Contractor at a site of his own choice and he/she shall pay all costs incidental to the disposal. 6" Curb and Gutter shall conform to SDRSD G-2, the details on the plans, and these specifications. Adjacent AC/AB removal and replacement full depth AC, associated with concrete curb construction, shall be a minimum depth of 6-inches and a minimum width of one foot and shall conform to the requirements established elsewhere in these Specifications. The Contractor shall verify with a "smart level", string line and/or water testing that positive drainage is maintained upon completion of finishing, and any irregularities causing water ponding shall be corrected and refinished. The City shall be present to verify the concrete forms, prior to pouring any PCC construction improvements. ,, • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 148 of 161 Pages 303-5.5.2 Curb. Add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Curb Face Markings T e of under round facilities Water Service Lateral Sewer Service Lateral lrri ation Water Lateral or Sleeve Markin w s RW 303-5.9 Measurement and Payment. Add the following: Curb, gutter, cross gutters, sidewalk, be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. SECTION 306 -OPEN TRENCH CONDUIT CONSTRUCTION 306-3 TRENCH EXCAVATION Add the following: 306-3.1 General. When the actual elevation or position of any existing pipe, conduit, or other underground appurtenances cannot be determined without excavation, the Contractor shall excavate and expose the existing improvement at the location shown on the Plans and any other locations deemed necessary by the Engineer. Such excavation shall be considered as part of the excavation necessary for the work. The Engineer shall be given the opportunity to inspect the existing improvements when it is exposed. Any adjustments in line or grade which may be necessary to accomplish the intent of the plans shall be made at no additional costs. Add the following: 306-3.2 Removal of Surface Improvements. Bituminous pavement, concrete pavement, curbs, sidewalks, or driveways removed in connection with construction shall be removed in accordance with Subsection 300-1.3 of the Standard Specifications and these Special Provisions and reconstructed in accordance with Section 302 or Subsection 303 of the Standard Specification and these Special Provisions. Add the following: 306-3.5 Maximum Length of Open Trench. The first sentence for the first paragraph is hereby deleted and replaced with the following: Except by permission of the Engineer, the maximum length of open trench where prefabricated pipe is used shall be the distance necessary to accommodate the amount of pipe installed in a single day. Add the following section: 306-3.7 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. ,, •+; Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 149 of 161 Pages Add the following section: 306-3.7.1 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) 2009 Edition as amended by Supplements 1 and 2. = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by Supplements 1 and 2. = total number of 24 hour periods during which the plates will be utilized at the site being considered. = total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. = total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions ('\ •,; Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 150 of 161 Pages 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: 306-3.7.2 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: 306-3.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be filled with elastomeric sealant material which may, at the contractor's option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(B) and 203-5.3(A). Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2") shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6'') of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12" x ¾") steel bolts placed through the plate and driven into holes drilled 300 mm (12") into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12") taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant material. At the Contractor's option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. ,, •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 151 of 161 Pages Add the following section: 306-3.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-3.7.4 (A) TABLE 306-3.7.4{A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width (1J Minimum Plate Thickness 0.3m 10" 13 mm ½") 0.6 m 23"1 19 mm ¾") 0.8 m 31" 22mm 7/a") 1.0 m 41" 25mm 1 ") 1.6 m 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 surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CAL TRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-3.7.5 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. 306-7.3.2.3 Field Jointing of Reinforced Concrete Pipe. Add the following: The Contractor shall provide Gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans. 306-12 BACKFILL. 306-12.1 General. Add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-12.3.2 Compaction Requirements. Delete Section 306-12.3.2 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm ( 12") of the street right-of-way, compaction shall be 95 percent. ,, • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 152 of 161 Pages 306-13 TRENCH RESURFACING. 306-13.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-13.2 Permanent Resurfacing. Add the following: Except as provided in section 306-13.1, "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. 306-15 PAYMENT. 306-15.1 Basis of Payment for Open Trench Installation. This section is hereby deleted and replaced with the following: The price per linear foot for storm drain in place shall be considered full compensation for all pipe, sawcut, removal and disposal of existing PCC and AC pavement, trench excavation, over excavation of trench as needed, bracing and shoring, bedding, furnish and install pipeline, water tight joints, backfill, appurtenances, bedding for crossing utilities, support of existing utilities, preparation of subgrade, trench plates, asphalt concrete, removal of spoils, and all other work necessary to install storm drain pipe, complete and in place and no additional compensation shall be allowed therefor. SECTION 314-TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314.4.3.1 Painting Traffic Striping, Pavement Markings and Curb Markings. Add the following: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Striping Plans, or for approved temporary traffic control essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 314-4.3.4.1 General. Add the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (1/a") in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm(¼") in 3 m (10') when l'\ •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 153 of 161 Pages measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. Add the following section: 314-4.3.5.1 Preparation of Existing Surfaces. The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30 mm (0.1 O') thick asphalt concrete overlay is not permitted. Add the following section: 314-4.3.5.2 Layout, Alignment, and Spotting. The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100 m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100 mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. Add the following section: 314-4.3.5.3 Application of Paint. The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer and within 72 hours of pavement resurfacing. After one week, a second coat of paint shall be applied to all final, approved striping. The Contractor shall paint the ends of each median nose yellow. If required by the approved traffic control plans, the Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 314-4.3.7 Payment. Delete the section and add the following: traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for striping, and no additional compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefore. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. {'\ • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 154 of 161 Pages 314-5 PAVEMENT MARKERS 314-5.4 Placement. Add the following: When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 314-5.4.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in section 310- 5. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. l'\ •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 155 of 161 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 6 TEMPORARY TRAFFIC CONTROL SECTION 602 -TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 602-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 602-1.1 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. 602-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 602-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheeting shall be visible at 300 m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor {'\ •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 157 of 161 Pages shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 602-2 TEMPORARY TRAFFIC SIGNING. 602-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. 602-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 602-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. 602-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand- filled crash cushions units as shown on the plans. 602-3.1.1 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. 602-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CAL TRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Desig- nation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (3/s") thick plate welded on the upper end with a 5-mm (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 ,, •+' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 158 of 161 Pages Contractor's name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. 602-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CAL TRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment. Each rail unit placed within 3 m (10') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by the MUTCD 2009 California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. 602-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite Ill" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CAL TRANS and that the temporary sand-filled crash cushion units meet NCH RP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per 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 application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by the MUTCD 2009 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: 602-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing including portable changeable message signs, 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 ,, • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 159 of 161 Pages therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing including portable changeable message signs, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for installation and/or relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. ,, • ., Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 160 of 161 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 8 LANDSCAPE AND IRRIGATION 801-1 GENERAL. Add the following: The Contractor shall maintain all landscape and private property surrounding the construction to the greatest extent possible. Any landscape, plants, walls, or steps stones disturbed shall be restored to pre-construction condition. ,, •+;' Revised 6/15/17 Contract No. 6001, 6608, and 6617 Page 161 of 161 Pages APPENDIX "A" Door Hanger APPENDIX "A" • CITY OF CARLSBAD STORM DRAIN CONSTRUCTION ABC CONTRACTORS OFFICE# (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear Resident: As a part of the City of Carlsbad's Drainage Master Plan Project, installation of new storm drain in Tamarack Avenue, Park Drive, Monroe Street, and Sunnyhill Drive is scheduled in your neighborhood. ABC is the Contractor that will be performing the construction for the city and you may call them at the above phone number if you have any questions regarding the project. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector@ (xxx) xxx-xxxx. Construction Updates will be available on the City of Carlsbad web site at www.carlsbadca.gov. Thank you for your cooperation as we work to make a better City of Carlsbad. APPENDIX "B" Standard Plans REV. APPROVED DA TE E BARS - 2 ABOVE AND 2 BELOW OPENING #4 AT 18"0.C. C BARS OR CLOSER.---_ _._ _ _,___,, T 'Cl T #4 AT 12"0.C. #4 AT 18"0.C. OR CLOSER SECTION A-A NOTES 1 ). REINFORCING STEEL SHALL BE 1-1 /2" CLEAR FROM FACE OF CONCRETE UNLESS OTHERWISE SHOWN. 2). REINFORCING STEEL FOR INSIDE FACE OF CURB INLET BASIN SHALL BE CUT AT CENTER OF OPENING AND BENT INTO WALLS OF MONOLITHIC CONNECTION. REINFORCING STEEL FOR OUTSIDE FACE OF CATCH BASIN WALL SHALL BE CUT 2" CLEAR OF OPENING. 3). CONNECTION SHALL BE POURED MONOLITHIC WITH CURB INLET. THE ROUNDED EDGE OF OUTLET SHALL BE CON- STRUCTED BY POURING CONCRETE AGAINST A CURVED FORM WITH A RADIUS OF 3". 4). FLOOR OF STRUCTURE SHALL BE STEEL-TROWELED TO SPRING LINE. 5). CONNECTIONS SHALL BE CONSTRUCTED WHEN: A) PIPES, 12" THROUGH 72" IN DIAMETER, INLET OR OUTLET THROUGH CORNER OF CURB INLET. B) ANGLE A, FOR PIPES 24" THROUGH 30" IN DIAMETER, IS 70'0R LESS. C) PIPES, 33" THROUGH 72n IN DIAMETER, INLET OR OUTLET THROUGH THE SIDE WALL OF CURB INLET. 6). ALL CONCRETE SHALL BE TYPE 560-C-3250. D BARS-2 ABOVE AND 2 BELOW OPENING #4 AT 12"0.C. OR CLOSER C BARS B 12· 15" 18" 21· 24" 27" 30" 33• 36" 39" CITY OF CARLSBAD en a:: < T CD u 4• 4-1/4 4-1/2 (.) 5• ci 5-1/4 ~ 5-1/2 I- 6" <( 6-1/4 v ==II:: 6-1/2 7" en a:: < CD w B T 0 z < 0 42" 7-1/2 45" 7-3/4 48" 8" 51" 8-1/2 LO ==II:: 54• 9• 57• 9-1/4 60" 9-1/2 63" 10· 66" 10-1/4 69" 10-3/4 72" 11· :} en a:: < CD u (.) ci = tO I-<( LO ==II:: en a:: < CD w 0 z < 0 ~ 6~ 6-04 ----------CONNECTION TO CURB INLET-c1-TY-EN-GIN-EE-R -DATE FOR PIPES 12" THROUGH 72" SUPPLEMENTAL DS 9 STANDARD NO. - FULL ROAD WIDTH -GUTTER TO GUTTER ASPHALT CONCRETE ~-FINISH COURSE, LIMIT OF 2'' GRIND (TYP.) SAWCUT LINE TYPICAL NOTES: SEE GS-28 = ~ = = = \_ LIMIT OF 2" GRIND ~::........£...-'--'--"---"-~ .............. --i--\__ (TYP.) EXISTING AC 0 AND BASE ASPHALT CONCRETE BASE COURSE, SEE GS-28 AGGREGATE BASE PIPE BEDDING AND BACKFILL PER PROJECT PLANS, SPECIFICATIONS, AND CITY STANDARDS. 1. THE DETAIL SHOWN ABOVE APPLIES TO TRENCH WIDTHS GREATER THAN 48 INCHES. 2. EXISTING A.C. SHALL BE CUT AND REMOVED IN SUCH A MANNER SO AS NOT TO TEAR, BULGE OR DISPLACE ADJACENT PAVEMENT. EDGES SHALL BE CLEAN AND VERTICAL. ALL CUTS SHALL BE PARALLEL OR PERPENDICULAR TO STREET CENTERLINE, WHEN PRACTICAL. 3. BASE MATERIAL SHALL BE REPLACED TO DEPTH OF EXISTING BASE. A.C. MAY BE SUBSTITUTED FOR BASE MATERIAL AT THE CITY ENGINEER'S DISCRETION. REV. APPROVED DATE CITY OF CARLSBAD ..... iiii,,i,,i, ..... ~ ...... --.......... ~-----------------~..L-1--\. ~""' . 2 10 TRENCH RESURFACING CITY ENGIN ER DATE ASPHALT CONCRETE PAVEMENT SUPPLEMENTAL GS FOR TRENCH WIDTHS GREATER THAN 48" STANDARD NO. -27 NOTES: 1. A TACK COAT OF ASPHALTIC EMULSION OR PAVING ASPHALT SHALL BE APPLIED TO EXISTING A.C. OR P.C.C. CONTACT SURFACES PRIOR TO RESURFACING PER SSPWC SECTION 302-5. 2. ASPHALT CONCRETE RESURFACING -BASE COURSE: a. MINIMUM TOTAL A.C. THICKNESS SHALL BE ONE INCH GREATER THAN EXISTING A.C. b. A.C. SHALL BE B-PG64-10 FOR BASE COURSE, PER SECTION 203-6 OF SSPWC. c. BASE COURSE SHALL BE LAID DOWN WITH SELF PROPELLED PAVING MACHINE AND AND COMPACTED PER SSPWC SECTION 302-5. 3. ASPHALT CONCRETE RESURFACING (FINISH COURSE): a. PROVIDE 2 INCH DEEP GRIND AND A.C. FINISH COURSE C2-PG64-10 PER SECTION 203-6 OF SSPWC. b. FINISH COURSE FOR RESURFACING SHALL BE LAID DOWN USING A SELF-PROPELLED PAVING MACHINE AND COMPACTED. c. SMOOTHNESS AND COMPACTION OF RESURFACING SHALL MEET THE REQUIREMENTS OF SEC 302-5 SSPWC EXCEPT THAT THE SMOOTHNESS SHALL BE DETERMINED OVER THE LENGTH AND WIDTH OF PAVED AREAS DISTURBED BY THE CONTRACTOR'S OPERATIONS. 4. SURFACE TREATMENT TO MATCH EXISTING PAVEMENT SURFACE (SLURRY, CHIP SEAL, ETC.) 5. SLOUGHING OF TRENCH UNDER PAVEMENT SHALL BE CAUSE FOR REQUIRING ADDITIONAL PAVEMENT AND BASE. REV. APPROVED DATE CITY OF CARLSBAD ~-...... ---............... -----------------1~0'-+-,. ~""" . ? /10 NOTES FOR ASPHALT CONCRETE CITY ENGIN~ER \} DATE TRENCH RESURFACING SUPPLEMENTAL GS 28 STANDARD NO. - STANDARD CAST IRON MANHOLE FRAME & COVER -SEE DWG. NO. S4. WIDTH SHALL E UAL INSIDE DIA OF PIPE. 12" WIDE X 6" THICK CLASS 560-C-3250 CONCRETE COLLAR WITH 3" ASPHALT CONCRETE OVERLAY (TYPICAL). VARIABLE B g" SECTION A-A PLAN 8-8 REV. APPROVED DATE 3' DIA. 5' DIA. t INVERT GRADE ADJUST WITH CONCRETE RINGS AS .~'-_.: REQUIRED TO MATCH GRADE . .-,-.. ~ MAX.=11", ;-.~·-. MIN.=5", TOP=2-2 1/2" RINGS. B 4" MIN. SECTION C-C NOTES: CAST IN PLACE CONCRETE FOR BASE SHALL BE TYPE 560-8-3250. ALL PIPE IN MANHOLE SHALL BE PVC AND SHALL BE INCLUDED AS PART OF MANHOLE. MANHOLE SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM C-478. STUB OUTS SHALL HAVE A MINIMUM LENGTH OF 3 FEET BEYOND MANHOLE. POUR BASE AGAINST 6-INCHES OF 3/4" CRUSHED. ROCK BASE SDR 35 PVC PIPE MAY BE INSTALLED IN STRAIGHT-THROUGH MANHOLES WITH NO JUNCTIONS. THE TOP SECTION OF PIPE SHALL BE REMOVED FLUSH WITH TOP OF SHELF. CUTS SHALL BE NEAT AND DRESSED MINIMIZING BURRS AND ROUGH EDGES. EACH SHAFT AND RISER JOINT SHALL BE SEALED PER JOINT DETAIL ON DWG S-1A WITH BUTYL RUBBER SEALANT ROPE. WHEN MANHOLE FORMS THE JUNCTION OF SEWERS AND/OR AN ANGLE IN MAIN ALIGNMENT, SPECIAL CARE SHALL BE USED IN FORMING THE CHANNELS TO FACILITATE THE FLOW OF SEWAGE. INVERTS SHALL BE TRUE TO GRADE AND ALIGNMENT, FINISHED WITH SMOOTH SURFACE, AND MAINTAIN 0.2' DROP. NOT TO SCALE CITY OF CARLSBAD STANDARD SEWER MANHOLE ' 12/11 ~"-""':.L-.L!..:..-"'-"!!:£.L....L..ll-i'-- CITY ENGINEER SUPPLEMENTAL STANDARD NO. DATE S-1 TYPICAL TRENCH SECTION WITH DIMENSIONS AND COMPACTION ZONES TRENCH ZONE 3' UPPER ZONE 95% t MID ZONE 907. PIPE ZONE 90% 12" MIN. ' TRENCH WIDTH INVERT. 4" MIN. TO 8" MAX. BENEATH PIPE OR 1 MIN. BENEATH B L. WHICHEVER IS GREATER NOTES: 1. PERCENTAGES SHOWN EQUAL MINIMUM RELATIVE COMPACTION. 2. 3. MINIMUM DEPTH OF COVER FROM TOP OF PIPE TO FINISH GRADE FOR ALL SANITARY SEWER INSTALLATIONS SHALL BE 3 FEET. FOR COVER LESS THAN 3', SPECIAL DESIGN AND APPROVAL REQUIRED. TRENCH ZONE BACKFILL SHALL BE PER SECTION 02223. NO ROCKS LARGER THAN 4" IN ANY DIMENSION 'MLL BE ALLOWED IN BACKFILL. ASPHALT OR CONCRETE CHUNKS 'MLL NOT BE ALLOWED. MAX. ALLOWABLE SLOPE OF EXCAVATION PER REQUIREMENTS OF CAL/OSHA. D/4 PIPE O.D. P.V.C. PIPE PIPE ZONE CRUSHED ROCK DATE S-5 l 2" CAST IRON GA TE CAP PER DETAIL HEREON. ALHAMBRA FOUNDRY #29612 CAST IRON BOX/LID MARKED SEWER# SEWER CLEAN-OUT RISERS ~ TO BE FITTED WITH MALE SCREW IN PLUG. l~I GLUED 18" MIN. i 12" WIDE X 6" THICK CLAS 560-C-3250 CONCRETE COLLARWITH 3" ASPHALT CONCRETE OVERLAY (TYPICAL), 2 EA. STD 1/8 BEND NOTES: BACKFILL BEDDING TOP OF VB BEND. SEE DWG. S8 FOR BEDDING DETAIL. 1. GA TE CAP SHALL BE LABELED SEWER. 2. CLEANOUTS MAY BE USED WI TH P. V. C. SEWER MAIN. 3· RISER SHALL BE SAME DIAMETER AS SEWER MAIN. TOP OF PAVEMENT 12" P.V.C. PIPE. GATE CAP (HEAVY DUTY) -~'_!4" 1-135/8" ---i 11 1/2"- REV. APPROVED DATE CITY OF CARLSBAD ~~~~~ 7/,0/f!b SEWER MAIN CLEANOUT SUPPLEMENTAL ST AND ARD NO. DATE S-6 I CLEAN-OUTS IN YARD TO BE COVERED WITH 10'' PLASTIC COVER BY CARSON PART NO. 910 O.A.E. CLEAN-OUTS IN CONCRETE TO HAVE CONCRETE BOX WITH TRAFFIC UD BY J&R OR BROOKS PART NO. 3-R-T. SEWER CLEAN-OUT RISERS TO BE FITTED WITH MALE SCREW IN PLUG. GLUED OPTIONAL WYE (WHEN APPROVED). FIN. GRADE 12" t 5' MIN. WYE WITH 1 FOOT STUB AND PLUG. WYE TO BE SET AT 45 DEGREE ANGLE). 1 / 4" PER FOOT MIN. SLOPE - FOR BEDDING AND TRENCH COMPACTION SEE DWG. NO. S5. SECTION PLAN VIEW NOTES: 1. THE LATERAL SHALL BE BEDDED THE SAME AS THE MAIN LINE SEWER. 2. IN NO CASE SHALL A LATERAL CONNECT TO THE SEWER MAIN DIRECTLY ON TOP OF THE PIPE. 3. SEWER LATERALS SHALL HAVE A 2% MINIMUM SLOPE. ALL JOINTS ON SEWER LATERAL PIPE SHALL BE 4. COMPRESSION TYPE OR APPROVED SOL VENT WELD. STAMP CURB FACE "SS" !°VER LATERAL It RISER PLUG 5. 6. 7. 8. 9. 2' 12" AS-BUILT SEWER LATERAL LOCATIONS SHALL BE FURNISHED TO THE CITY INSPECTOR ON FORMS PROVIDED PRIOR TO FINAL APPROVAL OF WORK. All LATERAL TRENCHES TO PROPERTY LINE AND SEWER MAIN TRENCHES TO BE COMPACTED PER SS. CLEAN-OUT TO BE ADJUSTED TO GRADE AFTER FINAL FINISH GRADING. FOR BACKFILL AROUND CLEANOUT RISER SEE DWG. S-5, NOTE J. MAINTENANCE OF THE SEWER LATERAL FROM THE SEWER MAIN TO THE BUILDING IS THE RESPONSIBIL TY OF THE PROERTY OWNER. REV. APPROVED DATE CITY OF CARLSBAD SEWER LATERAL (WITH OPTIONAL WYE) SUPPLEMENTAL STANDARD NO. S-7 a:: ~ 0 (.) :le ::::> ;1; z ~ r.o I") ITEM :r: f-n. w Cl :r: (.) z w a:: f- n. V) wlw -<( a. co w z 0 \ \ \ \ \ \ \ TRENCH WIDTH AT TOP OF TRENCH VARIES \ TOP OF BACKFILL TO BE SAME AS ORIGINAL GROUND AND MATCH ADJACENT UNDISTURBED GROUND I r I ,. ,. ,. I'" r I ,. I I I I I I I I N :r: (.) z w ~ I ~-e,:y:,.!1--.. _____ -,.... ____ fr~~AXIMUM ALLOWABLE '"I I SLOPE OF EXCAVATION N TOP OF PIPE w a a N 0 w w n. n. 0:: a:: r.o BEDDING PIPE DIAMETER 1" THROUGH 8" MIN. 6" 1 / PER REQUIREMENTS OF ,. -/ CAL/OSHA I MARK1ti, r~e./ , 11 1 I ,. ,. BACKFILL TRENCH TH NATIVE EARTH BACKFILL OR IMPORTED MA TERI AL I• PIPE • WlDTH 90% RELATIVE COMPATION* BACKFILL PIPE BASE AND PIPE ZON W1 H IMPORTED SAND ,--,..-,----,--+-....__;:;...,...::;...,.~:.---,---,--,..,.\h 90% RELATIVE COMPATION ..1...... L HAUNCHING A PIPE OD A TRENCH WIDTH IN PIPE ZONE LIMITED MAX. g" A 1 O" THROUGH 16" 8" 1r 18-THROUGH 24 .. 10 .. 18" 27 THROUGH 36" 1r 24·· DESCRIPTION BEDDING AND BACKFILL MATERIAL *IN PAVED AREA, TRENCH ZONE SHALL BE COMPACTED TO 95% MIN. NO SCALE SPEC DWG SECT 02223 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT TYPICAL TRENCH SECTION STANDARD DWG. NO. W-2 SIDEWALK CURB & GUTTER l 1/2" .,...W,-r,Ll..lr,r,IJ.Jm,u;;r.-------,-'~_:::::~~=~+-z,----.-, c;;---r=--,----l!__----,,-..,-_..l... METER~~ BALL VALVE BY DISTRICT NOTES: . CONTRACTOR SHALL ADJUST ANGLE / VALVE & METER BOX TO F.G. AFTER SIDEWALK IS INSTALLED & APPROVED 4 • N N <1 ', ~- 0% ----------------------------® ·. ~- <1 . 2' MIN. t , ....... ~.fl.·. ~.fl.·. T 2. DISTRICT WILL SET METER AND BALL VALVE I Iii c;c:==~ie:a;,__Jo (JJJjJ)oR 5 CONNECT TO OUTLET ASSY. 3. ALL 2" OR SMALLER COPPER JOINTS SHALL BE PRESS-CONNECT IN CONFORMANCE ~TH SPECIFICATIONS. 4. TAP TO MAIN TO BE MINIMUM OF 24" FROM NEAREST COUPLING, FITTING, VALVE, BELL DETAIL NON-CONTIGUOUS SIDEWALK & CURB OR OTHER TAPS. 5. POSITON ANODE MIDWAY BETWEEN PIPELINE AND METER BOX. 6. INTERIOR OF METER BOX SHALL BE CLEAR OF DEBRIS TO DEPTH CORP STOP FULLY EXPOSED OF 12" AND ITEM DESCRIPTION SPEC DWG COPPER TYPE 'K' SOFT OUTLET ON PVC PRESSURE PIPE OUTLET ON AC PIPE OUTLET ON CML&C STEEL PIPE OUTLET ON DUCTILE IRON PIPE 1" ANGLE METER STOP METER BOX AND COVER TRAFFIC AREA METER BOX AND COVER NON-TRAFFIC AREA 30 LB. ZINC ANODE WITH ANODE LEAD WIRE ~EV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ------+-------1- 02-'-1 ---1 16 111 WATER SERVICE CONNECTION DISTRICT ENGINEER FOR 5/8", 3/4" a 1" METERS STANDARD DWG. NO. 15057 W-8 W-8 W-9 W-9 W-25 02/16 DATE W-3 DOMESTIC rb WATER-11 LINE - 3 ---II II 11--- NOTES: 7 BRASS OR COPPER--~, I PRIVATE PUBLIC 1. REFER TO DRAWING W-3 FOR SPECIFICATIONS OF INSTALLATION OF SERVICE LINE AND APPURTENANCES. 2. DISTRICT TO SET METER AND BALL VALVE, ALL OTHERS TO BE INSTALLED BY CONTRACTOR. 3. DOMESTIC WATER LINE MATERIAL WILL BE IN CONFORMANCE TO CODE. 4. ALL 2" OR SMALLER COPPER JOINTS SHALL BE PRESS-CONNECT IN CONFORMANCE WITH SPECIFICATIONS. ITEM DESCRIPTION COPPER r TYPE 'K' SOFTl 2 30 LB. ZINC ANODE LEAD WIRE 2" X 1" COPPER TEE (PRESS-CONNECT) 1" 90° COPPER BEND (PRESS-CONNECT) 5 NOT USED 6 1" ANGLE METER STOP #37 ARMORCAST METER BOX (OR EQUIVALENT) 1" BALL VALVE 19) 1" WATER METER BY DISTRICT I (1 BRASS UNION ' 17.5" I I )-1_ I 1::::-@ 0 - 4 c== 1Q A I II 9 V 0 6 SIDEWALK __.-SEE W-3, W-8, i:::,.. OR W-9 SPEC/DWG 15057 W-25 2" FIRE SYSTEM WATER LINE (SIZE TO BE APPROVED BY FIRE MARSHAL 12 1" DOUBLE CHECK VALVE WITH SHUT OFF VALVES (LEAD FREE) REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ..,.._..,_ ___ ...,._...., _______________ ....,.--:?...;..... / ,./ ._,.. 02/16 1 °2115 I" DOMESTIC WATER SERVICE CONNECTION DISTRICT ENGINEER DATE WITH FIRE SPRINKLER SYSTEM STANDARD DWG. NO. W-3A A.C. MAIN P.V.C. MAIN ITEM 1 2 3 4 5 6 7 8 9 FOR WATER SERVICE CONNECTION ( TYP. ) DESCRIPTION DOUBLE BAND BRASS SERVICE SADDLE. BRONZE DOUBLE STRAP SERVICE SADDLE. CORP. STOP 1" WATER SERVICE. CORP. STOP 2 WATER SERVICE. CORP. STOP 1'' AIR VACUUM VALVE ASSEMBLY. CORP. STOP 2" AIR VACUUM VALVE ASSEMBLY 1 MANUAL AIR RELEASE ASSEMBLY 2 BLOW-OFF MANUAL AIR RELEASE ASSEMBLY. 2" MANUAL BLOW-OFF AIR RELEASE ASSEMBLY. REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ----------1 OUTLETS ON A.C. OR P.V.C. MAIN FOR I INCH THRU 2 INCH ASSEMBLIES SPEC DWG W-3 W-4 W-7 W-7 W-5 W-5&6 W-6&7 ~~~~t· 0 DATE STANDARD DWG. NO. W-8 D.I. MAIN STEEL MAIN FOR WATER SERVICE CONNECTION ( TYP. ) ITEM DESCRIPTION 1 DOUBLE BAND BRASS SERVICE SADDLE. 2 CORP. STOP 1 WATER SERVICE. 3 CORP. STOP 2 WATER SERVICE. 4 CORP. STOP 1 AIR VACUUM VALVE ASSEMBLY. 5 CORP. STOP 2 AIR VACUUM VALVE ASSEMBLY. 6 1" MANUAL AIR RELEASE ASSEMBLY. 7 2 BLOW-OFF MANUAL AIR RELEASE ASSEMBLY. 8 2 BLOW-OFF AIR RELEASE ASSEMBLY. 9 NOT USED 10 3000 PSI FORGED STEEL COUPLING WELDED TO MAIN. 11 IN SULA TING BUSHING. LEXAN OR DELRIN . REV. APPROVED DATE CARLSBAD MUN~CIPAL WATER DISTRICT ------OUTLETS ON D.I. OR STEEL MAIN FOR I INCH THRU 2 INCH ASSEMBLIES SPEC DWG W-3 W-4 W-7 W-7 W-5 W-6&7 W-6&7 W-14 W-10 l-$.ll~l-41~~, "T/,o/olt DATE STANDARD DWG. NO. W-9 I _ _,,/ A A----- 24" DIA. B~ PLAN B OR(D FINISH GRADE. AC PAVEMENT. ~ ,- 1 :::r:: lO '+-',,,,<'---..;,,-.,.,.......,..,._~ f-- 0 z w _j >< <( :::::: ~ I ,-® RISER SHALL NO REST ON BONNET I OF VALVE. (2" MIN. /. ~ CLEARANCE). \ I B __.. 8 ....... 24'' DIA. rr " ,-® ~ I SECTION A-A SECTION 8-B DOMESTIC WATER RECLAIMED WATER NOTES: 1. IN NON-ROAD AREAS PLACE MARKER POST NEXT TO VALVE BOX ASSEMBLY AS DIRECTED BY THE ENGINEER. ( SEE DRAWING NO. 23 ). 2. ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SPEC. 09902 ITEM 3. SEE DRAWING NO. 23 FOR GATE VALVE EXTENSION. 4. UPPER SIDE OF LID TO RECIEVE 2 COATS OF PAINT. SEE SPECIFICA TlONS FOR PAINTING REQUIREMENTS, ( PAGE 4 ). DESCRIPTION SPEC DWG VAL. BOX & COVER WITH NON-SKID C.I. COVER AND LIFT HOLE MARKED »WATER . 2 3 4 5 6 REV. VAL. BOX & COVER FOR NORMALLY CLOSED VALVE. VAL. BOX & COVER MARKED RECYCLED WATER". 8" C900 PVC OR ASPHALT COATED WELL CASING. CONCRETE COLLAR IDENTIFY CONG. BY CLASS 560-C-3250 APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT VALVE BOX ASSEMBLY STANDARD DWG. NO. W-13 I I 1 ~~ 0---i 8 I v WIRE 1/ & '-...... _/ & 9 ''-!V 3 V r-~ WIRE ~, ~ 1 4 l II I. I I 5 l,____) -l. I / 1 DETAIL A ANODE LEAD TIE BAG C J I ABOVE GRADE ~(~4. j 2 CONNECTION 3 /'-."I--~ ·--V / " ·~ ·v:1/ ·., ABOVE GRADE CONNECTION NOTES: 1. RISER PIPE SHALL BE WIRE BRUSHED 1 • 4 . : -V / · 4 -1 TO CLEAN BRIGHT METAL ,. .. . ', 4 \ . ... : . / 1/ _· . ~1· 1 2. PIPE CLAMP SHALL BE LOCATED ON . -.. V --RISER PIPE. ' 4 / 3. WIRE INSULATION SHALL BE STRIPPED 5 . 4 /" ·,,-., I v.~ • .. V ·_ < • d' TO A MINIMUM LENGTH TO CONNECT _ :.~v v: .. 4 _. WIRE TO PIPE CLAMP. ®---.. -~~vv -'. PACKAGED BACKFILL COMPOSITION: -V /,.,_ " 75% GYPSUM 7 .... -.. . ! 20% BENTONITE •' ,4 : ,· _44 > , 4 ' 5% SODIUM SULFA TE • .. ·, . ZINC ANODE INGOT WEIGHT: 30 LBS. PKGD. WEIGHT: 70 LBS. APPROX. ITEM DESCRIPTION SPEC/DWG 1 ANODE LEAD N0.12 AWG STRD. COPPER WIRE W / THW INSULATION. 2 HEAT SHRINKABLE SLEEVE. 3 SIL VER SOLDER CONNECTION. 4 1 /4" DIAMETER GALVANIZED STEEL CORE. 5 2"X2"X30" ZINC ALLOY INGOT. 6 CLOTH BAG. 7 PACKAGED BACKFILL. 8 BRASS OR COPPER RISER PIPE. 9 BRASS OR COPPER PIPE CLAMP WITH SCREW TERMINAL. REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ;,11\o....~'T-t l ' -½ 1/4/A. ZINC ANODE AND CONNECTORS CITY ENGINE~R IJ DA TE FOR I" AND 2" WATER SERVICE STANDARD DWG. NO. W-25 VOLUME 3 -STANDARD DRAWINGS & SPECIFICATIONS CHAPTER 2 -CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONAL STANDARD DRAWINGS Note: The minimum allowable concrete mix design for all concrete placed within public right- of-way shall be 560-C-3250 as specified in the Standard Specifications for Public Works Construction. DWG. MODIFICATION D-2 Enlarge curb inlet top to width of sidewalk (not to exceed 5'6") by length of inlet including wings. Existing reinforcing steel shall be extended across enlarged top to clear distances shown. D-20 Delete. D-27 Add: A maximum of three (3) combined outlets in lieu of Std. D-25. D-40 Add: "T" dimension shall be a minimum of three (3) times size of rip rap. D-70 Minimum bottom width shall be 6' to facilitate cleaning. D-71 Minimum bottom width shall be 6' to facilitate cleaning. 0-75 Delete "Type-A" Add: 6" x 6" x #10 x #10 welded wire mesh, instead of stucco netting. E-1 Delete direct burial foundation. Add: The light standard shall be pre-stressed concrete round pole. E-2 Grounding per note 2. Attachment of the grounding wire to the anchor bolt shall be below the light standard base plate with an approved connection. G-3 Delete. G-5 Add: Note 4. Tack coat shall be applied between dike and existing asphalt concrete surface as specified in Section 302-5.4 SSPWC. G-6 Type B-1 not used. When specified, Type B-2 shall have a curb height of8", width of 6", with a 3:1 batter. When specifically approved by the City Engineer, Type B-3 shall have a curb height of 8", width of 6", a 3:1 batter with the hinge point eliminated. G-11 Add: Remove curb/gutter and sidewalk from score-mark to score-mark or from joint-to-joint or approved combination. Volume 3 -Chapter 2 1 of 2 CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONALSTANDARD DRAWINGS (CONTINUED) DWG. MODIFICATION G-12 Add: smooth trowel flow line (typical) 7-1/2" thick with a minimum of 6" of aggregate base per City of Carlsbad Standard GS-17. G-13 Add: smooth trowel flow line (typical), 7-1/2" thick, with a minimum 6" of aggregate base per City of Carlsbad Standard GS-17. G-14 Change: Residential Thickness= 5-1/2" Commercial/Multi-Family Residential Thickness= 7-1/2" G-15 Delete requirement 3 G-24 Replaced with Carlsbad Standard Drawing GS-25 G-25 "Type-C" only (delete "Type D") G-26 Change thickness from 5-1/2" to 7-1/2" and add minimum 4" Class II base under curb/gutter (to 6" past back of curb). G-33 Delete G-34 "Type-C" only (delete "Type D") G-35 "Type-F" only ( delete "Type E") M General: Agency shall be "City of Carlsbad" M-2 Add: To be used only with specific approval of the City Engineer. Volume 3 -Chapter 2 2 of 2 SEE M-2 FOR MANHOLE FRAME ND COVER ,....._T C f-~ N~ l + I=! XO z w w ~ T~ .. A ~~ #4 n AROUND OPENING WING, WHERE OCCURS ON ONE OR BOTH SIDES .. B 4" RADIUS---~ TRANSITION TO NORMAL CURB HEIGHT IN 1 O' ON BOTH SIDES UNLESS OTHERWISE NOTED SEE NOTE 7 C J CURB LINE 6" SEE 0-12 FOR CONTINUOUS GALVANIZED STEEL FACE ANGLE AND PROTECTION BAR .. A PLAN .. B EDGE OF GUTTER SECTION 8-8 6"MIN (TYPICAL BOTH SIDES) L -LENGTH SHOWN ON PLANS SLOPE TO MATCH CURB PROFILE OR AS SHOWN ON PLANS Jz 3" CLR 7-1/2" 4-#4 AROUND PIPE #4 @ 12· #4@ 6" 3-#4 Y+10" f--1 1' ~ SEE SDARSD 0-1 lA & 0-118 FOR HORIZONTAL & FLOORING REINFORCEMENT OPTIONAL CONSTRUCTION JOINT 6" MIN ABOVE INVERT U;•Q•;;;;;;;[• ~:::::::~;;;;;;;;;~-SLOPE FLOOR 12: 1 30 D LAP~ '=:k=1 I TOWARDS OUTLET J a::-:5 ~ ....., (TYP) -1 T f--Y ---j Tl= 30 D LAP (TYP) Y IS DETERMINED BY PIPE SIZE -4' MIN, 8' MAX SECTION C-C NOTES 1. SEE D-11A, 0-11 B & 0-12 FOR ADDITIONAL NOTES AND DETAILS. X (4' MIN) (SEE NOTE 11) SECTION A-A 2. TYPES ARE DESIGNATED ON PLANS AS FOLLOWS: B (NO WING), 8-1 (ONE WING) or 8-2 (TWO WINGS). 3. MAINTAIN 1-1 /2" CLEAR SPACING BETWEEN REINFORCING AND CONCRETE SURFACE UNLESS OTHERWISE NOTED. 4. STEPS SHALL BE INSTALLED WHEN V EXCEEDS 4'. SEE 0-1 lA FOR DETAILS. 5. CONCRETE GUTTER TO MATCH ADJACENT GUTTERS. 6. AN EXPANSION JOINT SHALL BE PLACED AT THE ENDS OF THE INLET WHERE THE CURB IS TO ADJOIN. 7. PROVIDE 1/4" TOOLED GROOVE IN TOP SLAB IN LINE WITH BACK OF ADJACENT CURB. 8. SURFACE OF TOP SLAB TO MATCH SIDEWALK FINISH AND SLOPE. 9. IF REQUIRED BY LOCAL AGENCY, EXTEND TOP SLAB STEEL REINFORCEMENT 12" INTO ADJACENT SIDEWALK. OPTIONAL CONSTRUCTION JOINT 6" MIN ABOVE INVERT 30 D LAP (TYP) 10. ELEVATIONS SHALL BE SHOWN ON PLANS WHERE INDICATED BY "O" SYMBOL. LEGEND ON PLANS 11. IF REQUIRED BY LOCAL AGENCY, ENLARGE CURB INLET TOP TO WIDTH OF ADJACENT SIDEWALK (X + T NOT TO EXCEED 5' -6") BY LENGTH OF INLET INCLUDING WING(S). REINFORCING STEEL SHALL BE P7:::i EXTENDED ACROSS ENLARGED TOP TO CLEAR DISTANCES SHOWN. Revision By Approved ORIGINAL Kercheval Reformatted T. Stanton Edited T. Stanton Edited S.S. T. Regello Edited T.R. T. Regello Date 12 75 04/06 02/09 03/11 10/15 RECOMMENDED BY THE SAN DIEGO SAN DIEGO REGIONAL ST ANDA RD DRAWING REGIONAL STANDARDS COMMITTEE CURB INLET -TYPE B DRAWING NUMBER 12 17, '2015 D-02 2-#4 BARS ~Tl ITI--#4 BARS t PlACED DIAGONALLY A l #4 @ 8" BOTH WAYS BEND DOWN 15" (TYP) PLAN TYPE PIPE DIAMETER (D1) A4 AS A6 A7 AB BEND DOWN ---~ 15" (TYP) DIAGONAL BARS 2-#4 BARS-----j'--a+-' ELEV SHOWN ~PlA~-~~~~~~ UP TO 39" 42" TO 48" 51" TO 60" 63" TO 66" 69" TO 78" X 4' 5' 6' 7' 8' -lr -1 • --x------,, Ir -- SECTION A-A NOTES 1. SEE D-11 A AND D-118 FOR ADDITIONAL NOTES AND DETAILS. 2. CONCRETE BASE SHALL BE 560-C-3250. t- A J >- t- y (SEE NOTE 8) 4' 4' 4' 4' 4' t- z 6' 6' 6' 7' 8' SEE D-11A FOR STEP DETAILS 4-#4 AROUND PIPE OPTIONAL CONSTRUCTION JOINT 6" MIN ABOVE INVERT SLOPE FLOOR 12: 1 TOWARDS OUTLET LEGEND ON PLANS ==@]== 3. ALL PRECAST COMPONENTS SHALL BE REINFORCED WITH 1/4" DIAMETER STEEL, WOUND SPIRALLY ON 4' CENTERS. 4. ALL JOINTS SHALL BE SET IN ClASS C MORTAR. 5. MAINTAIN 1-1 /2" CLEAR SPACING BETWEEN REINFORCING AND CONCRETE SURFACE UNLESS OTHERWISE NOTED. 6. EXPOSED EDGES OF CONCRETE SHALL BE ROUNDED WITH A 1 /2" RADIUS. 7. MANHOLE COVER TO BE MARKED "STORM DRAIN". 8. MODIFICATIONS TO "y" DIMENSION IS REQUIRED IF PIPE (D2) EXCEEDS 39". 9. IF CONSTRUCTED ADJACENT TO SIDEWALK, TOP OF MANHOLE AND SlAB TO MATCH SIDEWALK SLOPE AND FINISH. Revision By Approved Date ORIGINAL Kercheval 12 75 Reformatted T. Stanton 04/06 Edited T. Stanton 02/09 Edited s.s T. Regello 03/11 Edited T.R. T. Regello 10/15 SAN DIEGO REGIONAL STANDARD DRAWING STORM DRAIN CLEANOUT -TYPE A RECOMMENDED BY lHE SAN DIEGO REGIONAL STANDARDS COMMITTEE DRAWING NUMBER 12. 17 '2015 D-09 #4 @ 6" oc I- X I- TYPE PIPE DIAMETER (D1) 85 UP TO 51" 86 54" to 60" 87 63" to 69" 88 72" to 81" 89 84" to 90" y A _j PLAN X y 5' 4' 6' 4' 7' 4' 8' 4' 9' 4' z 5' 6' 7' 8' 9' SEE D-11A FOR #4 BARS PLACED DIAGONALLY ( SEE M-3 FOR MANHOLE FRAME AND COVER STEP DETAIL-----c,,_,__~ ;.,,Lu O:::Z oo NOTES 1. SEE D-11A & D-118 FOR ADDITIONAL NOTES AND DETAILS. 2. ALL JOINTS SHALL BE SET IN CLASS C MORTAR. 3. ALL PRECAST COMPONENTS SHALL BE REINFORCED WITH 1 / 4" DIAMETER STEEL WOUND SPIRALLY ON 4" CENTERS. 4. MAINTAIN 1-1/2" CLEAR SPACING BETWEEN REINFORCING AND CONCRETE SURFACE. 5. CONCRETE BASE SHALL BE 560-C-3250. 6. EXPOSED EDGES OF CONCRETE SHALL BE ROUNDED WITH A 1 /2" RADIUS. 7. MANHOLE COVER TO BE MARKED "STORM DRAIN". 8. MODIFICATIONS TO "y" DIMENSION REQUIRED IF PIPE (D2) EXCEEDS 39". BEND DOWN 15" (TYP) ROUNDED PIPE ENDS SEE D-61 ELEV SHOWN ON PLANS---t--=:1:--..........u 9. IF CONSTRUCTED ADJACENT TO SIDEWALK, TOP OF MANHOLE TO MATCH SIDEWALK SLOPE. SECTION A-A (.) -=en+-> Lu a:: :g; I- I- 4-#4 AROUND PIPE SLOPE FLOOR 12:1 TOWARDS OUTLET LEGEND ON PLANS = =@J= = RECOMMENDED BY THE SAN DIEGO Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval Add Metric T. Stanton Reformatted T. Stanton Edited T. Stanton Edited S.S. T. Regello 12 75 03/03 04/06 STORM DRAIN CLEANOUT TYPE B 02/09 03/11 Chai DRAWING NUMBER 12. 17, '2015 D-10 X iJ~T-----------1~· r-SEE TABLE ON D-11 B FOR HORIZONTAL I- >- NOTES i--::. _.__ .____. --• I I/VERTICAL REINFORCING #4 @ 18" MAX (TYP) r • 1-1 /2" CLR (TYP ·--~ ~ 2" (TYP) J l TYPICAL BOX SECTION 14" STEP DETAIL 1. CONCRETE SHALL BE 560-C-3250 UNLESS OTHERWISE NOTED. AND FLOOR REINFORCEMENT APPROVED STEEL REINFORCED POLYPROPYLENE STEP 2. REINFORCING STEEL SHALL COMPLY WITH THIS DRAWING (D-11A AND D-11 B) UNLESS OTHERWISE SPECIFIED. 3. REINFORCING STEEL SHALL BE INTERMEDIATE GRADE DEFORMED BARS CONFORMING TO LATEST ASTM SPECIFICATIONS. 4. BENDS SHALL BE IN ACCORDANCE WITH LATEST ACI CODE. 5. MINIMUM SPLICE LENGTH FOR REINFORCING SHALL BE 30 DIAMETERS. 6. FLOOR SHALL HAVE A WOOD TROWEL FINISH AND, EXCEPT WHERE USED AS JUNCTION BOXES, SHALL HAVE A MINIMUM SLOPE OF 1 : 12 TOWARD THE OUTLET. 7. DEPTH V IS MEASURED FROM THE TOP OF THE STRUCTURE TO THE FLOWLINE OF THE BOX. 8. WALL THICKNESS AND REINFORCING STEEL REQUIRED MAY BE DECREASED IN ACCORDANCE WITH TABLE ON D-11 B. 9. WALL THICKNESS SHALL BE STEPPED ON THE OUTSIDE OF THE BOX. 10. WHEN THE STRUCTURE DEPTH V EXCEEDS 4', STEPS SHALL BE CAST INTO THE WALL AT 15" INTERVALS FROM 15" ABOVE FLOOR TO WITHIN 12" OF TOP OF STRUCTURE. WHERE POSSIBLE, PLACE STEPS IN WALL WITHOUT PIPE OPENING, OTHERWISE OVER OPENING OF SMALLEST DIAMETER. 11. ALTERNATE STEP MAY BE AN APPROVED STEEL REINFORCED POLYPROPYLENE STEP. 12. UPON APPROVAL OF THE AGENCY, THE USE OF PRECAST STORM STRUCTURES IS ACCEPTABLE AS AN ALTERNATE TO CAST-IN-PLACE. PRECAST UNITS SHALL CONFORM TO ASHA STANDARDS AND BE MANUFACTURED IN A PERMANENT FACILITY DESIGNED FOR THAT PURPOSE. Revision By Approved Dote RECOMMENDED BY THE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval 12/75 Reformatted T. Stanton 04/06 Edited T. Stanton 02/09 INLETS AND CLEANOUTS Edited s.s T. Regello 03/11 NOTES AND DETAILS DRAWING D-11A Edited T.R. T. Regello 10/15 NUMBER BOX SECTION REINFORCEMENT (HORIZONTAL AND FLOOR) MAXIMUM SPAN THICKNESS HORIZONTAL AND FLOOR DEPTH REINFORCEMENT SIZE XOR Y V T AND SPACING 3' TO 4' #4 @ 18" 4'-1" TO 7' 4' 6" #4 @ 12" 7'-1" TO 8' #4@ 8" 3' TO 4' #4@ 18" 4'-1" TO 5' #4@ 12" 4'-1" TO 8' 6" 5'-1" TO 6' #4@ 8" 6'-1" TO 8' #4@ 6" 3' TO 4' 6" #4@ 15" 4'-1" TO 5' #4@ 12" 8'-1" TO 12' 5'-1" TO 6' 8" #4@ 8" 6'-1" TO 8' #4@ 6" 3' TO 4' #4 @ 12" 4'-1" TO 5' #4@ 12" 5'-1" TO 6' 12'-1" TO 16' 8" #4 @ 8" 6'-1"T07' #4 @ 6" 7'-1" TO 8' #5@ 8" 3' TO 4' 8" #4@ 12" 4'-1" TO 5' #4@ 12" 5'-1" TO 6' 16'-1" TO 20' 1 o" #4 @ 8" 6'-1" TO 7' #4@ 6" 7'-1" TO 8' #5 @ 8" 3' TO 4' 8" #4 @ 12" 4'-1" TO 5' #4 @ 12" 5'-1" TO 6' 20'-1" TO 24' 10" #4 @ 8" 6'-1" TO 7' #4@ 6" 7'-1"T08' 12" #5@ 8" Revision By Approved Dote RECOMMENDED BY THE SAN DIEGO SAN DIEGO REGIONAL ST AND ARD DRAWING REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval 12/75 . , Add Metric T. Stanton 03/03 J~ 12/11/2015 INLETS AND CLEANOUTS ~ Reformatted T. Stanton 04/06 ChaiJ,l'l'erson R.C.E. 19246 Date Edited S.S. T. Regello 03/11 NOTES AND DETAILS DRAWING D-11B Edited T.R. T. Regello 10/15 NUMBER . N . . ·. "1 ----- 4 . "1 ~ I • ,.,., 4 "1 . <1 . 1/2" 91 ANCHOR BAR @ 3' OC MAX • <O 3" RADIUS-~ . 00 10" 1 "0 PROTECTION BAR I I -<I I I 4 I I / -f.-·. _j ~-<14~·-, [IJ ~ 4 -4 <I <I "1 4 "il <I 4 4 il <I I. 6" -12" NOTES 1/4" I -1 ..J 4 .q :'1 · ~I 4" X 3" X 3/8" <I <I 1 "91 SUPPORT BOLT . <O • 0 • N ----- 1. FACE ANGLE SHALL BE CAST CONTINUOUSLY INTO STRUCTURE FOR THE ENTIRE LENGTH "L". 2. ALL EXPOSED METAL PARTS SHALL BE HOT-DIPPED GALVANIZED AFTER FABRICATION. 3. WHEN CURB INLET OPENING HEIGHT (H) EXCEEDS 6", INSTALL 1 "91 STEEL PROTECTION BAR. STEEL PROTECTION BAR SHALL BE EMBEDDED 8" INTO CURB INLET. 4. INSTALL ADDITIONAL BARS AT 3-1 /2" CLEAR SPACING ABOVE FIRST STEEL PROTECTION BAR WHEN OPENING EXCEEDS 13". 5. WHEN CURB INLET OPENING LENGTH EXCEEDS 8' INSTALL 1 "91 STEEL SUPPORT BOLTS SPACED AT NOT MORE THAN 5' OC. Revision By Approved Date ORIGINAL Kercheval 12 75 Reformatted T. Stanton 04/06 Edited T. Stanton 02/09 Edited S.S. T. Regello 03/11 Edited T.R. T. Regello 10/15 SAN DIEGO REGIONAL STANDARD DRAWING CURB INLET OPENING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE DRAWING NUMBER 12. 17, '2015 D-12 4• -1 -- MAY BE . OPEN I") CHANNEL~ t t . I") 6" SECTION 8-8 NOTES 1. CONCRETE SHALL BE 560-C-3250. #4 @ 6" OC BOTH WAYS CONTINUOUS 'b ANCHOR t r-1- I") I ANCHOR I -l '7 -,_.__,_...._.__,_.,___.__7-----------~ ~ 6" DIMENSIONS SHOWN ON PlANS PLAN 18 SEE ANCHOR #4 @ 3• oc DETAIL MANHOLE FRAME AND COVER, SEE M-2 4" MIN I #4 @ 3" OC TOTAL 4 #4 @ 6" OC BOTH WAYS CONTINUOUS~ ----------- 1/4":1' SLOPE-.,. ·, . ' ... . J ELEV SHOWN I") ON PlANS Ls v J --1 I") SECTION A-A 'N -....... I 2. D = INSIDE DIAMETER OF PIPE OR DEPTH OF CHANNEL. 3. SECTION TO BE SLOPED lATERALLY WITH TOP CONFORMING TO THE GRADES OF THE EXISTING SIDEWALK AND CURB. 4. MANHOLE FRAME AND COVER MAY BE DELETED WITH OPEN CHANNEL. 5. TROWEL FINISH TOP SURFACE AND REPRODUCE MARKINGS OF EXISTING SIDEWALK AND CURB. 6. TROWEL FINISH FLOOR OF OUTLET. 7. PROVIDE 1/4" TOOLED GROOVE IN TOP SlAB IN LINE WITH BACK OF ADJACENT CURB. Revision By Approved Dote SAN DIEGO REGIONAL STANDARD DRAWING ORIGINAL Kercheval 2 75 ' Reformatte T.Stanton 04/06 Revised T.Stanton 11/08 CURB OUTLET -TYPE A Edited s.s T. Regello 03/11 Edited T.R. T. Regello 10/15 MONOLITHIC GUTTER ~ ~ :OVE EXISTING w :z ::J CURB AND GUTTER AND CONSTRUCT GUTTER MONOLITHIC WITH CURB OUTLET LEGEND ON PLANS ---~o ---~ RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE DRAWING NUMBER 12. 17, '2015 D-25 6" 1/2'' R w z ::::J co 0::: :::::, u \ 2" WEAKENED PLANE JOINT 1" R 4-. ,4 • ... " . (J) z 0 ~ Ci w _j (J) w 3: w 0::: 0::: w w ::r:: ::r:: f-3: 0 ti=~ WU ~o w z NZ -------3: 0 I ::r:: ~ (J) t ________ W _______ f~ TYPE w *AREA G 24" 1.34 SQ. FT. H 30" 1.60 SQ FT. * 6" CURB HEIGHT NOTES: 1. CONCRETE SHALL BE 520-C-2500. 2. SEE STANDARD DRAWINGS G-9 AND G-10 FOR JOINT DETAILS. 3. SLOPE TOP OF CURB 2% MAX TOWARD GUTTER. Revision By Approved Date ORIGINAL KERCHEVAL 12/75 SAN DIEGO REGIONAL STANDARD DRAWING ADD METRIC T. STANTON 03/03 EFORMATTE T. STANTON 04/06 CURB AND GUTTER -COMBINED UPDATED MR MR/CV 11/11 UPDATED CV CV 12/15 LEGEND ON PLANS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE DRAWING NUMBER G-02 3" TYPE A ~ HEIGHT 6", 8", OR 9" AS INDICATED ON PLANS R=1" _l___ t N ~-;:./-:r~ I -2H + 6" -1 TYPE C I -1'-4" -I TYPE E (MOUNTABLE DIKE) R=1" ':._;- Level Line ~ SLOPE END OF DIKE 1,1 · 7 WHEN NOT JOINING OTHER IMPROVEMENTS ALL TYPES -SIDE VIEW NOTES: R=1" 1. DIKES SHALL BE PLACED ON A 2" SECTION OF A.C. SURFACING, EXTENDING THROUGHOUT THE WIDTH OF THE DIKE. 2. PG-70-10 GRADE ASPHALT TO BE USED FOR ALL DIKES. 3. SHAPE AND COMPACT DIKES WITH AN EXTRUSION MACHINE OR OTHER EQUIPMENT CAPABLE OF SHAPING AND COMPACTING THE MATERIAL TO THE REQUIRED CROSS-SECTION. 4" M l I 13" TYPE B l_ ----i r4'· "½Z2Y i1. 8" -I TYPE D -4" -----~T N TYPE F (MOUNTABLE DIKE) APPROX. DIKE QUANTITIES TYPE REQD PER LIN. FT. A 0.0250 TON B 0.0375 TON C-6" 0.0375 TON C-8" 0.0583 TON C-9" 0.0702 TON D 0.0062 TON E 0.0407 TON F 0.0623 TON LEGEND ON PLANS RECOMMENDED BY THE SAN DIEGO Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COMMITTEE 12/75 ORIGINAL KERCHEVAL ' ADD METRIC T. STANTON 03/03 12 17 '2015 EFORMATTE T. STANTON 04/06 DIKES -ASPHALT CONCRETE UPDATED MR MR/CV 11/11 DRAWING G-05 REVIEWED CV CV 12/15 NUMBER AREA TO BE REMOVED EXISTING SCORE MARK 5', OR FROM JOINT IN PANEL, WHICHEVER IS LESS EXISTING ,JOINT SIDEWALK PLAN EXISTING SCORE MARK=:::::..., I f · ... , ! .. ·· . .-·._· ·. -·. a SIDEWALK SECTION AREA TO BE REMOVED 5', OR FROM JOINT IN PANEL, WHICHEVER IS LESS CURB PLAN 30" MIN. FROM EXISTING JOINT OR EDGE OF CURB CURB LINE GUTTER LINE rEXISTING JOINT OR EDGE EXISTING SCORE MARK AREA TO BE REMOVED • 1 · 5' MIN. FROM EXISTING • 1 5' MIN. JOINT OR EDGE OF PAVEMENT EXISTING JOINT OR EDGE NOTE: . . -~-: .. , ., . •. . : PAVEMENT SECTION ... REMAINING EDGE TO BE SMOOTH AND TRUE WITH 1-1/2" MIN. NO SHATTER CONCRETE TO BE REMOVED T SAW CUT ... 1. SIDEWALK CROSS SLOPE SHALL BE 2% MAX. · • 4: ·. ,4 ,. 2. WHEN DISTANCE FROM "AREA TO BE REMOVED" TO EXISTING JOINT, EDGE OR SCORE MARK IS LESS THAN MINIMUM SHOWN, "AREA TO BE REMOVED" SHALL SECTION BE EXTENDED TO JOINT, EDGE OR SCORE MARK. SHOWING CUT Revision By Approved Date RECOMMENDED BY ll-tE SAN DIEGO ORIGINAL KERCHEVAL ADD METRIC T. STANTON EFORMATTE T. STANTON UPDATED CV MR/CV REVIEWED CV CV 12/75 03/03 04/06 11/11 12/15 SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COMMITTEE CONCRETE CURB, GUTTER, SIDEWALK AND PAVEMENT REMOVAL AND REPLACEMENT DRAWING NUMBER 12. 11, '2015 G-11 P.C.R. RADIUS I ~\~ '--~/;(TYP.) f I "' '-(' I \ "' --1/: \ "' : \ "'"' 'f. <-· A P.C.R. RADIUS ------~ ---///1 --/ I I / I I / I I / I o:::. I \ ~L ;,: :-:,:_ u \ ~ --~:-;_~ ...... -. -... -... --------- 0.: I ~ : . :--··_:_:_ ~I / ~I 1--~~~~--1i .. -· • .-•-.• .. ' A···• ... .·• • • ,• • • •,,. ~ .. .. ',, • ..... I:• A CONTACT JOINTS PER STANDARD DRAWING G-1O WHEN PLAN 1 O' UNLESS OTHERWISE 1 · SHOWN ON PLAN ' I 1.5% 1.5% - SEPARATE POURS ARE MADE 1/2" R TYP. \_ BASE MATERIAL AS SHOWN ON PLANS SECTION A-A NOTES: 1. CONCRETE SHALL BE 56O-C-3250. 2. ---------= WEAKENED PLANE JOINTS. 3. ----= TYPICAL FLOWLINES. 4. o = ELEVATIONS TO BE SHOWN ON PLANS. 5. RETURN SEGMENTS TO BE 7" THICK. 6. CURB BETWEEN P.C.R.S SHALL BE CONSIDERED AS PART OF THE CROSS GUTTER. 7. IN ALL CASES SUBGRADE SHALL BE COMPACTED TO 95% MIN. RELATIVE COMPACTION TO DEPTH OF 12". LEGEND ON PLANS Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY lHE SAN DIEGO REGIONAL STANDARDS COMMIITTE ORIGINAL KERCHEVAL 12/75 , ADD METRIC T. STANTON 03/03 EFORMATTED T. STANTON 04/06 UPDATED CV MR/CV 11/11 REVIEWED CV CV 12 15 CROSS GUTTER Chai DRAWING NUMBER 12 17. '2015 G-12 2" X 1" diamond mat, 1/8" deep 3/ 4" radius lug slot in both sides of rim 15" Open position mark, 1 /8" deep groove in both sides of rim and cover. ---1/16" ---1/8" -··. "~; ·-~-." TOP OF FRAME & COVER Letters 1" high, 3/4 • no other inscription to appear on exposed surfaces. SECTION THROUGH RIM I , 23 5/8" outside dia. of cover I t}~ mtrn½l 2 z mtc1-.··;',J J/B' Machined Surface NOTES 22" Dia. Clear Opening SECTION THROUGH FRAME & COVER 5/8" R BOTTOM OF COVER 1. Frame and cover shall be cast iron. Cast iron shall conform to ASTM 48, Class 30. 2. Frame and cover for use in non-traffic area only. 3. Weights: Frame 29 lbs -33 lbs. Cover 95 lbs. -110 lbs. 4. Imported frames and covers shall have the country of origin marked in compliance with federal regulations. ':- /~~'----1......--L~ ~~ .., N ,,,.__-~-, 1/4"-f 7/8"-- 3/8"-- . N .......... SECTION THROUGH LUG 1314.1 3/8" SECTION THROUGH RIB AT MID RADIUS 0.----------------, FOR Sewer Projects Storm Drain Projects Water Projects MARK Sewer Storm Drain Water Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Delete Metric Reviewed 24" MANHOLE FRAME AND COVER LIGHT DUTY DRAWING NUMBER M-02 Machined Surface ~.----:See Detail HALF PLAN FRAME & COVER 1/ 4• chamfer 25• D -JI 26 1/2• D -l HALF SECTION FRAME & COVER NOTES 1. Frame and cover shall be cast iron. Cast iron shall confonn to ASTM 48, Class 358. 2. Weights: Frame 314 lbs -363 lbs. Outer Cover 285 lbs -330 lbs. Inner Cover 147 lbs -171 lbs. 3. Machine all matching surfaces and seats of frame and cover to prevent rocking. 4. Imported frames and covers shall hove the country of origin marked in compliance with federal regulations. 12 Ribs 30· DETAIL x C E Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Updated D. Gerschoffer 15-Dec 36" MANHOLE FRAME AND TWO CONCENTRIC COVERS HEAVY DUTY DRAWING NUMBER M-03A Cover Drill and tap for 0.625• X 20 UNC Thread, 1.50• Deep Cbore 1.625• Dia. X 0.625• Deep t-····· • •• ,._ ____ ., • V . . . . • -""="""'"""'"""'"""""'"-" V : Ii' M-01 Detail: COVER TO FRAME Inner Cove See 0-Rln Groove Detail Drill and tap for 0.625• X 20 r UNC Thread, 1.50• Deep Cbore 1.625• Dia. X 0.625• Deep _....;. _____ 6.94. -----"4 M-OJA Detail: INNER COVER TO OUTER COVER M-01 COVER AND FRAME BOLT PLACEMENT (See Note 3} rBolt Position / Indicator M-OJA CONCENTRIC COVERS AND FRAME BOLT PLACEMENT (See Note 3} Drill and tap for o.s25• X 20 UNC Theard, 1.50• Deep Chore 1.e25• Dia. x o.e25• Dee Outer Cover .. ,. • r ,. . .. ,. ........ . ,,, .. .. . . . ... .. . .. ...... ...A -35• Dia. (Ref.) --..a .... v------.. ..... • .. ... • ..... -'\,--36.32• Dia. • •. • • • •• NOTES: M-OJA Detail: OUTER COVER TO FRAME NEOPRENE 0-RING GROOVE DETAIL 0.125• R Groove 1. o.s25• X 20 UNC THREAD, 316 STAINLESS STEEL SOCKET HEAD CM' SCREW AND 1.50• O.D. X 0.68r I.D. X 0.078• THICK 316 STAINLESS STEEL WASHER. 2. 0.25• NEOPRENE 0-RING GASKET SHALL BE GLUED INTO MACHINED GROOVE. GLUE SHALL MEET THE REQUIREMENTS OF MIL-M-81288 (AMEND. 1) 3. BOLTDOWN PATTERNS: • M-01 DETAIL (24 • COVER & FRAME): INSTALL TWO (2) BOLTS AT 180 DEGREES. • M-03A DETAIL (CONCENTRIC COVERS): BETWEEN INNER AND OUTER COVERS INSTALL TWO (2) BOLTS AT 180 DEGREES. Revision Date ORIGINAL Parkinson 2/95 SAN DIEGO REGIONAL ST ANDA RD DRAWING RECOMMENDED BY lHE SAN DIEGO REGIONAL STANDARDS COMMITTEE Updated D. Gerachoffer 12/15 MANHOLE COVER -LOCKING DEVICE DRAWING NUMBER t2/!7/2015i Date M-04 I • 24" min • I C.I. 5" MIN 6" THICK GROUT PAD SLOPE SURFACE OF GROUT PAD TO DRAIN AWAY FROM COVER, AND TO MEET EXISTING GRADE. PLAN-IN UNPAVED AREA J 14· I ~i....-1/4" i • 2"MIN ~~Cl ,.J/"/4 I 1· ~ RISER RING AC PAVEMENT Cl FRAME 1/4" -Ji- BRICK SUPPORT ALL AROUND ON 2" SAND BASEED '«> I') PCC PAVEMENT ROUT AROUND BOX\ ·., 6" · "DIA (MIN) 560-C-3250 CONCRETE TYPICAL MONUMENT SECTION IN PAVED AREA ALTERATION LOCATION OF MONUMENT. TIE DISTANCES SHOWN ON FINAL SUB- DIVISION MAP IF ALTERNATE LOCATION IS USED SEE ADDITIONAL STREET SURVEY MONUMENT NOTES ON M-10B LOCATION OF STREET SURVEY MONUMENT Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval 12 75 Revised D. Gerschoffe 09 / 15 STREET SURVEY MONUMENT DRAWING NUMBER M-10A STREET LOCATIONS I 1. ,..;'";,:. I 1. I .1 .1 ~~=i<:l I I ........ I I I I ~?-~:: I .......... ,.· ;..: I I ...... I I I I ... ;;• .. ,, ·-I -:··~.:: I I .;"'-.·:. I I I I ~ .. '.,· . ~~-... : •I . -. ..... ':. • .-.~.:i. • I ..... I •1 •1 '::-~·:-;, ---t + -· ----• ----·--+t • t+ <.,J <.,J <.,J .1 I ·' I I II I I I ~- I I .. . I I ~-; I I -·~ ·1 ... •;-1· I /-'~·-: I \ : .;. ~ .. t ·:.: i: :.~. I I I t:-f I (I) .!: ........ a, ·:lt~ C'> I I -0 I ::~: I Li.J ,_ .. I I C: I I • 2 0 'o (I) ..... ::::;; I I (I) ~ ·, ·1 :E! ::, r 0 Q:: .c c.n D t+ <.,J FREEWAY LOCATION l r--::KERS -Shall be blue 2-way stimsonite lifelite 88AB or equal. 6" 7 '\ Traffic stripe ADHESIVE -An ample amount of two (A&B) epoxy or equal. --=i--:.r-- Marker •-t- DETAIL SURFACES -Clean and dry prior to installation per manufacturer's recommendations. Install markers with reflective surface facing oncoming vehicles and offset 2" from lane lines toward fire hydrant. NOTES 1. Fire Department will provide location(s) for all markers in PRD's, Commercial Lots and other areas outside of Public Right of Way. 2. Markers must be installed at the new and relocated hydrants and within all resurfacing projects. 3. For streets without lane lines or streets with raised pavement markers and no painted lane lines, install markers 6" from centerline or existing markers. Revision B Approved Date Updated o. Gerschoffer 15-0ec SAN DIEGO REGIONAL ST ANDA RD DRAWING FIRE HYDRANT MARKERS LEGEND ON PLANS Marker • Fire Hydrant ~ RECOMMENDED BY 11-IE SAN DIEGO REGIONAL STANDARDS COMMITTEE DRAWING NUMBER 12/17/2015 M-19 TYPICAL CONTINENTAL 5 SINGLE RAMP CORNER \'\ ! \~~ MIN 12'' I \~", r\ ·-> /--RAMP TYP ~ FLARE TYP 11 r\( ~/ ',. ____ _ OSSWALK MARKINGS \ Ll~INEAT '-CONTROLLED CROSSINGS JUAL RAMP CORNER MIN 12" -OF BARS ', CENTER OF ',,,,,~ CURB RAMP -------~~/ --------~EGEND / · · CONSTRUCTION LINE =:-= CURS & GUTTER -CROSSWALK BAR (24" WIDE) GENERAL NOTES: 1. ALL MARKED CROSSWALKS SHALL HAVE CONTINENTAL MARKINGS UNLESS APPROVED OTHERWISE. FLARE TYP. 2. MARKED CROSSWALK LOCATIONS CONSISTING OF BRICK PAYERS OR OTHER DECORATIVE PAVING SHALL BE PROVIDED WITH A LIMIT LINE ONLY. 3. SIGNALIZED INTERSECTIONS SHALL BE PROVIDED WITH A MARKED CROSSWAl.K <\CROSS EACH LEG WHERE PEDESTRIANS .1\RE PERMtTTEO ro CROSS 4. CONTINENTAL CROSSWALK MARKINGS SHALL BE ALIGNED PARALLEL TO THE DIRECTION OF VEHICULAR TRAVEL 5. LIMIT LINES SHALL BE INSfALLED A MINIMUM OF 4 FEET IN ADVANCE OF MARKED CROSSWALKS FOR THE APPROACH LANES AT ALL CONTROLLED CROSSINGS 6. MARKED CROSSWALKS SHOULD BE A MINIMUM OF 10 FEET IN WIDTH. PLACEMENT OF CONTINENTAL CROSSWALKS SHALL COMPLY WITH ACCESSIBILITY REGULATIONS PER THE MOST RECEMT VERSION OF AMERICANS WITH DISABILITIES ACT (ADA) ST AN DAROS 7. THE CROSSWALK BETWEEN A DUAL RAMP CORNER AND A SINGLE RAMP CORNER SHALL BE AT LEAST 10 FEET WIDE AND SATISFY THE MINIMUM OF 2 FEET BEYOND THE FLARE REQUIREMENT FOR THE SINGLE RAMP 8. CONTINENTAL CROSSWALK BARS SHALL BE UNIFORM WITHIN THE SAME CROSSING. NO PARTIAL BARS SHALL BE JNSTALLED. 9. A CROSSWALK BAR SHALL BE CENTERED IN THE CENTER OF THE CROSSING. 10. CROSSWALK MARKJNGS SHALL BE CALIFORNIA MANUAL ON UNIFORM TRAFFlC CONTROL DEVICES (CA-MUTCD) RETROREFLECTMTY COMPLIANT AND SKID RESISTANT CITY OF SAN DIEGO -STANDARD DRAWING CONTINENT AL CROSSWALK MARKINGS LAYOUT AND NOTES SHfE7 1 OF J 'l:CJ'Y•lll:1.oco a, 1~r on Of !AH ::w:c., tlAh...'>~Oi. .,:,uu.,.11tt. OflAW1NG NVN'!!EH SDM-116 :I: u z Lu ~ -------·-·-···-·--·--·--12• 12• 12• EXIST MAIN SEE • I • • I • • I / NOTE 2 BELOW ( v--:~.<,, i·· o \ { ~ · ...... i \ U · ~~~~-3 -/.~ • · .. . · i ; ~---7--",··,--,,_,----24-.------··. ·_. r<( PLUG~ITH SUITABLE ----'--'PL;;.a;U..;;.G---'W"""ITH----~SU~IT.=AB=LE= 1;.___=--__,/ 0 • c -/ ~CUT A~;~:l:O:p CONCRE1£ MATERIAL TO HOLD CONCRETE OF PIPE AND PLUG 24• OF PIPE WITH CONCRETE SEE MI N NOTE 3 BELOW ==-==-==-==---===-==-~ -~---~:-:-_______________ ,>:_~?:::-,~ -~;=~ ---,=,----- 1 a• EXIST MAIN SEE 1 • CONCRETE PLUG I / NOTE 2 BELOW (,------~-..,,--...-~-------------~-----7\ t ~ ""--'--~-'-------'-----"-'-......,C-.cL------------_J --------~------~~------------<:,:;~ _:~ PLUG WITH SUITABLE MATERIAL TO HOLD CONCRETE NOTES: 1) REFER TO AGENCY SPECIFICATIONS WHERE APPLICABLE 2) WATER AND RECYCLED WATER MAINS AND SEWER LATERALS 4• DIAMETER AND SMALLER SHALL HA VE A SHORT SECTION OF PIPE REMOVED AND PIPE ENDS ENCASED IN CONCRETE 3) EXISTING MAIN TO BE PLUGGED WITH CONCRETE OR PRESSURE GROUTED AT INTERVALS OF ABOUT 200' OR AS DIRECTED BY THE ENGINEER 4) EXISTING MAINS 16" AND LARGER REQUIRE THE ENTIRE LENGTH OF THE PIPE TO BE FILLED BY PRESSURE GROUTING OR BY BLOWN SAND 5) EXISTING VALVES SHALL BE TURNED TO THE CLOSED POSITION. REMOVE GATE WELL AND REPLACE WITH COMPACTED BACKFILL 6) FOR ABANDONMENT OF MANHOLES SEE SM-O8 7) PRIOR AGENCY APPROVAL REQUIRED FOR CUTTING AND PLUGGING Revision By Approved Date ORIGINAL J. Tomasulo 10/04 Delete Metric MR 8. KNOLL 03/11 SAN DIEGO REGIONAL ST ANDA RD DRAWING CUTTING AND PLUGGING ABANDONED WATER, RECYCLED WATER AND SEWER MAINS RECOMMENDED BY lHE SAN DIEGO REGIONAL STANDARDS COMMITTEE DRAWING NUMBER "1(26/21)/Z WP-03 APPENDIX "C" Tier 2 Storm Water Pollution Prevention Plan Template STORM WATER POLLUTION PREVENTION NOTES G[1efRAI ~'7[ Mf,1,'A'";.M[N' ~@"ffM"N7) !HE •OI LOJIING GE/1E?.Af._ 5/-:E MANA(;fU['iT R[QIJ!RfMEIYTS Sl-lALL f,f ADH[P[[! TJ-iR(JUGHOUT THf :JURAT!ON i)F Ti-tE ~YY<STRr)CT/0,'; ~rR~ (rE)R RCVI,'[;) 'IV CASf HIERGENC>' '/l'QRK 15 i?[Qc,'JHED, CONT4CT __ _ A!(TEc.:VC'I ____ _ ,'.: £,£VICES SHoa.v .J.'I CliY APPRO',[O J-L4N5 ;t//l!.L NOT 8£. M0\1:/i a.;: 1,!0D/F/£0 W!T/ifJUT '{)-,£ APPR0-1/..;. OF T~'f. fNQ1i[fR•N,; iN5Pft;TOR. J Ti-'[ ~'Q,,'Tf?AfTOR Sh~il RESTORE AL,_ ffi()S!Q',' CVt/TROi. OEm'.E~ TO 'MJRnNC OP.DER TO ,i.,t SAT/5FA,:l!Ot; OF THf Clr.1 f.NC/1/ffR 4F'!FR EA/>,' i?U/'1-[ .. 7 PROfJUCiNG R41Nl"AlL S GRADrNQ AR[AS AROUND l'Hf PROJCT PE/W,l[Tf.R MUST fJRArtl AWAY FROM THE FIKE C'" Si_(.,?£ ;1 l TH£ CDNCLUS,ON OF EACH MJR,</NG &-'1 Y AU. CR,Hfr &A,JS Sf/Id CO/./TAIN J/4 INCH l'•I.//MUM AGC?EGAr£ KfJRK,WG SIU "· AU. D?OSW DISTURBED ARiAS uusr HM[ £P(JS!C'v-/ PROrEC11G"'I WPs PflOPtPt.r INSTALL£{) Ti-115 ,i./,:/.1./0£S 4LL SUIWl¾C PADS, UNFIN/SHGJ POAI:5, ANO SLt~E5. 12 A1)£(it,ATE: 81.if's TC' CONTROi.. ,')f"ff;/'i'£ SED/M[f.l! rf,?Al...'K!!lfJ /IUS! B£ /IIST-41.1£!,, N/[} ',IAI.VT-4/NED ,~/ Al.I. (0N$T1i:UCT/C"I :7.IPLO(ff$ MUST 8£ r,,A,'NED ON !I-'£ 11,JPC-RTANCE uF '::TiJR',I WA rm NJLWT/(j,'/ PRnfNTI"'' AND BMP MAlf'iTE.'/A/,'C[ WEATHER TRIGGERED ACTION PLAN TIER 2 CITY STORM WATER POLLUTION PREVENTION PLAN (TIER 2 SWPPP) J F[i?'f!ul£R i,0!>5/ST//o/,; ,)f IMMC•i,c)ltl PH()SP.,ATE ':UcFAl[, /[)-21)-, mr .. · 15T s,.JcP'//.!ii' APPLIED AT {r{[ii'ATE t" 50() -~, Pf".'i /.Cf'£ SW~---BEST MANAGEMENT PRACTICES (BMP) SELECTION TABLE Best Management Practice· (BMP) Descnp/1on ---? Conslr!ietJOnActrv!!!::_ l~wpm~nt M~•s/er":mce c:id fc,~,~o ErooonContro/ '"'' ei:=Ps 1/on-Slo<mWater Managem,,,,IBMPs Was~U::~~t,,na!s llilil~l~li ~ S,,1,s'a~c~ t!se,'S1~,1aE ~-+--+--H ({, J~''''Y )es,q~~/,,,.n %mC'e0 '!le B,..e_,,,.ur,,o LEGEND lo[u.-r;:: iT[M!; TH[: :CFE. 1,1~p; H-IC•, -OWNER'S CERTIFICATION: --.................................... -...... - ----........ ___ _ T'<·· 1, STAB'~,ZFC FNTf'?AN•:i: ~ WM--1, MAT£R,Ai D[L,,1£f;,> ANIJ :OTDRA,;E ,YI,/-:', WA5T£ MANMXMUrr M.1 .. 9, SANITA,,;,r/Si:f''•C >rAS7;: <=== <==:: <'~ i-'HONl ~·-· ________ _ ! l VICINITY MAP SHEET INDEX: .......................................................... 5.,[£T 1 !>'IL[ ~Hi.ET SH["cT 2 f;RC'~!UN ,;{)N,PUL APN: SITE ADDRESS: AREA OF DISTURBANCE CONSTRUCTION THREAT: T/<REAT r:;, Sff"<"'M W4TER Qi,AUTY,'CHF:K BO•• LJ OVEL,,u'M QJYNE_Jy_Af'_f'_ld_G_ANT: NA/,/[ EMERGENCY CONTACT_: ~ ~ .~ I ~ 0 "' C) ~ I ~ .z Q_ <£ • i:i._ 'Z 0 h ~ ~ :~ ~ z iQ '~ h ~ j 0 i:i._ fiJ h ~ ~ ~ ~ V'.l C'-l ~ ~ h / :£) 0 z 0 .. 4. (JnHod) 3Arna OJIJ OIJ sl" 0 I :::; " I U) ,n ::-i_ <( I' 7 CL :z Q_ <l APPENDIX "D" Signing and Striping Notes CITY OF CARLSBAD STANDARD NOTES FOR SIGNING AND STRIPING PLANS GENERAL NOTES: 1. The contractor is responsible for installation of all signing and striping. 2. All signing, striping and pavement markings shall conform to the California Manual on Uniform Traffic Control Devices (latest version), the Caltrans Standard Plans and Specifications (latest version), these plans and the Special Provisions. 3. All signing and striping is subject to the approval of the Public Works Director or her representative, prior to installation. 4. Any deviation from these signing and striping plans shall be approved by the Public Works Director or her representative prior to any change in the field. 5. All striping shall be reflective per Caltrans specifications. Striping shall be repainted two weeks after initial painting. 6. All permanent signage shall be reflective per ASTM Designation D4956 and shall use Type IV prismatic reflective sheeting (High Intensity Prismatic or equal) unless otherwise specified. R1-1 "STOP", R1-2 "YIELD", R2-1 "SPEED LIMIT" and street name signs shall use Type IX prismatic cube-corner reflective sheeting (Diamond Grade VIP or equal). 7. Prior to final acceptance of street improvements, all street striping and markings within a 200' perimeter of the construction project will be restored to a "like new" condition, in a manner meeting the approval of the City Inspector. 8. Exact location of striping and stop limit lines shall be approved by the Public Works Director or her representative prior to installation. 9. Contractor shall remove all conflicting painted lines, markings and pavement legends by grinding. Debris shall be promptly removed by the contractor. 10. All pavement legends shall be the latest version of the Caltrans stencils. 11. Limit lines and crosswalks shall be field located. Crosswalks shall have 1 O' inside dimension unless otherwise specified. 12. All crosswalks, limit lines, stop bars, pavement arrows and pavement legends shall be thermoplastic unless otherwise specified. Preformed thermoplastic arrows and legends shall not be acceptable. 13. Bike lane legends and arrows shall be painted. 14. Size of signs shall be based upon the recommended sign sizes found in the California Manual on Uniform Traffic Control Devices unless otherwise specified. 15. Sign posts shall be square perforated steel tubing with breakaway base per San Diego Regional Standard Drawing M-45. 16. When a sign is attached to a pole, it shall be mounted using a standard City of Carlsbad approved mounting bracket with straps. 17. Existing signs removed by the contractor shall be delivered by the contractor to the City of Carlsbad Public Works Yard at 405 Oak Avenue. CITY OF CARLSBAD STANDARD NOTES FOR SIGNING AND STRIPING PLANS 18. All signs shown on these plans shall be new signs provided and installed by the contractor except those signs specifically shown as existing to be relocated or to remain. 19. Fire hydrant pavement markers shall conform to the California MUTCD and San Diego Regional Standard Drawing M-19. 20. Lettering on ground-mounted street name signs on streets with a speed limit of 25 mph or less shall be 4" upper case and 3" lower case. Lettering on all other ground-mounted street name signs shall be 6" upper-case and 4.5" lower-case. Lettering font shall be Clearview. Supplemental lettering such as suffixes, block numbers and directional arrows shall be at least 3" high. Street name signs for public streets shall have white lettering on a green background. Street name signs for private streets shall have black lettering on a white background. 21. Street name sign blanks shall be flat (non-extruded) and street name posts shall be a minimum 12-gage, 1¾" square tubing per San Diego Regional Standard Drawing M-45. 22. Where R6-1 "ONE WAY" signs are installed in a raised median, the bottom of the sign shall be 18" above the finished surface of the median. 23. Where OM1-3 object markers are installed in a raised median, the bottom of the sign shall be 24" above the finished surface of the median. 24. Where R4-7 sign and OM1-3 object marker are to be installed in a median less than 3 feet wide, the R4-7 sign shall be 18"x24" and the OM1-3 object marker shall be 12"x12". 25. All median noses and flares shall be painted yellow. 26. Existing "STOP" and "STOP AHEAD" signs and pavement legends shall not be removed until traffic signals are operational or until directed by the Public Works Director or her representative. 27. New "SIGNAL AHEAD" signs and pavement legends shall not be installed until traffic signals are operational or until directed by the Public Works Director or her representative. APPENDIX "E" Pothole Report Round 1 Dated December 14, 2016 UTILITY SURVEYO Mithael Baker International ::Jt#TJ~-'U Avenida Encinas, Suite 260 Carlsbad, CA 92008 (Attn: Scott Carwright) POTHOLING REPORT TABLE OF CONTENTS 1. Description of Pothole Procedures and Site Specific Details 2. Pothole Project Map(s) 3. Pothole Location Map(s) 4. Pothole Tabulation Report 5. Pothole Data Sheet(s) 6. USA Ticket(s) 7. Permit(s) 8. Miscellaneous: Supplemental Plans and Documents AIRX UTILITY SURVEYORS, INC. Description of Pothole Procedures and Site Specific Details AIR UTILITY SURVEYORS, INC. DESCRIPTION OF POTHOLE PROCEDURES AIRX Utility Surveyors performs a full range of specialized engineering services including Underground Utility Location and Vacuum Excavation (to verify depth and alignment of underground utilities). Underground Utility Location employs sophisticated electronic locating devices to trace the route of an underground utility; then the route is marked on the surface with marking paint in paved areas, or with 60 penny nails and feathers in unpaved areas. Vacuum excavation employs a vacuum truck in conjunction with high-pressure air or water to excavate material and expose an underground utility. A 10 to 12 inch diameter hole is first cored or chiseled through the pavement so that the vacuum hose and high pressure air or water hose can be inserted. Utilities found during potholing are located on the surface by placing two reference points (typically 36" apart) on either side of the pothole along the centerline (or edge) of the utility, using paving nails or 60 penny nails as appropriate. Depth measurements (to the nearest ½ inch) are taken midway between the two reference points. Utility alignment, depth, and other data is marked with pink paint (on pavement), or on wood lath (unpaved areas). SITE SPECIFIC DETAILS AIRX was contracted by Michael Baker International to perform utility locating and potholing services at Tamarack Ave & Park Drive in Carlsbad, California. A total of 31 potholes were excavated to establish conflicts and connection points on a variety of utilities. The results of the data are contained in the attached spreadsheet and data sheets. In preparation of these excavations, AIRX marked out the dig locations and called in for USA (Underground Service Alert). All traffic control plans and permits were drawn and applied for by AIRX and all traffic control was set up by AIRX. All of the excavations and discovery were eventless except for Potholes 12, 17, 18, 21 and 22. Pothole 23 was not excavated in the street however two potholes (23 & 23A) were excavated in the earth back of sidewalk based on a trace of a sewer snake inserted at the back kitchen area of the structure. The snake reached the ROW line but was stopped at a fitting so the trace into the street was not possible. The issue is one of clearance for the proposed trench and the potholes above have at least the following clearances: PH-12 (12.5'), PH-16 {10.1'), PH-17 (combines with PH-16 at 10.0'), PH-18{presumed 10.0'), PH-21 {10.5'), PH-22 (9.0') and PH-23 (7.5'). Pothole 23 was potholed back of the sidewalk at 75 inches with a 15 degree slope, however, we know it enters the main at about 10 feet but we don't know its alignment over that 50 foot distance. It is AIRX's recommendation that all pothole locations and the active mark out should be surveyed to aid in the adjustment of utilities on the final plan and profile. At each pothole location, the utility alignment was marked with pink paint, as well as paving nails or feathers. AIRX used potable water acquired offsite for excavation and all water and material vacuumed was disposed of off-site. No water was allowed to flow into storm drains or natural drainages. The potholes were covered with clean backfill material and compacted to 95% density in 6" lifts. The pavement was patched with an equal thickness of replacement asphalt. All field work was performed between November 21, 2016 and December 2, 2016. AIRX UTILITY SURVEYORS, INC. Pothole Project Map(s) AIR UTILITY SURVEYORS, INC. POTHOLE PROJECT MAP 1: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) Pothole Location Map(s) AIR UTILITY SURVEYORS, INC. POTHOLE LOCATION MAP 1: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) POTHOLE LOCATION MAP 2: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) POTHOLE LOCATION MAP 4: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) POTHOLE LOCATION MAP 5: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) POTHOLE LOCATION MAP 6: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) Pothole Tabulation Report AIRX UTILITY SURVEYORS, INC. :[Rit•". ---- Pothole Pavement Utility Site& Number Date Street Thldcness UtilitvTvne Material Asphalt -10.0" 1 11/29/16 Tamarack Ave Concrete • N/ A Storm Drain 48.0" RCP Total-10.0" Asphalt • 8.0" 2 11/22/16 Tamarack Ave Concrete-N/A Gas 2.0" Steel Total -8.0" Asphalt -8.0" 2 11/22/16 Tamarack Ave Concrete -N/ A Water 4.0" Concrete Total -8.0" Asphalt -8.0" 3 11/22/16 Tamarack Ave Concrete· N/A Water 8.0" Concrete Total-8.0" Asphalt -8.0" I 4 11/22/16 Tamarack Ave Concrete -N/ A Gas I LO" Copper Total-8.0" Asphalt -8-0" 4 11/22/16 Tamarack Ave Concrete -N/ A Water I 1.0" Copper Total -8,0" Asphalt -8.0" Sewer -Not 5 11/22/16 Tamarack Ave Concrete -N/ A N/A Total -8.0" Found Asphalt -8.0" 5 11/22/16 Tamarack Ave Concrete -N/A Gas 3/4" Steel Total-s.o" Asphalt -8.0" 6 11/21/16 Tamarack Ave Concrete • N/ A Water 4.0" PVC Tota! -8.0" Asphalt -8.0" 7 11/21/16 Tamarack Ave Concrete -N/A Water LO" Copper Total -8.0" Asphalt -8.0" I 8 11/21/16 Tamarack Ave Concrete -N/ A Sewer 1.0" Copper Total-8.0" Asphalt -5.0" 9 11/23/16 Park Dr t Concrete -N/A Water 1.0" Copper I Total. 5.0N Asphalt -5.0" 10 11/23/16 Park Dr Concrete -N/ A Sewer 4.0" VCP Total -5.0" Asphalt -5.0" 11 11/23/16 Park.Dr Concrete -N/ A Sewer 6.0"VCP Total-S.O" I Asphalt -6.0" I Sewer-Not 12 11/25/16 Park Dr Concrete -N/ A I N/A Total-6.0" Found Asphalt -8.0" 13 11/25/16 Park Dr concrete -N/ A f Total· 8.0" Sewer 4.0" Steel POTHOLE TABULATION REPORT: PARK TAMARACK DRAINAGE (CARLSBAD, CA) Depth-Oround Depth-Ground Depth--Oround to to Pothole Pothole to Top of Bottom of Utlllty Project Area Location Soil Tuno Too of Utilitv Encasement Encasement Orientation Ma"# Man# Oesuintion & Location I !Pothole 1 is located in the WSW-bound lane ofTamarack Ave in Subgrade 78.0" T/P N/A N/A NNW/SSE 1 1 !the intersection with James Dr approximately 16 feet SSE from !taceofcurb. iPotho!e 2 is located in the west-bound lane of Tamarack Ave Subgrade 47.5" T/P N/A N/A W/E 1 2 approximately 26 feet west of the intersection with Valley St approximately 16 feet south from face of curb. i Pothole 2 is located in the west-bound lane of Tamarack Ave Subgrade 58.0" T/P N/A N/A N/5 1 2 !approximately 26 feet west of the intersection with Valley St japproximately 16 feet south from face of curb. Pothole 3 is located in the west-bound lane of Tamarack Ave in· Subgrade 52.0" T/P N/A I N/A NNE/5SW 1 2 the intersection with Valley St approximately 30 feet north from face of curb. iPothole 4 is located in the WNW-bound lane of Tamarack Ave Subgrade 37.0" T/P N/A N/A NNE/SSW 1 2 I approximately 230 feet WNW of the intersection with Park Or 1approximately 16 feet SSW from face of curb. Pothole 4 is located in the WNW-bound lane of Tamarack Ave I 38.0"T/P N/A N/A approximately 230 feet WNW of the intersection with Park Dr Subgrade NNE/SSW 1 l 2 appro)(lmately 16 feet SSW from face of curb. iPothole 5 is located in the WNW-bound lane of Tamarack Ave Subgrade N/A N/A N/A N/A 1 2 1approximately 225 feet WNW of the intersection with Park Dr I approximately 18 feet SSW from face of curb. Poth01e 5 is lotated in the WNW~bollnd larie of Ti3m.JraCk Ave Subgrade 39.0" T/P N/A N/A NNE/SSW 1 2 approximately 225 feet WNW of the 1ntersectlon with Park Or ' approximately 18 feet SSW from face of curb, I ! !Pothole 6 is located in the WNW-bound lane of Tamarack Ave Subgrade 60.S" T/P N/A N/A NNE/5SW 1 2 !approximately 190 feet WNW of the intersection with Park Dr I !approximately 17 feet SSW from face of curb. I Pothole 7 is IOC'ate'd ill the WNW-b'Ci'U1ld 1a"ne· Of rama.ra<k Ave Subgrade 52.0" T/P N/A N/A NNE/SSW 1 2 approximately 180 feet WNW of the intersection with Park Or approximately 16 feet SSW from face of curb. I i Pothole 8 is located in the WNW-bound lane of Tamarack Ave Subgrade 50.5" T/P N/A I N/A NNE/S5W 1 2 !approximately 70 feet WNW of the intersection with Park Dr I I approximately 16 feet SSW from face of curb. ! Pothole 9 is located in front of 3997 Park Dr approximately SO Subgrade 23.0" T/P N/A N/A WNW/ESE 1 3 feet NNE of the intersection with Tamarack Ave approximately 7 feet ESE from face of curb. I !Pothole 10 is located in front of 3985 Park Dr approximately 130 Subgrade 121.0"T/P N/A N/A WNW/ESE 1 3 jteet NE of the intersection with Tamarack Ave approximately 7 I feet ESE from face of curb. I Pothole 11 ls located in front of 3975 Park Or approximately 300 Subgrade-111.0" T/P N/A N/A WNW/ESE 1 3 feet NNE of the intersection with Tamarack Ave approximately 7 I feet ESE from face of curb. Pothole 12 is located in front of 3971 Park Dr approximately 335 Subgrade N/A N/A N/A N/A 1 3 feet NNE of the intersection with Tamarack Ave approximately 7 feet ESE from face of curb. Pothole 13 ls located in front of 3964 approximately 455 feet Subgrade 131.0" T/P N/A N/A WNW/ESE 1 4 NNE of the Intersection with Tamarack Ave approximately 7 feet I ESE from face of curb. Notes Utility was found directly on markout. Utl!lty was found directly on rnarkout. Utility was found directly on markout. Utility was found directly on markouL Utility was found directly on markout. Utility was found directly on markout. No sewer utility found. The AIRX crew excavated 108 inches deep and 55 inches wide looking for sewer utility. Utility was found directly on markout. Utility was found directly on markout. Utility wiis folJnd directly on marko'lJt. Utility was found directly on markout. Utility was found directly on markout. Utility was found directly on markout. Utility was found dJrectly on markout. No sewer utility found. The AlRX crew excavated 132 inches deep and 24 inches wide looking for sewer utility. Utility was found directly on markout. I I l~ I I i I :II -4 ~ Page: 1 Pothole Pavement UtUltySlle& Number Date st.-I Thickness Utllitvr-Material I Asphalt -8.0" I 14 11/25/16 Park Dr Concrete -N/A Sewer 4.0'' VCP 1 Total -8.0" Asphatt - 7 .O" 15 11/25/16 Park Dr Concrete -N/A Gas 2.0" Steel I Total -7.0" I Asphalt -7.0" 15 11/25/16 Park Or Concrete· N/A Water 1.0" Copper Total· 7.0" Asphalt • 7 .O" 16 11/28/16 Park Or Concrete -N/A Sewer 4.0" Clay Total -7.0" I Asphalt_ 7.0" Sewer· Not 17 11/28/16 Park Dr Concrete -N/ A N/A Total-7.0" Found Asphalt • 5.0" 18 11/29/16 Park Or Concrete -N/A Sewer-Not N/A Total -5.0" Found I Asphalt -5.0" 18 11/29/16 Park Or Concrete -N/ A Gas 2.0" Steel Total-5.0" Asphalt • 5.0" f 19 11/29/16 Park Dr 1 Concrete -N/A Storm Drain Storm Drain Total -5.0" I Asphalt -4.0" 20 11/28/16 Park Dr Concrete • N/ A Water 1.0" Copper I Total -4.0" ' Asphalt -4.0" 20 11/28/16 Park Or Concrete-N/A Gas 3/4" Steel Total· 4.0" Asphalt -5.0" Sewer-Not 21 11/30/16 Park Dr Concrete -N/ A N/A Total -5.0" Found j Asphalt -5.0" Sewer -Not 22 11/30/16 Park Or Concrete -N/ A N/A Total· S.O" Found Asphalt. N/A Sewer -Not I 23 12/02/16 Park Dr Concrete • N/ A N/A Total -N/A Found I Asphalt· S.O" 23-A 12/02/16 Park Dr Concrete -N/ A Sewer 4.0" VCP Total· S.O" Asphalt· 5.0" 24 11/23/16 Park Or Concrete -N/ A Water 1.0'' Copper Total-S.O" Asphah -8.0" 25 11/30/16 Park Dr Concrete -N/ A Water 6.0"CCML5 Total-R.O' POTHOLE TABULATION REPORT: PARK TAMARACK DRAINAGE (CARLSBAD, CA) Depth-Ground Depth-Ground I Depth-Ground to to Pothole Pothole to Top of Bottom of Utility Project: Area Locatlon Soll Tvoe Too of Utilitv Encasement Encasement Orientation Man# Mao# Oesaiptlon & Location !Pothole 14 is located in the SSW+bound lane of Park Dr Subgrade 113.0" T/P N/A N/A WNW/ESE 1 4 !approximately 470 feet NNE of the intersection with Tamarack jAve approximately 7 feet from face of curb. I Pothole 15 is located ln the SSW-bound lane of Park Or Subgrade 38.0" T/P N/A N/A WNW/ESE 1 i 4 approximately 80 feet SSW of the Intersection with May Ct approximately 7 feet ESE from face of curb. !Pothole 15 is located in the SSW-bound lane of Park Or Subgrade 46.S" T/P N/A N/A WNW/ESE 1 4 !approximately 75 feet SSW of the intersection with May Ct japproximately 7 feet ESE from face of curb. Pothole 16 is located in the SSW-bound lane of Park Dr Subgrade 122.0" T/P N/A N/A WNW/ESE 1 4 approximately 70 feet SSW of the intersection with May Ct approximately 7 feet ESE from face of curb. Subgrade N/A N/A I N/A I N/A 1 4 !Pothole 17 is located in the SSW-bound lane of Park Dr japproximately 63 feet SSW of the intersection with May Ct Japproximately 7 feet ESE from face of curb. I Pothole 18 is located in the SSW-bound lane of Park Or N/A N/A N/A approximately 9 feet SSW of the intersection with May Ct Subgrade N/A 1 4 approximately 13 feet ESE from face of curb. !Pothole 18 is located in the SSW-bound lane of Park Dr Subgrade 33.0"T/P N/A N/A NNE/SSW 1 4 !approximately 9 feet SSW of the intersection with May Ct japproximately 13 feet ESE from face of curb. Pothole 19 is located in the SSW-bound lane of Park Or at the I Asphalt (•) N/A N/A WNW/ESE 1 4 intersection with May Ct approximately 11 feet ESE from face of curb. I WNW/ESE !Pothole 20 is located in the SSE-bound lane of WNW Subgrade 38.0" T/P N/A N/A 1 4 !approximately 290 feet SSW of the intersection with Monroe St !approximately 9 feet ESE from face of curb. I i I Pothole 20 is located in the SSE-bound lane of WNW Subgrade 46.0" T/P N/A N/A WNW/ESE 1 4 approximately 290 feet SSW of the intersection with Monroe St I approximately 9 feet ESE from face of curb. I ! ! Pothole 21 is located in the SSW-bound lane of Park Dr f approximately 28S feet SSW of the intersection with Monroe St Subgrade N/A N/A N/A N/A 1 4 I I I approximately 9 feet ESE from face of curb. I Pothole 22 is located in the SSW-bound lane of Park Or ' approximately 180 feet SSW of the intersection with Monroe St Subgrade N/A N/A N/A N/A 1 4 approximately 11 feet ESE from face of curb. I I !Pothole 23 is located next to the SSW-bound lane of Park Dr Subgrade N/A N/A N/A N/A 1 4 i approximately 101 feet SSW of the intersection with Monroe St I I approximately 7 feet WNW from face of curb. I I I Pothole 23.·A is IOCated near the SSW-bound lane of Park Or Subgrade/ I 75.0" T/P N/A N/A WNW/ESE 1 4 approximately 94 feet SSW of the intersection with Monroe St Gravel I approw:imately 7 feet WNW from face of curb. !Pothole 24 is located in front of 3095 Park Dr approximately 65 Subgrade 56.0" T/P N/A N/A WNW/ESE 1 4 I feet SSW of the intersection with Monroe St approximately 6 feet jESE from face of curb. I Pothole 25 is located in the NNE·bound lane of Park Dr at the Subgrade 49.0" T/P N/A N/A NNE/5SW 1 s intersection with Monroe St. Notes Utility was found directly on markout. Utility was found directly on markout. Utility was found directly on markout. Utility was found directly on markout. No sewer utility found. The AIRX crew excavated 131 inches deep and 36 inches wide and probed to 144 inches deep looking for sewer utility. The AirX crew noted excavating deeper than the main. No utility found. Utility was found directly on markout. Utility was found directly on markout. The AirX crew noted the concrete pipe to be about 35 inches deep at manhole. The concrete storm drain utitfty runs WNW -.,. .. Utility was found directly on markout. Utility Was found dfrectly on mai'kout: No sewer utility found. The AIRX crew excavated 154 inches deep and 36 inches wide looking for sewer utility. No sewer utility found. The AIRX crew excavated 136 inches deep and 48 inches wide looking for sewer utility. No sewer utility found. The AIRX crew excavated 120 inches deep looking for sewer utility. Pothole 23-A was added by the on-site AIRX representative in order to locate the sewer utility not found in Pothole 23. Utility was found directly on markout. Utility was found directly on markout. ~i I I I I ~ Page: 2 Pothole Pavement ! Utility Size & Number Date Street Thickness UtilitvTvoe Material Asphalt -6.0" 26 12/01/16 Park Or Concrete -N/A Storm Drain 6.0" PVC Total -6.0" 27 12/01/16 Monroe St l Asphalt -8,0" Concrete -N/A Sewer 4.0"PVC Total-8.0" Asphalt -8.0" 28 12/01/16 Monroe St Concrete -N/ A Sewer 4.0" PVC Total -8.0" Asphalt -6.0" i 29 12/01/16 Alder Ave Concrete -N/ A Water 8.0'' ACP Total-6.0" Asphalt -6.0" I 30 12/01/16 Park Dr Concrete -N/ A Water 8.0" ACP Total -6.0" I I ! , I I i j I I I I I ' l POTHOLE TABULATION REPORT: PARK TAMARACK DRAINAGE {CARLSBAD, CA) Depth-.Ground Depth-Ground Depth-Ground to to Pothole Pothole to Top of Bottom of Utility Project Area LOGatlon Sod Tvoe Too of Utllitv Encasement Encasement Orientation Mao# Mao# Oescriotion & Location I Pothole 26 is located in the NNE-bound lane of Park Dr at the Subgrade 26.5" T/P N/A N/A NNE/55W 1 5 intersection with Monroe St. Pothole 27 fa located in the ESE-bOund Jarie of Monroe St Subgrade 59.0" T/P N/A N/A NNE/SSW 1 5 approximately 97 feet ESE of the tntersectlon with Park Dr approximately 13 feet NNE from face of curb. I NNE/SSW !Pothole 28 is located in the ESE-bound lane of Monroe St Subgrade 66.0" T/P N/A N/A 1 5 !approximately 250 feet ESE of the intersection with Park Dr iapproximatety 12 feet NNE from face of curb. Pothole 291s located in the NNE-bound lane of Alder Ave approximately 25 feet NNE of the intersection with Monroe St Subgrade 40.0" T/P N/A N/A NNE/SSW 1 6 approximately 3 feet NW from edge of pavement. I NNE/S5W )Pothole 30 is located in the NNE-bound lane of Park Or Subgrade 54.0" T/P N/A N/A 1 5 !approximately 141 feet SSW of the intersection with Monroe St japproximately 20 feet WNW from face of curb. ' ' I I i I I ! I I I i I I I l I I I I f I ! I Notes Utility was found directly on markout. Utility was found directly on markout. Utility was found directly on markout. Utility Was follnd directly on markoUt. Utility was found directly on markout. j I i i j :a ! ~ ~ Page: 3 Pothole Data Sheet(s) AIR UTILITY SURVEYORS, INC. Ii POTHOLE DATA SHEET AIRX PROJECT#: I X160293 POTHOLE#: i 1 DATE EXCAVATED: 11/29/2016 UTILITY SURVEYORS, INC. ,m_, i,i@AAtllliilC -It UTJLITY#l UTILITY#2 Ground Observations Surface Ground Observations Surface §r-Pavement Type & Thickness Asphalt ...... . ... Pavement Type & Thickness None ..... ··t Pavement Type & Thickness EJi Pavement Type & Thickness . --t Total Pavement Thickness 10.0" Total Pavement Thickness Base & Thickness None ----·8--t Base & Thickness .... D--t Soil Type Subgrade Soil Type ' Ground Water Present & Depth None ..... G Ground Water Present & Depth .... D Utility Details Utility Details Utility Type Storm Drain Utility Type Utility Material RCP Utility Material --Depth to Top of Utility ffi - Diameter/Width of Utility ..... 48.0" 1 -' Depth to Bottom of Utility ..... N/A Depth to Top of Utility ...... w '1 >"'*"T-.. '<···; -tJ: I \ Diameter/Width of Utility . ..... !LJ. -}. -,/: Depth to Bottom of Utility . ... .. r:.;,,, . ..- -~ ity Direction NNW/SSE Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/ A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #1 Notes: Utility #2 Notes: Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 1 -DATE EXCAVATED: 11/29/2( - Pothole 1 is located in the WSW-bound lane of Tamarack Ave in the intersection with An alternate area view of Pothole 1. The photo above was taken in front of Pothole James Dr approximately 16 feet SSE from face of curb. The photo above was taken 1 facing SSE. in front of Pothole 1 facing ENE. A downhole view of the 48-inch RCP storm drain utility found in Pothole 1 at the A close-up view of Pothole 1 completed and the marked utility alignment found at depth of 78 inches T/P. Utility runs in a NNW/SSE direction at the pothole location the pothole location. and was found directly on markout. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 2 DATE EXCAVATED: 11/22/2016 UTILITY SURVEYORS, INC . . UTILITY #1 UTILITY #2 Ground Observations Surface Ground Observations Surface Pavement Type & Thickness Asphalt ffiJf~ Pavement Type & Thickness None .... ··t 1-P_a_ve_m_e_nt_T_Y_P_e_&_T_h_i_ck_n_e_ss----11-----A_s_p_h_a,_t ___ ...... IBJ·O" .. r- Pavement Type & Thickness None ...... N/A .. t t-------------+-----------1 Total Pavement Thickness 8.0" Total Pavement Thickness 8.0" Base & Thickness Yes ...... ~~}t I t-B_a_se_&_T_h_ic_k_n_es_s _____ -+-____ Ye_s ____ . {~~}t Soil Type Subgrade Soil Type Subgrade Ground Water Present & Depth None ..... 8 1-G_r_o_un_d_w_a_te_r_P_r_es_e_n_t_&_D_e_p_t_h...._ ____ N_o_n_e ___ -1 ..... 8 Utility Details Utility Details Utility Type Gas Utility Type Water Utility Material Steel Utility Material Concrete -I - Depth to Top of Utility m .... - Diameter/Width of Utility ..... 2.0" i - Depth to Bottom of Utility ..... N/A . 1-D_e_p_th_to_T_o_p_o_f_u_t_i1·_1ty _____________ ...... _ I /#T"""<J ...... 4.0" + : ~ 1----------------------1 -·\, ' ,,/. ...... N/1\ ~-,~ ' Diameter/Width of Utility Depth to Bottom of Utility -- ,ty Direction W/E Utility Direction N/S Pipe Cover Material Sand Pipe Cover Material Sand Utility Marked by USA Yes Utility Marked by USA Yes Tracer Wire Found No Tracer Wire Found No Markout Location Correct Yes Markout Location Correct Yes Standby Required: No Standby Required: No Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) N/A Approx. Station Location N/A Approx. Station Location N/A Northing Coordinates N/A Northing Coordinates N/A Easting Coordinates N/A Easting Coordinates N/A Utility #1 Notes: Utility #2 Notes: Utility was found directly on markout. Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT It: ' X160293 POTHOLE#: 2 -DATE EXCAVATED: 11/22/2( UTILITY SURVEYORS, INC, Pothole 2 is located in the west-bound lane of Tamarack Ave approximately 26 feet An alternate area view of Pothole 2, The photo above was taken in front of Pothole west of the intersection with Valley St approximately 16 feet south from face of curb, 2 facing west, The photo above was taken in front of Pothole 2 facing north, A down hole view of the utilities found in Pothole 2 and their orientation at the pothole location: 2-inch steel gas utility at the depth of 47,5 inches T/P and runs in a W/E direction; and a 4-inch concrete water utility at the depth of 58 inches T/P and runs in a N/5 direction, Utilities were found directly on markout, A close-up view of Pothole 2 completed and the marked utility alignments found at the pothole location, Page 2 of 2 - POTHOLE DATA SHEET AIRX PROJECT#; X160293 POTHOLE#: 3 DATE EXCAVATED: 11/22/2016 UTILITY SURVEYORS, INC. sc=w,,mwruttmm .,m . •.. UTILITY#l UTILITY#2 Ground Observations Surface Ground Observations Surface ~r-Pavement Type & Thickness Asphalt ...... .... . Pavement Type & Thickness None ..... ··t Pavement Type & Thickness .. ar-Pavement Type & Thickness ... ··t I Total Pavement Thickness 8.0" Total Pavement Thickness Base & Thickness Yes ---B--t Base & Thickness ---D--t ! Soil Type Subgrade Soil Type Ground Water Present & Depth None ·····B Ground Water Present & Depth ----D Utility Details Utility Details Utility Type Water Utility Type Utility Material Concrete Utility Material --Depth to Top of Utility m - Diameter/Width of Utility ...... 8.0" -. . ' Depth to Bottom of Utility ..... N/A Depth to Top of Utility ..... r--··r"<J - Diameter/Width of Utility w.~ -.-!".~('_j Depth to Bottom of Utility . .... ---------- ty Direction NNE/SSW Utility Direction Pipe Cover Material Sand Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #1 Notes: Utility #2 Notes: Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT #: X160293 POTHOLE#: 3 -DATE EXCAVATED: 11/22/2( - UTILITY SURVEYORS, INC. Pothole 3 is located in the west-bound lane of Tamarack Ave in the intersection with An alternate area view of Pothole 3. The photo above was taken in front of Pothole Valley St approximately 30 feet north from face of curb. The photo above was taken 3 facing south. in front of Pothole 3 facing north. A downhole view of the 8-inch concrete water utility found in Pothole 3 at the depth A close-up view of Pothole 3 completed and the marked utility alignment found at of 52 inches T/P. Utility runs in a NNE/SSW direction at the pothole location and was the pothole location. found directly on markout. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: ! X160293 POTHOLE#: i 4 DATE EXCAVATED: 11/22/2016 UTILITY SURVEYORS, INC. .. ,., .,,; , ... ;~ UTILITY #1 UTILITY #2 Ground Obsel'Vations Surface Ground Observations Surface Pavement Type & Thickness Asphalt ~r~ Pavement Type & Thickness None ····· N/A ··l ~r-Pavement Type & Thickness Asphalt •••••• t Pavement Type & Thickness None Total Pavement Thickness 8.0" Total Pavement Thickness 8.0" Base & Thickness Yes ------0--t ! Base & Thickness Yes ···{~lt Soil Type Subgrade Soil Type Subgrade Ground Water Present & Depth None -----8 Ground Water Present & Depth None ...... Utility Details Utility Details Utility Type Water Utility Type Water Utility Material Copper Utility Material Copper -- Depth to Top of Utility .... ffi - Diameter/Width of Utility ..... 1.0" -: '\.... ,,': Depth to Bottom of Utility ..... N/A • ... ... !" ....... ; Depth to Top of Utility ...... (-~f 'j - Diameter/Width of Utility .. .... 1.0" \ ~ -A Depth to Bottom of Utility . ..... N/A ~r.,/ .. J -- ity Direction NNE/SSW Utility Direction NNE/SSW Pipe Cover Material Sand Pipe Cover Material Sand Utility Marked by USA Yes Utility Marked by USA Yes Tracer Wire Found No Tracer Wire Found No Markout Location Correct Yes Markout Location Correct Yes Standby Required: No Standby Required: No Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: N/A (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location N/A Northing Coordinates N/A Northing Coordinates N/A Easting Coordinates N/A Easting Coordinates N/A Utility #1 Notes: Utility #2 Notes: Utility was found directly on markout. Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 4 UTILITY SURVEYORS, INC Pothole 4 is located in the WNW-bound lane of Tamarack Ave approximately 230 feet WNW of the intersection with Park Dr approximately 16 feet SSW from face of curb. The photo above was taken in front of Potholes 4 and 5 facing WNW. A downhole view of the utilities found in Pothole 4 and their orientation at the pothole location: a 1-inch copper utility at the depth of 37 inches T/P and runs in a NNE/SSW direction; and a 1-inch copper utility at the depth of 38 inches T/P and runs in a NNW/SSW direction. Utilities were found directly on markout. -DATE EXCAVATED: 11/22/2( - An alternate area view of Pothole 4. The photo above was taken in front of Potholes 4 and 5 facing SSW. A close-up view of Pothole 4 completed and the marked utility alignments found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 5 DATE EXCAVATED: 11/22/2016 UTILITY SURVEYORS, INC .. li:1111111!1/ --~·'· ,•, ,., '~ UTILITY#l UTILITY #2 Ground Obsei:vations Surface Ground Observations Surface Pavement Type & Thickness Asphalt ~~ Pavement Type & Thickness None ..... N/A .. t Pavement Type & Thickness Asphalt ~r Pavement Type & Thickness None ...... N/A --t Total Pavement Thickness 8.0" Total Pavement Thickness 8.0" ! l Base & Thickness None ----~}t ...... ~--t ! Base & Thickness None Soil Type Subgrade Soil Type Subgrade Ground Water Present & Depth None ..... 8 Ground Water Present & Depth None ..... 8 Utility Details Utility Details Utility Type Sewer -Not Found Utility Type Gas Utility Material N/A Utility Material Steel -- Depth to Top of Utility .... m -Diameter/Width of Utility ...... N/A - . l Depth to Bottom of Utility ..... N//1 Depth to Top of Utility .. fB -Diameter/Width of Utility .. 3/4" -Depth to Bottom of Utility . N/A , ..___ ~ ity Direction NNE/SSW Utility Direction Pipe Cover Material Sand Pipe Cover Material Sand Utility Marked by USA Yes Utility Marked by USA Yes Tracer Wire Found No Tracer Wire Found No Markout Location Correct No Markout Location Correct No Standby Required: No Standby Required: No Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: N/A (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location N/A Northing Coordinates N/A Northing Coordinates N/A Easting Coordinates N/A Easting Coordinates N/A Utility #1 Notes: Utility #2 Notes: Utility was found directly on markout. No sewer utility found. The AIRX crew excavated 108 inches deep and 55 inches wide looking for sewer utility. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 5 UTILITY SURVEYORS, INC. Pothole 5 is located in the WNW-bound lane of Tamarack Ave approximately 225 feet WNW of the intersection with Park Dr approximately 18 feet SSW from face of curb. The photo above was taken in front of Potholes 4 and 5 facing WNW. A downhole view of the 3/4-inch steel gas utility found in Pothole 5 at the depth of 39 inches T/P. Utility runs in a NNE/SSW direction at the pothole location and was found directly on markout. No sewer utility found. The AIRX crew excavated 108 inches deep and 55 inches wide looking for sewer utility. ' -DATE EXCAVATED: 11/22/2( - An alternate area view of Pothole 5. The photo above was taken in front of Potholes 4 and 5 facing SSW. A close-up view of Pothole 5 completed and the marked utility alignment found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: I X160293 POTHOLE#: 6 DATE EXCAVATED: I 11/21/2016 ............... ··-UTILITY SURVEYORS, INC. -s.· ;.- UTILITY#l UTILITY #2 Ground Observations Surface Ground Observations Surface ~r-Pavement Type & Thickness Asphalt ...... . ... Pavement Type & Thickness None ..... ··t Pavement Type & Thickness E1r-Pavement Type & Thickness ...... ··t . Total Pavement Thickness 8.0" Total Pavement Thickness Base & Thickness Yes ····{~·-t Base & Thickness ---D--t Soil Type Subgrade Soil Type Ground Water Present & Depth None ·--{~ Ground Water Present & Depth ----D Utility Details Utility Details Utility Type Sewer I Utility Type Utility Material PVC I Utility Material ~ ~ Depth to Top of Utility m -Diameter/Width of Utility ..... 4.0" -:\, ,,/: Depth to Bottom of Utility ..... N/.A ..... ..:-;~ ,; Depth to Top of Utility ······ i / .. ~~-,:r-.. :;<J -( I " Diameter/Width of Utility . .... i,_ I ~ -~t./J Depth to Bottom of Uti I ity ...... ------ icy Direction NNE/SSW Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #1 Notes: Utility #2 Notes: Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: : X160293 POTHOLE#: i 6 - UTILITY SURVEYORS, INC. Pothole 6 is located in the WNW-bound lane of Tamarack Ave approximately 190 feet WNW of the intersection with Park Dr approximately 17 feet SSW from face of curb. The photo above was taken in front of Pothole 6 facing WNW. DATE EXCAVATED: 11/21/2( An alternate area view of Pothole 6. The photo above was taken in front of Pothole 6 facing SSW. A downhole view of the 4-inch PVC sewer utility found in Pothole 6 at the depth of A close-up view of Pothole 6 completed and the marked utility alignment found at 60.5 inches T /P. Utility runs in a NNE/SSW direction at the pothole location and was the pothole location. found directly on markout. Page 2 of 2 - POTHOLE DATA SHEET AIRX PROJECT II: X160293 POTHOLE II: 7 DATE EXCAVATED: 11/21/2016 UTILITY SURVEYORS, INC UTILITY #1 UTILITY #2 Ground Observations Surface Ground Observations Surface 1-P_a_v_em_e_nt_T_Y_P_e_&_T_hi-ck_n_e_s_s _____ A_s_p_h_a_lt------1 BJ f Pavement Type & Thickness None B + ; Pavement Type & Thickness ······EJ··r- i---------t------1······ . .t Pavement Type & Thickness + Total Pavement Thickness 8.0" Total Pavement Thickness 1-B_a_s_e_&_T_h_ic_k_n_e_ss __________ Y_es ___ ----1······~:Jt ,_B_a_se_&_T_h_ic_k_n_es_s _______________ _,·····D··t Soil Type Subgrade Soil Type 1-G_r_o_u_nd_w_a_t_er_P_r_e_se_n_t_&_D_ep_t_h...._ ____ N_o_n_e ___ --t·····B 1-G_r_o_un_d_w_a_te_r_P_r_es_e_n_t_&_D_e_p_t_h....._ ________ .... ··· D Utility Details Utility Details Utility Type Water Utility Type Utility Material Copper Utility Material Depth to Top of Utility ; Diameter/Width of Utility ·····~ l.::TI .. D_e_p_t_h-to-Bo-t-to_m_o_f_U_ti-li-ty ___________ _,····· 1':/A Ll.,.<~J Depth to Top of Utility Diameter/Width of Utility Depth to Bottom of Utility - ity Direction NNE/SSW Utility Direction Pipe Cover Material Sand Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Stand by Required: No Standby Required: Standby Type: (Gas, Petroleum, etc. or N/A) N/A Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #1 Notes: Utility #2 Notes: Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: ' X160293 POTHOLE It: ' 7 -DATE EXCAVATED: 11/21/2( UTILITY SURVEYORS, INC. Pothole 7 is located in the WNW-bound lane of Tamarack Ave approximately 180 feet WNW of the intersection with Park Dr approximately 16 feet SSW from face of curb, The photo above was taken in front of Pothole 7 facing west. An alternate area view of Pothole 7. The photo above was taken in front of Pothole 7 facing SSW, A down hole view of the 1-inch copper water utility found in Pothole 7 at the depth A close-up view of Pothole 7 completed and the marked utility alignment found at of 52 inches T /P. Utility runs in a NNE/SSW direction at the pothole location and was the pothole location. found directly on markout. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: I 8 DATE EXCAVATED: 11/21/2016 UTILITY SURVEYORS, INC. .. 1,:_:;;:, ... I ;,,,-..,····1,,.1_,,.,_,,-·.f/\ UTILITY#l UTILITY #2 Ground Observations Surface Ground Observations Surface CEr-Pavement Type & Thickness Asphalt ...... . ... Pavement Type & Thickness None ..... ··t Pavement Type & Thickness ar-Pavement Type & Thickness ··t i Total Pavement Thickness 8.0" Total Pavement Thickness I Base & Thickness Yes ------0--t Base & Thickness ····D··t I Soil Type Subgrade Soil Type Ground Water Present & Depth None .... [~~] Ground Water Present & Depth ------D Utility Details Utility Details Utility Type Water I Utility Type I Utility Material Copper '1 Utility Material ~ ,-- Depth to Top of Utility EB -{' ··:: Diameter/Width of Utility ..... 1.0" -~ ...... :-</J Depth to Bottom of Utility ..... N/A Depth to Top of Utility ..... , v,/"i ··< ,__ Diameter/Width of Utility \,. I ~ ,__ ., I ,. Depth to Bottom of Utility . .... :·---~_/_\ -- ity Direction NNE/SSW Utility Direction Pipe Cover Material Sand Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markou! Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility!'1 N:otes: Utility #2 Notes: Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 8 UTILITY SURVEYORS, NC. Pothole 8 is located in the WNE-bound lane of Tamarack Ave approximately 70 feet WNW of the intersection with Park Dr approximately 16 feet SSW from face of curb. The photo above was taken in front of Pothole 8 facing WNW. A downhole view of the 1-inch copper water utility found in Pothole 8 at the depth of 50.5 inches T/P. Utility runs in a NNE/SSW direction at the pothole location and was found directly on markout. -DATE EXCAVATED: 11/21/2( An alternate area view of Pothole 8. The photo above was taken in front of Pothole 8 facing NNE. A close-up view of Pothole 8 completed and the marked utility alignment found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#; X160293 POTHOLE#: 9 DATE EXCAVATED: : 11/23/2016 UTILITY SURVEYORS, INC. A-·-...... <I @ .......... Ul'IUTV #1 UTILITV#2 Ground 01>$ervations Surface Ground Observations Surface Pavement Type & Thickness Asphalt ~r-Pavement Type & Thickness None ····· N/A ··t ar-Pavement Type & Thickness ...... .... ' Pavement Type & Thickness ..... --t Total Pavement Thickness 5.0" Total Pavement Thickness Base & Thickness Yes ...... ~~}t Base & Thickness ..... D .. t Soil Type Subgrade Soil Type Ground Water Present & Depth None ..... 8 Ground Water Present & Depth ----D Utility Details Utility Details Utility Type Water : : Utility Type Utility Material Copper Utility Material -- Depth to Top of Utility m -. Diameter/Width of Utility ..... 1.0" : Depth to Bottom of Utility ..... N/A Depth to Top of Utility ...... 1 / .. --~;J, r-.. ::~~~-l - Diameter/Width of Utility {: : " -~l--' Depth to Bottom of Utility .. .... ... ~ .... ,,. -- ity Direction WNW/ESE Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #1 Notes: Utility #2 Notes: Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 9 - UTILITY SURVEYORS, INC. Pothole 9 is located in front of 3997 Park Dr approximately 80 feet NNE of the intersection with Tamarack Ave approximately 7 feet ESE from face of curb. The photo above was taken in front of Pothole 9 facing SSW. A down hole view of the 1-inch copper water utility found in Pothole 9 at the depth of 23 inches T/P. Utility runs in a WNW/ESE direction at the pothole location and was found directly on markout. DATE EXCAVATED: 11/23/2( An alternate area view of Pothole 9. The photo above was taken in front of Pothole 9 facing WNW. A close-up view of Pothole 9 completed and the marked utility alignment found at the pothole location. Page 2 of 2 - POTHOLE DATA SHEET AIRX PROJECT#: I X160293 POTHOLE#: 10 DATE EXCAVATED: 1 11/23/2016 UTILITY SURVEYORS, INC. ··"'ef\.""/7'-:[. ............... ....... • -"" UTILITY #1 UTILITY #2 Ground Observations Surface Ground Observations Surface ~r-Pavement Type & Thickness Asphalt .••••• t : Pavement Type & Thickness None Pavement Type & Thickness ar-Pavement Type & Thickness . ··t Total Pavement Thickness 5.0" Total Pavement Thickness Base & Thickness Yes -----0--t Base & Thickness ····D .. t Soil Type Subgrade Soil Type Ground Water Present & Depth None ..... N/A Ground Water Present & Depth ...... Utility Details Utility Details Utility Type Sewer Utility Type Utility Material VCP Utility Material -- Depth to Top of Utility .. -EB Diameter/Width of Utility ...... 4.0" i ,: -l\",.. .. .. ",Ill Depth to Bottom of Utility ..... N/A Depth to Top of Utility . .... m - Diameter/Width of Utility .. ... - . . Depth to Bottom of Uti I ity . ..... -- ity Direction WNW/ESE Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #l Notes: Utility #2 Notes: Utility was found directly on markout. Page 1 of 2 A/I(. POTHOLE DATA SHEET AIRX PROJECT#: • X160293 POTHOLE#: 10 _________ .... UTILITY SURVEYORS, INC AREA VIEW PH-10 Pothole 10 is located in front of 3985 Park Dr approximately 130 feet NNE of the intersection with Tamarack Ave approximately 7 feet ESE from face of curb. The photo above was taken in front of Pothole 10 facing SSW. A down hole view of the 4-inch VCP sewer utility found in Pothole 10 at the depth of 121 inches T/P. Utility runs in a WNW/ESE direction at the pothole location and was found directly on markout. -DATE EXCAVATED: 11/23/2( - An alternate area view of Pothole 10. The photo above was taken in front of Pothole 10 facing WNW. A close-up view of Pothole 10 completed and the marked utility alignment found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 11 DATE EXCAVATED: 11/23/2016 UTILITY SURVEYORS, INC. ... ,.=:::.·· ···-·--.... ._,,,_, , .... .. UTILITY #1 UTILITY #2 Ground Observations Surface Ground Observations Surface Pavement Type & Thickness Asphalt ...... [ill .. r- ---....... t Pavement Type & Thickness None l' Pavement Type & Thickness arr-Pavement Type & Thickness ...... ··l . Total Pavement Thickness 5.0" Total Pavement Thickness t-B_a_s_e_&_T_h_ic_k_n_e_ss __________ Y_es ___ ---1 ..... B--t Base & Thickness --D--t i Soil Type Subgrade Soil Type 1-G_r_o_un_d_w_a_te_r_P_r_es_e_n_t_&_D_e_p_t_h..._ ____ N_o_n_e ___ .... ·····EJ Ground Water Present & Depth ---D Utility Details Utility Details Utility Type Sewer Utility Type Utility Material VCP Utility Material -.---- Depth to Top of Utility le t-D_i_am_e_te_r;_w_id_t_h_o_f _u_ti-lit_Y ___________ --1····· 6.0" +:TI Depth to Bottom of Utility ·· ·· N/ A 1J.c<~'.:l Depth to Top of Utility ...... i >·~ ~ ! ...... , 1 .----r i ,: Diameter/Width of Utility ...... ~~ I ~ ,___ w./ Depth to Bottom of Utility ..... .. t" •••••• ~ -- ity Direction WNW/ESE Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: (Gas, Petroleum, etc. or N/A) N/A Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #1 Notes: Utility #2 Notes: Utility was found directly on markout. Page 1 of 2 All(" ________ ... POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 11 DATE EXCAVATED: 11/23/21' - - UTILITY SURVEYORS, INC. Pothole 11 is located in front of 3975 Park Dr approximately 300 feet NNE of the intersection with Tamarack Ave approximately 7 feet ESE from face of curb. The photo above was taken in front of Pothole 11 facing WNW. An alternate area view of Pothole 11. The photo above was taken in front of Pothole 11 facing SE. A down hole view of the 6-inch VCP sewer utility found in Pothole 11 at the depth of A close-up view of Pothole 11 completed and the marked utility alignment found at 111 inches T/P. Utility runs in a WNW/ESE direction at the pothole location and was the pothole location. found directly on markout. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: POTHOLE#: DATE EXCAVATED: UTILITY SURVEYORS, INC. ::,:-w: ·-····· UTILITY#l UTILITY#2 Ground Observations Surface Ground Observations Pavement Type & Thickness Asphalt ······[ill··r- r---------+---------l ····· .. t . Pavement Type & Thickness None • Pavement Type & Thickness Pavement Type & Thickness Total Pavement Thickness 6.0" Total Pavement Thickness t-B_a_se_&_T_h_ic_k_n_es_s _____ -+-____ Ye_s ___ ---t····· B··t Base & Thickness Soil Type Subgrade Soil Type 1-G_r_o_un_d_w_a_te_r_P_r_es_e_n_t_&_D_e_p_t_h_._ ____ N_o_n_e ___ -l ·····8 Ground Water Present & Depth Utility Details Utility Details Utility Type Sewer -Not Found Utility Type Utility Material N/A Utility Material - Depth to Top of Utility Diameter/Width of Utility Depth to Bottom of Utility ----······~~ ···· N/A w./~J Depth to Top of Utility Diameter/Width of Utility Depth to Bottom of Utility ity Direction N/A Utility Direction ' ( Pipe Cover Material Yes Utility Marked by USA No Tracer Wire Found Yes Markout Location Correct No Standby Required: N/A Standby Type: N/A (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Northing Coordinates N/A Easting Coordinates N/A Utility #1 Notes: No sewer utility found. The AIRX crew excavated 132 inches deep and 24 inches wide looking for sewer utility. Pipe Cover Material Utility Marked by USA Tracer Wire Found Markout Location Correct Standby Required: Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location Northing Coordinates Easting Coordinates Utility #2 Notes: Page 1 of 2 X160293 12 11/25/2016 Surface ar-··t ····D··t ·····D - ...... vA•r--,<:1 - ...... I .. ! ~ -w /! ...... .. ,,,,'; - , . Michael Baker International ;.~OSOAvenida Encinas, Suite 260 Carlsbad, CA 92008 (Attn: Scott Carwright) POTHOLING REPORT ; / TABLE OF CONTENTS 1. Description of Pothole Procedures and Site Specific Details 2. Pothole Project Map(s) 3. Pothole Location Map(s) 4. Pothole Tabulation Report 5. Pothole Data Sheet(s) 6. USA Ticket(s) 7. Permit(s) 8. Miscellaneous: Supplemental Plans and Documents AIR UTILITY SURVEYORS, INC. Description of Pothole Procedures and Site Specific Details AIRX UTILITY SURVEYORS, INC. DESCRIPTION OF POTHOLE PROCEDURES AIRX Utility Surveyors performs a full range of specialized engineering services including Underground Utility Location and Vacuum Excavation (to verify depth and alignment of underground utilities). Underground Utility Location employs sophisticated electronic locating devices to trace the route of an underground utility; then the route is marked on the surface with marking paint in paved areas, or with 60 penny nails and feathers in unpaved areas. Vacuum excavation employs a vacuum truck in conjunction with high-pressure air or water to excavate material and expose an underground utility. A 10 to 12 inch diameter hole is first cored or chiseled through the pavement so that the vacuum hose and high pressure air or water hose can be inserted. Utilities found during potholing are located on the surface by placing two reference points (typically 36" apart) on either side of the pothole along the centerline (or edge) of the utility, using paving nails or 60 penny nails as appropriate. Depth measurements (to the nearest ½ inch) are taken midway between the two reference points. Utility alignment, depth, and other data is marked with pink paint (on pavement), or on wood lath (unpaved areas). SITE SPECIFIC DETAILS AIRX was contracted by Michael Baker International to perform utility locating and potholing services at Tamarack Ave & Park Drive in Carlsbad, California. A total of 31 potholes were excavated to establish conflicts and connection points on a variety of utilities. The results of the data are contained in the attached spreadsheet and data sheets. In preparation of these excavations, AIRX marked out the dig locations and called in for USA (Underground Service Alert). All traffic control plans and permits were drawn and applied for by AIRX and all traffic control was set up by AIRX. All of the excavations and discovery were eventless except for Potholes 12, 17, 18, 21 and 22. Pothole 23 was not excavated in the street however two potholes (23 & 23A) were excavated in the earth back of sidewalk based on a trace of a sewer snake inserted at the back kitchen area of the structure. The snake reached the ROW line but was stopped at a fitting so the trace into the street was not possible. The issue is one of clearance for the proposed trench and the potholes above have at least the following clearances: PH-12 (12.5'), PH-16 (10.1'), PH-17 (combines with PH-16 at 10.0'), PH-18(presumed 10.0'), PH-21 (10.5'), PH-22 (9.0') and PH-23 (7.5'). Pothole 23 was potholed back of the sidewalk at 75 inches with a 15 degree slope, however, we know it enters the main at about 10 feet but we don't know its alignment over that 50 foot distance. It is AIRX's recommendation that all pothole locations and the active mark out should be surveyed to aid in the adjustment of utilities on the final plan and profile. At each pothole location, the utility alignment was marked with pink paint, as well as paving nails or feathers. AIRX used potable water acquired offsite for excavation and all water and material vacuumed was disposed of off-site. No water was allowed to flow into storm drains or natural drainages. The potholes were covered with clean backfill material and compacted to 95% density in 6" lifts. The pavement was patched with an equal thickness of replacement asphalt. All field work was performed between November 21, 2016 and December 2, 2016. AIR UTILITY SURVEYORS, INC. Pothole Project Map(s) AIRX UTILITY SURVEYORS, INC. ''S,f:,., .............. POTHOLE PROJECT MAP 1: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) Pothole Location Map(s) AIR UTILITY SURVEYORS, INC. ,.,, _____ ,_ POTHOLE LOCATION MAP 1: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA POTHOLE LOCATION MAP 2: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) POTHOLE LOCATION MAP 3: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) POTHOLE LOCATION MAP 4: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) ---'!!f.!'!!.f POTHOLE LOCATION MAP 5: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) POTHOLE LOCATION MAP 6: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) Pothole Tabulation Report AIR UTILITY SURVEYORS, INC. Pothole Pavement Utllltv Size & Number Date Stl'eft Thickness UtilltvTvno Material Asphalt -10.0" 1 11/29/16 Tamarack Ave Concrete -N/ A Storm Drain 48.0" RCP Total -10.0" Asphalt -8.0" 2 11/22/16 Tamarack Ave Concrete -N/ A Gas I 2.0" Steel Total -8.0" Asphalt -8.0" 2 11/22/16 Tamarack Ave Concrete -N/ A Water 4.0" Concrete Total -8.0" Asphalt -8.0" 3 11/22/16 Tamarack Ave Concrete· N/A Water 8.0" Concrete Total -8.0" Asphalt • 8.0" I 4 11/22/16 Tamarack Ave Concrete -N/ A Gas 1.0" Copper Total -8.0" Asphalt • 8.0" 4 11/22/16 Tamarack Ave Concrete -N/ A Water 1.0" Copper Total-8.0' Asphalt -8.0" Sewer· Not 5 11/22/16 Tamarack Alie Concrete • N/ A N/A Total -8.0" Found Asphalt -8.0" s 11/22/16 Tamarack Ave Concrete· N/A Gas ' 3/4" Steel I Total -8.0" ' Asphalt. 8.0" I 6 11/21/16 Tamarack Ave Concrete -N/ A Water 4.0" PVC Total -8.0" Asphalt -8.0" 7 11/21/16 TamairackAve Concrete. N/A Water 1.0" Copper Total· 8.0" Asphalt -8.0" 8 11/21/16 Tamarack Ave Concrete • N/ A Sewer 1.0" Copper Total -8.0" Asphalt ~ 5.0" 9 11/23/16 Park Or Concrete -N/ A Water 1.0" Copper Total -5.0" i Asphalt -5.0" 10 11/23/16 Park Or Concrete -N/ A Sewer 4.0" VCP Total· S.O" Asphalt -5.0'' 11 11/23/16 Park Dr Concrete -NI A Sewer 6.0" VCP Total. 5.0" Asphalt -6.0" Sewer -Not 12 11/25/16 Park Dr Concrete -N/ A N/A Total -6.0" Found I Asphalt -8.0" 13 11/25/16 Park Or Concrete -N/ A Sewer 4.0" Steel Total. 8.0N POTHOLE TABULATION REPORT: PARK TAMARACK DRAINAGE (CARLSBAD, CA) Depth-Ground Depth-Ground Depth-Ground to to Pothole Pothole to Top of Bottom of Utility Project Ate• Location Soil Tvoe Top of Utilitv Encasement Encasement Orientation Man# Man# Desaiotion & Location !Pothole 1 is located in the WSW-bound lane of Tamarack Ave in Subgrade 78.0" T/P N/A N/A NNW/S5E 1 1 !the intersection with James Dr approximately 16 feet SSE from !face of curb. Pothole 2 ls located lri the West-bound lane of Tamarack Ave Subgrade 47.s"T/P N/A N/A W/E 1 2 approximately 26 feet west of the intersection with Valley St approximately 16 feet south from face of curb. I i Pothole 2 is located in the west-bound lane of Tamarack Ave Subgrade 58.0" T/P N/A N/A N/S 1 2 I approximately 26 feet west of the intersection with Valley St !approximately 16 feet south from face of curb. I Pothole 3 is located in the west-bound lane of Tamarack Alie ln Subgrade 52.0" T/P N/A N/A NNE/SSW 1 2 the intersection with Valley St approximately 30 feet north from face of curb. I NNE/SSW iPothole 4 is located in the WNW-bound lane of Tamarack Ave Subgrade 37.0" T/P N/A N/A 1 2 I approximately 230 feet WNW of the intersection with Park Dr I approximately 16 feet SSW from face of curb. I POthole 4 ls located in the WNW~bound lane of Tamarack Ave Subgrade 38.0"T/P N/A N/A NNE/SSW 1 2 approximately 230 feet WNW of the intersection with Park Dr 1 approximately 16 feet SSW from face of curb. I I !Pothole 5 is located in the WNW-bound lane of Tamarack Ave Subgrade N/A N/A N/A N/A 1 2 !approximately 225 feet WNW of the intersection with Park Dr japproximately 18 feet SSW from face of curb. Pothole 5 is 101:ated In the WNW-bound lane of Tamarack Ave Subgrade 39.0" T/P N/A N/A NNE/S5W 1 2 approximately 225 feet WNW of the intersection with Park Dr approximately 18 feet SSW from face of curb, I I NNE/SSW !Pothole 6 is located in the WNW-bound lane of Tamarack Ave Subgrade 60.5" T/P N/A I N/A 1 2 !approximately 190 feet WNW of the intersection with Park Or !approximately 17 feet SSW from face of curb. Pothole 7 is located in the WNW-bound lane of Tamarack Ave Subgrade 52.0"T/P N/A N/A NNE/SSW 1 2 approximately 180 feet WNW of the intersection with Park Or approximately 16 feet SSW from face of curb. I i iPothote 8 is located in the WNW-bound lane of Tamarack Ave Subgrade 50.s"T/P N/A I N/A I NNE/5SW 1 2 !approximately 70 feet WNW of the intersection with Park Dr !approximately 16 feet SSW from face of curb. Pothole 9 is located in front of 3997 Park Dr approximately 80 Subgrade 23.0"T/P N/A N/A WNW/ESE 1 3 feet N NE of the intersection with Tamarack Alie approximately 7 feet ESE from face: of curb. I I I !Pothole 10 is located in front of 398S Park Dr approximately 130 Subgrade 121.0" T/P N/A N/A I WNW/ESE iteet NE of the intersection with Tamarack Ave approximately 7 I 1 3 ifeet ESE from face of curb. ! ; Pothole 11 is located in front of 3975 Park Or approximately 300 Subgrade 111.0" T/P N/A NIA WNW/ESE 1 3 feet NNE of the intersection with Tamarack Ave approxlmately 7 feet ESE from face of curb. I ;Pothole 12 is located in front of 3971 Park Dr approximately 335 !feet NNE of the intersection with Tamarack Ave approximately 7 Subgrade N/A N/A N/A N/A 1 3 I I feet ESE from face of curb. I Pothole 13 is located in front of 3964 approximately 4S5 feet Subgrade 131.0"T/P N/A N/A WNW/ESE 1 4 NNE of the intersection with Tamarack Ave approximately 7 feet ES£ from face of curb. Notes Utility was found directly on markout. Utility was found directly on markout. Utility was found directly on markout. Utility was found directl'{Oil fficlrkouL Utility was found directly on markout. Utility was found directly on markout. No sewer utility found. The AIRX crew excavated 108 inches deep and 55 inches wide looking for sewer utility. Utility was found directly on markout. Utility was found directly on markout. Utllity was fol.Ind directly on markouL Utility was found directly on markout. Utility was found directly on markout. Utility was found directly on markout. Utility was found directly on markout. No sewer utility found. The AIRX crew excavated 132 inches deep and 24 inches wide looking for sewer utility. UtilitV was found directly on markout. 11 I I I -Page: 1 Pothote Number I Date Street 14 11/25/16 Park Dr 15 11/25/16 Park Dr 15 11/25/16 Park Or 16 11/28/16 Park Dr 17 11/28/16 Park Dr 18 11/29/16 Park Or 18 11/29/16 Park Dr 19 11/29/16 Park Dr Pavement Thickness Asphalt -8.0" Concrete -N/ A Total -8.0" Asphalt -? .O" I Concrete-N/A Total -7.0" J Asphalt -7 .O" Concrete -N/ A Total -7.0" Asphalt • 7 .O" Concrete • N/ A Total· 7.0" Asphalt -7 .O" Concrete • N/ A Total· 7.0" Asphalt. 5.0" Concrete -N/ A Total -5-0" Asphalt -5.0" Concrete • N/ A Total-5.0" Utility Type Sewer Gas i Water I 1· Sewer Sewer· Not l Found I Sewer -Not Found Gas l Utility Size & Material 4.0" VCP 2.0" Steel 1.0" Copper 4.0"Clay N/A N/A 2.0" Steel POTHOLE TABULATION REPORT: PARK TAMARACK DRAINAGE (CARLSBAD, CA) Depth-Ground: Depth-Ground Depth-Ground I to to I Pothole ·1 Pothole to Top of Bottom of Utlllty Project Area Loultlon Soil Type I Top of Utility Encasement Encasement Orientation Map# · Map# Subgrade 113.0" T/P N/A N/A WNW/ESE Subgrade 38.0" T/P N/A N/A WNW/ESE Subgrade 46.S" T/P N/A N/A WNW/ESE Subgrade 122.0" T/P N/A N/A WNW/ESE Subgrade N/A N/A N/A N/A Subgrade N/A N/A N/A N/A Subgrade 33.0" TIP N/A N/A NNE/SSW Description & Location Notes Pothole 14 is located in the SSW-bound lane of Park Dr I Utility was found directly on markout. approximately 470 feet NNE of the intersection with Tamarack Ave approximately 7 feet from face of curb. Pothole 15 is located in the SSW-bound lane of Park Or IUtHlty was found dlrectly on markout. approximately 80 feet SSW of the intersection with May Ct approximately 7 feet ESE from face of curb. Pothole 15 is located in the SSW-bound lane of Park Dr I Utility was found directly on markout. approximately 75 feet SSW of the intersection with May Ct approximately 7 feet ESE from face of curb. POthOIE? 16 falOCiited ill the SSW~bOUfld"iatl~e'Of P,frk ot"'"~rn·=,,,~~-lutmt)'-w'aS"fOUOd dff'"ectJY"Ort-markout. approximately 70 feet SSW of the intersection with May Ct approximately 7 feet ESE from face of curb. No sewer utility found. The AIRX crew excavated 131 inches deep and 36 inches wide and probed to 144 inches !Pothole 17 is located in the SSW-bound lane of Park Dr approximately 63 feet SSW of the intersection with May Ct /approximately 7 feet ESE from face of curb. PClihOle18 iSTocaied illtheS:sw~bound laiieof Pirk Or approximately 9 feet SSW of the intersection with May Ct approximately 13 feet ESE from face of curb. Pothole 18 is located in the SSW-bound lane of Park Dr approximately 9 feet SSW of the intersection with May Ct approximately 13 feet ESE from face of curb. deep looking for sewer utility. ,. ... " ____ ,.._ ... ~ .. "°I ~i utility found, ;cl )i Utility was found directly on markout. Asphalt-5.0" 'pOthOie· 19 iS 1ocat:ed ill thE!"ssW~b-Ol,.rid 1ane Of Piiirk or·aithe Utility was found directly on markout. The AirX crew Concrete-N/A Storm Drain Storm Drain Asphalt ('") N/A 1 4 intersection with May Ct approximately 11 feet ESE from face of noted the concrete pipe to be about 35 inches deep at I I Total-S.O" curb. manhole. The concrete storm drain utility runs WNW r---r==+-----~+=~===r====+-------+----f--~--4---~+~~~~t-=~=+=~---+-~=4=----"======--==="'--='-"-====Jlio.w.w1i.Jnanil<llJu,n.s.idew•ancc--.... ...c-="'-IPothole 20 is located in the SSE-bound lane of WNW Utility was found directly on markout. 20 11/28/16 Park Dr 20 11/28/16 Park Dr 21 11/30/16 Park Or 22 11/30/16 Park Dr 23 12/02/16 Park Dr 23-A f 12/02/16 Park Dr 24 11/23/16 Park Dr 25 11/30/16 Park Or Water 1.0" Copper Subgrade 38.0" T/P N/A N/A WNW/ESE !approximately 290 feet SSW of the intersection with Monroe St !approximately 9 feet ESE from face of curb. 5,; Asphalt. 4.0" I Pothole 20 is located in the SSE-bound lane of WNW Utility was found directly on markout. i Concrete-N/A Gas 3/4" Steel Subgrade . 46.0'' T/P N/A N/A WNW/ESE 1 4 approximate!y290 feet5SWofthe intersection with Monroe St Total_ 4.0" approximately 9 feet ESE from face of curb. I ! Asphalt· 4.0" Concrete -N/A Total· 4.0" Asphalt. S.O" !Pothole 21 is located in the SSW-bound lane of Park Dr No sewer utility found. The AIRX crew excavated 154 j! Concrete-N/A Sewer· Not N/A Subgrade N/A N/A N/A N/A 1 4 !approximately 285 feet SSW of the intersection with Monroe St inches deep and 36 inches wide looking for sewer utility. !I Total . S.O" Found ;approximately 9 feet ESE from face of curb. ~ I Asphalt· 5.0" Concrete~ N/A Total -S.O" Asphalt. N/A Concrete· N/A Total. N/A Asphalt . 5.0" 1 Concrete -N/ A Total-S.O" I Asphalt -5.0" Concrete -N/ A Total-5.0" l Asphalt---:"a.o" / Concrete -N/A ~0" Sewer-Not Found T Found Sewer· Not I Sewer Water Water N/A N/A 4.0" VCP 1.0'' Copper 6.0~ CCML5 Subgrade Subgrade Subgrade/ Gravel Subgrade Subgrade N/A N/A 75.0" T/P 56.0" T/P 49.0" T/P N/A N/A N/A N/A N/A N/A N/A N/A WNW/ESE N/A N/A WNW/ESE N/A N/A NNE/SSW Pothole 221s located m the SSW-bound lane of Park Or 1•• • No sewer utility touna. TM AIRX crew excavated 136 inches deep and 48 lnches wide looking for sewer utility. approximately 180 feet SSW of the intersection with Monroe St approximately 11 feet ESE from face of curb. Pothole 23 is located next to the SSW-bound lane of Park Dr approximately 101 feet SSW of the intersection with Monroe St approximately 7 feet WNW from face of curb. No sewer utility found. The AIRX crew excavated 120 inches deep looking for sewer utility. Pothole 23·A is located near the SSW-bound 1ane Of Park Dr-IP0tti61e 23-A was added by the on:..site AIRX approximately 94 feet SSW of the Intersection with Monroe St representative in order to locate the sewer utility not approximately 7 feet WNW from face of curb. found in Pothole 23. Pothole 24 is located in front of 3095 Park Dr approximately 65 I Utility was found directly on markout. feet SSW of the intersection with Monroe St approximately 6 feet ESE from face of curb. P0-th0Jti25 ii IOCited il'l.the· NNE-boU-Od !,ine-of P.ii-k Drii"f the intersection with Monroe St. Utility was found directly on markout. Page: 2 Pothole Pavement Utility Size & Number Date Street Thickness UtilltvTvno Material Asphalt -6.0" 26 12/01/16 Park Dr Concrete -N/A Storm Drain 6.0" PVC Total - 6.0" Asphalt -8.0" 27 12/01/16 Monroe St Concrete-N/A Sewer 4.0" PVC ,rotal __ ~_e.o:'. Asphalt -8.0" 28 12/01/16 Monroe St Concrete · N/ A Sewer 4.0" PVC Total· 8.0" Asphalt • 6.0" 29 12/01/16 Alder Ave Concrete· N/A Water 8.0" ACP Total· 6.0" Asphalt· 6.0" I 30 12/01/16 Park Or Concrete -N/ A Water 8.0" ACP Total -6.0" I I I I !; POTHOLE TABULATION REPORT: PARK TAMARACK DRAINAGE (CARLSBAD, CA) Depth--Ground Depth-Ground Depth-Ground to to Pothole Pothole to Top of Bottom of Utlllty Project Area Location Soil Tvoe Too of Utilitv Encasement Enca5e11lent Orientation Man# Man# Oescrlotion & Location i ;Pothole 26 is located in the NNE-bound lane of Park Dr at the Subgrade 26.5" T/P N/A I N/A NNE/55W 1 5 !intersection with Monroe St. I Pothole 27 is located in the ESE>bound lane of Monroe St Subgrade 59.0" T/P N/A N/A NNE/SSW 1 5 approximately 97 feet £SE of the intersection with Park Or approic:imately 13 feet NNE from face of curb. I I !Pothole 28 is located in the ESE-bound lane of Monroe St Subgrade 66.0" T/P N/A N/A NNE/5SW 1 5 I approximately 250 feet ESE of the intersection with Park Or I I approximately 12 feet NNE from face of curb. Pothole 29 ls located In the NN£-bound lane of Alder Ave Subgrade 40.0" T/P N/A N/A NNE/5SW 1 6 approximately 25 foct NNE of the intersection with Monroe St approximately 3 feet NW from edge of pavement. I I I Pothole 30 is located in the NNE-bound lane of Park Or Subgrade 54.0" T/P N/A N/A NNE/S5W 1 5 !approximately 141 feet SSW of the intersection with Monroe St !approximately 20 feet WNW from face of curb. I ! I l r I I I i I ! ' I I ! ' T I I Notes Utility was found directly on markout. Utility was found directly on markout: Utility was found directly on markout. Utility Was found directly on markout. Utility was found directly on markout. j I i = 0 z ill a :!I ~ Page: 3 Pothole Data Sheet(s) AIR UTILITY SURVEYORS, INC. I iii tPRf\f\ POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: ; 1 -DATE EXCAVATED: 11/29/21 - UTILITY SURVEYORS, INC ff\;•,r····· ; \ .. •. -:i!n 4fill@ ,·--·-..... UTILITY #1 UTILITY #2 Ground Observationsc Surface Ground Observations Surface Pavement Type & Thickness Asphalt ······~··r- 1------+-------t····· . .t . Pavement Type & Thickness None l' Pavement Type & Thickness ar-Pavement Type & Thickness . ··t ; Total Pavement Thickness 10.0" Total Pavement Thickness 1-B_a_se_&_T_h_ic_k_n_es_s _____ -+-____ N_o_n_e ___ ---t·····[~}t ·--··D··t I Base & Thickness I Soil Type Subgrade Soil Type f.G_r_o_un_d_w_a_te_r_P_r_es_e_n_t_&_D_e_p_t_h_._ ____ N_o_n_e ___ --1 ·····~ Ground Water Present & Depth -----D UtlUtyDetails Utility Details Utility Type Storm Drain Utility Type Utility Material RCP Utility Material -- Depth to Top of Utility Diameter/Width of Utility T-;;;~·, -.. ~~--.. ~ -1:I ~\i ...... 48.0" l~ ",! 1-D_e_p-th-to_B_o_t-to_m_o_f_U_ti-lit-y--------------1 -;;;; 1 ~ ./~j Depth to Top of Utility ...... mj/;,:;J}W ...... j -L 2'~ Diameter/Width of Utility .... r -A - Depth to Bottom of Utility ...... I~-,/ .. ! -- Utility Direction NNW/SSE Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: (Gas, Petroleum, etc. or N/A) N/A Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates UtHity #1 Notes: ..... Utillty'!2 Notes: Utility was found directly on markout. P,H!f> 1 of 7 POTHOLE DATA SHEET AIRX PROJECT#; I X160293 POTHOLE#; 1 DATE EXCAVATED: ' 11/29/2016 UTILITY SURVEYORS, INC, Pothole 1 is located in the WSW-bound lane of Tamarack Ave in the intersection with An alternate area view of Pothole l, The photo above was taken in front of Pothole James Dr approximately 16 feet SSE from face of curb. The photo above was taken 1 facing SSE, in front of Pothole 1 facing ENE. A downhole view of the 48-inch RCP storm drain utility found in Pothole 1 at the depth of 78 inches T/P, Utility runs in a NNW/SSE direction at the pothole location and was found directly on markout. A close-up view of Pothole 1 completed and the marked utility alignment found at the pothole location, Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: ! X160293 POTHOLE#: 2 -DATE EXCAVATED: I 11/22/2, - UTILITY SURVEYORS, INC. i;ilffit :1a1. -···-· ---.,.-··-·-···.t-- UTIUTY#l UTILITY #2 . ' Ground Observations Surface .. .. .· Ground Observations Surface Pavement Type & Thickness Asphalt ~r-- Pavement Type & Thickness None ····· N/A .. i Pavement Type & Thickness Asphalt ~r Pavement Type & Thickness None ······ N/A ··t . Total Pavement Thickness 8.0" Total Pavement Thickness 8.0" Base & Thickness Yes ····{~~}t Base & Thickness Yes ······B .. t Soil Type Subgrade Soil Type Subgrade Ground Water Present & Depth None ..... B Ground Water Present & Depth None ·····B Utility Details Utility Detaifs Utility Type Gas Utility Type Water ! Utility Material Steel Utility Material Concrete -- Depth to Top of Utility ~ ...... I ,,-41··-<··1 -+ ! ~ Diameter/Width of Utility ..... 2.0" -. I ,, Depth to Bottom of Utility ..... N/A J.i,~1L/.! Depth to Top of Utility ...... It--'* ......... , .. ... : -\~ Diameter/Width of Utility 4.0" \~ -) -----I~ .. ~~<~.J Depth to Bottom of Utility N/A -- Utility Direction W/E Utility Direction N/S Pipe Cover Material Sand Pipe Cover Material Sand Utility Marked by USA Yes Utility Marked by USA Yes Tracer Wire Found No Tracer Wire Found No Markout Location Correct Yes Markout Location Correct Yes Standby Required: No Standby Required: No Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: N/A (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location N/A Northing Coordinates N/A Northing Coordinates N/A Easting Coordinates N/A Easting Coordinates N/A Utility #1 Not11s: Utility #2 Notes: - - Utility was found directly on markout. Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#; I X160293 POTHOlE#: I 2 DATE EXCAVATED: 11/22/2016 UTILITY SURVEYORS, INC. Pothole 2 is located in the west-bound lane of Tamarack Ave approximately 26 feet An alternate area view of Pothole 2. The photo above was taken in front of Pothole west of the intersection with Valley St approximately 16 feet south from face of curb. 2 facing west. The photo above was taken in front of Pothole 2 facing north. A downhole view of the utilities found in Pothole 2 and their orientation at the A close-up view of Pothole 2 completed and the marked utility alignments found at pothole location: 2-inch steel gas utility at the depth of 47.5 inches T/P and runs in a the pothole location. W/E direction; and a 4-inch concrete water utility at the depth of 58 inches T/P and runs in a N/5 direction. Utilities were found directly on markout. Page 2 of 2 A/Rt+:;, --------~- UTILITY SURVEYORS, INC. UTILITV#l Ground Observations Pavement Type & Thickness Asphalt Pavement Type & Thickness None Total Pavement Thickness 8.0" Base & Thickness Yes Soil Type Subgrade Ground Water Present & Depth None Utility Details Utility Type Water Utility Material Concrete Depth to Top of Utility Diameter/Width of Utility Depth to Bottom of Utility Utility Direction NNE/SSW Pipe Cover Material Sand Utility Marked by USA Yes Tracer Wire Found No Markout Location Correct Yes Standby Required: No Standby Type, N/A (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Northing Coordinates N/A Easting Coordinates N/A Utility "!-Notes: Utility was found directly on markout. POTHOLE DATA SHEET AIRX PROJECT#: I X160293 POTHOLE#: 3 Surface [~Jr-..... N/A ···· i ·····B··t ·····B -$-' .. ... ~·=-...... h, -.. :.:~····i - {~ ~'1. 8.0" -I~.,.:./] N/A - ' -DATE EXCAVATED: 11/22/21 - UTILITY #2 Ground Observations Surface Pavement Type & Thickness ···· D ·0 1-P-a-ve_m_e-nt_T_y_p_e_&_T_h_i-ck_n_e-ss--1-----------1 D··t Total Pavement Thickness 1-B_a_se_&_T_h_ic_k_n_es_s _____ --i-----------1·····D··t Soil Type 1-G_r_o_un_d_w_a_te_r_P_r_e_se_n_t_&_D_e_p_t_h......_ ________ ..... ····· D Utility Details Utility Type Utility Material 1-D_e_p_th_to_T_o_p_o_f_u_t_il-ity _____________ ...... _ i /,:,. i ·--,, i Diameter/Width of Utility ······ r<II i ~ 1-D_e_p-th-to_B_o_t-to_m_o_f_U_ti-lit-y-------------1······ -i\,,_J __ /j - Utility Direction Pipe Cover Material Utility Marked by USA Tracer Wire Found Markout Location Correct Standby Required: Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location Northing Coordinates Easting Coordinates Uti!lt)'_#2 Notes: Paee 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#; X160293 POTHOLE#: 3 DATE EXCAVATED: 11/22/2016 UTILITY SURVEYORS, INC. Pothole 3 is located in the west-bound lane of Tamarack Ave in the intersection with An alternate area view of Pothole 3. The photo above was taken in front of Pothole Valley St approximately 30 feet north from face of curb. The photo above was taken 3 facing south. in front of Pothole 3 facing north. A downhole view of the 8-inch concrete water utility found in Pothole 3 at the depth A close-up view of Pothole 3 completed and the marked utility alignment found at of 52 inches T/P. Utility runs in a NNE/SSW direction at the pothole location and was the pothole location. found directly on markout. Page 2 of 2 AIRr POTHOLE DATA SHEET AIRX PROJECT It: X160293 POTHOLE It: 4 DATE EXCAVATED: 11/22/2( - - UTILITY SURVEYORS, INC. iif.i;i,. -1, -, ---"---·=·=· . 'iWWi\WM . UTILITY#l UTILITY#2 Ground Observations Surface Ground Observations Surface Pavement Type & Thickness Asphalt ffi]r- Pavement Type & Thickness None ····· N/A ··t Pavement Type & Thickness Asphalt ffi]r- Pavement Type & Thickness None · N/A ··t Total Pavement Thickness 8.0" Total Pavement Thickness 8.0" Base & Thickness Yes ····{~}t Base & Thickness Yes ······B··t I Soil Type Subgrade Soil Type Subgrade Ground Water Present & Depth None ·--{~ Ground Water Present & Depth None ····--B Utility Details I Utility Details Utility Type Water Utility Type Water Utility Material Copper Utility Material Copper ,-----Depth to Top of Utility ... m . - Diameter/Width of Utility ...... 1.0" 1 -l Depth to Bottom of Utility ..... N/A Depth to Top of Utility ...... ,z I z;-·. ---~·-··: -~'i Diameter/Width of Utility . .... 1.0" r -) -I~ .. ~<~~.J Depth to Bottom of Utility . ..... N/A --Utility Direction NNE/SSW Utility Direction NNE/SSW Pipe Cover Material Sand Pipe Cover Material Sand Utility Marked by USA Yes Utility Marked by USA Yes Tracer Wire Found No Tracer Wire Found No Markout Location Correct Yes Markout Location Correct Yes Standby Required: No Standby Required: No Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: N/A (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location N/A Northing Coordinates N/A Northing Coordinates N/A Easting Coordinates N/A Easting Coordinates N/A , ... Utility#l Notes: Utility #_,2 Notes: Utility was found directly on markout. Utility was found directly on markout. Pae:e 1 of 2 POTHOLE DATA SHEET AIRX PROJECT #: )(160293 POTHOLE#: 4 UTILITY SURVEYORS, INC. Pothole 4 is located in the WNW-bound lane of Tamarack Ave approximately 230 feet WNW of the intersection with Park Dr approximately 16 feet SSW from face of curb. The photo above was taken in front of Potholes 4 and 5 facing WNW. A downhole view of the utilities found in Pothole 4 and their orientation at the pothole location: a 1-inch copper utility at the depth of 37 inches T/P and runs in a NNE/SSW direction; and a 1-inch copper utility at the depth of 38 inches T/P and runs in a NNW/SSW direction. Utilities were found directly on markout. DATE EXCAVATED: 11/22/2016 An alternate area view of Pothole 4. The photo above was taken in front of Potholes 4 and 5 facing SSW. A close-up view of Pothole 4 completed and the marked utility alignments found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: ' X160293 POTHOLE#: ' 5 UTILITY SURVEYORS, INC UTILITY#l Surface 1-P_a_ve_m_e_nt_T_Y_P_e_&_T_h_i_ck_n_e_ss---,1-----A_s_p_h_a_lt-----1··--··§·0" --r- Pavement Type & Thickness None ····· N/A ··t . ------------+------------1 Ground Observations Total Pavement Thickness 8.0" 1-B_a_se_&_T_h_ic_k_n_es_s __________ N_o_n_e ___ ---1·--{~lt Soil Type Subgrade I-G_r_o_u_nd_w_a_te_r_P_r_e_se_n_t_&_D_e_p_t_h_._ ____ N_o_n_e ___ --1 ..... G Utility Details Utility Type Sewer -Not Found Utility Material N/A - Depth to Top of Utility Diameter/Width of Utility Depth to Bottom of Utility - Utility Direction NNE/SSW Pipe Cover Material Sand Utility Marked by USA Yes Tracer Wire Found No Markout Location Correct No Standby Required: No Standby Type: (Gas, Petroleum, etc. or N/A) N/A Approx. Station Location N/A Northing Coordinates N/A Easting Coordinates N/A Utility #1 J!f>tes: Utility was found directly on markout. " -DATE EXCAVATED: 11/22/2( - ·,i;i• d8J\ ..... 01 -' ·.,@lllli!!l'_-··-" ~,.,=,-,. .. ,-,,·,A- UTILITY#2 Ground Observations Surface Pavement Type & Thickness Asphalt §r-Pavement Type & Thickness None ······ N/A ··t '. Total Pavement Thickness 8.0" Base & Thickness None ····G .. t Soil Type Subgrade Ground Water Present & Depth None ·--G Utility Details Utility Type Gas Utility Material Steel - Depth to Top of Utility ...... ~, UY v··' ·--~~ - Diameter/Width of Utility ...... 3/4" ~ ~) -.,./.! Depth to Bottom of Utility N/A - Utility Direction Pipe Cover Material Sand Utility Marked by USA Yes Tracer Wire Found No Markout Location Correct No Standby Required: No Standby Type: N/A (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Northing Coordinates N/A Easting Coordinates N/A " Utility ~2't4otes: No sewer utility found. The AIRX crew excavated 108 inches deep and 55 inches wide looking for sewer utility. Pa2e 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 5 UTILITY SURVEYORS, INC. Pothole 5 is located in the WNW-bound lane of Tamarack Ave approximately 225 feet WNW of the intersection with Park Dr approximately 18 feet SSW from face of curb. The photo above was taken in front of Potholes 4 and 5 facing WNW. A downhole view of the 3/4-inch steel gas utility found in Pothole Sat the depth of 39 inches T /P. Utility runs in a NNE/SSW direction at the pothole location and was found directly on markout. No sewer utility found. The AIRX crew excavated 108 inches deep and 55 inches wide looking for sewer utility. DATE EXCAVATED: 11/22/2016 An alternate area view of Pothole 5. The photo above was taken in front of Potholes 4 and 5 facing SSW. A close-up view of Pothole S completed and the marked utility alignment found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 6 UTILITY SURVEYORS, INC. Pothole 6 is located in the WNW-bound lane of Tamarack Ave approximately 190 feet WNW of the intersection with Park Dr approximately 17 feet SSW from face of curb. The photo above was taken in front of Pothole 6 facing WNW. A down hole view of the 4-inch PVC sewer utility found in Pothole 6 at the depth of 60.5 inches T /P. Utility runs in a NNE/SSW direction at the pothole location and was found directly on markout. DATE EXCAVATED: 11/21/2016 An alternate area view of Pothole 6. The photo above was taken in front of Pothole 6 facing SSW. A close-up view of Pothole 6 completed and the marked utility alignment found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 7 -DATE EXCAVATED: 11/21/2' - UTILITY SURVEYORS, INC. ,i!a'll:!L ·,\@@ill. "\@@llit1,_ ---· i'.'~ . ...... UTILITY #1 UTILIJY#2 Ground ObservatiOns Surface Ground Observations Surface Pavement Type & Thickness Asphalt [~r-Pavement Type & Thickness None ····· N/A --t Pavement Type & Thickness ar-Pavement Type & Thickness ... --t Total Pavement Thickness 8.0" i Total Pavement Thickness ···{~--t ' Base & Thickness Yes ' Base & Thickness -----D--t Soil Type Subgrade Soil Type Ground Water Present & Depth None ·---[~ Ground Water Present & Depth ------D Utility. Details Utility Details Utility Type Water Utility Type Utility Material Copper Utility Material -- Depth to Top of Utility : /1-·-<:-1 -Diameter/Width of Utility ..... 1.0" { [ ,, -w Depth to Bottom of Utility ..... N/A . Depth to Top of Utility ······ . T .,..-:.~w-~~-<~··1 -Diameter/Width of Utility . .... v J -~: ~, Depth to Bottom of Utility . ..... ~" .. ~:<~ . .1 --Utility Direction NNE/SSW Utility Direction Pipe Cover Material Sand Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates ' Utility #1 Notes: ········ Utility #2 Notes: Utility was found directly on markout. Paee 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: I X160293 POTHOLE#: 7 DATE EXCAVATED: 11/21/2016 UTILITY SURVEYORS, INC Pothole 7 is located in the WNW-bound lane of Tamarack Ave approximately 180 feet WNW of the intersection with Park Dr approximately 16 feet SSW from face of curb. The photo above was taken in front of Pothole 7 facing west. An alternate area view of Pothole 7. The photo above was taken in front of Pothole 7 facing SSW. A downhole view of the 1-inch copper water utility found in Pothole 7 at the depth A close-up view of Pothole 7 completed and the marked utility alignment found at of 52 inches T/P. Utility runs in a NNE/SSW direction at the pothole location and was the pothole location. found directly on markout. Page 2 of 2 A/lf4 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#; 8 / ________ ... DATE EXCAVATED: 11/21/2', - UTILITY SURVEYORS, INC. j;:;~\£iih;,,'., "' AiiliWffi'me,0 ='.'.,' -· __ ,, --, ......... , .. UTILITY #1 UTILITY #2 Ground Observations Surface Ground Observations Surface 1-P_a_v_em_e_nt_T_Y_P_e_&_T_h_i_ck_n_e_ss ______ A_s_p_h_a_it __ ---1 ...... UE.O" .. r-_·, Pavement Type & Thickness None ..... N/A .. t 1-------------+-----------t Pavement Type & Thickness Elr-Pavement Type & Thickness ' «t ; Total Pavement Thickness 8.0" Total Pavement Thickness I I 1-B_a_se_&_T_h_ic_k_n_es_s __________ Y_e_s -----t .... -[~~}t ...... D .. t I Base & Thickness Soil Type Subgrade Soil Type 1-G_r_o_u_nd_w_a_te_r_P_r_e_se_n_t_&_D_e_p_t_h_._ ____ N_o_n_e ___ -1 ..... B Ground Water Present & Depth ...... D Utility Details Utifity Details .. .. Utility Type Water Utility Type Utility Material Copper Utility Material --Depth to Top of Utility 1-D-ia_m_e_t_e_rf_W_i_d_th-of_u_t_il-it_Y ___________ --1······ lN./OA" m. Depth to Bottom of Utility Depth to Top of Utility ;, ..... m -Diameter/Width of Utility ..... -Depth to Bottom of Utility ...... . -- Utility Direction NNE/SSW Utility Direction Pipe Cover Material Sand Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: (Gas, Petroleum, etc, or N/A) N/A Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #1. Notes: Utility #2 Notes: Utility was found directly on markout. Pa12e 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 8 UTILITY SURVEYORS, INC. Pothole 8 is located in the WNE-bound lane of Tamarack Ave approximately 70 feet WNW of the intersection with Park Dr approximately 16 feet SSW from face of curb. The photo above was taken in front of Pothole 8 facing WNW. A downhole view of the 1-inch copper water utility found in Pothole 8 at the depth of 50.5 inches T/P, Utility runs in a NNE/SSW direction at the pothole location and was found directly on markout. DATE EXCAVATED: 11/21/2016 An alternate area view of Pothole 8. The photo above was taken in front of Pothole 8 facing NNE. A close-up view of Pothole 8 completed and the marked utility alignment found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 9 -DATE EXCAVATED: 11/23/2( - UTILITY SURVEYORS, INC. ,;,s1;;';\ jffii!llll11L ··-·-· ··-··-· ·'·'- UTIUTY#l UTILITY #2 Ground Observations .. Surface Ground Observations Surface Pavement Type & Thickness Asphalt ffiEr-Pavement Type & Thickness None ..... N/A ··t Pavement Type & Thickness ar-Pavement Type & Thickness ...... ··t Total Pavement Thickness 5.0" Total Pavement Thickness Base & Thickness Yes ...... 0-·t Base & Thickness ····D··t Soil Type Subgrade Soil Type Ground Water Present & Depth None ·····8 Ground Water Present & Depth ·····D Utility Det~ils Utility Details Utility Type Water Utility Type Utility Material Copper Utility Material --j Depth to Top of Utility ... m - Diameter/Width of Utility ...... 1.0" -{ ' -I Depth to Bottom of Utility .... N/A Depth to Top of Utility .. m - Diameter/Width of Utility .. -1 Depth to Bottom of Utility -- Utility Direction WNW/ESE Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility##! NC1:tes: .......... Utility #2 Notes: .. . . Utility was found directly on markout. Page 1 of 2 I POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 9 UTILITY SURVEYORS, INC. Pothole 9 is located in front of 3997 Park Dr approximately 80 feet NNE of the intersection with Tamarack Ave approximately 7 feet ESE from face of curb. The photo above was taken in front of Pothole 9 facing SSW. A downhole view of the 1-inch copper water utility found in Pothole 9 at the depth of 23 inches T/P. Utility runs in a WNW/ESE direction at the pothole location and was found directly on markout, DATE EXCAVATED: 11/23/2016 • An alternate area view of Pothole 9. The photo above was taken in front of Pothole 9 facing WNW. A close-up view of Pothole 9 completed and the marked utility alignment found at the pothole location. Page 2 of 2 AIR~ ---~----,,,. ... POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 10 -DATE EXCAVATED: 11/23/2[ - UTILITY SURVEYORS, INC .j~· ··Bl .1,,,: ,,,, UTILITY #1 UTILITY #2 .. Ground Observations Surface Ground Observations Surface Pavement Type & Thickness Asphalt -Enr-Pavement Type & Thickness None ..... N/A ··t Pavement Type & Thickness -ar-Pavement Type & Thickness ...... ..t . Total Pavement Thickness 5.0" Total Pavement Thickness Base & Thickness Yes "·{~·-t Base & Thickness ..... D .. t • Soil Type Subgrade I Soil Type Ground Water Present & Depth None ····-~ Ground Water Present & Depth ... ,o Utility Details Utility Details Utility Type Sewer Utility Type I Utility Material VCP Utility Material -- Depth to Top of Utility y ,,, m . -. Diameter/Width of Utility ..... 4.0" -' Depth to Bottom of Utility ..... N/A Depth to Top of Utility ¼' ...... };-1-··<J - Diameter/Width of Utility . .. ~---I ~ -:'--,,J_./.] Depth to Bottom of Utility . ..... -- Utility Direction WNW/ESE Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utlllty #1. Notes: 1.J.tility #2 Notes: » ·-·· Utility was found directly on markout. ee 1 of 2 POTHOLE DATA SHEET UTILITY SURVEYORS, INC. AREAVIEW PH-10 AIRX PROJECT#: POTHOLE#: DATE EXCAVATED: ALTERNATE AREA VIEW ~,,...- '')~'' I X160293 ! 10 I 11/23/2016 Pothole 10 is located in front of 3985 Park Dr approximately 130 feet NNE of the intersection with Tamarack Ave approximately 7 feet ESE from face of curb. The photo above was taken in front of Pothole 10 facing SSW. An alternate area view of Pothole 10. The photo above was taken in front of Pothole 10 facing WNW. A downhole view of the 4-inch VCP sewer utility found in Pothole 10 at the depth of A close-up view of Pothole 10 completed and the marked utility alignment found at 121 inches T/P. Utility runs in a WNW/ESE direction at the pothole location and was the pothole location. found directly on markout. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 11 -DATE EXCAVATED: 11/23/2( - UTILITY SURVEYORS, INC. ;' '',~;;., J,\~l!L ~: :-; -A;'Q'. ,.._,., .,.~, .~ A]'Q', '.''!!i:1 .. UTILITY#1 UTILITY #2 Ground Observations ,.· Surface Ground Observations Surface Pavement Type & Thickness Asphalt ITBr-Pavement Type & Thickness None ..... N/A .. t Pavement Type & Thickness ar-Pavement Type & Thickness ...... ..t Total Pavement Thickness 5.0" Total Pavement Thickness Base & Thickness Yes ····{~~}t .... D .. t ; Base & Thickness Soil Type Subgrade Soil Type Ground Water Present & Depth None ..... ~ Ground Water Present & Depth .. , .. o Utility Details Utility Details Utility Type Sewer Utility Type Utility Material VCP Utility Material ~ - Depth to Top of Utility ..... ' ,Q'' m -Diameter/Width of Utility ...... 6.0" ~ Depth to Bottom of Utility ..... N/A Depth to Top of Utility ...... ''if " I ;:>~4,, r .. :;<J -f ' " Diameter/Width of Utility . .... ._ I ~ -t, ' /; ',,. l!l! /; Depth to Bottom of Utility . ..... -........ ~ -- Utility Direction WNW/ESE Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates .Ut,i,1!~ .#1 N,c>tes: ... -... Utility~ Notes: ..• Utility was found directly on markout. Pa2e 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: I 11 DATE EXCAVATED: i 11/23/2016 UTILITY SURVEYORS, INC. Pothole 11 is located in front of 3975 Park Dr approximately 300 feet NNE of the intersection with Tamarack Ave approximately 7 feet ESE from face of curb. The photo above was taken in front of Pothole 11 facing WNW. An alternate area view of Pothole 11. The photo above was taken in front of Pothole 11 facing SE. A downhole view of the 6-inch VCP sewer utility found in Pothole 11 at the depth of A close-up view of Pothole 11 completed and the marked utility alignment found at 111 inches T/P. Utility runs in a WNW/ESE direction at the pothole location and was the pothole location. found directly on markout. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 12 -DATE EXCAVATED: 11/25/2( UTILITY SURVEYORS, INC. ;iJ!iili!illi'Ki, ..... ··--•. ,.,M!Wffi -.. ·--·-,. ;i''ii:if/4 ,;i. ... . .. UTILITY #1 UTILITY #2 Ground Observations Surface Ground Observatfons Surface ffi]r-Pavement Type & Thickness Asphalt ...... .... ' Pavement Type & Thickness None ..... ..t Pavement Type & Thickness ar Pavement Type & Thickness ... ··t . Total Pavement Thickness 6.0" Total Pavement Thickness Base & Thickness Yes ..... B .. t ..... D .. t i Base & Thickness Soil Type Subgrade Soil Type Ground Water Present & Depth None ..... B Ground Water Present & Depth .... D Utility Details i Utility Detaits Utility Type Sewer -Not Found i Utility Type Utility Material N/A Utility Material ..--..-- Depth to Top of Utility ...... m -. . Diameter/Width of Utility N/A -' Depth to Bottom of Utility N/A Depth to Top of Utility ..... Wf -m Diameter/Width of Utility ..... -Depth to Bottom of Utility ...... ~ ...... f'; ••••• , ..____ - Utility Direction N/A Utility Direction Pipe Cover Material Yes Pipe Cover Material Utility Marked by USA No Utility Marked by USA Tracer Wire Found Yes Tracer Wire Found Markout Location Correct No Markout Location Correct Standby Required: N/A Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utlllty #1 Notes: Utility#2 Notes: .....• .... . .. No sewer utility found. The AIRX crew excavated 132 inches deep and 24 inches wide looking for sewer utility. PaE!e 1 of 2 AIR/ POTHOLE DATA SHEET AIRX PROJECT #; X160293 POTHOLE#: I 12 ---~--~ UTILITY SURVEYORS, INC. AREAVIEW PH-12 Pothole 12 is located in front of 3971 Park Dr approximately 335 feet NNE of the intersection with Tamarack Ave approximately 7 feet ESE from face of curb. The photo above was taken in front of Pothole 12 facing SSW. A downhole view of Pothole 12 excavated to 132 inches deep and 24 inches wide by the AIRX crew looking for sewer utility. No utility found. DATE EXCAVATED: I 11/25/2016 An alternate area view of Pothole 12. The photo above was taken in front of Pothole 12 facing ESE. A close-up view of Pothole 12 completed. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: ! 13 -DATE EXCAVATED: 11/25/2( UTILITY SURVEYORS, INC. <<<; :miffill;:, .-: -:-.· ,_, .. :J UTILITY #1 UTILITY #2 Ground Observations · .·· Surface , Ground Observations Surface 1-P_a_ve_m_en_t_T_Y_P_e_&_T_h_i_ck_n_e_ss_......,1--___ A_s_p_h_a_lt-----1······~.0" ··r- Pavement Type & Thickness None ····· N/A ··t 1-------------+-----------1 Pavement Type & Thickness ····Elr-Pavement Type & Thickness ··t Total Pavement Thickness 8.0" Total Pavement Thickness .,.B_a_s_e_&_T_h_ic_k_n_e_ss __________ Y_e_s ___ ---i·····B··t Base & Thickness ..... D-·t Soil Type Subgrade Soil Type I-G_r_o_un_d_w_a_te_r_P_r_es_e_n_t_&_D_e.,.p_t_h_,_ ____ N_o_n_e ___ --1 ..... B Ground Water Present & Depth ... D Utility Details Utility Details Utility Type Sewer Utility Type Utility Material Steel Utility Material --Depth to Top of Utility "'/ ······-m 4.0" -{ 1-----------------------i -. N/A Diameter/Width of Utility Depth to Bottom of Utility Depth to Top of Utility ...... j /;>~~·oe:;~~~-] -Diameter/Width of Utility ..... V J i~ ~) -~' .. ~;<~.l Depth to Bottom of Utility ...... -~ Utility Direction WNW/ESE Utility Direction Pipe Cover Material Yes Pipe Cover Material Utility Marked by USA No Utility Marked by USA Tracer Wire Found Yes Tracer Wire Found Markout Location Correct No Markout Location Correct Standby Required: N/A Standby Required: Standby Type: (Gas, Petroleum, etc. or N/A) N/A Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates utility #1 Nc>tes~ UtHi!Y. #2 Notes: Utility was found directly on markout. Paee 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: )(160293 POTHOLE#: 13 DATE EXCAVATED: 11/25/2016 UTILITY SURVEYORS, INC, Pothole 13 is located in front of 3964 approximately 455 feet NNE of the intersection with Tamarack Ave approximately 7 feet ESE from face of curb. The photo above was taken in front of Pothole 13 facing WNW. An alternate area view of Pothole 13. The photo above was taken in front of Pothole 13 facing ESE. A downhole view of the 4-inch steel sewer utility found in Pothole 13 at the depth of A close-up view of Pothole 13 completed and the marked utility alignment found at 131 inches T/P. Utility runs in a WNW/ESE direction at the pothole location and was the pothole location. found directly on markout. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 14 DATE EXCAVATED: 11/25/2' - UTILITY SURVEYORS, INC. UTILITV#l UTILITY #2 Ground Observations · .. Surface Ground Observations Surface §r-Pavement Type & Thickness Asphalt .••••• t . Pavement Type & Thickness None Pavement Type & Thickness ······EJ··r- 1-------------1······ . .t Pavement Type & Thickness • Total Pavement Thickness 8.0" Total Pavement Thickness Base & Thickness Yes ······B··t 1-B_a_se_&_T_h_ic_k_n_es_s _____ -+-----------1······D··t Soil Type Subgrade Soil Type Ground Water Present & Depth None ·····G 1-G_r_o_u_nd_w_a_te_r_P_r_e_se_n_t_&_D_e_p_t_h----------1······ D Utility Details .· Utility Details Utility Type Sewer Utility Type Utility Material VCP : Utility Material ,--: - Depth to Top of Utility .... , .O" m ,-- Diameter/Width of Utility ..... 4.0" -{ -~ Depth to Bottom of Utility ..... N/A Depth to Top of Utility ~'! ,,.~f-.. ;;<···i Diameter/Width of Utility ······ -{<ii : ~ 1-D_e_p-th-to-Bo-t-to_m_o_f_U_ti-li-ty------------1 ...... -~.,./] -- Utility Direction WNW/ESE Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates lJtility #1 Notes: Ut~!Y #2 Notes: .. Utility was found directly on markout. Pae:e 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: ' X160293 POTHOLE#: 14 DATE EXCAVATED: i 11/25/2016 UTILITY SURVEYORS, INC. ALTERNATE AREA VIEW Pothole 14 is located in the SSW-bound lane of Park Dr approximately 470 feet NNE of the intersection with Tamarack Ave approximately 7 feet from face of curb. The photo above was taken in front of Pothole 14 facing ESE. An alternate area view of Pothole 14. The photo above was taken in front of Pothole 14 facing SSW. A down hole view of the 4-inch VCP sewer utility found in Pothole 14 at the depth of A close-up view of Pothole 14 completed and the marked utility alignment found at 113 inches T/P. Utility runs in a WNW/ESE direction at the pothole location and was the pothole location. found directly on markout. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 15 -DATE EXCAVATED: 11/25/2( UTILITY SURVEYORS, INC. .... ----'·"-" '''""""'''' .~, _,=,;;t. a~, -t.1~W' .\~fflfst UTILITY#1 UTILITY #2 Ground Observations Surface Ground Observations Surface Pavement Type & Thickness Asphalt ~r~ Pavement Type & Thickness None ····· N/A .. t Pavement Type & Thickness Asphalt ~r-- Pavement Type & Thickness None N/A .. t Total Pavement Thickness 7.0" I Total Pavement Thickness 7.0" Base & Thickness None ... ,{~~}t Base & Thickness None ..... G··t I Soil Type Subgrade I Soil Type Subgrade I Ground Water Present & Depth None ..... G Utility Details Ground Water Present & Depth None .... G Utility Details Utility Type Gas Utility Type Water Utility Material Steel Utility Material Copper --Depth to Top of Utility .... ''M -m Diameter/Width of Utility ...... 2.0" -{ -I Depth to Bottom of Utility ..... N/A Depth to Top of Utility ...... L,.. ..... -t I ........ \! - Diameter/Width of Utility . ..... 1.0" (~ i ~ -l ',,,J,r.~:.~~.J Depth to Bottom of Utility N/A ~ - Utility Direction WNW/ESE Utility Direction WNW/ESE Pipe Cover Material N/A Pipe Cover Material N/A Utility Marked by USA Yes Utility Marked by USA Yes Tracer Wire Found No Tracer Wire Found No Markout Location Correct Yes Markout Location Correct Yes Standby Required: No Standby Required: No Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: N/A (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location N/A Northing Coordinates N/A Northing Coordinates N/A Easting Coordinates N/A Easting Coordinates N/A Utility #~ Notes: ..... Utility #2. Notes: . .... Utility was found directly on markout. Utility was found directly on markout. Paee 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: I X160293 POTHOLE#: i 15 DATE EXCAVATED: 11/25/2016 UTILITY SURVEYORS, INC. Pothole 15 is located in the SSW-bound lane of Park Dr approximately 80 feet SSW of An alternate area view of Pothole 15. The photo above was taken in front of Pothole the intersection with May Ct approximately 7 feet ESE from face of curb. The photo 15 facing ESE. above was taken in front of Pothole 15 facing WSW. A downhole view of the utilities found in Pothole 15 and their orientation at the A close-up view of Pothole 15 completed and the marked utility alignments found at pothole location: a 2-inch steel gas utility at the depth of 38 inches T/P and runs in a the pothole location. WNW /ESE direction; and a 1-inch copper water utility at the depth of 46.5 inches T /P and runs in a WNW/ESE direction. Utilities were found directly on markout. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 16 -DATE EXCAVATED: 11/28/2( - UTILITY SURVEYORS, INC .,,;, ll1ii1 7Y ;R11a'-· ... , UTILITV#L UTILITY #2 GrOtlnd Observatfons Surface Ground Observations Surface Pavement Type & Thickness Asphalt ffi]1 Pavement Type & Thickness None ····· N/A .. t ; Pavement Type & Thickness ar Pavement Type & Thickness ...... ..t : Total Pavement Thickness 7.0" Total Pavement Thickness I Base & Thickness Yes , .. {~~}t Base & Thickness ..... D .. t Soil Type Subgrade Soil Type Ground Water Present & Depth None ..... B Ground Water Present & Depth .... o Utility Details Utility Details . Utility Type Sewer Utility Type Utility Material VCP Utility Material --Depth to Top of Utility 1 1' m -Diameter/Width of Utility ..... 4.0" -1 I I Depth to Bottom of Utility ..... N/A Depth to Top of Utility ...... ·v,.Jl,r-·<J -Diameter/Width of Utility . ..... i.. : ~ -hJ_,./j Depth to Bottom of Utility -- Utility Direction WNW/ESE Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates ' ~tllit,y #1 Notes: ... ...... ' U,!ility #2 Notes: .. ... Utility was found directly on markout. Paee 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 16 DATE EXCAVATED: 11/28/2016 UTILITY SURVEYORS, INC Pothole 16 is located in the SSW-bound lane of Park Dr approximately 70 feet SSW of An alternate area view of Pothole 16. The photo above was taken in front of the intersection with May Ct approximately 7 feet ESE from face of curb. The photo Potholes 15 and 16 facing WNW. above was taken in front of Potholes 15 and 16 facing NNE. A down hole view of the 4-inch VCP sewer utility found in Pothole 16 at the depth of A close-up view of Pothole 16 completed and the marked utility alignment found at 122 inches T/P. Utility runs in a WNW/ESE direction at the pothole location and was the pothole location. found directly on markout. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 17 -DATE EXCAVATED: 11/28/2( - UTILITY SURVEYORS, INC. ......... ·;+$. ·-· ,>='ist =*R' 11ff!l.'!llttJm. ~ UTILITY #1 UTILITY #2 Ground Observations > Surface < Ground Observations Surface Pavement Type & Thickness Asphalt [~! Pavement Type & Thickness None ..... N/A ···· Pavement Type & Thickness ar-Pavement Type & Thickness .. . ··t Total Pavement Thickness 7.0" Total Pavement Thickness ; Base & Thickness Yes ..... B--t Base & Thickness -----D--t Soil Type Subgrade Soil Type Ground Water Present & Depth None ·····B Ground Water Present & Depth ······D Utility Details Utility Details Utility Type Sewer -Not Found Utility Type Utility Material N/A Utility Material --Depth to Top of Utility 'U m -. Diameter/Width of Utility ..... N/A -----. Depth to Bottom of Utility ..... N/A Depth to Top of Utility ..... ffi - Diameter/Width of Utility . .... -1\,...... .. ........ ,/l Depth to Bottom of Utility . ..... -- Utility Direction N/A Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct No Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #1 ~te~~ lJ!ifity ##2 Notes: No sewer utility found. The AIRX crew excavated 131 inches deep and 36 inches wide and probed to 144 inches deep looking for sewer utility. P;:ii:>P 1 nf 7 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 17 DATE EXCAVATED: i 11/28/2016 Pothole 17 is located in the SSW-bound lane of Park Dr approximately 63 feet SSW of An alternate area view of Pothole 17. The photo above was taken in front of Pothole the intersection with May Ct approximately 7 feet ESE from face of curb. The photo 17 facing WNW. above was taken in front of Pothole 17 facing ESE. A downhole view of Pothole 17 excavated to 131 inches deep and 36 inches wide and probed to 144 inches deep by the AIRX crew looking for sewer utility. No utility found. A close-up view of Pothole 17 completed. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 18 -DATE EXCAVATED: 11/29/2( - UTILITY SURVEYORS, INC. ; .Jal mi'-,,·-··.,_, UTIUTV#l UTIUTV #2 Ground Observations" ·. Surface Ground Observations Surface Pavement Type & Thickness Asphalt [~Jr-Pavement Type & Thickness None ···· N/A ··t Pavement Type & Thickness Asphalt ~r-r Pavement Type & Thickness None ...... N/A ··t i I Total Pavement Thickness 5.0" Total Pavement Thickness S.0" I Base & Thickness Yes ······EJt I Base & Thickness Yes ······B··t Soil Type Subgrade Soil Type Subgrade Ground Water Present & Depth None ·····G Ground Water Present & Depth None ····G .. Utility Details Utility Details Utility Type Sewer -Not Found i Utility Type Gas Utility Material N/A Utility Material Steel I -- Depth to Top of Utility ... m - Diameter/Width of Utility ...... N/A -Depth to Bottom of Utility .... N/A I Depth to Top of Utility ...... v--4 ·--~ - Diameter/Width of Utility .. .... 2.0" -~. " Depth to Bottom of Utility ······ N/A ~~ .. ~~~~~.J -- Utility Direction N/A Utility Direction NNE/SSW Pipe Cover Material N/A Pipe Cover Material N/A Utility Marked by USA Yes Utility Marked by USA Yes Tracer Wire Found No Tracer Wire Found No Markout Location Correct No Markout Location Correct Yes Standby Required: No Standby Required: No Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: N/A (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location N/A Northing Coordinates N/A Northing Coordinates N/A Easting Coordinates N/A Easting Coordinates N/A ~tility #1 Notes: ...... U!ility #2 Notes: The AirX crew noted excavating deeper than the main. No utility found. Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT #: I X160293 POTHOLE#: i 18 DATE EXCAVATED: 11/29/2016 UTILITY SURVEYORS, INC. Pothole 18 is located in the SSW-bound lane of Park Dr approximately 9 feet SSW of An alternate area view of Pothole 18. The photo above was taken in front of Pothole the intersection with May Ct approximately 13 feet ESE from face of curb. The photo 18 facing SSW. above was taken in front of Pothole 18 facing ESE. A down hole view of the 2-inch steel gas utility found in Pothole 18 at the depth of 33 A close-up view of Pothole 18 completed and the marked utility alignments found at inches T/P and runs in a NNE/SSW direction. Utility was found directly on markout. the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 19 -DATE EXCAVATED: 11/29/21 - UTILITY SURVEYORS, INC. 'it, -····-··· -.,_, .,_ UTILITY #1 UTILITY #2 Ground Observations Surface Ground Observations Surface Pavement Type & Thickness Asphalt ~r-,--- Pavement Type & Thickness None ····· N/A ··t Total Pavement Thickness 5.0" Base & Thickness None ······B··t i Pavement Type & Thickness an-Pavement Type & Thickness ...... ··t I Total Pavement Thickness I Base & Thickness ·····D··t 1 ; Soil Type Asphalt Soil Type Ground Water Present & Depth None ·····B I Ground Water Present & Depth ····D Utility Details Utility Details Utility Type Storm Drain Utility Type Utility Material Concrete Utility Material -- Depth to Top of Utility , -m Diameter/Width of Utility ..... N/A i -. Depth to Bottom of Utility ..... N/A Depth to Top of Utility ...... m -. Diameter/Width of Utility . ..... -. Depth to Bottom of Utility . .... -- Utility Direction WNW/ESE Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA N/A Utility Marked by USA Tracer Wire Found N/A Tracer Wire Found Markout Location Correct N/A Markout Location Correct Standby Required: N/A Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates IJtility #1 Notes: Utility #Z Notes: ···-······ Utility was found directly on markout. The AirX crew noted the concrete pipe to be about 35 inches deep at manhole. The concrete storm drain utility runs WNW towards manhole on sidewalk. Page 1 of 2 ' POTHOLE DATA SHEET AIRX PROJECT#: X160293 I POTHOLE#: 19 UTILITY SURVEYORS, INC Pothole 19 is located in the SSW-bound lane of Park Dr at the intersection with May Ct approximately 11 feet ESE from face of curb. The photo above was taken in front of Pothole 19 facing ESE. A downhole view of the man hole found in Pothole 19 at the depth of 5 inches. Utility was found directly on markout. The AirX crew noted the concrete pipe to be about 35 inches deep at manhole. The concrete storm drain utility runs WNW towards manhole on sidewalk. DATE EXCAVATED: 11/29/2016 ALTERNATE AREA VIEW An alternate area view of Pothole 19. The photo above was taken in front of Pothole 19 facing WNW. A close-up view of Pothole 19 completed and the marked utility alignment found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 20 -DATE EXCAVATED: 11/28/2' - UTILITY SURVEYORS, INC. L ... ....... ' .. k • -- UTILITV#l . UTILITY #2 •. Ground Observations Surface Ground Ob5'rvations Surface Pavement Type & Thickness Asphalt e3r-.- Pavement Type & Thickness None ····· N/A ··t Pavement Type & Thickness Asphalt e3r-Pavement Type & Thickness None N/A ··t Total Pavement Thickness 4.0" Total Pavement Thickness 4.0" Base & Thickness Yes ······B··t Base & Thickness Yes ····B··t ' Soil Type Subgrade Soil Type Subgrade Ground Water Present & Depth None ···{~ Ground Water Present & Depth None ······B Utility Details Utility Details . Utility Type Water Utility Type Gas Utility Material Copper Utility Material Steel -. - Depth to Top of Utility 1/f -?,,/} --,:~;~ Diameter/Width of Utility ...... 1.0" + ) -I~ V .. ~~<~.l Depth to Bottom of Utility ..... N/A Depth to Top of Utility ...... z-+· ......... , .. .... : -j Diameter/Width of Utility .. .... 3/4" i~ -i -~-_,./j Depth to Bottom of Utility . ..... N/A -- Utility Direction WNW/ESE Utility Direction WNW/ESE Pipe Cover Material N/A Pipe Cover Material N/A Utility Marked by USA Yes Utility Marked by USA Yes Tracer Wire Found No Tracer Wire Found No Markout Location Correct Yes Markout Location Correct Yes Standby Required: No Standby Required: No Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: N/A (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location N/A Northing Coordinates N/A Northing Coordinates N/A Easting Coordinates N/A Easting Coordinates N/A utilit•t#1 Notes: Utility #2 Notes: .... Utility was found directly on markout. Utility was found directly on markout. Page 1 of 2 I POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 20 UTILITY SURVEYORS, INC Pothole 20 is located in the SSE-bound lane of WNW approximately 290 feet SSW of the intersection with Monroe St approximately 9 feet ESE from face of curb. The photo above was taken in front of Pothole 20 facing SSE. A downhole view of the utilities found in Pothole 20 and their orientation at the pothole location: a 1-inch copper water utility at the depth of 38 inches T/P and runs in a WNW /ESE direction; and a 3/4-inch steel gas utility at the depth of 46 inches T /P and runs in a WNW/ESE direction. Utilities were found directly on markout. DATE EXCAVATED: i 11/28/2016 An alternate area view of Pothole 20. The photo above was taken in front of Pothole 20 facing WNW. A close-up view of Pothole 20 completed and the marked utility alignments found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: : 21 -DATE EXCAVATED: 11/30/2( - UTILITY SURVEYORS, INC ~fF;,,, ,,;_; _,,, ,_""_: -\'-" _, UTILITY#1 UTIUTY#2 Ground Observations ;'-,, Surface Ground Observations Surface Pavement Type & Thickness Asphalt §f~ Pavement Type & Thickness None ..... N/A --t Pavement Type & Thickness ar-Pavement Type & Thickness . --t Total Pavement Thickness 5.0" Total Pavement Thickness Base & Thickness Yes ...... ~~}t Base & Thickness ------D--t Soil Type Subgrade Soil Type Ground Water Present & Depth None ·····8 Ground Water Present & Depth ------D Utilitt1Details ; Utility Details Utility Type Sewer -Not Found Utility Type Utility Material N/A i Utility Material -.--- Depth to Top of Utility ...... m - Diameter/Width of Utility ...... N/A - . . Depth to Bottom of Utility ..... N/A Depth to Top of Utility .... m -Diameter/Width of Utility -l Depth to Bottom of Utility . .... -- Utility Direction N/A Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct No Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates U1:ifity #1 ~otes: .. Utili~Y,_#2 Notes: No sewer utility found. The AIRX crew excavated 154 inches deep and 36 inches wide looking for sewer utility. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 21 DATE EXCAVATED: ' 11/30/2016 UTILITY SURVEYORS, INC. Pothole 21 is located in the SSW-bound lane of Park Dr approximately 285 feet SSW of the intersection with Monroe St approximately 9 feet ESE from face of curb. The photo above was taken in front of Pothole 21 facing WNW. An alternate area view of Pothole 21. The photo above was taken in front of Pothole 21 facing ESE. A down hole view of Pothole 21 excavated to 154 inches deep and 36 inches wide by A close-up view of Pothole 21 completed. the AIRX crew looking for sewer utility. No utility found. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 22 -DATE EXCAVATED: 11/30/2( UTILITY SURVEYORS, INC. y ·••••:-· ·--,1n11. _,4,i.i UTILITY #1 UTILITV#2 Ground Observations Surface Ground Obse.-vations Surface Pavement Type & Thickness Asphalt ffi]r- Pavement Type & Thickness None ..... N/A .. t . Pavement Type & Thickness arr Pavement Type & Thickness ...... ..t Total Pavement Thickness 5.0" Total Pavement Thickness Base & Thickness Yes ······B··t Base & Thickness .... D .. t : Soil Type Subgrade Soil Type Ground Water Present & Depth None ..... B ' Ground Water Present & Depth ..... ,o UtilJty Details Utility Details Utility Type Sewer -Not Found Utility Type Utility Material N/A Utility Material -- Depth to Top of Utility ...... ffi .,.___ Diameter/Width of Utility N/A -{ .,.___ . Depth to Bottom of Utility N/A Depth to Top of Utility ...... w ··v;,-· ......... ; -~~ Diameter/Width of Utility ...... r ~, -I : \,,_*" •• ,./.; Depth to Bottom of Utility ...... ..___ - Utility Direction N/A Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct No Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utilit\'_lf! Notes: , ......... UtJlltylf~ l':lotes: No sewer utility found. The AIRX crew excavated 136 inches deep and 48 inches wide looking for sewer utility. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#; ' X160293 POTHOLE#: 22 DATE EXCAVATED: ' 11/30/2016 UTILITY SURVEYORS, INC. Pothole 22 is located in the SSW-bound lane of Park Dr approximately 180 feet SSW An alternate area view of Pothole 22. The photo above was taken in front of Pothole of the intersection with Monroe St approximately 11 feet ESE from face of curb. The 22 facing NNE. photo above was taken in front of Pothole 22 facing WNW. A downhole view of Pothole 22 excavated to 136 inches deep and 48 inches wide by A close-up view of Pothole 22 completed. the AIRX crew looking for sewer utility. No utility found. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT It: i X160293 POTHOLE It: 23 -DATE EXCAVATED: 12/2/2( ·- UTILITY SURVEYORS, INC. ·j.1/~i,,i.i,,;;, "1_, _,,_,,_, UTILITY #1 UTILITY #2 Ground Observations Surface Ground Observations Surface Pavement Type & Thickness None -~r~ Pavement Type & Thickness None ····· N/A ··t Pavement Type & Thickness arr-Pavement Type & Thickness ... ··t . Total Pavement Thickness None I Total Pavement Thickness Base & Thickness None ······G·t ! Base & Thickness ······D··t Soil Type Subgrade Soil Type Ground Water Present & Depth None ·····8 Ground Water Present & Depth ···D Utility Details Utility Details Utility Type Sewer -Not Found Utility Type Utility Material N/A Utility Material -- Depth to Top of Utility ...... ~,/4¼'···] - Diameter/Width of Utility ...... N/A \ ~) -I~ " .. r.~<~.l Depth to Bottom of Utility N/A Depth to Top of Utility ...... : '"';_..;..]: ---:;<··; -( :~ Diameter/Width of Utility . ..... \ -~) -l~'~~<~~_j Depth to Bottom of Utility ...... -- Utility Direction N/A Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout location Correct No Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #l Notes: Utility #2 Notes: .... No sewer utility found. The AIRX crew excavated 120 inches deep looking for sewer utility. Pothole 23-A was added by the on-site AIRX representative in order to locate the sewer utility not found in Pothole 23. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: POTHOLE#: DATE EXCAVATED: UTILITY SURVEYORS, INC Pothole 23 is located next to the SSW-bound lane of Park Dr approximately 101 feet SSW of the intersection with Monroe St approximately 7 feet WNW from face of curb. The photo above was taken in front of Pothole 23 & 23-A facing SSW. A close-up view of Pothole 23 completed. A downhole view of Pothole 23 excavated to 120 inches deep by the AIRX crew looking for sewer utility. No utility found. Pothole 23-A was added by the on-site AIRX representative in order to locate the sewer utility not found in Pothole 23. Page 2 of 2 X160293 23 12/2/2016 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 23-A -DATE EXCAVATED: 12/2/20 - UTILITY SURVEYORS, INC .. .... . · UTILITY #1 UTILITY #2 Ground Observations Surface Ground Observations Surface Pavement Type & Thickness None -BEr-Pavement Type & Thickness None ····· N/A ·t : Pavement Type & Thickness E]l Pavement Type & Thickness .. ..t Total Pavement Thickness None Total Pavement Thickness Base & Thickness None .... {~}t Base & Thickness .... D .. t ' Soil Type Subgrade/Gravel Soil Type Ground Water Present & Depth None ..... 8 Ground Water Present & Depth ...... D Utility Detail¼ Utility Details Utility Type Sewer Utility Type Utility Material VCP i Utility Material -- Depth to Top of Utility ... ffi - Diameter/Width of Utility ...... 4.0" - Depth to Bottom of Utility ..... N/A : ......... ..~~< .. J Depth to Top of Utility ...... <'i -j ,,,'4~ ...... '" l Diameter/Width of Utility . ..... ( \ r ~, -~r.,./.J Depth to Bottom of Utility . ..... -- Utility Direction WNW/ESE Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA No Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Mark out Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #1. Notes: --Utility #2 Notes: Utility was found directly on markout. Pothole 23-A was added by the on-site AIRX representative in order to locate the sewer utility not found in Pothole 23. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT It: X160293 POTHOLE It: 23-A UTILITY SURVEYORS, INC. Pothole 23-A is located near the SSW-bound lane of Park Dr approximately 94 feet SSW of the intersection with Monroe St approximately 7 feet WNW from face of curb. The photo above was taken in front of Pothole 23-A and 23 facing SSW. A downhole view of the 4-inch VCP sewer utility found in Pothole 23-A at the depth of 75 inches T/P. Utility runs in a WNW/ESE direction at the pothole location and was found directly on markout. Pothole 23-A was added by the on-site AIRX representative in order to locate the sewer utility not found in Pothole 23. DATE EXCAVATED: 12/2/2016 An alternate area view of Pothole 23-A. The photo above was taken in front of Pothole 23-A facing WNW. A close-up view of Pothole 23-A completed and the marked utility alignment found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 24 -DATE EXCAVATED: 11/23/2( - UTILITY SURVEYORS, INC. ' ift .. . ,,_,,)!. ·-··--:.lNNCi·----' -, ... , __ UTILITY #1 UTILITY #2 Ground Observations Surface Ground Observations Surface Pavement Type & Thickness Asphalt IBJi: Pavement Type & Thickness None ····· N/A ··t Pavement Type & Thickness c3r-Pavement Type & Thickness . ··t Total Pavement Thickness 5.0" Total Pavement Thickness Base & Thickness Yes ------B--t Base & Thickness ---D--t Soil Type Subgrade Soil Type Ground Water Present & Depth None ·····8 Ground Water Present & Depth ...... Utility Details Utility Details i Utility Type Water Utility Type Utility Material Copper Utility Material -..--- Depth to Top of Utility .... ... m -Diameter/Width of Utility ...... 1.0" -{ ' -l Depth to Bottom of Utility ..... N/A Depth to Top of Utility 'ft . .... m -Diameter/Width of Utility , .... -Depth to Bottom of Utility ····· ; -- Utility Direction WNW/ESE Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utlli!r #1 Notes: -·· Utility_##~ Notes: .. Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#; i X160293 POTHOLE#: ' 24 UTILITY SURVEYORS, INC. AREA VIEW Pothole 24 is located in front of 3095 Park Dr approximately 65 feet SSW of the intersection with Monroe St approximately 6 feet ESE from face of curb. The photo above was taken in front of Pothole 24 facing NE. DOWNHOLE VIEW A down hole view of the 1-inch copper water utility found in Pothole 24 at the depth of 56 inches T/P. Utility runs in a WNW/ESE direction at the pothole location and was found directly on markout. DATE EXCAVATED: I 11/23/2016 ALTERNATE AREAVfEW An alternate area view of Pothole 24. The photo above was taken in front of Pothole 24 facing WNW. AREA VIEW-FINISHED HOLE A close-up view of Pothole 24 completed and the marked utility alignment found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT #: X160293 POTHOLE#: 25 -DATE EXCAVATED: 11/30/2( - UTILITY SURVEYORS, INC. if::,:1: :,.,;;1,'-·---,··=-· ""'-· ·:;!::,~;;~ UTILITV#l UTILITY #2 Ground Observations Surface Ground Observations Surface Pavement Type & Thickness Asphalt ffi]0 Pavement Type & Thickness None .... N/A ··t Pavement Type & Thickness BfT Pavement Type & Thickness Total Pavement Thickness 8.0" Total Pavement Thickness Base & Thickness None ···{~·-t Base & Thickness ----D--t Soil Type Subgrade Soil Type Ground Water Present & Depth None -----8 Ground Water Present & Depth -----D Utility Details Utility Details Utility Type Water Utility Type Utility Material CCMLS Utility Material : -- Depth to Top of Utility .... m - Diameter/Width of Utility ...... 6.0" -I Depth to Bottom of Utility ..... N/A ' Depth to Top of Utility ..... m - Diameter/Width of Utility . ..... - Depth to Bottom of Utility . ..... . -- Utility Direction NNE/SSW Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility"_l Notes: --. . .. ~tility #2. Notes: Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 25 DATE EXCAVATED: 11/30/2016 UTILITY SURVEYORS, INC, Pothole 25 is located in the NNE-bound lane of Park Dr at the intersection with An alternate area view of Pothole 25. The photo above was taken in front of Pothole Monroe St. The photo above was taken in front of Pothole 25 facing NNE. 25 facing ESE. A downhole view of the 6-inch CCMLS water utility found in Pothole 25 at the depth A close-up view of Pothole 25 completed and the marked utility alignment found at of 49 inches T /P. Utility runs in a NNE/SSW direction at the pothole location and was the pothole location. found directly on markout. Page 2 of 2 UTILITY SURVEYORS, INC. UTILITY #1 Ground Observations Pavement Type & Thickness Asphalt Pavement Type & Thickness None Total Pavement Thickness 6.0" Base & Thickness None Soil Type Subgrade Ground Water Present & Depth None Utility Details Utility Type Storm Drain Utility Material PVC Depth to Top of Utility Diameter/Width of Utility Depth to Bottom of Utility Utility Direction NNE/SSW Pipe Cover Material N/A Utility Marked by USA Yes Tracer Wire Found No Markout Location Correct Yes Standby Required: No Standby Type: N/A (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Northing Coordinates N/A Easting Coordinates N/A U~lity##~~<>t',!~: Utility was found directly on markout. POTHOLE DATA SHEET AIRX PROJECT#: ' X160293 POTHOLE#: 26 Surface BEr-...... . ... ..... ..t ..... 8 .. t ..... G i ~ tB -...... 6.0" -{ ' -' ..... N/A J - -DATE EXCAVATED: 12/1/20 UTILITY #2 Surface 1-P_a_v_em_e_nt_T_Y_P_e_&_Th_i_ck_n_e_s_s -----------: or Pavement Type & Thickness D • Ground Observations Total Pavement Thickness 1-B_a_se_&_T_h_ic_k_n_e_ss ______________ -...... D··t Soil Type 1-G_r_o_u_nd_w_a_t_er_P_r_e_se_n_t_&_D_ep..,.t_h_._ ________ --t· · · D Utility Details Utility Type Utility Material - - Depth to Top of Utility m 1-D-ia_m_et_e_rf_w_id-th-of_u_t_il-it_Y ___________ --1 = . Depth to Bottom of Utility Utility Direction Pipe Cover Material Utility Marked by USA Tracer Wire Found Markout Location Correct Standby Required: Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location Northing Coordinates Easting Coordinates Utility #2 Notes: Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 26 UTILITY SURVEYORS, INC. Pothole 26 is located in the NNE-bound lane of Park Dr at the intersection with Monroe St. The photo above was taken in front of Pothole 26 facing NNE. A down hole view of the 6-inch PVC storm drain utility found in Pothole 26 at the depth of 26.5 inches T/P. Utility runs in a NNE/SSW direction at the pothole location and was found directly on markout. DATE EXCAVATED: 12/1/2016 ALTERNATE AREA VIEW An alternate area view of Pothole 26. The photo above was taken in front of Pothole 26 facing SSW. A close-up view of Pothole 26 completed and the marked utility alignment found at the pothole location. Page 2 of 2 Al,C. _________ ... POTHOLE DATA SHEET AIRX PROJECT#; X160293 POTHOLE#: 27 -DATE EXCAVATED: 12/1/20 UTILITY SURVEYORS, INC. fiL· ilBt,_:Bi l •• , •••• u-~,iB\ )\lillij UTILITV#l Surface t-P_a_ve_m_e_nt_T_Y_P_e_&_T_h_i_ck_n_e_ss----,1-----A_s_p_h_a_it __ ---1······~-0" --r- Pavement Type & Thickness None ····· N/A ··t , t-------------+-----------1 •· · Ground Observations Total Pavement Thickness 8.0" 1-B_a_se_&_T_h_ic_k_n_es_s __________ N_o_n_e ___ --1·--·· B··t Soil Type Subgrade 1-G_r_o_un_d_w_a_te_r_P_r_es""e""n ... t_&_D_e_p_t_h ...... ____ N_o_n_e ___ --1 ···--B ···-Utility, Details Utility Type Sewer Utility Material PVC - Depth to Top of Utility Diameter/Width of Utility Depth to Bottom of Utility ;r ·····~m. ----------------------! -j N/A . - Utility Direction NNE/SSW Pipe Cover Material N/A Utility Marked by USA Yes Tracer Wire Found No Markout Location Correct Yes Standby Required: No Standby Type: (Gas, Petroleum, etc. or N/A) N/A Approx. Station Location N/A Northing Coordinates N/A Easting Coordinates N/A Utilltyfl~}'ll~tes: Utility was found directly on markout. UTILITY #2 Ground Observations Pavement Type & Thickness Pavement Type & Thickness Total Pavement Thickness Base & Thickness Soil Type Ground Water Present & Depth Utility Details Utility Type Utility Material Depth to Top of Utility Diameter/Width of Utility Depth to Bottom of Utility Utility Direction Pipe Cover Material Utility Marked by USA Tracer Wire Found Markout Location Correct Standby Required: Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location Northing Coordinates Easting Coordinates Utility #2 Notes: ' Page 1 of 2 Surface ar-...... ··t --·--·D··t --··D .....-- . ..... 1,~--~w-.,j -...... \' ~) -~w.,/.! ...... - POTHOLE DATA SHEET AIRX PROJECT#: : X160293 POTHOLE#: I 27 UTILITY SURVEYORS, INC. Pothole 27 is located in the ESE-bound lane of Monroe St approximately 97 feet ESE of the intersection with Park Dr approximately 13 feet NNE from face of curb. The photo above was taken in front of Pothole 27 facing WNW. A downhole view of the 4-inch PVC sewer utility found in Pothole 27 at the depth of 59 inches T/P. Utility runs in a NNE/SSW direction at the pothole location and was found directly on markout. DATE EXCAVATED: ' 12/1/2016 ALTERNATE AREA VIEW PH-27 An alternate area view of Pothole 27. The photo above was taken in front of Pothole 27 facing SSE. A close-up view of Pothole 27 completed and the marked utility alignment found at the pothole location. Page 2 of 2 AIR. POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 28 -DATE EXCAVATED: 12/1/20 - UTILITY SURVEYORS, INC. :.ilfiic.. '•-m ........ ··"·-·-··-··-·-UTILITV#1 UTILITY #2 Ground Observations Surface Ground Observations Surface ffi]r-Pavement Type & Thickness Asphalt ...... .... , Pavement Type & Thickness None ..... ··t Pavement Type & Thickness ar-Pavement Type & Thickness ...... ··t Total Pavement Thickness 8.0" Total Pavement Thickness i Base & Thickness None ····{~}t Base & Thickness -----D--t Soil Type Subgrade Soil Type Ground Water Present & Depth None ····-B Ground Water Present & Depth ······D Utility Details Utility Details Utility Type Sewer Utility Type Utility Material PVC I Utility Material -- Depth to Top of Utility m . - Diameter/Width of Utility ...... 4.0" 1 ' -i Depth to Bottom of Utility ..... N/A Depth to Top of Utility ...... (lJ - Diameter/Width of Utility ······ - Depth to Bottom of Utility . ..... p -- Utility Direction NNE/SSW Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utilityjt1 Notes: -······· _l:Jtility##2 Notes: Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 28 DATE EXCAVATED: 12/1/2016 UTILITY SURVEYORS, INC, Pothole 28 is located in the ESE-bound lane of Monroe St approximately 250 feet ESE An alternate area view of Pothole 28, The photo above was taken in front of Pothole of the intersection with Park Dr approximately 12 feet NNE from face of curb, The 28 facing NNE, photo above was taken in front of Pothole 28 facing SSW, A downhole view of the 4-inch PVC sewer utility found in Pothole 28 at the depth of A close-up view of Pothole 28 completed and the marked utility alignment found at 66 inches T/P, Utility runs in a NNE/SSW direction at the pothole location and was the pothole location, found directly on markout, Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT #: X160293 POTHOLE#: i 29 UTILITY SURVEYORS, INC_ UTILITY #1 Ground Observations Surface Pavement Type & Thickness Asphalt --{~~--r- :P~a~v-e_m~~e-n_t~T~y~p~e~&~-T-h~i-c_k~n~e~ss~~~~:~~~~~~~N~o~n~e~~~~~~=-----8--l Total Pavement Thickness 6.0" t-B_a_s_e_&_T_h_ic_k_n_es_s __________ N_o_n_e ___ ---r------8--t Soil Type Subgrade t-G_r_o_u_nd_w_a_t_er_P_r_e_se_n_t_&_De_p_t_h...._ ____ N_o_n_e ___ -t·-· .. 8 Utility Details Utility Type Water Utility Material ACP - Depth to Top of Utility ······~my 1-----------------------1 -' ····-N/A Diameter/Width of Utility Depth to Bottom of Utility Utility Direction NNE/SSW Pipe Cover Material N/A Utility Marked by USA Yes Tracer Wire Found No Markout Location Correct Yes Standby Required: No Standby Type: (Gas, Petroleum, etc. or N/A) N/A Approx. Station Location N/A Northing Coordinates N/A Easting Coordinates N/A Utility #1 No!es:. Utility was found directly on markout. -DATE EXCAVATED: 12/1/20 - ~! rr-rL., .«-».s,i=,,;1s;m1ffih./filS#Jisc' .. .,_ UTILITY #2 Ground Observations Surface ar-Pavement Type & Thickness ...... . ... Pavement Type & Thickness ...... ··l Total Pavement Thickness Base & Thickness ······D··t Soil Type Ground Water Present & Depth ·····D Utility Detairs Utility Type Utility Material -Depth to Top of Utility ...... i,-+,"·•sj -Diameter/Width of Utility ..... r -, -~r~~;.<~.J Depth to Bottom of Utility ...... - Utility Direction Pipe Cover Material Utility Marked by USA Tracer Wire Found Markout Location Correct Standby Required: Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location Northing Coordinates Easting Coordinates I··· Utility #2 Notes: Page 1 of 2 I POTHOLE DATA SHEET AIRX PROJECT#: I )(160293 POTHOLE#: ; 29 UTILITY SURVEYORS, INC, Pothole 29 is located in the NNE-bound lane of Alder Ave approximately 25 feet NNE of the intersection with Monroe St approximately 3 feet NW from edge of pavement, The photo above was taken in front of Pothole 29 facing NNE, A downhole view of the 8-inch ACP water utility found in Pothole 29 at the depth of 40 inches T/P, Utility runs in a NNE/SSW direction at the pothole location and was found directly on markout DATE EXCAVATED: 12/1/2016 An alternate area view of Pothole 29, The photo above was taken in front of Pothole 29 facing ESE, A close-up view of Pothole 29 completed and the marked utility alignment found at the pothole location, Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 30 -DATE EXCAVATED: 12/1/20 - UTILITY SURVEYORS, INC. ·1·:-i!il ·:11111: .,., ••• l.1 UTILITV#1 UTILITY #2 Ground Observations Surface Ground Observations Surface Pavement Type & Thickness Asphalt H~r-Pavement Type & Thickness None ..... N/A ··t Pavement Type & Thickness ar-.--- Pavement Type & Thickness . ··t Total Pavement Thickness 6.0" Total Pavement Thickness ······G··t ! Base & Thickness None Base & Thickness ······D··t Soil Type Subgrade Soil Type I Ground Water Present & Depth None ·····B Ground Water Present & Depth ····D Utility Details I Utility Details Utility Type Water Utility Type Utility Material ACP Utility Material -,---- Depth to Top of Utility -i -1:8 Diameter/Width of Utility ...... 8.0" - Depth to Bottom of Utility ..... N/A j Depth to Top of Utility m ...... - Diameter/Width of Utility . ..... -: Depth to Bottom of Utility . .... -~ Utility Direction NNE/SSW Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A} Standby Type: (Gas, Petroleum, etc. or N/A} Approx. Station Location N/A Approx. Station location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utllity~l Notes: . -Utility #2 Notes: . Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 30 UTILITY SURVEYORS, INC. Pothole 30 is located in the NNE-bound lane of Park Dr approximately 141 feet SSW of the intersection with Monroe St approximately 20 feet WNW from face of curb. The photo above was taken in front of Pothole 30 facing NNE. A downhole view of the 8-inch ACP water utility found in Pothole 30 at the depth of 54 inches T/P. Utility runs in a NNE/SSW direction at the pothole location and was found directly on markout. DATE EXCAVATED: 12/1/2016 An alternate area view of Pothole 30. The photo above was taken in front of Pothole 30 facing WNW. A close-up view of Pothole 30 completed and the marked utility alignment found at the pothole location. Page 2 of 2 USA Ticket(s) AIRX UTILITY SURVEYORS, INC. USA EL s ,, Job Name: t V, [ J, AM(fob#: Main Street~ -;;:T,. c-.,f C!:,,;(.,, i.,,. GPS USA Ticket#: PH#: z.. l:: l } } ' ·""'> Date Called: Time Called: / <::~/, Jt"\, /t? !/ '" If· 1 .... L,),,, ! )' 'll i ... I() -I / -Oi=l=ICE USE ONl V ,=w"!f~~-~ ""Zr/1?"",-.,,.,.,,,««"'J»l/iiiit'Wll" D D D USA Done Date: 11··1<~· fl/ l )iii> Req: Scheduled· USA FIELD DATA SHEET Job Name: Prciposed Start Date: AirXJob#: Main Street: ~ r,· a_ r <=-:_ l::: USA Ticket#: PH#: Date Called: ', f+ / ') C\? \ \ /JI) :::J ~' i-~ $<!, t .;r~ r \# ,_ ~ ~ ' ! , 'i,-, ,' l. /4 -~ ~-1:' ,,;Ill } ' " ' 2,s:-,/ c:, { l'! I '!)i c;J ,1 ~J 1t ~ J Tlrne Called: , ~ I ~ ' : ! OFFICE USE ONLY ] PotholeAlignment j USA Dune ] Tickets P(111ted [ ] Marked Date: Stdby Req: ,,' -i \.; ~------''1-l J<V'' i -------3'. ~, /r ' L Stdby Scheduled: Permit(s) AIR UTILITY SURVEYORS, INC. ·· \!Ill llllll' 1111 it¥ llllll 'I, -~ --(!1t'W!'i;fl;:d,N[1SJ' J'XI!lfAL JJ.lfE_J;J,,Qfil!BEJfITli~RSIB~Jflf/(}J, ... r ..... ¥ ..i;;,··04 -TYPICAL SIDEWALK CLOSURE JilJEJj/J i -Dllf.cJlON f>' 'tRA\'!', ~ P007Aflt£ ~CN TRAfflC CONE/OOJ<!:ARlR 0 lR»TIC BAR!n t 1i!'E l! BAR~ICAIJE ,. '1.UER y flAG 1REE mi 11.,15"111<: Mf,tJW SCN + f'DRTABlE r:.ASHING BEAOJl\l {~lllilVrZ:IIOTIF} -K-RAIL (lffM!Xlllt:fl'TIAMIR) I@ CIIANCfA9l£ MESSAGE 91l1i TRAFFlf2.J;1lNTROl, NOTJi~c; 1. 1IDm< HOW?S TO flf l?f5TR!CTED ID ro /Jlli'tf.5S AW'ROW O!NtRMS'£ 2. PEDESTR/Ml CCMTR,'Jt.5 lffi1 BE Pf?011tltl) AS SHOl+N, J, f'ff.iSfJfI.MS $}MU fJ£ PR01fCTEO FROi,f £tff'ERNC 1HC (XCAVAJ'lCnl !fJY PI-Jl5'CAL .B~ DOCNW, INSTAU.!.O, l<N!J iMJ.VfAJNBJ TO m£ SA 1/S:,, ACJ'JGW Of THC crrt ff,i(;S{ffjl. 4-. ft,JwiRl,;/Y 'NO P~/WW ,btM~ .S,/\~-"IS S1,Hl«(; !Ht tMlt' ·¥-© r~ fY ~'l¾m ~l .~ f'G$/HJ 72 tJJJ/,Jff$ f1$fiff W Ct~i'CWG llfx:t{ (4iL CJ.fftsBAi) POUCE DISPATCH ~T (1W)9J1-2l91 10 VA.UOA1c l'<JS:1/UG 5. ACCESS MU O! 1Wi>1i;!Nf1i 10 AU Clli>!JIA)S ui.uss OJHfR APKAlfGEM£/ITS '1i£ MAN. K lR'"cNC.~fS IICST B£ 8ACKF1UlJ) CW-PiA?'fP Ovf?IH(; H(JN-i\(}Pt<:/NC i«Jl.JRS UNL[!» k-Rl!II. BARPJCRS AR'£ PR(J'~ED. Ii. RAJ/.. IS APPfitJWO (WLY llNtN Sl'[mcAU Y SHCl!ti OIi mi N\"ROW 111,mc CCW!RO!. 11.)J;, PW1S SHAH HA~f C1l'AT$ MO aw wx· 4.J' me £0..,"£$ AS AflPROVW Br' fflE CfTY fN.Sp[.(.:J()R, Z: SIRJPIM.~ Wit 8£ RfPf.J.CfD BY 1Hf COiWACTtl< Wf'FHJN J4 tiOURS, 1t ~£Mo1£D CR DAUACW. a -m; r D,$11JR6S N0/11,/"4 ll?Amc S,C,NA( rf/,(//1$ CffRA!!alS ll/,lll /IE ~WM1i.D YlfH IN:. Vtr -N CJ,J,ti$8AD, iX$/TAtr SJ'HfflS !N\.1190/i M tll!O) 431-29J7 72 ,_ -TO -iOl'IK 9. TlifAPfiC .SIG'IAI..S SUU. REWJN KIU.Y ACTJ'A'/ro AT All nMlS; UNtiSS OmERIWs:£' APPFWVfD B'I '!H£ orv [_NCf.NIXR 00 HfS RfffifSCJ\1rAm'E. IF mAffiC ~Al 1..0CP CE"n:CTca::. MC ~ l/.'OPCRATT4: BY TH£ PR&05£t WOl'i'!(, ~u otJ£CJJO/'f SHA!..t erusto ro PROw;lf A.CTUAnot./'. m. fl.AGGERS £ff.UL fJf: £@,Al'ffl 1111H A M-lfrt' JJ,lfro H,,(T, AN C!tANGf 1,6T, )NO A ~511'.f'/2:LOW° PAJ,,IQJ£ ON ..i 5 fi./01 ;;Uff.. 11. AU mAmc ClWrn:ot ~ W$T ec UAINTAffltIJ 'l.+ H'.Jf,J[($ A o-.n, ; b,WS PEP. 1iUK, &l !Hf C(W%!;4,C i0$, 12.. All. TRAfflC CCW'IROt SHALL 8£ IN ACTmOANCE IWni TH£ t.AUfORNIA NANVAl. a %_!J~~~~.k~~lf~Tftl11;1i~~fu,H PHA$E CE TM£ ll(IRI( iN K U'TJIIL, FCRUAf, A.YO OOAliTr' ll.W51RA1CD "' fH/5 SHEET. H AU 71?Amt l'(J.NJ'R-OL /Jf.\11XS S..·Ml.l Bf RfMOl-fP FRON :a'£W CA? Cv\,ffif.0-ft'ri t1Cr :N VSE: 15-IHI: QJY t:AVlNUR OR M'IS RfFRiSfNTATI'~ HAS ff" AIJ'JJ#Xdrr 10 .WillA.lr flfl.1) tJtA~&fS TO INSi.Jfif PliB!iC SAFE(¥ 18. AU. llORK AF1TC1!NC 8{1$ $TOPS SfA!.1. &! Ctx:.iITT:l#irtv ffl11i NO!i:Tk COVN1Y r11),,ff;Jf Mi&CY-C<Jff!fi:ACIDit ~-t,'l.{J, CAL!. NCiD Ai (760) 96i-2$2Q AT U:K.f 72 k{)/Jf{$ iN #)V*f,,(f tff ?t.Aff{JH(; ll-t)RI\' 11. CHAIN'.fABl.C Mis:s.4Cf $!CNS 5!-1.AU 8E VXfJ IN AOVANCE fY YRl!FRC CIJHTRa OJ AtAJOP. A{tr() AAJI£ Aff:ER/Al.S. /JM.E:SS 01H£RIMS£ /IPPROW. THESE SON$ SiiALJ. ltf SHOtW ON lHE 1KAmC CON71/0!. Pt.Mt W20-2 WlU-o(l<T) l'@-5(LT) \1120-b(Bi'it) \1170-1 WZ0-4 W21 5 V/3-4 CITY OF CARLSBAD APPR()VED for lRAFFIC DIVISION ·oAn: VrJ.,:i:..,,,!, J. ,. ,, z &, ,a SWNAGE 1W1'E$ "· 0,:c:·::":·::c:cc·~·::e ~ ,/'fi, <,\,,.,.,_,) '>., I/ \\1-3(LT) W,J-1 G20-2 R9-9 R9-l1a R9-1G LINC: C9A(CA) C30(CA) C30A(CA) C30(BIKE) PHASE 1 HIGHLAND DR f ·, :7, R4 7A "-,--, "'*" ww<I>,._ -------=====-····--__ ,_,-________ _ ill,*' *~=-,w-f g4.7,A ll:U (11..0I t ~~,._ 'l!): 3£) A/h a.nd ~'30f= TAMARACK AVE (30 MPH) 250' Si9n Spacmg """:'.n~~ce ·-··--1--· It"''.!, .. C30fonl fll!-\1 J . ·······--·c,-··-·-·~ :1 , ......... J .·c ' ·. , ·, •·· -··-· --"_ ....... -.. -···-,.......,,...,. ~ ;~ ~ C!,.Ouol:-) L ·-f fL'1-\I "'R4·/A '" )> ZS ----1so· ~ign S;iacing G20-2 HIGHLAND DR _____ Pos~ T~;~;;:~1~:;~r:~:f ~igns -......... , ..... ··-· JAMES DR /!",,Mr<; i 1•-1\.1 r r1.1u, t'~G .,.,,~·/::."i~ ;c, wr;11c'<.' !,.'\l (),,.JV'l. t5 k)...K:S lh_ :;;;;;;;;::========···-=-===-=-=-=-=-=~.~======-===-··· ... ----------------.-... -_,,.-.-... ;.-:-.. -.::--.-_-_-_ -_ -_-_-_--------------. SURVEYOR~. iNC. Gail McMorran President 2034 EAST EL NORlC FAH.KtNAY. SUITE C ESCOND1OO, CA 92027 PHC,NE· (760) 480<2347 CELL: (760) 419--3733 PROJECT NAME: Pork & Tamarack lrnrpvements AIRX JOB#: X 160293 THOMAS GRID#: 1106-G6 & 1106-HS --wow,,=oo,·,,,,_, __ TYPE OF WORK: Potholing DRAWN FOR: City of Carlsbad MISC/POTHOLES#: DATE: 10/28/2016 DESIGNED BY: Clinton Boogaard SHEET 2 OF 8 PHASE 2 TAMARACK AVE (30 MPH) PARK DR s~~~g=1:r.( --f-B~~~r-..+-_____ f\\)~~5i·')li~ <u»>="---->---~;;~,H-1--..!--..J..-~ -c,ou.;1:-) Gail McMorran President 2534 EAST EL NORTC PARKWAY. SUITE C ES<:;ON0IDO. CA 92021 PHONE. (760) 460-2347 CELL: (760) 419-3738 PARK DR ----------------=•c•> -PROJECT NAME: Park & Tamarack Drainage lmrpvements AIRX JOB#: Xl 60293 TYPE OF WORK: Potholing MISC/POTHOLES#: THOMAS GRID#: 1 ] 06-G6 & l l 06-H5 DRAWN FOR: City of Carlsbad __ -_-_-_-_-_--:_-_-_--_-_-:::::::_-SCOTT DR ----+-i--J-J,,..,. l.. r~.MP,)PARv NOPfPYIHQ::1•::;Ns WLL ! E.F .. P.1 ACffl ~+:)URS IN ADV ANC c . z C{c:kt\n0:1 DATE: 10/28/2016 DESIGNED BY: (..l1,t¼Zt ~ 1 Clinton Boogaard SHEET 3 OF 8 C2')2 PHASE 3 Gail McMorran President 2534 ~A~~ Ei NORTE PAR.<.WAY. tun i'; (; ESCOND,DO, CA 92027 PrlONE: (760) 480-2347 CELL: 160) 41£,--3738 TAMARACK AVE '1t F,.AGGFR W.LL fv'J;jN"'.t..!N DR!VE\''iAY t.S~.S~J:;?.\ .... ~'.L.'.:'-1.h T,f.':':f \ , ---C OORDI NA TE WlfH DRIVtWi'-'/ OWNFR 1i-µi ri6ufis pRroP fSstARi oF \'!(,;;;,: · · .... Pest Temf-O«'ry''No Part<.irsg" ~1gni; ----------150' .. .. '/2L=53' -(} j _ I tlff Sien Spocing Wor>.Zo"• ou<iS< I ,rlffJ,1i1Ta;c"r ~· •• (\I (-::; fl -1 ,.;~~' -f 1 ~~-"'-.H'>,~-~, j :'30A'.CA) I u L $'. .. -~7?.%h:?hh>z»h:>v,m?Y/;~ ~ J l ) \ ~ L--·d-~--~ ,, ~+! G2C.--~ 11,,0· :;;;;;in Sp~cing W2Dl TAMARACK AVE ,if' DRIVE MPH} ~,,·-·-,_,, __ , = ~ PROJECT Park & Tamarack lrnrpvements AIRX JOB#: X160293 THOMAS GRID#: ] 106-G6 & 11 06-H5 TYPE OF WORK: DRAWN FOR: of Carlsbad MISC/POTHOLES# DATE: 10/28/201 6 DESIGNED BY: Clinton Boogaard SHEET 4 OF 8 PHASE 4 (Typical Shoulder Closure on Park Drive) Gail McMorran President 2534 EAST :LNORTE PARKWAY, SUllE C ESCONDIPO, CA 92027 PHONE (700) 480-2347 CELL (760)419-3738 'it HA(;GI:~ WILL MAINiAIN kS:Ctss AT All T!MfS COCRDINA"f WITH DRIVEWAY OWNER f8 HO,J!,S PRIO,< TO 37 ART O> WORK 11, Pli:l.CC WJC-1 & G?,-C.2 ~IQn::. &t al! Side; Sire-ets. w,tl'liri affected ama FvstTemporn1y ''NoPat><.itlf/' S1gi=s ----------(Vi~:ta;,~~q'·;; --1, ______ Buf~•ti;pac:-_____ _ C'.20-2 101.Y S\gn Spacing PARK DRIVE {25 MPH) C30A(CI,') :I/ •••• DPIVEWAY3 v,1TH1t 1 WORK ZCNE J ~~ Flt\GGER TO MAINTAIN /\CCES3 DRIVEWAYS WllHIN BUl+l:R OR REQUIRE Gi',P lri CONES 10 MAl'•TAlt, ACCESS PROJECT NAME: Park & Tamarack Drainage !mrpvements AIRX JOB#: X 1 60293 TYPE OF WORK: Potholing MISC/POTHOLES# THOMAS GRID#: 1106-G6 & 1106-H5 DRAWN FOR: City of Carlsbad DATE: 10/28/2016 DESIGNED BY: Clinton Boogaard SHEET 5 OF 8 PHASE 5 'K flAC::,QcR Will AS':tr \ff1 I GIK';i'{EtliCI f. [R/.rfl(: 'K PARK DRIVE (25 MPH) 100' Sig,=-i Spacing 1tK l.\.ci'~ l»¾J.....ttl.,-. crooo.,---1:'bof~ t,;lc-tl G'.:'.0-2 s: )> -< 0 0 c:: ~ R4-7.:':~-·-···-·"""' Si 4-':\. .... 0 .a ! C "' "' 0 0 W20·l ,. i-----1:}l)'-H ,IJJ' t--+--+--100' .. l .. LT ,.-=l R!i-7A s: .30 °' z ::0 0 m ~ ;;;;::==================::;:============ ---------------·--· ---·· m ··········-········--·· ESCONDIDO. CA !,,2027 PHONE, (760) 480-2'.¼7 CE;...L ;760)418-0736 Gail McMorran President PROJECT NAME: Park & Tamarack Drainage imrpvements r-···· AIRXJOB# X160293 THOMAS GRID#:] 106-G6 & l 106-H5 TYPE OF WORK: Potholing DRAWN FOR of Carlsbad ----MISC/POTHOLES#: r< X 7A +,,~.~-·~"~:~·-7·-~ .__ ., PARK DRIVE MPH) DATE: 10/28/20)6 DESIGNED BY: Clinton Boogaard SHEET 6 OF 8 PHASE 6 () .:i."' <½.. :'§ .,,.'¾..,"' 4'a' ~~ ~s...,_ oil"s. ·-:,;01!, 'I' [ ¾ ';) Gail McMorran President 25'!4 EAST El NORTE PARKWAY. 51.ilTE C ESCOND<OO, CA 92027 P} lONC (760) .tS0..2347 CEcL (760)419-3738 PARK DRIVE (25 MPH) fur IA,(.),+:. lu!~-l\ : 00 a,v-.. i: 30pr,-, 'K fVf corHACT MUST BE ,'v</S:i'-FAHED BETWEEN 'K fLAGGE~S :JR USE 2-\~AY COMMUNICATION FlA(;GPfl\Nll 1. ,\SSIST WITH BIK.E/Yt;.H CU: 'R.A.ef1C __________________ ,1uc,t T~~z~1r~~:~~:ii~i:g-SrJns," S,gn SfJ<:1C1ng W20-1 PARK DRIVE {25 MPH) -~ 'K FL4GGER ','{1 ... ' .... ~ ..... M" .. '. ltlJcll:lQR]L·E· !!.. ..... · .. A,_\ ,·'\CC~SS AT ALL T!J'.AES COORD,NA!f Wi!H DRIVEWAY OWNER 7!4ift:J()ii!§J'.l\lOR TO ST ART Of:,YQ;:!; , =,-mmll mm --~ ---~" 10,J', PROJECT NAME: Park & Tamarack Drainage imrpvements AIRX JOB#: X 1 60293 THOMAS GRID# 1106-G6 & 1106-HS TYPE OF WORK: Potholing DRAWN FOR: City of Carlsbad Ml SC/POTHOLES#: R4 :y-~ ·• 1R4·7 A MONROE ST -(25 MPH) DATE: 10/28/2016 DESIGNED BY: Clinton Boogaard SHEET 7 OF --8 PHASE 7 -# MONROE ST (25 MPH} _____ fr;,::,tTer-m::irary'N,:,Par!<.mg•sqos {S..;}th S>::/,;n cl Str~et; ~ i \.<;)~ ~"" ~y,.Y.."'~~' c., ~~ ' ~~~ ~:r:///,f'"'\,, 1'<;4-/A t ,. . _.., .... ".--....,,,,-f _); P4-7A ,, , < C"J20-? Gail McMorran Pr<'sident 2534 EAS-EL NORTE PARKWA'r', SUITE C ESCONtl>l)O, CA 92027 P, iONE.: {7CO} 480-234-7 GELL: {760)419-373:8 --+----:UC' Al.DER AVE MPH) 'KEYE CONlACT Mld BE /vt•A,TAlhED B[TtiEE'J 'K FLAGGERS OR usf2:~vAi'COMMUi':ircATION FLAGG FR 'NILL AcS ST Y'WH 31K_E!,','_1:,f:,IClE TRAFFIC PROJECT NAME: Park & Tcimarack Drainage lmrpvements AIRX JOB#: X 160293 TYPE OF WORK: Potholing Ml SC/POTHOLES# THOMAS GRID# 1106-G6 & 1106-H5 DRAWN FOR: City of Carlsbad l'.lcC)0/1'"\ I' DATE: ] 0/28/2016 DESIGNED BY: Clinton Boogoard SHEET 8 OF 8 Miscellaneous: Supplemental Plans and Documents AIRX UTILITY SURVEYORS, INC. LEGEND EXISTING F'EAll.lftES ''-·~ " :_r ./.;.~ ... • ~ ~ ,Ii ti) ~:~".) ,., ...,,,i ' •:· -~ .. .i:.:~j, -t ,.., ... ""',-... :a, .. ~~ r l'\~_::_i ': 'I \J .,.,.,. •n -~~~ BASIS Of COOROINA. TES ANO ELEVATIONS :"---2,~,=::=::::;:=---c:_;;;---;---::::~~-~.--=l~/:::":::.'':::''=-~:'3= _ _::=-~:.....:'_r-;___··.;;·.;,;,, ::•:::,~~----~····:--· ~,=-~-, 60" RO' <E\ G,, '""'' h"-,,. • .;·1 [e.x G.,u,t,,;~------• _______ '.h £ F---------a---C\l E-< "-De'. 0 (/) w 2 <( --, v· :t,; TAMARACK AVE :;: '7:" -~' -t 1c .. I 'AS BUil T' "'" ~-.-u-4 j Rf:VII:'w'ED BY, GRAPHIC SCAl..[ 1 INCH• 20 FT. ff:: tJ r~ ,a·':>:: •· RE~SION DESCRIPTION ·i:.:l "" ~ [fl T -"io! -~.f~,~:--i.=-..;. ':I'-·· 1,;._ i,·•.• :.iii "" "" [fl <,;t.'>., r ~ '97. ~-fsiiiir 11 CITY OF CARLSBAD 11Sifflsl7 L...!....J ENGINEERING OEPARlMENT L..2....J IID'ROVEMD'T PUNS FOR: TAMARACK AVENUE HORIZONTAL ALIGNMENT EXHIBIT I AWRO>tD I DATE f!lt JN1LN.J OAlE JN1LN.ll~~08;~: : II PRO.EcrNO. IIDRAMNCMo.l OlHDIN'f"fllfNM. an'~M. RV'ftOBY: --- j '°~-~ --GRAPHIC SCALE 1 INCH• 20 FT. ---------------------------",------~--PROPOSED 60" ...... E-, ~ µcl µcl ::r:: [/J µcl µcl [/J j 11'M1'R1'CK RELOCATE PCJ<TJONOFEX SEWER MAIN APPROXII.IATE LOCAT!Ct. Of RELOCATED SEWER Mlt": R~soo· CONSTRUCT WITH 8' LONG f£VELED PISE /-. (/J >-L,J -.J -.J § RELOCATE PORTl~OFEX GAS MAIN C'J '::::: c:-4 µcl µcl ::r:: [/J µcl µcl [/J ~1-===+===+===================t==:t==:t==jt=j fsiim7 CITY OF CARLSBAD I '"'m I I ~ ENGINEERING 0£PAR1MENT 7 I 'AS BUil T' I I I I I I I ll-,::1~zt~E1~N~'f~1ixHIBIT P.E EXP DATE DAT£ I REVIEIJED BY, 'NN BY: ---1 PRO.ECT NO IIDRA'ftlNG NO.I DAlE ltllllAL A OAlE NllAL DATE NllAL CHKD BY:_-_ _ OTHER NfflfYfAl. CITT AP!'flOVAl. eR'-"VMJ"'---'B""Y'~---~L-,,-==== j--j----t------------+--+-+--+-----J[APPRO~ INSPECTOR REVISION DESCRIPTION ~-~Jrn !!-.~.:~a: : ,E/'t;-;..,};.ffil'l ~'""'"'""" ~ -----------------;;;;;;;;;;:~:::-ti -------------,,;;,=;;;;=v-_: '~--,;;;n:;:;:-:,i;.;;.;:;:---'i' ,-~'\,---PRU'OSED 60" Ra' -:E./Wa~dl"".d I \ \EXS-.,:-l&~~·-\. \ f\ Wa!~l.a!<!i.1'~ -~ \\ ', \ \ ~ ~' [0,§,,,,.,.,;;_/'TAMARACK AVE (~ ..• " .. ·, SEE 'AS BUil T' PL __ [)Cl', ---DIIT( 1NSP£CTM ' R-21' CCNSTRUCT WI TH 4'Lct-lGBEVE1..EO PIF£ -.... ---~ ;;,,.~ / , l~ / ~ Q:'. 0 "' (l:'. <{ a.. . I SHEET 4 -.:t-E-< '"'" '"'" ::i:: rn '"'" '"'" rn \ ,., 0 ,., ""-*IL.___.,.; GRAPI-IC SCA!..£ 1 INCH• 20n. HORIZ. 1°•20' i· fsiim 11 CITY OF CARJ.5BAD jl§ffisJ7 L2..J ENCINEERIMG DEPARTMENT L..2....J DIPRO\IDDn'PUK!lf'OR: TAMARACK AVENUE HORIZONTAL ALIGNMENT EXHIBIT ~ ~ ~ · i"~ 1-1 .. ~ 1-11g:.,·:~--=--1[ ~['VISION DE~IPTION no"'""""-QT'( ,,, • .,aw,,..RVW:> ev:---PROJECT MO. 11~A~G MO] -~ ·-':'-'~ I• SEE ·-.;-,-j\ei ',:~ -, ._Ii-,_' a+~ . "-' ,,-''¥ ... ;;;.~ PARK DR ·-.... :,;t. .... ;,<. e,,.· " ' ""I ~! .;Ji SHEET 3 t ! ~ I ~ I 11 R-21' CXJNSTR\.CTIITH 4' LCNi BEVEUD PIPE RELDC<TE f"CRTl<N CF 0: GAS WAIN jE/W&:.tTle:.m,11 l I i ~e.x·1-ta:.+; • .a: .... ;i;R GIIAPHCSCAU 11HCH• 20FT. 'r. ·.~ ~ 'AS BUil T' P-~--EXP. ---DAT< PARK DR -P l I=· Gai""'" J ___,,.,.-;.--l :'¢:'4.'I !_ I I ~E"\Wa!ei ~·31}--f ~ HORIZ. 1"•20' I[) =-= E-< ~ ~ ::r:: lfJ ~ ~ lfJ f--4---1----------+---+---l-~>---l[::r]I CITJ •• &t,~~~~AD II"'~ RE-..,SION DESCRIPTION DO'BOVDmn'PUKSfOR: PARK DRIVE HORIZONTAL AUGN~ENT EXHIBIT ~ ~ I""'~--II CHKD BY:_-_ RWIO BY: -PRO.ECT HO. :11 DRAV.~ HO.I -jE\ Wi,:r~, La111r<JI L.. .....-·\ \ .. -----;~~~;;=:.~. ====::::S\,--;:------;==~f ~ ,. . .,, ~ : ----~--~-,,. \---~MJ --.. -~:xE:oc..,,,,.., .... !~:·lt .. x.~·•,,~?La:.lra;h ~· ·. .. !EXf-;tt<,';('-f"Ll'~;1ih OCEPENPIPET~A~-sr<:E::.WfRLATIRAL.S .. +---------e<:.E------------:m:1 =--5 \,' \ ,,,.,,.,..,,, .'\ ., ' '' . ' \ ''· ,• rrr-: ---o/,-=z,;y--===e---------ffi?---F-----"t-)------/4-. ---" \, -co ~ --a .------G--------------e-=y-t t) E-<-r,c:i r,c:i ::r: (/) r,c:i r,c:i (/) .,,,. it:: l' it, jEXWJ!e!W!e!,~~ / I--i '" E"""' ~ L I"'""~ "'"'" r-1 . ·1'~,,,~-, i 1r·-""' ~ \:.J;I i-,l H ,_______j ~ ..,._.,..........._ rp' 1' ... ,.,._. ti ~· r ,:: )> ~· ,, -< 0 • c-< '\~ -~ G .-• i'""'''"" : 1.• .~ ,. r,c:i ::r: (/) r,c:i r,c:i (/) / 2(f O 2(f ~-• ..........-i Cft-'PHIC SCALE 1 INOl., 20 n. 1 1---+--1----------,.--r----,--,--,l~II CITY OF CARLSBAD li2J I 'AS BUILT' I I I I I I I =::l=E~~;~: EXHIBIT ~ lAPPRO~ IR<VIMI) "' ' I ~ QAT[ LJNSPECTCR ~OQ&Jtr,_..&_ REVISION DESCRIPTION IM'lt N1IM. DAll NUL l~BJ~---11 ~CTHO. 11~~G~j 01HEII~ CIT'r"'"1:r/'4. RV'IIO BY: ---.. ~;:;-: \ "' 0 "' ""-""--....>--l GRAPHIC SCALE 1 INQi • 20FT. * ,, ,;;i :;J} / t'" / '1fol\t~. ·-.,, ___ o<:" s r D:'. 0 "' D:'. ..,: ()_ t~ ~~, C:,, ~J,£):~,,-~·--·_,.,, .:;-.'.~ ,-" ___ ,. ~---~:.,.,-,\ ''"· ,--·-· ~ ' .... ., ·;. ,,. /-,,. ~-• _._._.___ . \ • =,-'~IW'EN PIPE~O~ ~ uivui.,----,:;;~~~~::::'._--\ ____ ___,,c __ ---:::"':Cc--:---:---:-----r--E-< "" "" i .,. -. \ ~""~"h \ \ i= '"--"~"· r"\ MONROE s\, \ /~~ \ \ ~'-_); '\;· --" ~ ., _y. :y I i-, .. I SEE R-21' CCNSTRU:T 111TH 4' LCM; BEVEl...£D PIPE SHEET 5 " ~ t' Iii 4,..~ ,. .t f; fo:'"G.1sl3!~_,,y' ----'----'-1./ '.' r .,.1 ,..,_ 'AS BUil T' P,£. __ EXP.___ DATE ~ INSPECTOR RE'v1S10N DESCRIPTION ~r· ... ~,.,. .,~ ~,!!,· ::r:: -------------rn .. , I "" "" rn fsiiiEr11 CITY OF CARLSBAD li'"'ElSJ I 6 I ENGINEERING OEPAF =-!========-TMENT II "7 IMPl!OVEMENT PLAHS FOR: MONROE STREET HORIZONTAL ALIGNMENT EXHIBIT ~ I"""" -I[ I D,.TE INllAL I o"TE jNllAL la.Ko eY:--=-ono """1CNN. an ll'flffOVN. RI/M> SY: -PRO.ECT NO. ;;;] ]I ORA~~G NO.I co ·'V'fa=iJrU1\MO!j ~~ "" ::r: (/) -----"" "" (/) ~.~ '& •. @.i( Gm-. Lttt#,ti h~. '-4+ " * .. \;'. d, : .. '"""' -·~,,,-L. '~ "'" .· .· ~ ·\ \,, l> \ '\ \ MONROE ST. "" '\ ' \ ~ ~· a:: w 0 _j -,: \.· , 0, ~'.\ .. 'J APf'ROXIIMTEEMl <TPR<FOSED STORM DRAIN "''" ,:) \, ' J'ec '1:;,)-, ~ < ~ 'AS BUil T' EXP. __ _ "'"' \ ,,, 0 ,,, ~---....J---5 GRAPHIC SCALE I IHOl .. 20 Fi. 1 APPENDIX "F" Pothole Report Round 2 Dated March 27, 2017 UTILITY SURVE'(Q.RS, //fr Mkhael Baker International ,5_ 11,;~S0SOAvenida Encinas, Suite 260 Carlsbad, CA 92008 (Attn: Scott Carwright) POTHOLING REPORT TABLE OF CONTENTS 1. Description of Pothole Procedures and Site Specific Details 2. Pothole Project Map(s) 3. Pothole Location Map(s) 4. Pothole Tabulation Report 5. Pothole Data Sheet(s) 6. USA Ticket(s) AIRX UTILITY SURVEYORS, INC. Description of Pothole Procedures and Site Specific Deta i Is AIR UTILITY SURVEYORS, INC. I DESCRIPTION OF POTHOLE PROCEDURES AIRX Utility Surveyors performs a full range of specialized engineering services including Underground Utility Location and Vacuum Excavation (to verify depth and alignment of underground utilities). Underground Utility Location employs sophisticated electronic locating devices to trace the route of an underground utility; then the route is marked on the surface with marking paint in paved areas, or with 60 penny nails and feathers in unpaved areas. Vacuum excavation employs a vacuum truck in conjunction with high-pressure air or water to excavate material and expose an underground utility. A 10 to 12 inch diameter hole is first cored or chiseled through the pavement so that the vacuum hose and high pressure air or water hose can be inserted. Utilities found during potholing are located on the surface by placing two reference points (typically 36" apart) on either side of the pothole along the centerline (or edge) of the utility, using paving nails or 60 penny nails as appropriate. Depth measurements (to the nearest ½ inch) are taken midway between the two reference points. Utility alignment, depth, and other data is marked with pink paint (on pavement), or on wood lath (unpaved areas). SITE SPECIFIC DETAILS AIRX was contracted by Michael Baker International to perform utility locating and potholing services at Tamarack Ave & Park Drive in Carlsbad, California. A total of 9 potholes were excavated to establish conflicts and connection points on a variety of utilities. The results of the data are contained in the attached spreadsheet and data sheets. In preparation of these excavations, AIRX marked out the dig locations and called in for USA (Underground Service Alert). All traffic control plans and permits were drawn and applied for by AIRX and all traffic control was set up by AIRX. All of the excavations and discovery went well except for Potholes 3, 4 and 8, where the USA markout was off by 2 ft., 3 ft. and 2-1/2 ft., respectively. After a consultation with our client, it was determined that additional potholes were not necessary given the electronic depth data. It is AIRX's recommendation that all pothole locations and the active mark out should be surveyed to aid in the adjustment of utilities on the final plan and profile. At each pothole location, the utility alignment was marked with pink paint, as well as paving nails or feathers. AIRX used potable water acquired offsite for excavation and all water and material vacuumed was disposed of off-site. No water was allowed to flow into storm drains or natural drainages. The potholes were covered with clean backfill material and compacted to 95% density in 6" lifts. The pavement was patched with an equal thickness of replacement asphalt. All field work was performed between March 16, 2017 and March 20, 2017. AIRX UTILITY SURVEYORS, INC. Pothole Project Map(s) AIR UTILITY SURVEYORS, INC. .. ,i-~wli!U-11•~ -•:::1a1 -···-· POTHOLE PROJECT MAP: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) iiilllllW res ' w ill00 • Pothole Location Map(s) AIR: UTILITY SURVEYORS, INC. "'SU:11:: -it -•111•1 -···-· POTHOLE LOCATION MAP 1: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, C POTHOLE LOCATION MAP 2: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) POTHOLE LOCATION MAP 3: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA POTHOLE LOCATION MAP 4: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) Pothole Tabulation Report AIRX UTILITY SURVEYORS, INC. Pothole Number Date Street I 03/16/17 Tamarack Ave 2 03/16/17 Tamarack Ave 3 03/16/17 Tamarack Ave 4 03/16/17 Park Or 4 03/16/17 Park Dr s 03/17/17 Park Dr 6 03/17/17 Park Or 7 03/17/17 Park Dr 7 03/17/17 Park Or 8 03/17/17 Monroe St 9 03/20/17 Sunnyhill Dr POTHOLE TABULATION REPORT: PARK AND TAMARACK DRAINAGE IMPROVEMENTS (CARLSBAD, CA) Depth-Ground Depth-Ground Depth-Ground lo 10 Pothole Pothole Pavement lo Top of Bottom of Utility Project Area Lotation Map ThitkMSS UtilitvfvDe Utilitv Size & Mt11terial SoilTv-Top of Utility Encasement Encasement Orientation MaD# # Oescriotion & Location Notes I I Pothole 1 is located in the WSW-bound lane of Tamarack Utility was found directly on markout. The AIRX crew Asphalt-8.0" I I Ave approximately 320 feet ENE of the intersection with noted that asphalt was repaired with Aquafalt. Concrete • N/ A Water 6.0" ACP Subgrade 54.S" T/P N/A N/A NNW?SSE 1 2 James Dr. Please refer to Pothole Location Map 1 for the Total. 8.0" approximate location of Pothole l. I POthole 2 i's IOCated"fr1 the dirt north of the WNW-bolJnd Utility Was found directly on markout. Asphalt· N/A lane of Tamarack Ave approximately 125 feet ESE of the concrete . N/ A Gas ! 2.o• Steel Subgrade 21.0" T/P N/A N/A WNW/ESE I 2 intersection with Valley St, Please refer to Pothole Total. N/A I Location Map 2 for the approximate location of Pothole 2. Asphalt -5.0M I !Pothole 3 ;, located ;n the ;ntersect;on Tamarack Ave and No gas utility found. The AIRX excavated 59 inches deep Concrete · N/ A Gas · Not Found N/A Hard Clay N/A N/A N/A N/A 1 2 Park Dr. Please refer to Pothole Location Map 2 for the and 40 inches wide looking for gas utility. They also noted I approximate location of Pothole 3. that asphalt was repaired with Aquafalt. Total ·5.0" I Asphalt· 5.0" Pothole 4 is located in front of 3994 Paik Dr. Please refer Utility was found directly on markout. The AIRX crew Concrete -N/A Water 8.0" ACP Subgrade S1.0" T/P N/A N/A NNE/SSW 1 2 to Pothole Location Map 2 for the approximate location of noted that asphalt was repaired with Aquafalt. Total ·S.O" Pothole 4. Asphalt -S.O'' Subgrade I I I Pothole 4 ;, located ;n front of 3994 Pa,k o,. Please ,efe, Utility was found directly on markout. The AIRX crew Concrete -N/A Water-Not N/A N/A N/A N/A N/A I 2 to Pothole Location Map 2 for the approximate location of noted that asphalt was repaired with Aquafalt. Total -5.0" Found Pothole 4. Pothole 5 is located in the NNE-bound lane of Park Dr Utility wa~ found directly on markout. Asphalt -4.S" approximately 188 feet NNE of the intersection with Concrete-N/A Water 8.0" ACP Subgrade 44.S" T/P N/A N/A NNE/SSW I 2 Tamarack Ave. Please refer to Pothole Location Map 2 for Total -4.5" the approximate location of Pothole S. Pothole 6 is located in the SSW-bound lane of Park Or Utility was found directly on markout. Asphalt-4.5" approximately 40 feet SSW of the intersection with May Concrete -N/ A Water 8.0" ACP Subgrade 56.0" T/P N/A N/A NNE/SSW l 3 Ct. Please refer to Pothole Location Map 3 for the Total -4.5~ approximate location of Pothole 6. I P'othole 7 is located In the·ssw-bound lane of Park Or Utility was found directly on markout. The AIRX crew Asphalt· 5.5" Subgrade/ approximately JSS feet NNE of the inter~ect1on with May noted finding large pieces of asphalt debris. Concrete· N/A Gas 25" Steel Mph.lit Debris 48.0" T/P N/A N/A NNE/SSW I 3 Ct. Please refer to Pothole Location Map 3 for the Total-5,5'' approximate location of Pothole 7. Pothole 7 is located in the SSW-bound lane of Park Or Utility was found directly on markout. The AIRX crew Asphalt -5.5" Subgrade/ approximately 155 feet NNE of the intersection with May noted finding large pieces of asphalt debris and that they Concrete -N/ A Water 1.5" Copper 57.0" T/P I N/A N/A WNW/ESE I 3 landed directly above the top of a water service pipe joint Asphalt Debris Ct. Please refer to Pothole Location Map 3 for the Total-5.5" approximate location of Pothole 7. Pothole 8 is located in the ESE-bound lane of Monroe St Utility Was fourid approximately 25Tnches off of markout. Asphalt· 5.5" approximately 275 feet ES£ of the intersection with Park Concrete-N/A Water 8.0" ACP Subgrade 44.0" T/P N/A N/A WNW/ESE 1 3 Dr. Please refer to Pothole Location Map 3 for the Total-5.S" approximate location of Pothole 8. Pothole 9 is located in the north-bound lane of Sunnyhill Utilicy was found directly on markout. Asphalt -9.0~ Dr approximately 85 feet south of the intersection with Concrete -N/A Water 8.0n ACP Subgrade 4S.0" T/P N/A N/A N/S I 4 Alder Ave. Please refer to Pothole Location Map 4 for the Total. 9.o~ approximate location of Pothole 9. l I I I I I I I f I I ! i :II "' ~ ~ Page: 1 of 1 Pothole Data Sheet(s) AIRX UTILITY SURVEYORS, INC. = UTILITY SURVEYORS, INC UTILITY#l Ground Observations Pavement Type & Thickness Asphalt Pavement Type & Thickness None Total Pavement Thickness 8.0" Base & Thickness Yes Soil Type Subgrade Ground Water Present & Depth None Utility Details Utility Type Water Utility Material ACP Depth to Top of Utility Diameter/Width of Utility Depth to Bottom of Utility ity Direction NNW/SSE Pipe Cover Material N/A Utility Marked by USA Yes Tracer Wire Found No Markout Location Correct Yes Standby Required: No Standby Type: N/A (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Northing Coordinates N/A Easting Coordinates N/A Utility #1 Notes: POTHOLE DATA SHEET AIRX PROJECT#: ' X160293 POTHOLE#: 1 Surface ··~Jr-..... N/A ··t ' ' ...... ~~}t ·----~ ' - ... 2 "Y -'EE ...... 6.0" i :: -j\......... .,.,,/\ ..... N/A --.. r-.... ~ - DATE EXCAVATED: 3/16/2017 UTILITY #2 Ground Observatii:ffls; Surface t-P_a_ve_m_e_nt_T_Y_P_e_&_T_h_i_ck_n_e_ss----11-------------t:: .... E] rt: " Pavement Type & Thickness Total Pavement Thickness t-B_a_se_&_T_h_ic_k_n_es_s _____ -+-----------t·· ·D--t Soil Type t-G_r_o_u_nd_w_a_te_r_P_r_es_e_n_t_&_D_e_p_t_h_._ ________ --t· D Utility Details Utility Type Utility Material Depth to Top of Utility Diameter/Width of Utility Depth to Bottom of Utility - Utility Direction Pipe Cover Material Utility Marked by USA Tracer Wire Found Markout Location Correct Standby Required: Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location Northing Coordinates Easting Coordinates Utility #2 Notes: Utility was found directly on markout. The AIRX crew noted that asphalt was repaired with Aquafalt. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 1 -DATE EXCAVATED: i 3/16/2C UTILITY SURVEYORS, INC. AREA VIEW Al TERNA TE AREA VIEW Pothole 1 is located in the WSW-bound lane of Tamarack Ave approximately 320 feet ENE of the intersection with James Dr. Please refer to Pothole Location Map 1 for the approximate location of Pothole L The photo above was taken in front of Pothole 1 facing SSE. An alternate area view of Pothole 1. The photo above was taken in front of Pothole 1 facing WSW. A downhole view of the 6-inch ACP water utility found in Pothole 1 at the depth of A close-up view of Pothole 1 completed and the marked utility alignment found at 54.5 inches T/P. Utility runs in a NNW/SSE direction at the pothole location and was the pothole location. found directly on markout. The AIRX crew noted that asphalt was repaired with Aquafalt. Page 2 of 2 - POTHOLE DATA SHEET AIR)( PROJECT#: X160293 POTHOLE#: l 2 DATE EXCAVATED: 3/16/2017 UTILITY SURVEYORS, INC. 'Ji '' ,,m_w, .\/ .. UTILITY #1 UTILITY #2 Ground Observations Surface Ground Observations Surface Pavement Type & Thickness None ffi]1 Pavement Type & Thickness None ····· N/A ··t Pavement Type & Thickness ar-Pavement Type & Thickness ...... ··t Total Pavement Thickness None Total Pavement Thickness Base & Thickness None ····B··t Base & Thickness ·D··t Soil Type Subgrade Soil Type Ground Water Present & Depth None ·····B Ground Water Present & Depth ····D Utility Details Utility Details Utility Type Gas Utility Type ' Utility Material Steel Utility Material -- Depth to Top of Utility ,m .... m - Diameter/Width of Utility ..... 2.0" - Depth to Bottom of Utility ..... N/A . Depth to Top of Utility .... fB - Diameter/Width of Utility . ... - Depth to Bottom of Utility . ... -- ity Direction WNW/ESE Utility Direction Pipe Cover Material Wrap Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #1 Notes: Utility #2 Notes: Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 2 -DATE EXCAVATED: 3/16/2( - UTILITY SURVEYORS, INC. AREA VIEW ALTERNATE AREA VIEW Pothole 2 is located in the dirt north of the WNW-bound lane of Tamarack Ave An alternate area view of Pothole 2. The photo above was taken in front of Pothole approximately 125 feet ESE of the intersection with Valley St. Please refer to Pothole 2 facing SSE. Location Map 2 for the approximate location of Pothole 2. The photo above was taken in front of Pothole 2 facing WNW. A down hole view of the 2-inch steel gas utility found in Pothole 2 at the depth of 21 inches T/P. Utility runs in a WNW/ESE direction at the pothole location and was found directly on markout. A close-up view of Pothole 2 completed and the marked utility alignment found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: I 3 DATE EXCAVATED: 3/16/2017 UTILITY SURVEYORS, INC. UTILITY #1 UTIUTV#2 Ground Ob$ewations Surface Ground Observations Surface ~r-Pavement Type & Thickness Asphalt ' Pavement Type & Thickness None ..... .... ' Pavement Type & Thickness ... o .. ~ 1-P_a_v-em-e-nt_T_y_p_e_&-Th-i-ck_n_e-ss--1-------------1 -D .. t Total Pavement Thickness 5.0" ' Total Pavement Thickness Base & Thickness Yes ····{~~:Jt 1-B_a_se_&_T_h_ic_k_n_es_s _____ -+-----------1· .... D .. t Soil Type Hard Clay ; Soil Type Ground Water Present & Depth None ·····~ 1-G_r_o_u_nd_w_a_t_er_P_r_e_se_n_t_&_D_e_p_t_h_._ ________ --1 ..... D Utility Details Utility Details Utility Type Gas -Not Found Utility Type Utility Material N/A Utility Material -- Depth to Top of Utility ..... ffi -. Diameter/Width of Utility ...... N/A -' Depth to Bottom of Utility ..... N/A ; Depth to Top of Utility ...... ,... -~/·:···<] ... 1... ~ 1-D-e_p_t_h-to-Bo-t-to_m_o_f_U_ti-li-ty--------------1. · · -~.,./'.'.'j Diameter/Width of Utility -- ty Direction N/A Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct No Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station location N/A Approx. Station location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates UtUity #1 Notes: Utility#2 Notes: No gas utility found. The AIRX excavated 59 inches deep and 40 inches wide looking for gas utility. They also noted that asphalt was repaired with Aquafalt. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT #: X160293 POTHOLE#: 3 UTILITY SURVEYORS, INC. Pothole 3 is located in the intersection Tamarack Ave and Park Dr. Please refer to Pothole Location Map 2 for the approximate location of Pothole 3. The photo above was taken in front of Pothole 3 facing SE. A downhole view of Pothole 3 excavated to 59 inches deep and 40 inches wide by the AIRX crew looking for gas utility. No utility found. The AIRX crew noted that asphalt was repaired with Aquafalt. ·-DATE EXCAVATED: 3/16/2C - Above is the actual markout of the gas line not located in Pothole 3. The mark out in white paint is the correct markout on the gas line as determined by a meter hook up on Park DR. The gas on the west side of the intersection was found by a meter connection on the south side of Tamarack Ave. The blacked out and yellow paint south of the solid yellow pedestrian line is incorrect. The electronic depths of the 2" gas are 59 inches just west of the intersection to 30 inches at its intersection on f_ark Dr. A close-up view of Pothole 3 completed and the marked utility alignment found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: I 4 DATE EXCAVATED: I 3/16/2017 UTILITY SURVEYORS, INC. dI--.Jll91 '';,:-.· UTILITY #1 unuTV#2 Ground Obseniatfons Surface Ground Observations Surface Pavement Type & Thickness Asphalt ffi]r- Pavement Type & Thickness None ..... N/A .. z Pavement Type & Thickness Asphalt ffi]r- Pavement Type & Thickness None · N/A ·l Total Pavement Thickness 5.0" Total Pavement Thickness 5.0" I Base & Thickness Yes .... B .. t Base & Thickness Yes ··B .. t I Soil Type 5ubgrade Soil Type Subgrade Ground Water Present & Depth None ..... B Ground Water Present & Depth None ..... B Utility Details Utility Details Utility Type Water Utility Type Water -Not Found Utility Material ACP ! Utility Material N/A -- Depth to Top of Utility :/,,v'f··>;~ - Diameter/Width of Utility ...... 8.0" +~ :A -~" .. ~~:.~~.] Depth to Bottom of Utility N//\ Depth to Top of Utility m -Diameter/Width of Utility N/A -Depth to Bottom of Utility .... N//\ ' ' -..__ ity Direction NNE/SSW Utility Direction N/A Pipe Cover Material N/A Pipe Cover Material N/A Utility Marked by USA Yes Utility Marked by USA Yes Tracer Wire Found No Tracer Wire Found No Markout Location Correct Yes Markout Location Correct No Standby Required: No Standby Required: No Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: N/A (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location N/A Northing Coordinates N/A Northing Coordinates N/A Easting Coordinates N/A Easting Coordinates N/A Utility #1 Notes: Utility #2 Notes: Utility was found directly on markout. The AIRX crew noted that asphalt was No gas utility found. The AIRX excavated 64 inches deep and 48 inches wide looking repaired with Aquafalt. for gas utility. They also noted that asphalt was repaired with Aquafalt. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: ' 4 -DATE EXCAVATED: 3/16/2[ - UTILITY SURVEYORS, INC. Pothole 4 is located in front of 3994 Park Dr. Please refer to Pothole Location Map 2 Above is the actual markout of the water service not located in Pothole 4 annotated for the approximate location of Pothole 4. The photo above was taken in front of in white paint. The electronic depth near the curb line is 4'9" while 6 ft out in the Pothole 4 facing SSW. north bound travel lane the electronic depth is 5'9". The actual depth is probably more toward the 51 inches as measured at the main. A down hole view of the 8-inch ACP water utility found in Pothole 4 at the depth of 51 inches T/P. Utility runs in a NNE/SSW direction at the pothole location and was found directly on markout. No gas utility found. The AIRX excavated 64 inches deep and 48 inches wide looking for gas utility. They also noted that asphalt was repaired with Aquafalt. A close-up view of Pothole 4 completed and the marked utility alignment found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT #: POTHOLE#: UTILITY SURVEYORS, INC. UTILITY #1 Surface t-P_a_ve_m_e_nt_T_Y_P_e_&_T_h_i_ck_n_e_ss_---11-----A_s_p_ha_l_t __ --1 .... ·B·-r- t-P_a_ve_m_e_nt_T_Y_P_e_&_r_h_i_ck_n_e_ss----11-----N-o_n_e ___ --1··-{~}t I GroundObservations Total Pavement Thickness 4.5" t-B_a_se_&_T_h_ic_k_n_es_s _____ -+-____ Y_e_s ___ ---1·· ·· B··t Soil Type Subgrade 1-G_r_o_un_d_w_a_te_r_P_r_es_e_n_t_&_D_e_p_t_h,..._ ____ N_o_n_e ___ --l·····G Utility Details Utility Type Water Utility Material ACP - Depth to Top of Utility Diameter/Width of Utility ..... --;;-m .. w . 1----------------------t -. Depth to Bottom of Utility ity Direction NNE/SSW Pipe Cover Material N/A Utility Marked by USA Yes Tracer Wire Found No Markout Location Correct Yes Standby Required: No Standby Type: (Gas, Petroleum, etc. or N/A) N/A Approx. Station Location N/A Northing Coordinates N/A Easting Coordinates N/A Utility #1 Notes; Utility was found directly on markout. ..... N/A ' - DATE EXCAVATED: UTILITV#2 Ground Observations Pavement Type & Thickness Pavement Type & Thickness Total Pavement Thickness Base & Thickness Soil Type Ground Water Present & Depth Utility Details Utility Type Utility Material Depth to Top of Utility Diameter/Width of Utility Depth to Bottom of Utility Utility Direction Pipe Cover Material Utility Marked by USA Tracer Wire Found Markout Location Correct Standby Required: Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location Northing Coordinates Easting Coordinates Utility #2 Notes: Page 1 of 2 X160293 5 3/17/2017 ;,<%,~::~cc",~,~:~~=:;,<~- Surface Bl ···D··t ' ····D -...... 1 .. >:.4-f-... :.: .... ,l -...... ,,. i ~ -~ I " .... \\',,ia3.,/ ! - POTHOLE DATA SHEET AIRX PROJECT#: ' X160293 POTHOLE#: 5 -DATE EXCAVATED: 3/17/2( - UTILITY SURVEYORS, INC. Pothole 5 is located in the NNE-bound lane of Park Dr approximately 188 feet NNE of An alternate area view of Pothole 5. The photo above was taken in front of Pothole the intersection with Tamarack Ave. Please refer to Pothole Location Map 2 for the 5 facing ESE. approximate location of Pothole 5. The photo above was taken in front of Pothole 5 facing WNW. A down hole view of the 8-inch ACP water utility found in Pothole 5 at the depth of A close-up view of Pothole 5 completed and the marked utility alignment found at 44.5 inches T/P. Utility runs in a NNE/SSW direction at the pothole location and was the pothole location. found directly on markout. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: i X160293 POTHOLE#: 6 DATE EXCAVATED: 3/17/2017 UTILITY SURVEYORS, INC. ·. UTILITY #1 UTILITY#2 Ground.Observations ·. Surface Ground Observations Surface Pavement Type & Thickness Asphalt IBJ-r-Pavement Type & Thickness None ····· N/A ··t ······EJ··r- :P:a:v:e:m:e:nt:T:y:p:e:&::T:hi:ck:n:e:s:s ::::::::::::::::::::: ··· ··t · Pavement Type & Thickness Total Pavement Thickness 5.5" Total Pavement Thickness Base & Thickness None ······B··t 1-B_a_s_e_&_T_h_ic_k_n_e_ss ______________ -1······D··t Soil Type Subgrade Soil Type Ground Water Present & Depth None ..... B 1-G_r_o_un_d_w_a_te_r_P_r_es_e_n_t_&_D_e_p_t_h-'----------1·· D Utility Details Utility Details Utility Type Water ! Utility Type Utility Material ACP [ Utility Material - Depth to Top of Utility ., : ,,+r·--, -----(~ i ~ Diameter/Width of Utility ..... 8.0" -----\ -----J--.~/1 Depth to Bottom of Utility ..... N/A Depth to Top of Utility 1---------------------1······--(,/ r-"\i Diameter/Width of Utility ...... <Ill ! ~ I-D_e_p-th-to_B_o_t_to_m_o_f_U_ti-lit-y------------1 .--_k,,J,./'.'.] -----ity Direction NNE/SSW Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #1 Notes: Utility #2 Notes: Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 6 - UTILITY SURVEYORS, INC. Pothole 6 is located in the SSW-bound lane of Park Dr approximately 40 feet SSW of the intersection with May Ct. Please refer to Pothole Location Map 3 for the approximate location of Pothole 6. The photo above was taken in front of Pothole 6 facing WNW. A down hole view of the 8-inch ACP water utility found in Pothole 6 at the depth of 56 inches T /P. Utility runs in a NNE/SSW direction at the pothole location and was found directly on markout. DATE EXCAVATED: ' 3/17 /20 An alternate area view of Pothole 6. The photo above was taken in front of Pothole 6 facing ESE. A close-up view of Pothole 6 completed and the marked utility alignment found at the pothole location. Page 2 of 2 - POTHOLE DATA SHEET AIRX PROJECT #: X160293 POTHOLE#: 7 DATE EXCAVATED: 3/17/2017 UTILITY SURVEYORS, INC 11 :c 1;;;;1i11r:,, A-ml/, .... ··.,7-,· ·•::·: ••1 ·-,,.1,_ UTILITY#l UTILITY #2 Ground ·observatfonk . Surface Ground Observations Surface Pavement Type & Thickness Asphalt ~r-Pavement Type & Thickness None ..... N/A .. t ~r-Pavement Type & Thickness Asphalt ... . ... Pavement Type & Thickness None ... t Total Pavement Thickness 5.5" Total Pavement Thickness 5.5" Base & Thickness None ..... B .. t Base & Thickness None .. ·B .. t Soil Type Subgrade/ Asphalt Debris Soil Type Subgrade/ Asphalt Debris Ground Water Present & Depth None ..... B Ground Water Present & Depth None ···B Utility Details Utility Details Utility Type Gas Utility Type Water Utility Material Steel Utility Material Copper ,---,--- Depth to Top of Utility I ,____ ':8 Diameter/Width of Utility ...... 2.5" i :: ,____ l\"...... ... ..... "li Depth to Bottom of Utility ..... N/A Depth to Top of Utility Joint ...... m ,____ Diameter/Width of Utility 1.5" ,____ . . Depth to Bottom of Utility N/A ~ ~ ity Direction NNE/SSW Utility Direction WNW/ESE Pipe Cover Material Wrap/Tape Pipe Cover Material N/A Utility Marked by USA Yes Utility Marked by USA Yes Tracer Wire Found No Tracer Wire Found No Markout Location Correct Yes Markout Location Correct Yes Standby Required: No Standby Required: No Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: N/A (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location N/A Northing Coordinates N/A Northing Coordinates N/A Easting Coordinates N/A Easting Coordinates N/A Utility #1 Notes: Utility #2 Notes: Utility was found directly on markout. The AIRX crew noted finding large pieces of Utility was found directly on markout. The AIRX crew noted finding large pieces of asphalt debris. asphalt debris and that they landed directly above the top of a water service pipe joint Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 7 DATE EXCAVATED: 3/17/2C UTILITY SURVEYORS, INC Pothole 7 is located in the SSW-bound lane of Park Dr approximately 155 feet NNE of An alternate area view of Pothole 7. The photo above was taken in front of Pothole the intersection with May Ct. Please refer to Pothole Location Map 3 for the 7 facing WNW. approximate location of Pothole 7. The photo above was taken in front of Pothole 7 facing ESE. A down hole view of the utilities found in Pothole 7 and their orientation at the pothole location: 2.5-inch steel gas utility at the depth of 48 inches T /P and runs in a NNE/SSW direction; and a 1.5-inch copper water utility at the depth of 57 inches T /P and runs in a WNW/ESE direction. Utilities were found directly on markout. The AIRX crew noted finding large pieces of asphalt debris and that they landed directly above the top of a water service pipe joint A close-up view of Pothole 7 completed and the marked utility alignments found at the pothole location. Page 2 of 2 POTHOLE DATA SHEET AIRX PROJECT#: ! X160293 POTHOLE#: 8 DATE EXCAVATED: 3/17/2017 UTILITY SURVEYORS, INC. ····::,1::11:1·::.~·'· is:iil UTrtllY#l UTllllY#2 Ground Observations Surface Ground ObservatioM-Surface 8:Jr-Pavement Type & Thickness Asphalt .••••• 1 i Pavement Type & Thickness None Pavement Type & Thickness ar-Pavement Type & Thickness . ··t Total Pavement Thickness 5.5" I Total Pavement Thickness ...... ~Jt I Base & Thickness Yes Base & Thickness -----D--t ; Soil Type Subgrade Soil Type Ground Water Present & Depth None .... -[~ Ground Water Present & Depth ------D Utility Details i Utility Details Utility Type Water Utility Type Utility Material ACP Utility Material -- Depth to Top of Utility EB ------Diameter/Width of Utility ..... 8.0" { :: ------l\",.. .. .. ,,li Depth to Bottom of Utility ..... N/A Depth to Top of Utility : ,,--"f ·-<:-: ------( I ,, Diameter/Width of Utility .. ! ~ ------IW./ , . Depth to Bottom of Utility . .. .. !".".'. ,,d -'--- :ty Direction WNW/ESE Utility Direction Pipe Cover Material N/A Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct No Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas. Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #1 Notes: Utility #2 Notes: Utility was found approximately 25 inches off of markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 8 - UTILITY SURVEYORS, INC. Pothole 8 is located in the ESE-bound lane of Monroe St approximately 275 feet ESE of the intersection with Park Dr. Please refer to Pothole Location Map 3 for the approximate location of Pothole 8. The photo above was taken in front of Pothole 8 facing NNE. A down hole view of the 8-inch ACP water utility found in Pothole 8 at the depth of 44 inches T/P. Utility runs in a WNW/ESE direction at the pothole location and was found approximately 25 inches off of markout. DATE EXCAVATED: 3/17/2C ALTERNATE AREA VIEW An alternate area view of Pothole 8. The photo above was taken in front of Pothole 8 facing SSW. A close-up view of Pothole 8 completed and the marked utility alignment found at the pothole location. Page 2 of 2 - POTHOLE DATA SHEET AIRX PROJECT#: X160293 POTHOLE#: 9 DATE EXCAVATED: 3/20/2017 UTILITY SURVEYORS, INC UTILITY #1 UTILITV#2 Ground Observations Surface Ground Observations Surface Pavement Type & Thickness Asphalt IBJi Pavement Type & Thickness None ····· N/A .. t Pavement Type & Thickness ...... a .. r---------t...... ..t, Pavement Type & Thickness Total Pavement Thickness 9.0" Total Pavement Thickness Base & Thickness None .... EJ-·t t-B_a_se_&_T_h_ic_k_n_es_s------+-----------1· .. D .. t Soil Type Subgrade Soil Type Ground Water Present & Depth None .... ,EJ t-G_r_o_un_d_w_a_te_r_P_r_es_e_n_t_&_D_e_p_t_h_._ ________ ......... D Utility Details Utility Details Utility Type Water Utility Type I Utility Material ACP Utility Material --I Depth to Top of Utility i' m -----Diameter/Width of Utility ...... 8.0" -----\ \~,~ ~r,;~<l Depth to Bottom of Utility ..... N/A Depth to Top of Utility ·c Diameter /Width of Utility ...... ..___ i,:,AT•~;~ 1---------------------1 !, I ,· -----\ \·--J.,./.l Depth to Bottom of Utility ----- ity Direction N/S Utility Direction Pipe Cover Material Sand Pipe Cover Material Utility Marked by USA Yes Utility Marked by USA Tracer Wire Found No Tracer Wire Found Markout Location Correct Yes Markout Location Correct Standby Required: No Standby Required: Standby Type: N/A (Gas, Petroleum, etc. or N/A) Standby Type: (Gas, Petroleum, etc. or N/A) Approx. Station Location N/A Approx. Station Location Northing Coordinates N/A Northing Coordinates Easting Coordinates N/A Easting Coordinates Utility #1 Notes: Utility #2 Notes: Utility was found directly on markout. Page 1 of 2 POTHOLE DATA SHEET AIRX PROJECT#: ' X160293 POTHOLE#: 9 UTILITY SURVEYORS, INC. Pothole 9 is located in the north-bound lane of Sunnyhill Dr approximately 85 feet south of the intersection with Alder Ave. Please refer to Pothole Location Map 4 for the approximate location of Pothole 9. The photo above was taken in front of Pothole 9 facing north. A down hole view of the 8-inch ACP water utility found in Pothole 9 at the depth of 45 inches T /P. Utility runs in a N/S direction at the pothole location and was found directly on markout. ' DATE EXCAVATED: 3/20/20 An alternate area view of Pothole 9. The photo above was taken in front of Pothole 9 facing west. A close-up view of Pothole 9 completed and the marked utility alignment found at the pothole location. Page 2 of 2 USA Ticket(s) AIR.·. UTILITY SURVEYORS, INC. .. ...,·-------·· u FIEL DATA S E r Job Name: ,.p A, ( ~ _) fa;...e. reK.,, I::_ -"--'-'-'-------~,-------------=-----Proposed Start Date: AirX Job#: __.Xc...;;...;...l ...... ~_o ...... a""--'q...;..~-------Main Street: (M) Date Called: 3-7-11 ~r\ -Ir'# () J /t, j ~ r:a ""'"rc...1... l Av&!' A-7-11 J-7-1]. 3-2-17 3-')-/ 2 ;;.-7-/ 7 Time Called: OFFICE USE ONL V [ J Pothole Alignment J USA Done [ l Tickets Printed [ ] Potholc(s) Marked Date Stdby Req: Stdby Scheduled SA FIELD DATA SHEET r . Job Name: .Y a.rfa.. 3 ~Ml.,"4.(_, L t AirXJob#: X ( ~ DJ. q_J Main Street: ~M tt"€ C.... k=:-GPS: USA Ticket#: 'l: ... ! rr, ... 't-t> (.. ;J 1 &rt---D._c ___ _ r:: I'\ -fro rt -t-d 7-:.; q to PIV't .Dr 8.]0 (,i,0.3 Jl "" Ftt"'+-o-F ~'i1."l A,o~,~JLS-Mo~r~~ ~$..:..t __ n-1-tr-Se,.C.."t"ier•''-· {) I 6.lhV'¥ H/11 bf j a 7D~~o.3 2"L fJ,. f\.'\hll ro 'l.-~ ·1 • uu•, ... ncaN Start Date: c_a_,/_s bd ------· -·············-PH#: Datr Called: Time Called: 3-7-I) 3-7-/7 3-7-/2 j OFFICE USE ONLY ] Pothole ] USA Done [ ) Tickets Printed I. Pothole(s) Marked 0"''5 f ,,.,,. Exp'd Date: Stdby Req: Stdby Scheduled -----···· APPENDIX "G" Bio Clean Catch Basin Filtration Device {GISB-22-24) with Media Filter Section L _______ ] Stormwater Catch Basin Filtration Device PART 1 -GENERAL 01.01 .00 Purpose The purpose of this specification is to establish generally acceptable criteria for devices used for filtration of stormwater runoff captured by catch basins with curb openings. It is intended to serve as a guide to producers, distributors, architects, engineers, contractors, plumbers, installers, inspectors, agencies and users; to promote understanding regarding materials, manufacture and installation; and to provide for identification of devices complying with this specification. 01.02.00 Description Stormwater Catch Basin Filtration Devices (SCBFD) are used to filter stormwater runoff captured by catch basins. The SCBFD is a filter system composed of a filtration basket, media filtration boom and a shelf system. SCBFDs are used to remove various pollutants from stormwater by means of screening, separation and media filtration. 01.03.00 Manufacturer The manufacturer of the SCBFD shall be one that is regularly engaged in the engineering, design and production of systems developed for the treatment of stormwater runoff for at least ( 10) years, and which have a history of successful production, acceptable to the engineer of work. In accordance with the drawings, the SCBFD(s) shall be a filter device manufactured/distributed by Bio Clean Environmental Services, Inc., or assigned distributors or licensees. Bio Clean Environmental Services, Inc. can be reached at: Corporate Headquarters: 2972 San Luis Rey Road Oceanside, CA 92058 Phone: (760) 433-7640 Fax: (760) 433-3176 www.biocleanenvironmental.net 01.04.00 Submittals 01.04.01 01.04.02 01.04.03 Shop drawings are to be submitted with each order to the contractor and engineer of work. Shop drawings are to detail the SCBFD, its components and the sequence for installation, including: • SCBFD configuration with primary dimensions • Various SCBFD components • Any accessory equipment Inspection and maintenance documentation submitted upon request. 01.05.00 Work Included 01.05.01 01.05.02 Specification requirements for installation of SCBFD. Manufacturer to supply SCBFD(s): • Filtration Basket • Shelf System -Trough and Weir • Media Filtration Boom Stormwater Catch Basin Filtration Device Pagel of 6 01.05.03 Media Filtration Boom shall be provided with each Filtration Basket housed in nylon netting and securely fastened entrance to the Filtration basket. Each media boom shall contain polymer beads to permanently absorb hydrocarbons. 01.06.00 Reference Standards ASTM E2016-99(2004 )e 1 Standard Specification for Industrial Woven Wire Cloth ASTM A240 Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications ASTM F 716 Testing Sorbent Performance of Absorbents ASTM F 726 Sorbent Performance of Absorbents ASTM D3787 -07 Standard Test Method for Bursting Strength of Textiles-Constant-Rate-of-Traverse (CRT) Ball Burst Test ASTM D2690-98 Standard Test Method for lsophthalic Acid in Alkyd and Polyester Resins ASTM C 582-02 Standard Specification for Contact-Molded Reinforced Thermosetting Plastic (RTP) Laminates for Corrosion-Resistant Eouioment ASTM D 638 Standard Test Method for Tensile Properties of Plastics ASTM D 790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical lnsulatinq Materials ASTM D 648 Standard Test Method for Deflection Temperature of Plastics Under Flexural Load in the Edoewise Position ASTM D 2583 Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol lmpressor ASTM D 4097 Standard Specification for Contact-Molded Glass-Fiber-Reinforced Thermoset Resin Corrosion-Resistant Tanks ASTM D3409 Standard Test Method for Adhesion of Asphalt-Roof Cement to Damp, Wet, or Underwater Surfaces IFI 114 Break Mandrel Blind Rivets PART 2 -COMPONENTS 02.01 .00 Shelf System Components 02.01 .01 02.01 .02 02.01 .03 Main Trough System & Weir shall be manufactured of 100% marine grade polyester resin and fiberglass strands. • The entire fiberglass structure must be coated with a polyester gel coating with ultra violet inhibitors incorporated into the coating for maximum ultra violet protection. • Fiberglass must have a minimum thickness of 3/16". Mounting Hardware shall be 100% non-corrosive metals. • Nuts and Bolts • Rivets • Support Brackets • Concrete Anchors Concrete Filler and Sealant shall be made of Acrylic Emulsion and have a minimum service temperature range of -30°F to 150°F. Stormwater Catch Basin Filtration Device Page 2 of 6 02.02.00 Filter Basket Components 02.02.01 02.02.02 02.02.03 02.02.04 Filter Housing shall be manufactured of 100% marine grade polyester resin and fiberglass strands. • The entire fiberglass structure must be coated with a polyester gel coating with ultra violet inhibitors incorporated into the coating for maximum ultra violet protection. • Fiberglass must have a minimum thickness of 3/16". Screens shall be manufactured of 304 stainless steel mesh constructed per ASTM E2016-99(2004 ). Handles shall be manufactured entirely of aluminum and be mounted to the filter housing using mounting hardware per section 02.01 .02 Media Filtration Boom • Filter Boom media shall be made up of granulated oil absorbing polymers that have been tested in accordance with section 11.2 of ASTM F 716.07. Filter media must be proven to absorb 180% of its weight within a 300 second contact time, and at this absorption percentage the physical increase in the size of the granules is not more that 50%. • Filter netting shall be 100% polyester with a number 16 sieve size, and strength tested per ASTM D 3787. PART3-PERFORMANCE 03.01 .00 General 03.01 .01 03.01 .02 Function -The SCBFD has no moving internal components and functions based on gravity flow, unless otherwise specified. The SCBFD is composed of a Shelf System and a Filter Basket. Runoff enters the SCBFD from a curb opening and flows into the Shelf System which is mounted under the face of the curb opening. It then flows horizontally inside the Shelf Systems Trough to the Weir which holds the Filtration Basket. This Shelf System positions the Filtration Basket directly under the catch basin access point (manhole cover, grate or hatch). The Filtration Basket can be removed through the access point without disassembly. The Filtration Basket can also be cleaned without entering the access point by using a vacuum truck. Along the top perimeter of the Filter Basket is a tray containing a Media Filtration Boom. Water flows through and over the filtration boom and downward into the filtration basket. Stormwater enters the inside of the filtration basket and flows downward toward the bottom portion of the basket. Stormwater flow up to the peak treatment flow rate is processed through the filtration screens. These screens provide capture of TSS, sediment, particulate metals, hydrocarbons, nutrients, organics trash and debris. During the heaviest flows the basket fills with water and spills over the top to bypass directly into the bottom of the catch basin, while previously captured debris and solids are contained by a upper screen guard which prevents re-suspension. Pollutants -The SCBFD will remove and retain debris, sediments, metals, nutrients, oxygen demanding substances, bacteria and hydrocarbons entering the filter during frequent storm events and specified flow rates. For pollutant removal performance see section 03.02.00. Stormwater Catch Basin Filtration Device Page 3 of 6 03.01 .03 Treatment Flow Rate -The SCBFD operates using gravity flow. The SCBFD treatment flow rate varies by size and is provided on the drawings for each model. 03.01 .04 Bypass Flow Rate -The SCBFD is designed to fit within the catch basin in a way not to affect the hydraulics. The area over the top of the Shelf System and Filter Basket is always greater than the curb opening area and/or the area of the outflow pipe. Therefore, the SCBFD does not create a critical point of restriction. 03.01 .05 Pollutant Load -The SCBFD must be designed to have minimum storage capacity as documented on the drawing for each particular size and model. 03.01 .06 Performance Protocol and Results -All lab testing on filtration media must be performed by an independent third party consultant and testing lab. 03.02.00 Test Performance At a minimum, the SCBFD shall be tested, according to section 03.01 .05, and meet these performance specifications: 03.02.01 Filter Pollutant Removal Table REMOVAL POLLUTANT EFFICIENCY TSS-(down to 100 microns) 93% 03.02.02 Maintenance Performance Table Maintenance Activity Poor Fair Excellent 1 2 3 4 5 Ease of Attachment/Reattachment to Drain X Ease of Handling and Entry Through Manhole X Ease of Cleaning and Filter Media Replacement X Prevention of Debris Loss During Removal From Drain X Overall Maintenance Turn-Around Time - 5 Rating = 15 Minutes or Less X Total Score 22 PART 4 -EXECUTION 04.01 .00 General The installation and use of the SCBFD shall conform to all applicable national, state, municipal and local specifications. 04.02.00 Installation The contractor shall furnish all labor, equipment, materials and incidentals required to install the (SCBFD) device(s) and appurtenances in accordance with the drawings, installation manual, and these specifications, and be inspected and approved by the local governing agency. Installation contractor should possess a Confined Space Entry Certification Permit, pursuant to OSHA standards. Any damage to catch basin and surrounding infrastructure caused by the installation of the SCBFD is the responsibility of the installation contractor. Stormwater Catch Basin Filtration Device Page 4 of 6 04.02.01 04.02.02 Shelf System will be installed in accordance with manufactures' recommendations. The Trough component will be installed the complete width of the curb opening, or underneath any wings as to provide 100% coverage of incoming stormwater. The Weir component of the Shelf System must be located directly under the manhole opening or other access point (not including the curb opening) regardless of its position relative of the curb opening. The Shelf System must be properly mounted and assembled inside the catch basin with drive pins and pop rivets per manufacture's recommendations. Once the Shelf System is secured to the walls of the catch basin all seams must be filled with sealant per section 02.01 .03. Filter Basket will be inserted through the manhole opening or access point of the Shelf System directly without entry into the basin. The Filtration Basket shall be fully visible from finish surface while looking into the access point for ease of inspection and maintenance. The curb opening itself is not a point of access as maintenance personnel cannot enter. 04.03.00 Shipping, Storage and Handling 04.03.01 04.03.02 Shipping -SCBFD shall be shipped to the contractor's address and is the responsibility of the contractor to transport the unit(s) to the exact site of installation. Storage and Handling-The contractor shall exercise care in the storage and handling of the SCBFD(s) and its components prior to and during installation. Any repair or replacement costs associated with events occurring after delivery is accepted, and unloading has commenced shall be born by the contractor. The SCBFD(s) and its components shall always be stored indoors and transported inside the original shipping container(s) until the SCBFD(s) are ready to be installed. The SCBFD shall always be handled with care and lifted according to OSHA and NIOSA lifting recommendations and/or contractor's workplace safety professional recommendations. 04.04.00 Maintenance and Inspection 04.04.01 04.04.02 Inspection -After installation, the contractor shall demonstrate that the SCBFD has been properly installed at the correct location(s), elevations, and with appropriate supports and fasteners. All components associated with the SCBFD and its installation shall be subject to inspection by the engineer of work, governing agency, and the manufacture at the place of installation. In addition, the contractor shall demonstrate that the SCBFD has been installed per the manufacturer's specifications and recommendations. SCBFD(s) shall be physically inspected regularly in accordance to owner's Stormwater Pollution Prevention Plans (SWPPP) and manufacture's recommendations. An inspection record shall be kept by the inspection operator. The record shall include the condition of the SCBFD and its appurtenances. The most current copy of the inspection record shall always be copied and placed in the owner's SWPPP. Maintenance -Routine maintenance and cleaning time of the SCBFD shall take no more than 15 minutes. Routine maintenance and cleaning time shall be field test certified by a third party per section 03.01 .05. SCBFD(s) must be completely maintained from outside the catch basin. The SCBFD(s) shall be inspected, maintained and cleaned 2 to 4 times a and/or in accordance to owner's Stormwater Pollution Prevention Plans (SWPPP). The maintenance shall be preformed by someone qualified. A Maintenance Manual is available upon request from the manufacturer. The manual has detailed information Stormwater Catch Basin Filtration Device Page 5 of 6 04.04.03 regarding the maintenance of the SCBFD. A Maintenance Record shall be kept by the maintenance operator. The Maintenance Record shall include any maintenance activities preformed, amount and description of debris collected, and the condition of the filter. The most current copy of the Maintenance Record shall always be copied and placed in the owner's SWPPP. Material Disposal -All debris, trash, organics, and sediments captured and removed from the SCBFD shall be transported and disposed of at an approved facility for disposal in accordance with local and state regulations. Please refer to state and local regulations for the proper disposal of toxic and non-toxic material. PART 5 -QUALITY ASSURANCE 05.01 .00 Warranty The manufacturer shall guarantee the SCBFD against all manufacturing defects in materials and workmanship for a period of (8) years from the date of delivery to the contractor. The manufacturer shall be notified of repair or replacement issues in writing within the warranty period. The SCBFD is limited to recommended application for which it was designed. 05.02.00 Performance Certification The SCBFD manufacturer shall submit to the Engineer of Record a "Statement of Compliance" stamped by a registered engineer certifying the SCBFD is capable of achieving the specified removal efficiency for suspended solids. SCBFD not accompanied by a "Statement of Compliance" will not be accepted. The "Statement of Compliance" can be for any State or County entity that requires at least 80% removal down to 100 microns. [End of This Section] Stormwater Catch Basin Filtration Device Page 6 of 6 ROUND GIBB HIGH CAPACITY WITH EASY MAINTENANCE SHELF SYSTEM =oR USE IN CURB INLETS SHELF SYSTEM POSfflONS GISB ALTER DIRECTLY UNDER MANHOLE OPENING OF EASY MAINTENANCE REMOVABLE STORM BOOM SKIMMER FIGURE 1: DETAIL OF PARTS MANHOLE FIGURE 4: DETAIL OF PROFILE DRAWING: GISB HIGH CAPACITY DETAILS TREATMENT FLOW RATE: 2.41 CFS WARRANTY: 5 YEAR MANUFACTURERS BIO CLEAN ENVIRONMENTAL SERVICES, INC. PO BOX 869 OCEANSIDE, CA 92049 PHONE: 760-433-7640 FAX:760-4JJ-J176 /l4TE: SCALE: NTS DRAFTER: J.R.H. UNffS = INCHES SHELF SYSTEM TROUGH GISB ROUND OUTLET PIPE STAINLESS STEEL ·:': ''. '.;··.~ SHELF SYSTEM TROU,iGH ::·;. 't: -~ ~}'!' FIGURE 3: DETAIL OF MOUNTING PATENT£]) MODEL/: BC-RGISB-22-24 PROJECT: REVISIONS: /l4TE: REVISIONS: /l4TE: REVISIONS: /l4TE: REVISIONS: /l4TE: FIGURE 2: DETAIL OF CONFIGURATION NOTES: 1. SHELF SYSTEM PROVIDES FOR ENT1RE COle?AGE OF INLET OPENING SO TO DIVERT ALL FLOW TO BASKET. 2. SHELF SYSTEM MANUFACTURED FROM MARINE GRADE ABERGLASS, GEL COATED FOR W PROTECTION. J. SHELF SYSTEM ATTACHED TO THE CATCH 84SIN WITH NON-CORROSIVE HARDWARE. 4. ALTRATION BASKET STRUCTURE MANUFACTURED OF MARINE GRADE ABERGI.ASS, GEL COATED FOR W PROTECTION. 5. ALTRATION BASKET ANE SCREEN AND COARSE CONTAINMENT SCREEN MANUFACTURED FROM STAINLESS STEEL 6. ALTRATION BASKET HOLDS BOOM OF ABSORBENT MEDIA TO CAPTURE HYDROCARBONS. BOOM IS EASILY REPLACED WITHOUT REMOVING MOUNTTNG HARDWARE. 7. ALTRATION BASKET LOCATION IS DIRECTLY UNDER MANHOLE FOR EASY MAINTENANCE. 8. LENGTH OF TROUGH CAN VARY FROM 2' TO JO' WWW.BIOCLEANENVIRONMENTAL.COM PAGE 1 MODEL I GISB-22-24 ROUND HIGH CAPACITY GISB ALTER EASILY INSERTED AND REMOVED FROM MANHOLE OPENING WTTHO/JT NEED OF ANY EQUIPMENT HYDROCARBON STORM BOOM 24 MANHOLE OPENING WITH 24" FRAME AND COVER FIGURE 1: DETAIL OF INSTALLATION ¢221 2 FILTER FLANGE ¢1fYr. 2 FILTER HOUSING TRASH SCREEN FLA TEN ED EXPANDED STAINLESS STEEL 3/4" X 1-3/4" COARSE SCREEN STAINLESS STEEL 4 X 4 MESH MEDIUM SCREEN STAINLESS STEEL FITS 23" AND GREATER DIA. THROUGH HOLE FIGURE 2: DETAIL OF DIAMETERS 10 X 10 SCREEN ti:::=!!~:..__ __ FINE MESH SCREEN FIGURE 3: DETAIL OF PARTS DRAWING: GISB HIGH CAPACITY DETAILS STAINLESS STEEL 14 X 18 SCREEN BOTTOM FINE MESH SCREEN STAINLESS STEEL 35 MESH SCREEN FLOW RATES -GISB FILTER TRE:ATU£NT FLOW RATE 2.47 cfs• /NCLUD£S >75,t CLOGGING FACTOR -11111f"'1f:IS-CN1HE-l'OINTOF-_,._,.,,_..,.t:fS 'M«!HISIIIIHllt1HE_,-otr1HESCIUN-lllllllSCIUN-·t:fS "FLOW RATES CALCULATED USING THE FOllOWING EQIJA770N Q=SO*cd*A -/2*g*h Cd = cg~ of = .60 PATENTED SEE PAGE 1 FOR NOTES TREATMENT FLOW RATE: 2.47 CFS MODEL /-BC-RGISB-22-24 WARRANTY: 5 YEAR MANUFACTURERS BIO CLEAN EJMRONMENTAL SERVICES, INC. PO BOX 869 OCEANSIDE. C4 92049 PHONE:760-4JJ-7640 FAX:760-4JJ-J176 DATE: SCALE: NTS DP.AFTER: J.R.H. UNITS = INCHES PROJECT: DATE: REVISIONS: DATE: REVISIONS: DATE: WWW.BIOCLEANENVIRONMENTAL.COM REVISIONS: DATE: PAGE 2 ROUND GISB HIGH CAPACITY WITH EASY MAINTENANCE SHELF SYSTEM FOR USE IN CURB INLETS WITH WINGS SHELF SYSTEM POSmONS GISB RLTER DIRECTLY UNDER MANHOLE OPENING OF £4SY MAINTENANCE REMOVABLE STORM BOOM SKIMMER FIGURE 1: RBERGLASS DIVERTER TO CHANNEL ALL WATER FROM WING TO TROUGH SHELF SYSTEM TROUGH DETAIL OF PARTS ·;:·;; . .. ~ ..... . ;:-~5 :!··:: . ;.,. ,·.,,:·· 1L'···· :/:; :· ~ ·. ~ ~- :~)\~\!}):t/'.[:~'{;!;f_:,{;&\i FIGURE 4: DETAIL OF PROFILE DRAWING: GISB HIGH CAPACITY DETAILS TREATMENT A.OW RATE: 2.47 CFS WARRANTY: 5 YEAR MANUFACTURERS BIO CLEAN ENVIRONMENTAL SERVICES, INC. PO BOX 869 OCEANSIDE, CA 92049 PHONE:760-433-7640 FAX: 760-433-3176 DATE: SCALE: NTS RBERGLASS DIVERTER TO CHANNEL ALL WATfR FROM WING TO TROUGH GISB ROUND OUTLET PIPE FIGURE 3: DETAIL OF MOUNTING PATENTED MODEL/: BC-RGISB-22-24 PROJECT: REVISIONS: DATE: REVISIONS: DATE: REVISIONS: DATE: DRAFTER: J.R.H. UNITS = INCHES REVISIONS: DATE: FIGURE 2: DETAIL OF CONFIGURATION NOTfS: 1. SHELF SYSTEM PROVIDES FOR ENTIRE COVERAGE OF INLET OPENING SO TO DIVERT ALL FLOW TO BASKET. 2. SHELF SYSTEM MANUFACTURED FROM MARINE GRADE RBERGLASS, GEL COATfO FOR W PROTfCTION . J. SHELF SYSTEM ATTACHED TO THE CATCH BASIN WITH NON-CORROSIVE HARDWARE. 4. RLTRATION BASKET STRUCTURE MANUFACTURED OF MARINE GRADE RBERGLASS, GEL COATED FOR W PROTfCTION. 5. RLTRATION BASKET RNE SCREEN AND COARSE CONTAINMENT SCREEN MANUFACTURED FROM STAINLESS STEEL. 6. RLTRATION BASKET HOLDS BOOM OF ABSORBENT MEO/A TO CAPTURE HYDROCARBONS. BOOM IS EASILY REPLACED WITHOUT REMOVING MOUNTING HARDWARE. 7. RLTRATION BASKET LOCATION IS DIRECTLY UNDER MANHOLE FOR £4SY MAINTENANCE. 8. LENGTH OF TROUGH CAN VARY FROM 2' TO JO' WWW.BIOCLEANENVIRONMENTAL.COM PAGE J ROUND GIBB MEDIA FILTER WITH EASY MAINTENANCE SHELF SYSTEM FOR USE IN CURB INLETS SHELF SYSTEM POSmONS GISB ALTER DIRECTLY UNDER MANHOLE OPENING OF EASY MAINTENANCE REMOVABLE STORM BOOM SKIMMER FIGURE 1: DETAIL OF PARTS MANHOLE : ....• ~= ~~~-----~~.? FIGURE 4: DETAIL OF PROFILE ......... , .... .... . ~ ·ft \\~ ........ DRAWING: GISB MEDIA ALTER SYSTEM TREATMENT FLOW RATE: 0.12 CFS WARRANTY: 5 l'l"AR MANUFACTURERS BIO CLEAN ENVIRONMENTAL SERVICES, INC. PO BOX 869 OCEANSIDE, CA 92049 PHONE: 760-4-JJ-7640 FAX:760-4-JJ-3176 OAT£: SCALE: SF = 15 DRAFTER: J.R.H. UNITS = INCHES SHELF SYSTEM TROUGH GISB ROUND MEDIA RLTER OUTLET PIPE FIGURE 3: DETAIL OF MOUNTING PATENTED l,f(){)£L /: BC-RGISB-MF-22-24 PROJECT: REVISIONS: OAT£: REVISIONS: OAT£: REVISIONS: OAT£: REVISIONS: OAT£: FIGURE 2: DETAIL OF CONFIGURATION NOTES: 1. SHELF SYSTEM PROVIDES FOR ENTIRE COVERAGE OF INLET OPENING SO TO DMRT ALL FLOW TO 84SKET. 2. SHELF SYSTEM MANUFACTURED FROM MARINE GRADE ABERGLASS, GEL COATED FOR W PROTECTION. J. SHELF SYSTEM ATTACHED TO THE CATCH 8451N WITH NON-CORROSNE HARDWARE 4. ALTRATION BASKET STRUCTURE MANUFACTURED OF MARINE GRADE ABERGI.ASS. GEL COATED FOR W PROTECTION. 5. ALTRATION BASKET AN£ SCREEN AND COARSE CONTAINMENT SCREEN MANUFACTURED FROM STAINLESS STEEL 6. ALTRATION BASKET HOLDS BOOM OF ABSORBENT MEDIA TO CAPTURE HYDROCARBONS. BOOM IS EASILY REPLACED WITHOUT REMOVING MOUNTING HARDWARE 7. ALTRATION 84SKET LOCATION IS DIRECTLY UNDER MANHOLE FOR EASY MAINTENANCE 8. LENGTH OF TROUGH CAN VARY FROM 2' TO JO' WWW.BIOCLEANENVIRONMENTAL.COM PAGE 1 MODEL I BC-RGISB-MF-22-24 ROUND MEDIA FILTER GISB RLTER EASILY INSERTED ANO REMOVED FROM MANHOLE OPENING WITHOUT NEED OF ANY EQUIPMENT MANHOLE OPENING WITH 24" FRAME ANO COVER FIGURE 1: DETAIL OF INSTALLATION HYORRCARBON STORM BOOM BioMedioGREEN REMOVAL EFFICIENCIES TOTAL SUSPENDED SOUOS 85X "slL-CO-SIL 106" TOTAL PHOSPHORUS 69X ORTHO PHOSOPHORUS 41X DISSOLVED COPPER 79X DISSOLVED LEAD 98X DISSOLVED ZINC 78X FECAL COUFORM BACTERIA 68% rPH 99X J INFLOW J FIGURE J: DETAIL OF PARTS DRAWING: GJSB MEDIA ALTER DETAILS PATENTED ¢221 2 RLTER RANGE ATS 20-J/8" OJA THROUGH HOLE ¢184,, 2 RLTER HOUSING ¢ab BOTTOM SCREEN ¢1~ STORM BOOM THROAT OPENING FIGURE 2: DETAIL OF DIAMETERS ,------------REMOVABLE SCREEN TOP ' I I I ALTER FABRIC 1.5" THICK BioMedioGREEN J.5" THICK BIOSORB 1• THICK L _____ ....,.,_ FIGURE 4: BOTTOM SCREEN UNOERORAJN DETAIL OF MEDIA PACK FLOW RATES -GISB MEDIA FILTER *MEDIA PACK TREATMENT FLOW RATE 1T ~75 = 1.76 SF 11.875 IN **TRASH SCREEN TREATMENT FLOW RATE SURFACE AREA MAX HEAD OPEN AREA j/JJlj§ 2.0 CFS .94 SF 5.50 IN 62X RECTANGULAR BMG DENOTES BioMedioGREEN *ALTER FLOW RATE CALCULATED USING A HYORAUUC-CONOUCTMTY FLOW CALCULATOR {OARCIAN FLOW}. HYORAUUC CONOIJCTMTY OF BioMedioGREEN VERIAED IN LABORATORY EVALUATION. VARIABLES USTED ABOl-f" **SCREEN FLOW RATE CALCULATED USING THE FOLLOWING EQUATION Q=SO*cd*A ./2*g*h c d = C&Ff!:f/f!/l£°'= .67 SEE PAGE 1 FOR NOTES TREATMENT FLOW RATE: 0.12 CFS MODEL /: BC-RGISB-MF-22-24 WARRANTY: 5 l'Ei4R MANUFACTURERS BIO CLEAN ENVIRONMENTAL SERVICES, INC. PO BOX 869 OCEANSIDE. C4 92049 PHONE: 760-433-7640 FAX:760-433-3176 DATE: SC4L£: SF = 15 DRAFTER: J.R.H. UNfTS = INCHES PROJECT: REVISIONS: DATE: REVISIONS: DATE: REVISIONS: DATE: WWW.BIOCLEANENVIRONMENTAL.COM REVISIONS: DATE: PAGE 2 ROUND GIBB MEDIA FILTER WITH EASY MAINTENANCE SHELF SYSTEM FOR USE IN CURB INLETS WITH WINGS REMOVABLE STORM BOOM SKIMMER GISB ROUND MEDIA ALTER FIGURE 1: SHELF SYSTEM WEIR TRASH SCREEN DETAIL OF PARTS FIGURE 4: DETAIL OF PROFILE ABERGLASS DIVERTER TO CHANNEL Ail WATER FROM WING TO TROUGH WING ,·-"'---WEIR HEIGHT GISB ROUND MEDIA ALTER OUTLET PIPE SHELF SYSTEM POSmONS GISB ALTER DIRECTLY UNDER MANHOLE OPENING OF EASY MAINTENANCE FIGURE 3: FIGURE 2: DETAIL OF CONFIGURATION NOTES: 1. SHELF SYSTEM PROVIDES FOR ENTIRE COl-fRAGE OF INLET OPENING SO TO DIVERT Ail FLOW TO BASKET. 2. SHELF SYSTEM MANUFACTURED FROM MARINE GRADE ABERGLASS, GEL COATED FOR W PROTECnON. J. SHELF SYSTEM ATTACHED TO THE CATCH BASIN WITH NON-CORROSIVE HARDWARE. 4. ALTRAnON BASKET STRUCTURE MANUFACTURED OF MARINE GRADE ABERGLASS, GEL COATED FOR w PROTEcnoN. 5. ALTRAnON BASKET AN£ SCREEN AND COARSE CONTAINMENT SCREEN MANUFACTURED FROM STAINLESS STEEL 6. ALTRAnON BASKET HOWS BOOM OF ABSORBENT MEDIA TO CAPTURE HYDROCARBONS. BOOM IS EASILY REPLACED WITHOUT REMOVING MOUNnNG HARDWARE. DETAIL OF MOUNTING 7. ALTRAnON BASKET LOCAnoN IS DIRECTLY UNDER MANHOLE FOR EASY MAINTENANCE. DRAWING: GISB MEDIA ALTER SYSTEM TREATMENT FLOW RATE: 0.12 CFS WARRANTY: 5 YEAR MANUFACTURERS BIO CLEAN ENVIRONMENTAL SERVICES, INC. PO BOX 869 OCEANSIDE, CA 92049 PHONE.· 760-43.J-7640 FAX: 760-43.J-3176 DATE: SCALE: SF = 15 DRAFTER: J.R.H. UNITS = INCHES PATENTED 8. LENGTH OF TROUGH CAN VARY FROM 2' TO JO' MODEL /-BC-RGISB-MF-22-24 PROJECT: REVISIONS: DATE: REVISIONS: DATE: REVISIONS: DATE: WWW.BIOCLEANENVIRONMENTAL.COM REVISIONS: DATE: PAGE 3 APPENDIX "H" Bio Clean Product Expandable Round CPS Pipe Size Unit Height (in.) (in.) 18 18 24 24 30 30 36 36 40 42 48 48 A Forterra Company s Meets 100% Full Capture Trash Requirement of the California State and Regional Water Boards Stainless steel construction utilizing only perforated metal construction Modular design allovvs it to be adapted to any pipe size and quickly assembled inside the catch basin Round design with cross supports withstands several hundred pounds of water pressure. For exceeding all other devices. 5tand:ard Sizes length of Center Assembly Width Piece (in.) (in.) n/a 24 6 30 12 36 18 42 24 48 30 60 Treated Flows -enter the basin and are passed through the CPS which retains all trash and debris down to 5 mm in size. ,_:r«--High Flows -are allowed to bypass over the top of the CPS durin9 intense storm events. The modular design of the system makes installation fast and easy. Rounded end pieces and center sections fit through any standard manhole. The system is assembled using self-tapping screws and concrete drive pins. The Modular CPS makes any catch basin a full capture trash device. Maintenance of the catch basin can be performed using a standard vacuum truck or removed by hand. The center piece can be easily removed to allow for access to the outlet pipe for jetting and other activities. I < 398 Via El Centro Oceanside, CA 92058 p 760.433.7640 f 760.433.3176 APPENDIX "I" Coastal Development Permit 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PLANNING COMMISSION RESOLUTION NO. 7258 A RESOLUTION OF THE PLANNING COMMISSION OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING A COASTAL DEVELOPMENT PERMIT TO CONSTRUCT APPROXIMATELY 3,068 LINEAR FEET OF REINFORCED CONCRETE STORM WATER PIPE, 11 STORM DRAIN INLETS AND FIXTURES WITHIN THE MELLO II SEGMENT OF THE CITY'S COASTAL ZONE LOCATED WITHIN THE PUBLIC RIGHTS-OF-WAY ON TAMARACK AVENUE, PARK DRIVE AND MONROE STREET WITHIN LOCAL FACILITIES MANAGEMENT ZONE 1. CASE NAME: CASE NO: PARK & TAMARACK DRAINAGE IMPROVEMENTS CDP 2017-0029 (PUB17Y-0019) WHEREAS, the City of Carlsbad, "Developer," has filed a verified application with the City of Carlsbad regarding property described as Located within the public rights-of-way on a portion of Tamarack Avenue, Park Drive and Monroe Street and on file in the Planning Division ("the Property"); and WHEREAS, said verified application constitutes a request for a Coastal Development Permit as shown on Exhibits "A" -"O" dated August 16, 2017, attached hereto and on file in the Carlsbad Planning Division, CDP 2017-0029 -PARK & TAMARACK DRAINAGE IMPROVEMENTS, as provided in Chapter 21.201.030 of the Carlsbad Municipal Code; and WHEREAS, the Planning Commission did, on August 16, 2017, hold a duly noticed public hearing as prescribed by law to consider said request; WHEREAS, at said public hearing, upon hearing and considering all testimony and arguments, if any, of all persons desiring to be heard, said Commission considered all factors relating to the Coastal Development Permit. NOW, THEREFORE, BE IT HEREBY RESOLVED by the Planning Commission of the City of Carlsbad, as follows: A) B) That the above recitations are true and correct. That based on the evidence presented at the public hearing, the Commission APPROVES CDP 2017-0029 -PARK & TAMARACK DRAINAGE IMPROVEMENTS, based on the following findings and subject to the following conditions: 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Findings: 1. 2. 3. 4. 5. That the proposed development is in conformance with the Certified Local Coastal Program and all applicable policies in that the project consists of the construction of storm water pipeline and fixtures, and the relocation of two segments of 8-and 10-inch sewer pipeline on property located within the public rights-of-way. The project will not obstruct views of the coastline as seen from public lands or the public right-of-way, nor damage the visual beauty of the coastal zone as the recycled water pipeline will be placed underground. The proposal is in conformity with the public access and recreation policies of the City of Carlsbad Local Coastal Program in that the proposed storm water pipeline will be installed underground, therefore, will not impact public access opportunities, recreational resources or obstruct views of the coastline as seen from public lands or the public rights-of-way; therefore, the visual beauty of the coastal zone will not diminish, nor will there be any impacts to coastal resources or public access. No agricultural uses currently exist on the site and the project is not located in an area of known geologic instability or flood hazard. The project is not located in an area identified as a 100-year floodplain nor is it considered a priority project requiring structural BMPs as the project will be within the public rights-of-way and no additional impervious surface will be created. Furthermore, the project will adhere to the city's Master Drainage Plan, Grading Ordinance, Storm Water Ordinance, BMP Design Manual and Jurisdictional Runoff Management Program (JRMP) to avoid increased urban run- off, pollutants and soil erosion. Therefore the project is consistent with applicable provisions of Policies 4-3 through 4-7of the Mello II segment of the LCP. The project is consistent with the provisions of the Coastal Resource Protection Overlay Zone (Chapter 21.203 of the Zoning Ordinance) in that the project will adhere to the city's Master Drainage Plan, Grading Ordinance, Storm Water Ordinance, BMP Design Manual and Jurisdictional Runoff Management Program (JRMP) to avoid increased urban runoff, pollutants, and soil erosion. No steep slopes or native vegetation is located on the subject property and the site is not located in an area prone to landslides, or susceptible to accelerated erosion, floods, or liquefaction. The project is consistent with the Citywide Facilities and Improvements Plan, the Local Facilities Management Plan for Zone 1 and all city public facility policies and ordinances in that the project will provide adequate drainage facilities to the area in compliance with the city's Engineering Standards. Furthermore, project operations will not result in any increased traffic and will thus not result in any substantial deterioration of the public roadway system, nor generate a need for other governmental services, such as emergency services. Developer shall implement, or cause the implementation of, the applicable project design features/methods and construction measures identified in Table 3-6 of the Environmental Impact Report for the Drainage Master Plan Update (EIR 04-02). Conditions: General NOTE: Unless otherwise specified herein, all conditions shall be satisfied prior to the issuance of a Notice to Proceed or commencement of construction, whichever occurs first. PC RESO NO. 7258 -2- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1. 2. 3. 4. 5. 6. 7. 8. If any of the following conditions fail to occur, or if they are, by their terms, to be implemented and maintained over time, if any of such conditions fail to be so implemented and maintained according to their terms, the city shall have the right to revoke or modify all approvals herein granted; deny or further condition issuance of all future building permits; deny, revoke, or further condition all certificates of occupancy issued under the authority of approvals herein granted; record a notice of violation on the property title; institute and prosecute litigation to compel their compliance with said conditions or seek damages for their violation. No vested rights are gained by Developer or a successor in interest by the city's approval of this Coastal Development Permit. Staff is authorized and directed to make, or require the Developer to make, all corrections and modifications to the Coastal Development Permit documents, as necessary to make them internally consistent and in conformity with the final action on the project. Development shall occur substantially as shown on the approved Exhibits. Any proposed development, different from this approval, shall require an amendment to this approval. Developer shall comply with all applicable provisions of federal, state, and local laws and regulations in effect at the time of building permit issuance. If any condition for construction of any public improvements or facilities, or the payment of any fees in-lieu thereof, imposed by this approval or imposed by law on this Project are challenged, this approval shall be suspended as provided in Government Code Section 66020. If any such condition is determined to be invalid, this approval shall be invalid unless the City Council determines that the project without the condition complies with all requirements of law. Developer shall implement, or cause the implementation of, the applicable project design features/methods and construction measures identified in Table 3-6 of the project EIR (EIR 04- 02). All applicable project design features/methods shall be incorporated into final construction plans and specification documents. Developer/Operator shall and does hereby agree to indemnify, protect, defend, and hold harmless the City of Carlsbad, its Council members, officers, employees, agents, and representatives, from and against any and all liabilities, losses, damages, demands, claims and costs, including court costs and attorney's fees incurred by the city arising, directly or indirectly, from: (a) city's approval and issuance of this Coastal Development Permit, (b) city's approval or issuance of any permit or action, whether discretionary or nondiscretionary, in connection with the use contemplated herein, and (c) Developer/Operator's installation and operation of the facility permitted hereby, including without limitation, any and all liabilities arising from the emission by the facility of electromagnetic fields or other energy waves or emissions. This obligation survives until all legal proceedings have been concluded and continues even if the city's approval is not validated. This project shall comply with all conditions and mitigation measures which are required as part of the Zone 1 Local Facilities Management Plan and any amendments made to that Plan prior to the issuance of building permits. This approval shall become null and void if a notice to proceed is not issued for this project within 24 months from the date of project approval. PC RESO NO. 7258 -3- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Code Reminders: 9. Approval of this request shall not excuse compliance with all applicable sections of the Zoning Ordinance and all other applicable city ordinances in effect at time of issuance of a notice to proceed, except as otherwise specifically provided herein. NOTICE TO APPLICANT An appeal of this decision to the City Council must be filed with the City Clerk at 1200 Carlsbad Village Drive, Carlsbad, California, 92008, within ten (10) calendar days of the date ofthe Planning Commission's decision. Pursuant to Carlsbad Municipal Code Chapter 21.54, section 21.54.150, the appeal must be in writing and state the reason(s) for the appeal. The City Council must make a determination on the appeal prior to any judicial review. PC RESO NO. 7258 -4- 1 2 3 4 s 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PASSED, APPROVED, AND ADOPTED at a regular meeting of the Planning Commission of the City of Carlsbad, California, held on August 16, 2017, by the following vote, to wit: AYES: NOES: ABSENT: ABSTAIN: JEF EGALL, Chairperson Chairperson Segall, Commissioners Black, Goyarts, Montgomery, Rodman and Siekmann Commissioner Anderson CARLSBAD PLANNING COMMISSION ATTEST: Q.._yt DON NEU City Planner PC RESO NO. 7258 -5-