Loading...
HomeMy WebLinkAboutCapriati Construction Corp. Inc; 2018-01-04; PWS18-54UTILRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2019-0372710 111111111111 lllll 111111111111111111111111111111 IIIII IIIII 1111111111111 Aug 29, 2019 03:42 PM OFFICIAL RECORDS Ernest J Dronen burg, Jr , SAN DIEGO COUNTY RECORDER FEES $0 00 (SB2 Atkins. $0.00) PAGES. 1 Space above this line for Recorder's use. PARCEL NO: n/a -~--------- NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned is Carlsbad Municipal Water District (CMWD), a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on Aug. 13, 2019. 6. The name of the contractor for such work or improvement is Capriati Construction Corp. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. 5019-A, Valve Replacement: Phase I. 8. The street address of said property is on various streets in the City of Carlsbad. icipal Water District VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Municipal Water District, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the Executive Manager of said Board on A~Uj/ ;Jjfh, , 20~, accepted the above described work as completed and ordered that Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on AVJv~+;} '[/I,,, 20ft, at Carlsbad, California. Q \Public Works\PW Common\CAPITAL-ACTIVE\5019-A Valve Replacement Phase I\NOC (Public and Private) -revised 2019-02-07.doc CARLSBAD MUNICIPAL WATER DISTRICT ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Capriati Construction Corp. has completed the contract work required for Project No. 5019-A, Valve Replacement: Phase I. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS VALUE Install 52 new water valves at 19 locations $2,089,351 CERTIFICATION OF COMPLETION OF IMPROVEMENTS EXECUTIVE MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The Secretary to the Board of Directors is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The Carlsbad Municipal Water District is hereby directed to commence maintaining the above described improvements. r;_r ~ r, (._ L ~ Scott Chadwick, Executive Manager Date APPROVED AS TO FORM: CELIA BREWER, City Attorney By ~ 1/ Deputy City Attorney Q:\Pubhc Works\PW Common\CAPITAL-ACTIVE\5019-A Valve Replacement Phase IIAPI (Public Works)· revised 2019-02-07.doc Project: 5019-A, Valve Replacement: Phase I Change Order No. 3 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 3 PROJECT: 5019-A, Valve Replacement: Phase I CONTRACT NO. 5019-A P.O. NO. P135258 ACCOUNT NO. 5057000-9060/50191-9066 CONTRACTOR: Capriati Construction Corp. ADDRESS: 1020 Wigwam Parkway Henderson, NV 8907 4 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 Board 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 Executive Manager and/or the President of the Board 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: Additional work to raise two gate valve boxes to grade at the intersection of Palomar Airport Road and Paseo Del Norte. Increase to contract cost. .................................................................... $876.89 Additional scope to install a 2" air vac/blow off at Site 14. Increase to contract cost. ................................................................. $3,221.90 Increase Bid Item No. 23, AC Installation, by 224.09 tons at the contract unit price of $241/ton. Increase to contract cost. ................................................................. $54,005.69 Decrease Bid Item No. 22, Unforeseen Site Conditions, by $2,712.00 Decrease to contract cost. .............................................................. ($2,712.00) Project: 5019-A, Valve Replacement: Phase I Change Order No. 3 Item 5: Increase number of working days by forty-three (43) due to delays effecting critical path activities. Additional working days are provided for: • 19 working days for site 14 (RFCO 18) • 24 working days for rain delays (RFCO 21) Increase to contract cost. ....................................................................... $0.00 TOTAL INCREASE TO CONTRACT COST .................................................... $55,392.48 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY FORTY-THREE (43) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. 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. (DATE) DISTRIBUTION: PROJECT FILE (ORIGINAL), PURCHASING. CONTRACTOR Project: 5019-A, Valve Replacement: Phase I Change Order No. 2 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 2 PROJECT: 5019-A, Valve Replacement: Phase I CONTRACT NO. 5019-A P.O. NO. P135258 ACCOUNT NO. 5057000-9060/50191-9066 CONTRACTOR: Capriati Construction Corp. ADDRESS: 1020 Wigwam Parkway Henderson, NV 8907 4 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: Additional scope of work for redesign at Site 10-Park & Monroe. Increase the number of working days by 8. Increase to contract cost.. ............................................................. $52,728.37 Install 2" Manual Air Release Assemblies in lieu of the specified 1" Manual Air Release Assemblies. Increase to contract cost. ............................................................... $2, 172.91 Additional work to break up unforeseen oversized concrete thrust block around the pipe at site 13. Increase the number of working days by 1. Increase to contract cost.. .............................................................. $4,328.31 Project: 5019-A, Valve Replacement: Phase I Change Order No. 2 Item 4: Additional work at site 14 to locate the 16" water main that was mismarked. Increase the number of working days by 2. Increase to contract cost. .................................................................. $5,568.93 Item 5: Increase number of working days by three (3) due to delays effecting critical path activities. Additional working days are provided for: • 3 working days for site 8 (RFCO 15) Increase to contract cost. ....................................................................... $0.00 TOTAL INCREASE TO CONTRACT COST ................................................... $64,798.52 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY FOURTEEN (14) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. APPROVED AS TO FORM: l:2/.i I /I f:6 (DATE) (DATE) DISTRIBUTION: PROJECT FILE (ORIGINAL), PURCHASING, CONTRACTOR Project: 5019-A, Valve Replacement: Phase I Change Order No. 1 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 1 PROJECT: 5019-A, Valve Replacement: Phase I CONTRACT NO. 5019-A P.O. NO. P135258 ACCOUNT NO. 5057000-9060/50191-9066 CONTRACTOR: Capriati Construction Corp. ADDRESS: 1020 Wigwam Parkway Henderson, NV 8907 4 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: Delete Bid Item No. 1 for Construction at site 1 (Donna Dr. and Carlsbad Village Dr.). Decrease to contract cost. ............................................................. ($70,446.00) Add Construction at site 20 (Walnut Ave. and Washington St.). Increase to contract cost. ................................................................ $70,446.00 Installation of a 16" line stop in lieu of a 12" insertion valve at site 17, per RFI 2. Increase the number of working days by 10. Increase to contract cost. ................................................................ $34,597.69 Additional scope of work at site 9 for the connection of two services, per RFI 6. Increase the number of working days by 10. Increase to contract cost.. ............................................................... $14,439.93 Project: 5019-A, Valve Replacement: Phase I Change Order No. 1 Item 5: Additional scope of work at site 6 for the installation of an insertion valve, per RFI 3. Increase the number of working days by 10. Increase to contract cost. ................................................................ $15,992.90 Item 6: Additional cost for the material and installation of high deflection couplings at site 18. Increase the number of working days by 1. Increase to contract cost. ................................................................. $6,051.35 Item 7: Increase number of working days by four (4) due to delays effecting critical path activities. Additional working days are provided for: • 1 working days for RFI 6 (RFCO 4) • 1 working day for site 7 (RFCO 5) • 1 working day for site 16 (RFCO 7) • 1 working days for RFI 4 (RFCO 9) Increase to contract cost. ....................................................................... $0.00 TOTAL INCREASE TO CONTRACT COST ................................................... $71,081.87 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY THIRTY-FIVE (35) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. (DATE) // 'c~7• I 6 (DATE) (DATE) TABLES OF CONTENTS ,, • ., Revised 7/19/17 Contract No. 5019-A Page 3 of 177 Pages TABLE OF CONTENTS: CONTRACT/BIDDING DOCUMENTS Item Page Notice Inviting Bids .............................................................................................................. 12 Contractor's Proposal ........................................................................................................... 18 Bid Security Form ................................................................................................................ 27 Bidder's Bond to Accompany Proposal ................................................................................ 28 Guide for Completing the "Designation of Subcontractors" Form ......................................... 29 Designation of Subcontractor and Amount of Subcontractor's Bid Items ............................. 31 Bidder's Statement of Technical Ability and Experience ....................................................... 32 Bidder's Acknowledgement of Intent to Provide Qualifications for Contractor's Representative ...................................................................... 33 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation ................................................................................... 34 Bidder's Statement Re Debarment ....................................................................................... 35 Bidder's Disclosure of Discipline Record .................................................................... 36 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ........................ 38 Contract Public Works .......................................................................................................... 39 Labor and Materials Bond .................................................................................................... 46 Faithful Performance/Warranty Bond ................................................................................... 48 Optional Escrow Agreement for Surety Deposits in Lieu of Retention .................................. 50 {'\ • ., Revised 7 /19/17 Contract No. 5019-A Page 4 of 177 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 TABLE OF CONTENTS: GENERAL PROVISIONS Terms, Definitions Abbreviations and Symbols Terms .......................................................................................................... 54 Definitions .................................................................................................... 54 Abbreviations ............................................................................................... 58 Units of Measure .......................................................................................... 61 Symbols ....................................................................................................... 63 Scope and Control of the Work Award and Execution of Contract.. ............................................................... 64 Assignment .................................................................................................. 64 Subcontracts ................................................................................................ 64 Contract Bonds ............................................................................................ 65 Plans and Specifications .............................................................................. 66 Work to be Done .......................................................................................... 70 Subsurface Data .......................................................................................... 70 Right-of-Way ................................................................................................ 71 Surveying ..................................................................................................... 71 Authority of Board and Engineer .................................................................. 75 Inspection .................................................................................................... 76 Changes in Work Changes Requested by the Contractor ........................................................ 77 Changes Initiated by the Agency .................................................................. 77 Extra Work ................................................................................................... 78 Changed Conditions .................................................................................... 81 Disputed Work ............................................................................................. 82 Control of Materials Materials and Workmanship ......................................................................... 88 Materials Transportation, Handling and Storage ........................................... 92 Utilities Location . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ............................................... 93 Protection .................................................................................................... 93 Removal ...................................................................................................... 94 Relocation .................................................................................................... 94 Delays .......................................................................................................... 95 Cooperation ................................................................................................. 95 Prosecution, Progress and Acceptance of the Work Construction Schedule and Commencement of Work ................................... 96 Prosecution of Work ................................................................................... 100 Suspension of Work ................................................................................... 101 Default by Contractor ................................................................................. 102 Termination of Contract. ............................................................................. 102 Delays and Extensions of Time .................................................................. 102 Time of Completion .................................................................................... 103 ,, •+;' Revised 7/19/17 Contract No. 5019-A Page 5 of 177 Pages 6-8 6-9 6-10 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 Completion, Acceptance, and Warranty ..................................................... 107 Liquidated Damages .................................................................................. 108 Use of Improvement During Construction .................................................. 108 Responsibilities of the Contractor Contractor's Equipment and Facilities ........................................................ 110 Labor ......................................................................................................... 110 Liability Insurance ...................................................................................... 110 Workers' Compensation Insurance ............................................................ 110 Permits ...................................................................................................... 111 The Contractor's Representative ................................................................ 112 Cooperation and Collateral Work ............................................................... 113 Project Site Maintenance ........................................................................... 114 Protection and Restoration of Existing Improvements ................................. 122 Public Convenience and Safety ................................................................. 122 Patent Fees or Royalties ............................................................................ 130 Advertising ................................................................................................. 130 Laws to be Observed ................................................................................. 130 Antitrust Claims .......................................................................................... 130 Facilities for Agency Personnel General ...................................................................................................... 132 Measurement and Payment Measurement of Quantities for Unit Price Work .......................................... 133 Lump Sum Work ........................................................................................ 133 Payment .................................................................................................... 133 {'\ •tr Revised 7 /19/17 Contract No. 5019-A Page 6 of 177 Pages TABLE OF CONTENTS: SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Part 2 Section 200 200-1 200-2 Section 201 201-1 201-3 Section 203 203-6 203-11 Section 207 207-2 207-9 207-10 207-25 Section 210 210-1 210-3 Section 212 212-1 212-2 212-3 Section 214 214-5 Section 215 215-1 Part 3 Section 300 300-1 300-2 300-3 300-9 300-13 Section 301 301-1 Section 302 302-5 302-11 Construction Materials Rock Materials Rock Products ........................................................................................... 138 Untreated Base Materials ........................................................................... 139 Concrete, Mortar and Related Materials Portland Cement Concrete ........................................................................ 140 Expansion Joint Filler and Joint Sealants ................................................... 142 Bituminous Materials Asphalt Concrete ....................................................................................... 143 Asphalt Rubber Hot Mix (ARHM) Wet Process ........................................... 144 Pipe Reinforced Concrete Pipe .......................................................................... 144 Iron Pipe and Fittings ................................................................................. 145 Steel Pipe .................................................................................................. 145 Underground Utility Marking Tape .............................................................. 146 Paint and Protective Coatings Paint .......................................................................................................... 147 Galvanizing ................................................................................................ 14 7 Landscape and Irrigation Materials Landscape Materials .................................................................................. 149 Irrigation System Materials ......................................................................... 153 Electrical Materials ..................................................................................... 155 Pavement Markers Reflective Pavement Markers .................................................................... 157 Fencing Environmental Fencing .............................................................................. 158 Construction Methods Earthwork Clearing and Grubbing ............................................................................... 159 Unclassified Excavation .............................................................................. 159 Structure Excavation and Backfill. ............................................................... 161 Geotextiles for Erosion Control and Water Pollution Control. ...................... 161 Storm Water Pollution Prevention Plan ....................................................... 162 Treated Soil, Subgrade Preparation and Placement of Base Materials Subgrade Preparation ................................................................................. 165 Roadway Surfacing Asphalt Concrete Pavement ....................................................................... 165 Asphalt Pavement Repairs and Remediation .............................................. 166 ,, •+' Revised 7/19/17 Contract No. 5019-A Page 7 of 177 Pages Section 303 Concrete and Masonry Construction. '" 303-1 Concrete Structures .................................................................................... 167 303-2 Air-Placed Concrete .................................................................................... 167 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways .................................................................. 167 303-6 Stamped Concrete ...................................................................................... 168 Section 304 Metal Fabrication and Construction 304-3 Chain Link Fence ........................................................................................ 168 Section 306 Underground Conduit Construction 306-1 Open Trench Operations ............................................................................. 168 306-5 Abandonment of Conduits and Structures ................................................... 172 Section 310 Painting 310-5 Painting Various Surfaces .......................................................................... 172 310-7 Permanent Signing ..................................................................................... 173 Section 312 Pavement Marker Placement and Removal 312-1 Placement. .................................................................................................. 173 Section 313 Temporary Traffic Control Devices 313-1 Temporary Traffic Pavement Markers ......................................................... 17 4 313-2 Temporary Traffic Signing .......................................................................... 175 313-3 Temporary Railing (Type K) and Crash Cushions ...................................... 175 ,, •+;' Revised 7/19/17 Contract No. 5019-A Page 8 of 177 Pages Division Section Division 01 01150 01390 Division 02 02060 02262 Division 15 15041 15933 TABLE OF CONTENTS: TECHNICAL SPECIFICATIONS Section Name General Requirements Measurement and Payment Pre-Construction Videography Site Work Asbestos Abatement Asbestos Cement Pipe Sampling/Testing Mechanical Disinfection of Piping Insertion Valves Appendix A: Sample Door Hanger ,, • ., Revised 7/19/17 Contract No. 5019-A Page 9 of 177 Pages THIS PAGE INTENTIONALLY LEFT BLANK ,, • ., Revised 7/19/17 Contract No. 5019-A Page 10 of 177 Pages CONTRACTING/BID FORMS ,, •+;' Revised 7 /19/17 Contract No. 5019-A Page 11 of 177 Pages """·· CARLSBAD MUNICIPAL WATER DISTRICT, CALIFORNIA NOTICE INVITING BIDS Until 11:00 a.m. on November 7, 2017, the Carlsbad Municipal Water District (District) shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Install 52 new valves at 19 key locations throughout CMWD service area. VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A PWS18-54UTIL INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the Carlsbad Municipal Water District and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water District or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Public Works Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, current edition at time of bid opening and the supplements thereto as published by the "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 Carlsbad Municipal Water District encourages the participation of minority and women-owned businesses. l'\ •+;' Revised 7/19/17 Contract No. 5019-A Page 12 of 177 Pages The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. SUMMARY OF BIDDING SCHEDULE An overview of the bidding schedule is included in the following table. Details for each activity can be found in relevant section. ACTIVITY SCHEDULE TIME Released for Bid Friday, October 06, 2017 Pre-Bid Meeting Thursday, October 19, 2017 9:00 a.m. Deadline for questions Friday, October 27, 2017 5:00 p.m. Final addendum/Q&A issued (if applicable) Thursday, November 02, 2017 Bid opening Tuesday, November 07, 2017 11 :00 a.m. 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. Bidder's Acknowledgement of Intent to Provide Qualifications for the Contractor's Representative within 24 hours of being designated as apparent low bidder. 7. Acknowledgement of Addendum(a) 8. 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. 9. Bidder's Statement Re Debarment 10. Bidder's Disclosure of Discipline Record 11. 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 one million, eight hundred thousand dollars. TIME OF COMPLETION The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIAL TY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District. In all contracts where federal funds are involved, no bid l'\ •+;' Revised 7/19/17 Contract No. 5019-A Page 13 of 177 Pages 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 include federal funds. The following classifications are acceptable for this contract: A: General Engineering. STATEMENTS OF TECHNICAL ABILITY AND EXPERIENCE FOR CONTRACTOR Bidder shall demonstrate that they are qualified for the job by providing proof of their experience and technical ability for construction in the disciplines of construction required to complete this job. Proof of Bidder's experience and technical ability (as outlined below) shall be attached to The Bidder's Statements of Technical Ability and Experience to be included with the Contractor's bid. The statement and listing of information shall include but not be limited to the successful construction of the following: 1. Water Infrastructure Improvements a. Under current business name, five (5) municipal projects in the last five (5) years each with at least: i. $500,000 contract values specific to potable water improvements; ii. 500 linear feet of potable water asbestos cement (AC) pipe of 8-inch diameter or larger; and iii. 10 potable water valve installations of 8-inch diameter or larger. CMWD reserves the right to disqualify bidders if bidder does not demonstrate the required technical ability and experience. STATEMENTS OF TECHNICAL ABILITY AND EXPERIENCE FOR CONTRACTOR'S REPRESENTATIVE Bidder shall also demonstrate that the firm will provide a qualified Contractor's Representative (as defined in Section 7-6) for the Project. Within the Bid, Bidder shall acknowledge that proof of the Contractor's Representative qualifications shall be submitted within 24 hours of notification as apparent low bidder. The qualifications for the Contractor's Representative shall include at a minimum: a. Submit resume and complete qualifications form demonstrating 5 years' experience as superintendent of potable water projects, with at least five projects with contract values specific to potable water improvements over $500,000. b. Completion of OSHA 30-hour Construction Training Course. Submit certification as proof. CMWD reserves the right to disqualify bidders if the required technical ability and experience for the Contractor's Representative is not established. In the event that the Contractor would like to change the Contractor's Representative through the course of Project completion, Contractor shall notify the Agency at least two weeks prior and submit the same paperwork for the Engineer's review demonstrating the proposed Contractor's ,, •+;' Revised 7/19/17 Contract No. 5019-A Page 14 of 177 Pages Representative meets the minimum requirements of the position. Engineer will review qualifications of proposed Contractor's Representative within 5 working days of receipt. In the event of a change in Contractor's Representative, CMWD reserves the right to suspend work, at the Contractor's cost, until a qualified Contractor's Representative is assigned to the Project. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 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 $25.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. BIDDER'S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Graham Jordan, Contract Administrator graham.jordan@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. The cutoff date to submit questions regarding this project is 5:00 p.m. on October 27, 2017. No questions will be entertained after that date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project by November 2, 2017. REJECTION OF BIDS The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the "-· sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor ,, •+;' Revised 7/19/17 Contract No. 5019-A Page 15 of 177 Pages Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the District's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. PRE BID MEETING A pre-bid meeting will be held at the Carlsbad Municipal Water District, 5950 El Camino Real, Carlsbad, CA 92008 on Thursday, October 19, 2017 at 9 a.m. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDA Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the District until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets {'\ •,r Revised 7/19/17 Contract No. 5019-A Page 16 of 177 Pages exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the District may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The District does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the District is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the District may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid Carlsbad Municipal Water District Business License for the duration of the contract. Approved by the Board of Directors of the Carlsbad Municipal Water District, California, by Resolution No. 1580, adopted on the 22nd day of August 2017. October 6 2017 cZ 2--Date Deputy Clerk (.'\ •+' Revised 7/19/17 Contract No. 5019-A Page 17 of 177 Pages CARLSBAD MUNICIPAL WATER DISTRICT VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A CONTRACTOR'S PROPOSAL : crE!,!EO, W!TNESSED AND RECORDED: Board of Directors Carlsbad Municipal Water District 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 5019-A in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit. BID SCHEDULE "A" -VALVE REPLACEMENT: PHASE I Item No. Description Furnish all labor, materials, equipment, services and 1 appurtenant work to complete the construction at Site 1. 2 Sevety thousand four hundred forty six dollars no cents (Price in Words) Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 2. Approximate Quantity and Unit 1 LS 1 LS Sixty five thousand three hundred seventy one dollars no cents (Price in Words) Contract No. 5019-A-Valve Replacement 8 Addendum No. 1 Unit Price (Figures) Total Amount (Figures) $ 70,446.00 $ 65,371.00 Item Approximate Unit Price Total Amount Quantity No. Description and Unit (Figures) (Figures) Furnish all labor, materials, 3 equipment, services and 1 LS $ 88,462.00 appurtenant work to complete the construction at Site 3. Eighty eight thousand four hundred sixty two dollars no cents (Price in Words) Furnish all labor, materials, equipment, services and 4 appurtenant work to 1 LS $ 82,958.00 complete the construction at Site 4. Eighty two thousand nine hundred fifty eight dollars no cents (Price in Words) Furnish all labor, materials, equipment, services and 5 appurtenant work to 1 LS $ 87,213.00 complete the construction at Site 5. Eighty seven thousand two hundred thirteen dollars no cents (Price in Words) Furnish all labor, materials, equipment, services and 6 appurtenant work to 1 LS $ 166,483.00 complete the construction at Site 6. One hundred sixty six thousand four hundred eighty three dollars no cents (Price in Words) Contract No. 5019-A-Valve Replacement 9 Addendum No. 1 Item Approximate Unit Price Total Amount Quantity No. Description and Unit (Figures) (Figures) Furnish all labor, materials, 7 equipment, services and 1 LS $ 213,626.00 appurtenant work to complete the construction at Site 7. Two hundred thirteen thousand six hundred twenty six dollars no cents (Price in Words) Furnish all labor, materials, equipment, services and 8 appurtenant work to 1 LS $ 76,486.00 complete the construction at Site 8. Seventy six thousand four hundred eighty six dollars no cents (Price in Words) Furnish all labor, materials, equipment, services and 9 appurtenant work to 1 LS $ 75,243.00 complete the construction at Site 9. Seventy five thousand two hundred forty three dollars no cents (Price in Words) Furnish all labor, materials, equipment, services and 10 appurtenant work to 1 LS $ 102,492.00 complete the construction at Site 10. One hundred two thousand four hundred ninty two dollars no cents (Price in Words) Contract No. 5019-A-Valve Replacement 10 Addendum No. 1 Item Approximate Unit Price Total Amount Quantity No. Description and Unit (Figures) {Figures) Furnish all labor, materials, 11 equipment, services and 1 LS $ 35,822.00 appurtenant work to complete the construction at Site 11. Thirty five thousand eight hundred Twenty two dollars no cents (Price in Words) Furnish all labor, materials, equipment, services and 12 appurtenant work to 1 LS $ 59,181.00 complete the construction at Site 12. Fifty nine thousand one hundred eighty one dollars no cents (Price in Words) Furnish all labor, materials, equipment, services and 13 appurtenant work to 1 LS $ 104,873.00 complete the construction at Site 13. One Hundred four thousand eight Hundred seventy three dollars no cents (Price in Words) Furnish all labor, materials, equipment, services and 14 appurtenant work to 1 LS $ 36,945.00 complete the construction at Site 14. Thirty six thousand nine hundred forty five dollars no cents (Price in Words) Contract No. 5019-A-Valve Replacement 11 Addendum No. 1 Item Approximate Quantity No. Description and Unit 15 16 17 18 Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 15. Seventy thousand nine hundred Ninty nine dollars no cents (Price in Words) Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 16. 1 LS 1 LS One hundred five thousand five hundred sixty seven dollars no cents (Price in Words) Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 17. One hundred sixty six thousand 1 LS three hundred sixty three dollars no cents (Price in Words) Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 18. Ninty thousand two hundred ninty two dollars no cents (Price in Words) 1 LS Contract No. 5019-A-Valve Replacement 12 Addendum No. 1 Unit Price (Figures) Total Amount (Figures) $ 70,999.00 $ 105,567.00 $ 166,363.00 $ 90,292.00 Item No. 19 20 21 22 23 24 Approximate Quantity Description and Unit Furnish all labor, materials, equipment, services and 1 LS appurtenant work to complete the construction at Site 19. Thirty six thousand two hundred forty seven dollars no cents (Price in Words) Mobilization/Demobilization LS, Not to sixty one thousand seven hundred Exceed forty four dollars no cents (Price in Words) Record Drawings One thousand seven hundred seventy seven dollars no cents (Price in Words) Unforeseen Site Conditions Fifty-thousand dollars Fifty thousand dollars no cents (Price in Words) Asphalt Concrete Installation Twenty four thousand one hundred dollars no cents (Price in Words) Asbestos Cement Pipe Testing 5% 1 LS Allowance 100 TON 44 ea Twenty five thousand three hundred eight eight dollars no cents (Price in Words) Contract No. 5019-A-Valve Replacement 13 Addendum No. 1 Unit Price Total Amount (Figures) (Figures) $ 36,247.00 $ 61,744.00 $ 1,777.00 $50,000 $ 241.00 $ 24,100.00 $ 577.00 $ 25,388.00 BID SCHEDULE "B" -VALVE REPLACEMENT: PHASE I. Item Description Unit Unit Price No. (Figures) 25 6" C900 PVC Pipe LF $ 122.00 Installation One hundred twenty two dollars no cents (Unit Price in Words) 26 8" C900 PVC Pipe LF $ 126.00 Installation One hundred twenty six dollars no cents (Unit Price in Words) 27 1 O" C900 PVC Pipe LF $ 132.00 Installation One hundred thirty two dollars no cents (Unit Price in Words) 28 12" C900 PVC Pipe LF $ 139.00 Installation One hundred thirty nine dollars no cents (Unit Price in Words) 29 14" C905 PVC Pipe LF $ 155.00 Installation One hundred fifty five dollars no cents (Unit Price in Words) 30 16" C905 PVC Pipe LF $ 167.00 Installation One hundred sixty seven dollars no cents (Unit Price in Words) 31 18" C905 PVC Pipe LF $ 170.00 Installation One hundred seventy dollars no cents (Unit Price in Words) Contract No. 5019-A-Valve Replacement 14 Addendum No. 1 Total amount of bid in words for Schedule "A": One million eight hundred ninty eight thousand seventy eight dollars no cents Total amount of bid in numbers for Schedule "A": $ 1,898,078.00 ---------------- The basis of award is the sum of Schedule "A". Schedule "B" items are unit price bid items for quantities that will be verified at each site and added or deducted to contract value Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s)._1 _a_nd_2 ______ R;8&/have been received and.-lare included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the District will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District, the District may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 978850 , classification A which expires on June 2018 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District§ 7028.1 S(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Board member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the Board of Directors, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is _B_id_b_o_n_d __________ ({;ash, Certiiiea Gl'leek, Bond er Cashier's Gl'leeltj for ten percent (10%) of the amount bid. Contract No. 5019-A-Valve Replacement 15 Addendum No. 1 The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted ___ N_/A ________________ _ (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 __ N_/A ________________ _ (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) ZipCode _______ _ Telephone No. _______________ _ (5) E-Mail _____________________ _ Contract No. 5019-A-Valve Replacement 16 Addendum No. 1 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted Capriati Construction Corp E111~ (2) ------~------------------(Signature) President (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of _R_h_o_d_e_ls_l_an_d _____ _ (4) Place of Business 1020 Wigwam Parkway City and State Henderson NV (Street and Number) (5) Zip Code _8_9_0_74 ______ _ Telephone No. __ 70_2_54_7_-_1 _18_2 ________ _ (6) E-Mail __ e_r_ni_e_p@....;c._c_a.;...pr_ia_f_1c_on_s_tr_u_ct_io_n_.c_o_m _________ _ 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: David Rocchio President (RMO) Contract No. 5019-A-Valve Replacement 17 Addendum No. 1 STATE OF NEVADA COUNTY OF CLARK S.S. A Notary Public in and for said County and State, personally appeared ____ _ f)a,r,J rvl ·£~~tua -Cas i)~yr 03 J 7 al 6,tlda:s) v I ' Personally known to·me (or 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 acknowledg~d 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. WITNESS my hand and official seal. Signature~ • QJFFGOODRJCH . NOTARY PUBLIC ITATEOF NEVADA ura., •• 11e11oo expires: 04-8-20 Certllclle No: 000181-1 NOTARY SEAL November 2, 2017 ADDENDUM NO. 1 RE: VALVE REPLACEMENT-PHASE I, PROJECT NO.: 5019-A (cicyof Carlsbad 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. GRAHAM JORDAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bid~idure/2~ Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t November 6, 2017 ADDENDUM NO. 2 RE: VALVE REPLACEMENT-PHASE I, PROJECT NO.: 5019-A ( Cicyof Carlsbad Please include the attached a.ddendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in due date for the above-mentioned bid. New date for bid opening is: November 8, 2017 Time remains the same: 11 a.m. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. · ~~;z_ GRAHAM JORDAN Contract Administrator Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t QUALIFICATIONS FOR THE CONTRACTOR'S REPRESENTATIVE (To Accompany Proposal) VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A As described in the NIB and Section 7.6, the Bidder is required to demonstrate that the firm will provide a qualified Contractor's Representative. Submit proof with the bid, in the form of the following items, at a minimum. Additional attachments can be used to supplement. ~ Submit resume and complete qualifications demonstrating 5 years' experience as superintendent of potable water projects, with at least five projects with contract values specific to potable water improvements over $500,000. [j(' Completion of OSHA 30-hour Construction Training Course. Submit certification as proof. ii(' Completion of Asbestos Cement Pipe workplace safety course as administered by regulatory citation CCR Title 8, Section 341.17. Submit certification as proof. Contract No. 5019-A -Valve Replacement 19 Addendum No. 1 CAPRIATI CONSTRUCTION CORP. Ernest Papendick PROJECTMANAGER/ESTTMATOR Relevant Project Experience: Ernie has over 36 years' experience in the underground construction industry handling numerous positions from equipment operator to his current position as a project manager/Estimator. Skills are comprised of civil engineering, estimating, project management, scheduling, and safety. Ernie has worked on projects from $500,000 to $10 million. Project duties included project manager, superintendent, safety supervisor, QC manager, and scheduling coordinator. Work Experience: 2017 -Current: 2007-2016 1981 -2007 Responsibilities: Capriati Construction, NV Northern Underground Construction Inc Lewis and Tibbitts Inc San Jose CA Preconstruction, Construction, Project Closeout • Verify project quantities • Coordinate with project design/construction entities • Attend Construction Meetings with owners • Coordinate project submittals • Field presence during construction • Attend project closeout walkthrough and prepare final punch list • Prepare pay estimates • Prepare/Review close-out documents Ernie Papendick -cont'd PROJECTMANAGERIESTTMATOR Certificates & Training: Facility OSHA 1910.120 American Red Cross Blood borne Pathogen Asbestos Abatement Supervisor Proiect Experience: Training / Certificate Competent Person 10 Hour Construction Confined Space Competent Person Defensive Driving Techniques First Aid -CPR / AED Bascom Ave water main replacement Proiect Mr. Papendick was the superintendent responsible for the day to day operations of this project located San Jose CA. The scope of work of this project included:, wet utility installation of 18" and 12" DIP water main fittings, fire hydrants valves, blow offs and water and fire services. Contract amount $ 788,000.00 Silver creek Rd Water Main replacement proiect Mr. Papendick was the Project Manager responsible for the day to day operations of this project located in Santa Clara County. The scope of work included: replacement of appx 3680 Lf of 24" and 18" DICL water main, fittings and services contract total$ 563,907.00 City of Las Gatos Saratoga Ave Mr. Papendick was the Project Manager responsible for the day to day operations of this 5,300LF 12" PVC water main replacement project Contract amount for this project was $602,573.55 The scope of work included: excavation removal and replacement of PVC and DICL water main, 12" Valves,blow offs Fire Hydrants, , and water services, erosion control and complete road and site restoration. City of San Jose Zanker Rd 18" water main replacement project. Mr. Papendick was the Project Manager responsible for the day to day operations of this 7,600 LF water main replacement project. The scope of work included: excavation and placement of 12" and 18" DCCL pipe valves and fittings along with 12" and 18" PVC along with valves air valves Blow offs bends and offsets. Steel casing for boring 145 Lf under Guadalupe creek for an 18" DCCL water main into new Business development contract amount $1,177,226.00. Project was finished under budget and appx 2 weeks ahead of schedule. City of Monterey Cannery row water main upgrade Mr. Papendick was the Project Manager responsible for the day to day operations of this project located in and around Cannery row in Monterey County. Including Lighthouse Ave,Prescott Ave and Hoffman Ave The scope of work included replacement of appx 5,400 Lf of 24" and 18" DICL and DCCL water main, valves, fittings, services, along contract amount $ 701,949.00. •• Capriati Construction Corp. • WORK HISTORY 2012 TO PRESENT General Contractor -License # 43705A (702) 547-1182 Fax: (702) 547-0598 John Rawlings PROJECT SUPERINTENDENT Capriati Construction Corporation, Las Vegas, NV As Project Superintendent for Capriati, John has the following duties: • Oversees the daily operation at the job site • Responsible for ensuring projects are built per plans and specifications • Responsible for direct supervision of construction crews • Pre-construction / review of potential safety hazards with Safety Manager • Reviews site safety plan with Safety Manager • Implements safety plan • Holds weekly tailgate safety meetings • Coordinates all subcontractor and subcontractor work • Coordinates with suppliers • Schedules owner inspections • Conducts weekly meetings with Project Owners/Stakeholders • Conducts weekly schedule reviews to verify projects timely completion • In charge of all quality control inspections • OSHA 30 Trained • Air quality control Trained • Competent Person certified • OSHA Asbestos safety trained • Trench safety trained • RR safety trained • Red cross First aid and CPR 1020 Wigwam Parkway -Henderson, NV 8907 4 .> .w ·-1 m ,<( . 0:: ,LU ,u. ,(/) ,z ,< ,ix: , ... '. ,z ,o ,z I t. \ --~-·--··· "--~---~------~---OSHA 600465200 • U.S. Oepartffl!lll\,oH.abor O®l,pltioilat s.ft\Y and Health Admiflistralion John Rawlings l has~. l!y COl\' l l) lt ted. a 30-hWr. Occuplltlo!llll Safely and H·ealth. . . T~ing Colll'D i)I Consttuctlon Safety &Health . . ~ -~~,.,.," . .J \···· --· -----··"·-·••••"-"'"-'""~------------'"~ Certifi 't~~.:" :~:.:{ ""/~,;-~·> '"'"~:~/ Card Expirest::~/2019 '-'\.,''"" CERTIFICATE OF REGISTRATION Birth Date Age Weight Height 08/27/1965 52 260 6'1 Hair Eyes Sex Brown Green M Written notice must be glvitn to thf .~ State Fire Marshal within 7 days of change ~ add...-~ ::Ji1ease view the codes and fees regulating this cant.at 011lwebalte: http://fire.nv.gov or call our officeat(n5):684-7530. 01/04/2017 12/31/2017 Date Issued: Date Expired: .. 2017 Nevada State Fire Marshal CERTIFICATE OF REGISTRATION ,U -Underground Fire Sprinkler Work Only C2105 w ...I lXl ~ w LL. fl) z ij JOHN R RAWLINGS 2721 GOLDEN ST AR PAHRUMP, NV 89060 z 0 z ~z;:r::;. Year: ~ P "-···' • tho Fedorol Motor C«ri« Safoty A•9ulations ltHffi l~l.ilc Q the fedtr•I Motor Carner S.fatty Aegut.tions l'4iS..fJLJ.2J .. 4J..-J~ with .any• I find this PffSOn is qu.Jiflflf. !ll'ld. if •pplicmle, only when (check oh I hat apply]: of thtdrivingduti•s.f find thit~non is quahfied, Mid, if ~cable. oniywhen (ctiec• ollthar oppli OR St.a. milncei {which Will only bt v.lhd fo, inttarute operabon:1). ind. with knowfedg, of tht driving duties. fl Wt-a ring corrtttive ltnscs O Accompanitd b) • _______ waiver/exemption [J WHring fa.airing 1id O Ac'°"1panied b)' ,111 Skill Pflforfflilnct Ev1k.11tion tSPE) Certific1te 0 Driving Mthtn an txt-mpt intracity tone (t? .~f!U_n_~,2) tFedera!J 0 Qu>l;fled by op«<llion of ~WU~_L§,! /Fede,a/• QGnndf1thoredlromSt1reroquiremonn/Stm,1 Tht info<INllcn I NY« providtd regarding !his physit>l 1J1ornirmlon is tru1 and complere. A complote Medial Examinotion Report Fo«n, MCSA-5175. with any 1nachmenu embodi.. my f.,dings completely ind toneelly, ind is on Ill• ;,, my oll'oc•. Modical &......,, SUto l.icffl .. , Cenlfl<Ate. or -.,ktrotlon N""'"' PA0323 • Medlcallu-'1Toloph __ ..., OmC~ ~- _70_2._73_9._99_57 __ 7:31" L.IJ/ 7 OMO ooo • Physiciln Assi,tant 0 Chi,oproctor 0 Advan<ed Pr.ctice Nurse- 0 0lhor Proc1ltionor /sp,dy/ _______ _ !MuingSIMe llblti_, • .,....,._, NV 2438524352 Certificate of Completion Thi-card confirm, that 1, l o+J ,.J fl...A.w L-1 t..J &. ~ ha-,·,,mpktecl rhe Nl'CA b:ctl\',it1,<n Safer, & l\impc-tt:'nt l\:r~t'n Training Prl)gran} ,1nd recd,d ciJ; CE\.i', (3 Cre.lit H,,ur,\ ,_lf+..Ji.lA-~ ?-£1 J-QI ·7 44J~o~ ------ l.ssu£'1 i,-~~gA SCS Engineers Certificate of Refresher Training for Asbestos Abatement Contractor Supervisor 7lirs rs to cert!fi.l tliat tlk fallowing indlvitfuaf lias been re-tnzinetf antf rs hereby re-accredltetf in accortfance with OS..7t.Jl reguliztitmS (2g Cfi Igio.JooJ a1UIIg26.uo.1) antf:EP.Jl regulatitmS /40 Cfi -?63 antf 40 C.:;::R 6.1.:M) atuf 7SC.Jl '.Title JI. SCS Engineers \Sunset Way #A-108 Henderson, Nevada 89014 (702) 645-1521 John Rawlings --~ Training Date: April 3, 2017 Expiration Date: April 3, 2018 Certificate Number: CSR-17-037 BIDDER'S BOND TO ACCOMPANY PROPOSAL VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A KNOW ALL PERSONS BY THESE PRESENTS: That we, Capriati Construction Corp., Inc. , as Principal, and United States Fire Insurance Company, as Surety are held and firmly bound unto the Carlsbad Municipal Water District, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten Percent (10%) of Amount Bid for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A in the City of Carlsbad, is accepted by the Board of Directors, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said District. 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 __ 3_rd ____ day of ___ N_ov_e_m_b_e_r _____ ,, 20_17_ Capriati Construction Corp., Inc. .L7 _ (Principal) By: ~~ (Signature) (SEAL) / United States Fire Insurance Company(SEAL) (Surety) By ~CfQ,~ .L)f1VJIJ rnf?ord,,~ /A1t.S11Je& T Jeri Apodaca, Attorney in Fact (Print Name/Title) (Print Name/Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY-ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER General Co~ ~ By: ___ ~-=;;,. ____________ _ Deputy General Counsel {'\ • ., Revised 7/19/17 Contract No. 5019-A Page 28 of 177 Pages STATE OF NEVADA COUNTY OF CLARK On S.S. 3ci a-,J,7 ' before J me, A Notary Public in and for said County and State, personally appeared ____ _ fi:b0d 1r? /?at?<~kb Personally known to·me (or 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 acknowledg~d 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. QJFFGOODRICH NOTARY PUBLIC ll'ATE OF NEVADA ~~, lfrCal,.,llasbt Expiral: w Clltlllcate No: Q0.82'481-1 NOTARY SEAL CALIFORNIA ALL-PURPOSE ACKNOWLEDGM&NT 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 __ O_r_an--'g"'-e _______ _ On --t~l'NmT-1'.t-' -vO-t:13 ...... 2-0 .... 17 ___ before me, ___ L_e_ki_·m_H_. _L_uu_,_N_o_t_ary ___ P_u_bl_ic ______ _ Date Here Insert Name and Title of the Officer personally appeared ______ J_e_ri_A_p_o_da_c_a ___________________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(~ is/are subscribed to the within instrument and acknowledged to me that )QJ!she/fflltJ executed the same in tut/her/ffin" authorized capacity(in), and that by ln/her/tbetr signature(!!) on the instrument the person(l), or the entity upon behalf of which the person(st 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. SignattJre X/ 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:----·---------- Corporate Officer -Title(s): Partner -Limited General Individual X Attorney in Fact Trustee Guardian or Conservator Other: _____________ _ Signer Is Representing: ________ _ Signer's Name: ___________ _ Corporate Officer -Title(s): Partner -Limited General Individual Attorney in Fact Trustee Guardian or Conservator Other: _____________ _ Signer Is Representing: ________ _ ©2014 National Notary Association· www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE -MORRISTOWN, NEW JERSEY 87921416118 '1OW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the .e of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Rhonda C. Abel, Jeri Apodaca, Kim Luu, Michaei D. Parizino, Rachelle Rheault, Heather Saltarelli, James A. Schalle, Maria Guise each, its true and lawful Attorney(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars ($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys-In-Fact named above and expires on January 31, 2018. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution oflnstruments -Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice-President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 10th day of March, 2016. UNITED ST ATF'-FTRF IN'-ITR A NCE COMPANY Anthony R. Slimowicz, Senior Vice President State of New Jersey} County of Morris ) On this 10th day of March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SONIA SCALA NOTARY PUBLIC OF NEW JERSEY MY COMMISSION EXPIRES 3/25/2019 Sonia Scala (Notary Public) I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. NOV O 3 2017 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the day of 20 UNITED ST ATES FIRE INSURANCE COMPANY Al Wright, Senior Vice President 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 District of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the Board of Directors in conformance with the provisions of the contract ,, •+; Revised 7/19/17 Contract No. 5019-A Page 29 of 177 Pages documents and the various supplemental provisions. The decision of the Board of Directors shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. ,, • ., Revised 7/19/17 Contract No. 5019-A Page 30 of 177 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) VALVE REPLACEMENT: PHASE I CONTRACT NO. 6019-A The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Amount of Subcontractor Name Phone No. DIR Subcontractor's Portion of and and Email Registration License No. and Work by Work Subcontractor Location of Business Address No. Classlflcation* Jn Dollars* Grind and final pave SE Pipeline construction 562868-9n1 1000007097 122218 A 56,457.00 Slurry seal 11832 Bloomfield Ave sepipeline.com Santa Fe Springs CA 90670 Traffic Control Plar ~ A Cone Zone Inc 885 605-2663 1000006625 851996 C-31 10,450.00 Asphalt Stripeing 1640 Market St Corona Ca 92880 WWW.aeon.zone.com Asbestos Removal So Cal Remediation Inc 619 850-9190 10000538-48 980354 16,450.00 Asbestos Disposal 8TTReefDr -mediati0ft@gmoil.com DOSH 1078 San Diego Ca 92154 Asphalt and Concrete Casper Company 619 741-2529 1000002917 478960 A 21,845.00 Saw Cutting 3825 Bancroft Dr Spring Valley Ca 91977 wwwcaspercompany.com C-21 C-22 C-61 Water main Hot tap Tap Masters 697696 5060 Forni Or Concord CA 94520 925 439-7975 1000000405 108,075.00 Insertion valves Onehottap@aol.com C-36 C-61 0-64 Asbestos Removal Asbestos Disposal Page _1 _ of _1_ pages of this Subcontractor Designation form Pursuant to section 4104 (a)(3)(A) Cafifomia Public Contract Code. receipt of the infonnation preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." ft '-1 Revised 7119/17 Contract No. 5019-A Page 31 of 177 Pages " ~-""' BIDDER)STATf llENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A As described in the NIB, the Bidder is required to state what work of a similar character to that included in the proposed Contract he/• 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 to supplement. Contract Value Water Infrastructure Im ,rovernents ComDleted Date Name of Prime or Name and Address of the Name and Phone No. of Contract Value of Only Contract Project Sub Owner Contact Person for Owner Total Contract Value Potable Water Linear Feet and Size of Potable Water Number and Size of Potable Water Completed Infrastructure Pipe Installed Valves Installed Improvements (11~ "'TdPl"I :z., Pte.u,1-G /!Je,,e,:t:.e ,(_ /-{pm I/Id ""R111 r r1" r.c /, ,1.3 'l ",11.,l ~ (p;l. 7. ,S"J I. ~ /&(Ob ,J.P 8 n C-9"D '-... c!3" ~ -./lf:tJ...,e.$ J,e/.5 wi!Yf"" efl'I'?~ p,uC4:> "~ l7t!J:J,) 8$.--J./1/,U 7 / It ~,: /(!) ., (! .. 9 t:Jt} J-/ --/c:S" (;,,..re., ",At..-.Je~ 6t.Jl'rlfi I .3$' (,M"/J,,171/.J .... :!> -'-" '-2 Jlr' J ,L" 1,),J i!J9b'7¥ '(~L",eJ ot..r e2tJlt/ /;8.$0"? p,e,"" c., p, "EA 6'"""1tll~~ f\lt,~,,,,,14 A.h4-A. ,01, ;,se, 7~ t,C>/,~. '75 l.{(,~o i,P 8" C-9,o 8 ,, ~,...re V'4 I.',/,$ ,,,15 E~ muvr1 Ve-"iUon,., eAJ.,.. {},,,ov I' (7tJtfl 1 (.,, ~ '\JOl\-1...,e;.S ~ -,:""-"'" 1/()6 LJ ;e,w ,4,.... ~ '/ ~A Ad-,:'.( ,. ,_ .. ii ~ ~ " At;>,.. 71/ '/..SI· /8 71/ .J}l~ ~OJ'./ 8R '0'91-.S p~,-e J<la u,-,,.,. e-Co..s-r?Uw n,,,, ,,c.-Free.-•AJ 1(77,S~f,. 7'1(,,, 7~ ~ 5315 J.F 8'' C.-fc>O 8'' ~,4-rti \/t4J.-./~.S 33 6A. ---r18f't'vr' 3(.3 UJ :&$/•t<ld VM/1' 'I&')( tf;s1) t,9/-S~3S /tJ/1-/..,JC lt:J'' c-'t«J J() '' t:,.-rE VAL"ie.S 1 e,,._ .3di./3:3 W• L.o/D_,~ (!o. 9J.::s'1,S' . \ G.·' G"'~ v,t1..ve.s 11 6A )/t>V r;,2.~)/5 ~~/>,/"M:14.. p,e,""~ 8eA ziiA. H•-'114 .5-n:,," c. C ,1t..,, ~ tJ S~<j . .51,;J.. o4 .s ;l, ') . ~.L 6.J so;. " 1.. r e ,. t -9"" 8" G.ATE \j 4LV ,:.,$ /7 6l't u111~ -r :z. ,,,J,l/70 /714.St!J.O \J.-,/C.. Q'._ o .2,.) 83 7 • ,J.,I e>D S#.o J,.r /C ,, (!,.., ')oo 10'' &.-.~ v,t1..veJ ~ ~ ,Su ,-rl; ,3s H1. ~ ~ ,;J ,.,..., ~A--~ t,_ 11 ~""""6° '\JA-'-Vlf~ 9 eA-ty,N. ~It-c,..,,;~,J PA!,,..,,~ S"' L i e, p,-o,"e,,"'rf/ et:, ..;ru $.,..., 'jJ '91-1 A.$f' ;,q HI ..5 83. 9'1~. ~ .S/'-, '!,:Z(') /£ ;l'/JZ,/i ~P 8 '' C -9~ 8 . '~~ '\)/lltl. \JJ ti EA p. jt:146' B 37S iJ .&'/ R"'1 , ,J 6-D 41 (JOJ.) ~ i --586" FJp-r,$ /,.A6 '1;; 14-$ N v ~ II (;.,re \J,t:t L" .r.S Cf e:;A 8 4/ "7 f}?A'f 'S'e-FF-/l,t,1/$ Pfi,..,e p,£1( t!~~"v ~Ob 0 4-J..(},,,., o. re, J, Cf 3, ~l:J. ·~ So'I. t.o~7 ~ ;i...019 ~~ /[J" C,,-900 B ,, c::; .. TZ' VAL.-./11-.$ /(') eA dl,a11 AP'r'5 Jle...r-.Lt!J.,.,,._, .,-c;.,-°""P (7c,:J.) l./$'/;t'P/7f 'tt>o w,·~w-"'-r'~ r 1;,. '' &,...-rE:v;,1..v._.s ~ B""A ~,.~~--"-"' ~,,J .J!/9074 ., \.., Revised 7/19/17 Contract No. 5019-A Page 32 of 177 Pages BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: lt(' Comprehensive General Liability ~ Automobile Liability @"" Workers Compensation [!("' Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. ,, •+' Revised 7/19/17 Contract No. 5019-A Page 34 of 177 Pages ACORD9 CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 12/6/2017 l THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ~2~r~cT Chris Haves Alliant Insurance Services, Inc. rA~~N.t c .... 949-660-5963 I FAX 1301 Dove Street, Suite 200 !AJC Nol: Newport Beach CA 92660-2436 i~lJ~ss: chaves@.alliant.com INSURER(S) AFFORDING COVERAGE NAIC# INSURER A: Executive Risk Indemnity Inc 35181 INSURED INSURER B: Federal Insurance Comoanv 20281 Capriati Construction Corp., Inc. INSURER c: Naviaators Insurance Comoanv 42307 1020 Wigwam Parkway Henderson NV 8907 4 INSURERD: INSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER: 1357822885 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 ADDL SUBR POLICYEFF POLICY EXP LIMITS LTR •••en >An,n POLICY NUMBER !MM/DD/YYYYI !MM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY y y 54303175 7/1/2017 7/1/2018 EACH OCCURRENCE $1,000,000 -0 CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED PREMISES /Ea occurrencel $100,000 X Contractual Liab MED EXP (Any one person) $5.000 - PERSONAL & ADV INJURY $1.000,000 - GEN'LAGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2.000.000 ~ 0PRO-DLOC PRODUCTS -COMP/OP AGG $ 2.000,000 POLICY JECT •" OTHER: Deductible $1,000 AUTOMOBILE LIABILITY y y 54303174 7/1/2017 7/1/2018 COMBINED SINGLE LIMIT $1000000 /Ea accidentl ·- I X ANY AUTO BODILY INJURY (Per person) $ --ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ -AUTOS AUTOS X X NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS /Per accidentl ~ Physical Damage $ C UMBRELLA LIAB MOCCUR LA 17EXC7550421V 7/1/2017 7/1/2018 EACH OCCURRENCE $5,000.000 ~ X EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED I I RETENTION $ $ B WORKERS COMPENSATION y 54303176 7/1/2017 7/1/2018 X I ~ffrnTE I I OTH-ER AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE [El NIA E.L EACH ACCIDENT $1.000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L. DISEASE -EA EMPLOYEE $1,000,000 ~~it~ftfr~ ~~'gPERATIONS below E.L. DISEASE -POLICY LIMIT $1.000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate Holder is named as Additional Insured on Primary and Non-Contributory basis. Waiver of Subrogation applies per attached endorsements. Forms: CG 2010 0704, CG 2037 0704, 1002 2461, 1002 1800, CG 2503 0509, CA 2048 1013, CA 0444 1013, 1602 0292, WC 00 03 Re: Project #5019-A, Valve Replacement -Phase 1 Additional Insured: City of Carlsbad, its officials, employees and volunteers Thirty (30) Days Notice of Cancellation/ Non-Renewal -Ten (10) Days Notice For Non-Payment of Premium. CERTIFICATE HOLDER City of Carlsbad/CMWD Public Works Contract Administration Division 1635 Faraday Avenue 1Carlsbad CA 92008 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 ~awifvt~ © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD ./ POLICY NUMBER:# 54303175 ./ COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations Any person or organization as where required by Any covered location. written contract prior to loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 2010 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 D POLICY NUMBER: # 54303175 / COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Comoleted Ooerations Any person or organization as where required per Any covered location. written contract prior to loss. Information reauired to complete this Schedule, if not shown above, will be shown in the Declarations. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 D POLICY NUMBER: # 54303175 / COMMERCIAL GENERAL LIABILITY 10-02-2461 (Ed. 7-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY INSURANCE FOR SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Additional Insured: Any person or organization as where required per written contract prior to loss. SCHEDULE Location Of Covered Operations: All covered locations. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) With respect only to the Additional Insured and at the Location Of Covered Operations shown in the Schedule, the following is added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. Other Insurance and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to the Additional Insured with respect to the Location Of Covered Operations shown in the Schedule under this policy provided that: (1) The Additional Insured is a named insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any. other insurance available to the Additional Insured. 10-02-2461 (Ed. 7-15) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 · Policy# 54303175 c. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method al- so. Under this approach each insurer contrib- utes equal amounts until it has paid its appli- cable limit of Insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method,. each insurer's share is based on the ratio of its applicable lim- it of insurance to the total applicable limits of insurance of all insurers. 5. Premium Audit a. We will compute all premiums for this Cover- age Part in accordance with our rules and rates. b. We may audit your books and records as they relate to this insurance at any time during the term of this policy and up to three years after- wards. c. The first Named Insured must keep records of the information we need for premium computa- tion, and send us copies at such times as we may request. 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accu- rate and complete; b. Those statements are based upon representa- tions you made to us; and c. We have Issued this policy in reliance upon your representations. 7. Separation Of Insureds Except with respect to the Limits of Insurance. and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this in- surance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suit" is brouoht 8. Transfer Or Waiver Of Rights Of Recovery Against Others To Us We will waive the right of recovery we would oth- erwise have had against another person or organ- ization, for loss to which this insurance applies, provided the insured has waived their rights of re- covery against such person or organization in a contract or agreement that is executed before such loss. - To the extent that the insured's rights to recover all or part of any payment made under this Cover- age Part have not been waived, those rights are transferred to us. The insured must do nothing af- ter loss to impair them. At our request. the insured will bring "suit" or transfer those rights to us and help us enforce them. This condition does not apply to Coverage C. 9. When We Do Not Renew If we decide not to renew this Coverage Part. we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expi- ration date. If notice is mailed, proof of mailing will be sufficient proof of notice. SECTION V -DEFINITIONS 1. "Advertisement" means an electronic. oral. written or other notice, about goods, products or services, designed for the specific purpose of attracting the general public or a specific market segment to use such goods, products or services. "Advertisement· does not Include any e-mail ad- dress, lntemet domain name or other electronic address or metalanguage. 2. "Advertising injury" means injury, other than ·bodi- ly injury•, •property damage" or ·personal injury-, sustained by a person or organization and caused by an offense of infringing, In that particular part of your ~advertisement" about your goods, products or services, upon their: a. Copyrighted ·advertisement"; or b. Registered collective mark. registered service mark or other registered trademarked name. slogan, symbol or title. 3. • Asbestos" means asbestos in any form, including its presence or use in any alloy, by-product. com- pound or other material or ·waste". 4. "Auto" means: a. A land motor vehicle, trailer or semitrailer de- signed for travel on public roads, Including any attached machinery or equipment; or b. Any other land vehicle that is subject to a com- pulsory or financial responsibiNty law or other motor vehicle Insurance law in the state where it is licensed or principally garaged. However, "auto" does not include "mobile equip- ment". 5. "Bodily injury" means physical: a. Injury; b. Sickness; or c. Disease; Page 12 of 16 Includes copyrighted material of ISO Properties, Inc., with its permission Fonn 10-02-1800 (Rev. 6-09) POLICY NUMBER: 54303175 / COMMERCIAL GENERAL LIABILITY CG 2503 0609 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): ALL PROJECTS WHERE REQUIRED BY CONTRACT, ANO ALL LOCATIONS OF THE INSURED. Information reouired to comolete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I -Coverage A, and for all medical expenses caused by accidents under Section I -Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard", and for medical expenses under Coverage C regardless 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 Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction 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 Construction Project General Aggregate Limit. CG 25030509 © Insurance Services Office, Inc., 2008 Page 1 of 2 a B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I -Coverage A1 and for all medical expenses caused by accidents under Section I -Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 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 Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section Ill -Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 C> Insurance Services Office, Inc., 2008 CG 2503 05 09 a POLICY NUMBER: # 54303174 ~ COMMERCIAL AUTO CA 20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Capriati Construction Corp., Inc. Endorsement Effective Date: 7/1/2017 -7/1/2018 SCHEDULE Name Of Person(s) Or Organization(s): Any person or ogranization as where required per written contract prior to loss. Information reauired to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I -Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20481013 © Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: # 54303174 / COMMERCIAL AUTO CA 04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Capriati Construction Corp., Inc. Endorsement Effective Date: 7/1/2017 -7/1/2018 SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization as where required per written contract prior to loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04441013 © Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER#: 54303174 COMMERCIAL AUTOMOBILE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement modifies the Business Auto Coverage Form. 1. EXTENDED CANCELLATION CONDITION Paragraph A.2.b. -CANCELLATION -of the COMMON POLICY CONDITIONS form IL 00 17 is deleted and replaced with the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. 2. BROAD FORM INSURED A. Subsidiaries and Newly Acquired or Formed Organizations As Insureds The Named Insured shown in the Declarations is amended to include: 1. Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of the Coverage Form. However, the Named Insured does not include any subsidiary that is an '1nsured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of its Limit of Insurance. 2. Any organization that is acquired or formed by you and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (a) That is an ''Insured" under any other automobile policy; (b) That has exhausted its Limit of Insurance under any other policy; or (c) 180 days or more after its acquisition or formation by you, unless you have given us written notice of the acquisition or formation. Coverage does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you formed or acquired the organization. B. Employees as Insureds Paragraph A.1. -WHO IS AN INSURED-of SECTION II -LIABILITY COVERAGE is amended to add the following: d. Any "employee" of yours while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. C. Lessors as Insureds Paragraph A.1. -WHO IS AN INSURED -of SECTION II -LIABILITY COVERAGE is amended to add the following: e. The lessor of a covered "auto" while the "auto" is leased to you under a written agreement if: (1) The agreement requires you to provide direct primary insurance for the lessor; and (2) The "auto" is leased without a driver. Such leased "auto" will be considered a covered "auto" you own and not a covered "auto" you hire. However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: 1. You; 2. Any of your "employees" or agents; or 3. Any person, except the lessor or any "employee" or agent of the lessor, operating an "auto" with the permission of any of 1. and/ or 2. D. Persons And Organizations As Insureds Under A Written Insured Contrad Paragraph A.1 -VVHO IS AN INSURED-of SECTION II -LIABILITY COVERAGE is amended to add the following: f. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed under an express provision in a written ''Insured contract", written agreement or a written permit issued to you by a governmental or public authority to add such person or organization to this policy as an "insured". However, such person or organization is an "insured" only: Form: 16-02-0292 (Rev. 4-11) Page 1 of 3 "Includes copyrighted material of Insurance Services Office, Inc. with its permission" POLICY NUMBER#: 54303174 (1) with respect to the operation, maintenance or use of a covered "auto"; and (2) for 'bodily injury" or "property damage' caused by an "accident" which takes place after: (a) You executed the •insured contract" or written agreement; or (b) The permit has been issued to 3. FELLOW EMPLOYEE COVERAGE EXCLUSION 8.5. -FELLOW EMPLOYEE-of SECTION II -LIABILITY COVERAGE does not apply. 4. PHYSICAL DAMAGE -ADDITIONAL TEMPORARY TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a. -TRANSPORTATION EXPENSES- of SECTION Ill -PHYSICAL DAMAGE COVERAGE is amended to provide a limit of $50 per day for temporary transportation expense, subject to a maximum limit of $1,000. 5. AUTO LOAN I LEASE GAP COVERAGE Paragraph A. 4. -COVERAGE EXTENSIONS-of SECTION Ill -PHYSICAL DAMAGE COVERAGE is amended to add the following: c. Unpaid Loan or Lease Amounts In the event of a total '1oss" to a covered "auto", we will pay any unpaid amount due on the loan or lease for a covered "auto" minus: 1. The amount paid under the Physical Damage Coverage Section of the policy; and 2. Any: a. Overdue loan/lease payments at the time of the '1oss"; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor: d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and e. Carry-over balances from previous loans or leases. We will pay for any unpaid amount due on the loan or lease if caused by: 1. Other than Collision Coverage only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; 2. Specified Causes of Loss Coverage only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto"; or 3. Collision Coverage only if the Declarations indicate that Collision Coverage is provided for any covered "auto. 6. RENTAL AGENCY EXPENSE Paragraph A. 4. -COVERAGE EXTENSIONS -of SECTION Ill -PHYSICAL DAMAGE COVERAGE is amended to add the following: d. Rental Expense We will pay the following expenses that you or any of your "employees" are legally obligated to pay because of a written contract or agreement entered into for use of a rental vehicle in the conduct of your business: MAXIMUM WE WILL PAY FOR ANY ONE CONTRACT OR AGREEMENT: 1. $2,500 for loss of income incurred by the rental agency during the period of time that vehicle is out of use because of actual damage to, or '1oss" of, that vehicle, including income lost due to absence of that vehicle for use as a replacement; 2. $2,500 for decrease in trade-in value of the rental vehicle because of actual damage to that vehicle arising out of a covered •ioss"; and 3. $2,500 for administrative expenses incurred by the rental agency, as stated in the contract or agreement. 4. $7,500 maximum total amount for paragraphs 1., 2. and 3. combined. 7. EXTRA EXPENSE -BROADENED COVERAGE Paragraph A.4. -COVERAGE EXTENSIONS-of SECTION Ill -PHYSICAL DAMAGE COVERAGE is amended to add the following: e. Recovery Expense We will pay for the expense of returning a stolen covered "auto" to you. 8. AIRBAG COVERAGE Paragraph B.3.a. -EXCLUSIONS -of SECTION Ill -PHYSICAL DAMAGE COVERAGE does not apply to the accidental or unintended discharge of an airbag. Coverage is excess over any other collectible insurance or warranty specifically designed to provide this coverage. 9. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT • BROADENED COVERAGE Paragraph C.2. -LIMIT OF INSURACE -of SECTION Ill -PHYSICAL DAMAGE is deleted and replaced with the following: 2. $2,000 is the most we will pay for "loss" in any one "accident" to all electronic equipment that reproduces, receives or transmits audio, visual or data signals which, at the time of '1oss", is: a. Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the installation of such equipment; b. Removable from a permanently installed housing unit as described in Paragraph 2.a. above or is an integral part of that equipment; or Form: 16-02-0292 (Rev. 4-11) Page 2 of 3 "Includes copyrighted material of Insurance Services Office, Inc. with its permission" POLICY NUMBER#: 54303174 c. An integral part of such equipment. 10. GLASS REPAIR -WAIVER OF DEDUCTIBLE Under Paragraph D. • DEDUCTIBLE-of SECTION Ill -PHYSICAL DAMAGE COVERAGE the following is added: No deductible applies to glass damage if the glass is repaired rather than replaced. 11. TWO OR MORE DEDUCTIBLES Paragraph D.-DEDUCTIBLE-of SECTION Ill - PHYSICAL DAMAGE COVERAGE is amended to add the following: If this Coverage Form and any other Coverage Form or policy Issued to you by us that ls not an automobile policy or Coverage Form applies to the same "accident", the following applies: 1. If the deductible under this Business Auto Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible under this Business Auto Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. 12. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Paragraph A.2.a. -DUTIES IN THE EVENT OF AN ACCIDENT, CLAIM, SUIT OR LOSS of SECTION IV -BUSINESS AUTO CONDITIONS is deleted and replaced with the following: a. In the event of "accident", claim, ''suit" or '1oss", you must promptly notify us when the "accident" is known to: (1) You or your authorized representative, if you are an individual; (2) A partner, or any authorized representative, if you are a partnership; (3) A member, if you are a limited liability company; or (4) An executive officer, insurance manager, or authorized representative, if you are an organization other than a partnership or limited liability company. Knowledge of an "accident", claim, "suit" or "loss" by other persons does not imply that the persons listed above have such knowledge. Notice to us should include: (1) How, when and where the "accident" or "loss" occurred; (2) The '1nsured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons or witnesses. 13. WAIVER OF SUBROGATION Paragraph A.5. -TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US of SECTION IV-BUSINESS AUTO CONDITIONS is deleted and replaced with the following: 5. We will waive the right of recovery we would otherwise have against another person or organization for '1oss" to which this insurance applies, provided the '1nsured" has waived their rights of recovery against such person or organization under a contract or agreement that is entered into before such "loss". To the extent that the '1nsured's" rights to recover damages for all or part of any payment made under this insurance has not been waived, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or '1oss" to impair them. At our request, the insured will bring suit or transfer those rights to us and help us enforce them. 14. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph B.2. -CONCEALMENT, MISREPRESENTATION or FRAUD of SECTION IV -BUSINESS AUTO CONDITIONS-is deleted and replaced with the following: If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not void coverage under this Coverage Form because of such failure. 15. AUTOS RENTED BY EMPLOYEES Paragraph B.5. • OTHER INSURANCE of SECTION IV-BUSINESS AUTO CONDITIONS - is amended to add the following: e. Any ''auto" hired or rented by your "employee" on your behalf and at your direction will be considered an "auto" you hire. If an "employee's" personal insurance also applies on an excess basis to a covered "auto" hired or rented by your "employee" on your behalf and at your direction, this insurance will be prima-y to the 'employee's" persona insurance. 16. HIRED AUTO -COVERAGE TERRITORY Paragraph B.7.b.(5).(a) -POLICY PERIOD, COVERAGE TERRITORY of SECTION IV - BUSINESS AUTO CONDITIONS is deleted and replaced with the following: (a) A covered "auto" of the private passenger type is leased, hired, rented or borrowed without a driver for a period of 45 days or less; and 17. RESULTANT MENTAL ANGUISH COVERAGE Paragraph C. of-SECTION V -DEFINITIONS is deleted and replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by any person, including mental anguish or death as a result of the "bodily injury" sustained by that person. Form: 16-02-0292(Rev.4-11) Page3of3 "Includes copyrighted material of Insurance Services Office, Inc. with its permission" WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT wcoo 0313 (Ed. 4-84) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHERE REQUIRED BY WRITTEN CONTRACT IN STATES WHERE APPLICABLE. This endorsement changes the policy to which ii is attached and is effective on the dale Issued unless otherwise stated (The Information below Is required only when this endorsement Is Issued subsequent to preparation of lhe policy.) Endorsement Effective 71112011 -1111201& Policy No. 54303176 Endorsement No. Insured Capriati Construction Corp., Inc. Insurance Company Federal Insurance Company Premium S Countersigned by CY.;~ t~ WC 000313 (Ed. 4-84) Copyright 1983 National Council on Compensation Insurance BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 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. N/A party debarred agency N/A period of debarment BY CONTRACTOR: Capriati Construction Corp (name of Contractor) By: tl:;J?!~ (sign here) President (print name/title) party debarred agency period of debarment Page __ 1 _ of __ 1 _ pages of this Re Debarment form ,, •+;" Revised 7/19/17 Contract No. 5019-A Page 35 of 177 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 1 O years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page __ 1 _ of _1_ pages of this Disclosure of Discipline form ,, •+' Revised 7/19/17 Contract No. 5019-A Page 36 of 177 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A 1) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party whose 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. N/A (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Capriati Construction Corp L7 (name of Contractor) By: ~~e/~ (sign here) David Rocchio President (print name/title) Page __ 1_ of __ 1_ pages of this Disclosure of Discipline form l'\ • ., Revised 7/19/17 Contract No. 5019-A Page 37 of 177 Pages NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A The undersigned declares: I am the President of Capriati Const Corp , 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 November 6Th 20_____!I_ at Henderson [city], NV [state]. Signature of Bidder ,, •+' Revised 7/19/17 Contract No. 5019-A Page 38 of 177 Pages CONTRACT PUBLIC WORKS This agreement is made this 4-:\:½v: day of !;O...V\J~ , 20..18. by and between the Carlsbad Municipal Water District oftheCityo arlsbad, California, a municipal corporation, (hereinafter called "District"), and Capriati Construction Corp., Inc., whose principal place of business is 1020 Wigwam Parkway, Henderson, NV 8907 4 (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of 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 District will be the interpreter of the intent of the Contract Documents, and the District's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The District shall withhold retention as required · by Public Contract Code Section 9203. 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 ,, •+;' Revised 7/19/17 Contract No. 5019-A Page 39 of 177 Pages conditions. Any information that may have been furnished to Contractor by District about underground conditions or other job conditions is for Contractor's convenience only, and District does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by District. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class 11, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. District shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between District and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 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. ,, •+;' Revised 7/19/17 Contract No. 5019-A Page 40 of 177 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City of Carlsbad's policy for insurance as stated in City Council Policy# 70. (A) Coverages and Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $2,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the District or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the District. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. ,, •f' Revised 7/19/17 Contract No. 5019-A Page 41 of 177 Pages a. The District, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the District, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the District, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the District, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the District by certified mail, return receipt requested. (D) Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the District. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the District or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy# 70. (H) Verification of Coverage. Contractor shall furnish the District with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms ,, •+; Revised 7/19/17 Contract No. 5019-A Page 42 of 177 Pages approved by the District and are to be received and approved by the District before the Contract is executed by the District. (I) Cost of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by Contractor 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 District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (8) False Claims. Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. D /V\I<. init init ----,, • .-, Revised 7/19/17 Contract No. 5019-A Page 43 of 177 Pages 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the District, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the District by certified letter accompanying the return of this Contract. Contractor shall notify the District by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the District to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the District may be substituted for monies withheld to ensure performance under this Contract. 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. Ill Ill Ill Ill Ill Ill Ill Ill Ill ,, •+' Revised 7/19/17 Contract No. 5019-A Page 44 of 177 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: CApB1~Ji U)p5I t:o~P Il,J{, (name of Contradtor) By: 11:/h~ (sign here) _,, QB<J1Ar,Uocui10 . (4$/JJEP r (print name and title) By:-------------- (sign here) (print name and title) CARLSBAD MUNICIPAL WATER DISTRICT a municipal corporation of the State of California d fJ By ~.P~nt AliTEST: /:,,, ~=-v'YY::......!.....!.-'..J.lo.<....::~=..L...l....-l-...l,.......P,..-.¥-,/.---"""''-L.l,£J=~K_ BARBARA ENGLESON, Secretary President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER General Counsel By: _ ___,.({~-~--%L..__~---------=----- Deputy General Counsel l'\ •+;' Revised 7/19/17 Contract No. 5019-A Page 45 of 177 Pages NEVADA INDIVIDUAL ACKNOWLEDGMENT State of ,N£A£4d1tt County of {;Ja c/<.. This instrument was acknowledged before me on this the (1) (2) and Name of Signer Name of Signer ----------------OPTIONAL---------------- Though the information in this section 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: _____________ _ RIGHT THUMBPRINT OF SIGNER #1 Top of thumb here RIGHT THUMBPRINT OF SIGNER #2 Top of thumb here © 1995 National Notary Association• 8236 Remmel Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 Prod. :·Jo. 5915 Reorder: Call Toll-Free 1-800-876-6827 Bond No. 6021163071 Premium Included in Performance Bond LABOR AND MATERIALS BOND WHEREAS, Board of Directors of the Carlsbad Municipal Water District located in the State of California, has awarded to Capriati Construction Corp., Inc., (hereinafter designated as the "Principal"), a Contract for: VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Capriati Construction Corp, as Principal, (hereinafter designated as the "Contractor"), and United States Fire Insurance Company as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of ONE MILLION EIGHT HUNDRED NINETY EIGHT SEVENTY EIGHT Dollars ($1,898,078), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 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 Contract No. 5019-A Page 46 of 177 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 /3 rJt,, day of fJrx:;ember , 20.J:2_. CONTRACTOR: Capriati Construction Corp., Inc. (name of Contractor) By: f)~fr!R~ (sign here) 'J:;11u1b n,,tfoc1:,/110 Executed by SURETY this _12_t_h __ day of December I 20~. SURETY: United States Fire Insurance Company (name of Surety) 305 Madison Avenue Morristown, NJ 07960 (address of Surety) (973) 490-6600 _ (print name here) (telephone number of Surety) dc:rt,IV€µ T-~ U/11<J/ruJ.;w'..r sy, ~ ~ 0 J-4 o .. (title and organization of signatory) ~ Attony-in-Fact) '-- By:--------------Jeri Apodaca (sign here) (print name here) (title and organization of signatory) (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER General Counsel By: (Y /oP7,,; ~ Depu~ ,, • .., Revised 7/19/17 Contract No. 5019-A Page 47 of 177 Pages NEVADA INDIVIDUAL ACKNOWLEDGMENT State of /le,v-~ County of Gia J_ This instrument was acknowledged before me on this ';).{> J..L, by Year Name of Signer (2) and Name of Signer ----------------OPTIONAL---------------- Though the information in this section 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: _____________ _ RIGHT THUMBPRINT OFSIGNER#1 Top of thumb here RIGHT THUMBPRINT OF SIGNER #2 Top of thumb here © 1995 National Notary Association• 8236 Remmel Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 Proci. No. 5915 Reorder: Call Toll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGM&NT 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 __ D_E_C_l_2_2_0_17 __ before me, ___ H_ea_th_e_r_R_. _Sal_t_a_re_ll_i,_N_o_t_ary ____ P_u_bl_ic ____ _ Date Here Insert Name and Title of the Officer personally appeared ______ J_e_ri_A_p.._o_d_a_c_a ___________________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(~ is/iue subscribed to the within instrument and acknowledged to me that fflt/she/ffllty executed the same in ~/her/ffiU" authorized capacity(in), and that by ID/her/tbetr signature(s) on the instrument the person(l), or the entity upon behalf of which the person(sl acted, executed the instrument. Place Notary Sea/ 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"c:W(~~{ P-~(Uj (1~ · 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: ________ _ ~~~"!;<,~1,R,--Q<.1,R,,g,,-«"«'-ti(.'i.X.1,;(,'«rn-«-~1.ol<.,,;;x,,m~"W'! ©2014 National Notary Association· www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE -MORRISTOWN, NEW JERSEY 87921416118 1OW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the ~ce of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Rhonda C. Abel, Jeri Apodaca, Kim Luu, Michael D. Parizino, Rachelle Rheault, Heather Saltarelli, James A. Schalle, Maria Guise each, its true and lawful Attorney(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars ($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys-In-Fact named above and expires on January 31, 20 I 8. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution oflnstruments -Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice-President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3. I 1, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 10th day of March, 2016. UNITED STATFS FTRF. INSTTRANCE COMPANY Anthony R. Slimowicz, Senior Vice President State ofNew Jersey} County of Morris } On this 10th day of March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SONIA SCALA NOTARY PUBLIC OF NEW JERSEY MY COMMISSION EXPIRES 3/25/2019 Sonia Scala (Notary Public) I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. DEC 12 2017 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the day of 20 UNITED STATES FIRE INSURANCE COMPANY Al Wright, Senior Vice President Bond No. 6021163071 Premium $37,962.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, Board of Directors of the Carlsbad Municipal Water District located in the State of California, has awarded to Capriati Construction Corp., Inc., (hereinafter designated as the "Principal"), a Contract for: VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract. NOW, THEREFORE, WE, Capriati Construction Corp, as Principal, (hereinafter designated as the "Contractor"), and United States Fire Insurance Company as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of ONE MILLION EIGHT HUNDRED NINETY EIGHT SEVENTY EIGHT Dollars ($1,898,078), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Carlsbad Municipal Water District, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the District in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications . . , \.+;' Revised 7/19/17 Contract No. 5019-A Page 48 of 177 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 / ',¼ day of [)&c.e,¥1'\ber , 20 2 7 CONTRACTOR: Capriati Construction Corp., Inc. (name of Contractor) (sign here) pf/VJD fhfloce,/11~ (print name here) Executed by SURETY this 12th day of December , 20 17 SURETY: United States Fire Insurance Company (name of Surety) 305 Madison Avenue Morristown, NJ 07960 (address of Surety) (973) 490-6600 (telephone number of Surety) /13€5 J/)fJJ\., U1,?0le.J,· Wot,~./,~""'~ By: (Title and Organization of Signatory) J-~fl;ii ~ Q (M ( G {sle"-'of Attor ey-in-Fact) By: ____________ _ Jeri Apodaca (sign here) (print name here) (Title and Organization of signatory) (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A BREWER General Counsel By: __ ~........,:...--~-·------ Deputy General Counsel ,, •+' Revised 7/19/17 Contract No. 5019-A Page 49 of 177 Pages NEVADA INDIVIDUAL ACKNOWLEDGMENT State of County of _(k_,~)~~G....,L~· __ _ This the (1) instrument was acknowledged before me on this / 3~ day of-,D __ ee.._.e_.:+-w,.~b:e ....... -:c __ .c)..on_. by DaJ'\ {) /} M:n'.h J ,~ Year 1-J t':(-¥1 'd rrJ l<J/6?!,, D Name of Signer (2) and Name of Signer ----------------OPTIONAL---------------- Though the information in this section 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: _____________ _ RIGHT THUMBPRINT OF SIGNER #1 Top of thumb here RIGHT THUMBPRINT OF SIGNER #2 Top of thumb here © 1995 National Notary Association• 8236 Remmel Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 Proci. i'Jo. 5915 Reorder: Call Toll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGM&NT 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 __ O_ra_n--=g'-e _______ _ On ----==D=E:..:::C_,1::..,;2........,,2=0=17 __ before me, ___ H_ea_th_e_r_R_. _Sal_ta_re_ll_i,_N_o_t_ary...,___P_u_bl_ic ____ _ Date Here Insert Name and Title of the Officer personally appeared ___ __:.J_er_i_A_,p.._o_d_a_c_a ___________________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(,) whose name(~ is/are subscribed to the within instrument and acknowledged to me that )UJ!she/~ executed the same in tut/her/tila' authorized capacity(iB), and that by ID/her/tbetr signature(s) on the instrument the person(l), or the entity upon behalf of which the person(st. acted, executed the instrument. '\;rct,~/l~'lo,,;----..-~ ;1j HEATHER R. SALTARELLI )~ Commission # 2073?/0 Notary Public -Cal1iori1ia Oranye Count,- Place Notary Sea/ 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 ~[bKw ~-l([LlttLJlw · 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: ________ _ ~"QC~~cg::~~~~QC<:.:CC~~~~~~~~~~~~~~~~~:;w~~ ©2014 National Notary Association• www.NatlonalNotary.org • 1-800-US NOTARY {1-800-876-6827) Item #5907 UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE -MORRISTOWN, NEW JERSEY 87921416118 ·~--POWER OF ATTORNEY TOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the ,e of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Rhonda C. Abel, Jeri Apodaca, Kim Luu, Michael D. Parizjno, Rachelle Rheault, Heather Saltarelli, James A. Schalle, Maria Guise each, its true and lawful Attorney(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars ($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys-In-Fact named above and expires on January 31, 2018. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution oflnstruments -Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice-President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 10th day of March, 2016. UNITEDSTATF~ FTRF. IN~IJRANCECOMPANY Anthony R. Slimowicz, Senior Vice President State of New Jersey} County of Morris } On this 10th day of March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SONIA SCALA NOT ARY PUBLIC OF NEW JERSEY MY COMMISSION EXPIRES 3/25/2019 Sonia Scala (Notary Public) I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. DEC 12 2017 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the day of 20 UNITED STATES FIRE INSURANCE COMPANY Al Wright, Senior Vice President OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad Municipal Water District whose address is 5950 El Camino Real, Carlsbad, California, 92008, hereinafter called "District" and whose address is ---------------------------hereinafter called "Contractor" and ---------------------whose address is _____________________ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the District pursuant to the Construction Contract entered into between the City and Contractor for VALVE REPLACEMENT: PHASE I CONTRACT NO. 5019-A in the amount of ____________ dated ______ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the District shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the District within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the District and Contractor. Securities shall be held in the name of the District and shall designate the Contractor as the beneficial owner. 2. The District shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the District makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the District pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the District. These expenses and payment terms shall be determined by the District, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the District. ,, •+;' Revised 7 /19/17 Contract No. 5019-A Page 50 of 177 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from District to the Escrow Agent that District consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The District shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the District of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the District. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the District and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the District and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District: For Contractor: For Escrow Agent: ,, • ., Revised 7/19/17 Title _____ --=F'--'l.:....;;N"""'Ac.....:N-=C=E--=D'-'-l'""'R=EC""""T-'--O=...:....,R __ _ Name ---------------- Signature ______________ _ Address 1635 Faraday Avenue, Carlsbad, CA 92008 Title ----------------- Name ---------------- Signature ______________ _ Address ---------------- Title ----------------- Name ----------------- Signature ______________ _ Address ______________ _ Contract No. 5019-A Page 51 of 177 Pages 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. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For District: Title ______ ____,P'-'Rc..:,E=S=l=D-=Ec.:....,Nc..:...T ___ _ 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. 5019-A Page 52 of 177 Pages GENERAL PROVISIONS ,, • ., Revised 6/15/17 Contract No. 5019-A Page 53 of 177 GENERAL PROVISIONS FOR VALVE REPLACEMENT: PHASE I PROJECT CONTRACT NO. 5019-A CARLSBAD MUNICIPAL WATER DISTRICT BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 --TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS -unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer'', unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 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. ,, • ., Revised 6/15/17 Contract No. 5019-A Page 54 of 177 Agency -the Carlsbad Municipal Water District (CMWD). CMWD and the "City" are used interchangeably throughout the Contract. Agreement -See Contract. Assessment Act Contract -A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base -A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid -The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder -Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board -The officer or body constituting the awarding authority of the Agency, the Board of Directors of Carlsbad Municipal Water District (CMWD). CMWD and the "City" are used interchangeably throughout the Contract. Bond -Bid, performance, and payment bond or other instrument of security. Cash Contract -A Contract financed by means other than special assessments. Change Order -A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code -The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager-the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract -The written agreement between the Agency and the Contractor covering the Work. Contract Documents -Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the 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. ,, • ., Revised 6/15/17 Contract No. 5019-A Page 55 of 177 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. CMWD and the "City" are used interchangeably throughout this Contract. The Engineer is the third level of appeal for informal dispute resolution. Geotextile -Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer -A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer -A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire -The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm -The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item -a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification -Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award -The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed -A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. 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. ,, •ti' Revised 6/15/17 Contract No. 5019-A Page 56 of 177 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. ,, • ., Revised 6/15/17 Contract No. 5019-A Page 57 of 177 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. ,, •ti' Revised 6/15/17 Contract No. 5019-A Page 58 of 177 1-3.2 Common Usage Abbreviation Word or Words ABAN ............................................................. Abandon DBL .................................................................. Double ABAN D ....................................................... Abandoned DF ............................................................... 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 DT ................................................................. 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 Ca IT rans ....... 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 GALV ......................................................... Galvanized CONN ........................................................ Connection GAR ........................................... Garage and Garages CONST .................................. Construct, Construction GIP .............................................. Galvanized iron pipe COO RD ...................................................... 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 ,, •+;' Revised 6/15/17 Contract No. 5019-A Page 59 of 177 H ............................................................ High or height Pl. ................................................. Point of intersection HB .................................................................. Hose bib PL. ............................................................ Property line HC ................................................... House connection PMB ............................ Processed miscellaneous base HOWL ........................................................... Headwall POC ...................................................... Point on curve HGL. ............................................. Hydraulic grade line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation ID ........................................................ Inside diameter INCL ............................................................... lncluding 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 MCR ............................................ Middle of curb return MEAS ............................................................. Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ..................................................... Miscellaneous MOD ................................................... Modified, modify MON ............................................................ Monument MSL.. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine MUL T ............................................................... Multiple MUTCD ..... Manual on Uniform Traffic Control Devices MVL. .............................................. Mercury vapor light NCTD .............................. North County Transit District NRCP .............................. Nonreinforced concrete pipe OBS ............................................................... Obsolete OC ................................................................ On center O0 ..................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................ Overhead Electric OMWD ................. Olivenhain Municipal Water District OPP ............................................................... Opposite ORIG ................................................................ Original PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature PCVC ....................... Point of compound vertical curve PE ........................................................... Polyethylene POT .................................................... Point on tangent pp .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI ......................................... Pounds per square inch PT .................................................... Point of tangency PVC .................................................. Polyvinyl chloride PVMT ........................................................... Pavement PVT R/W ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete 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 TEL ............................................................. Telephone ., ~., Revised 6/15/17 Contract No. 5019-A Page 60 of 177 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 VB ................................................................ Valve box 1-3.3 Institutions. ABBREVIATION WORD OR WORDS MSHTO AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS AISC .................................................................... American Institute of Steel Construction ANSI ...................................................................... American National Standards Institute API ...................................................................................... American Petroleum Institute AREA ............................................................ American Railway Engineering Association ASTM ............................................................ American Society for Testing and Materials AWPA. ................................................................ American Wood Preservers Association AWS ........................................................................................ American Welding Society AWWA. ...................................................................... American Water Works Association FHWA. ............................................................................. Federal Highway Administration GRI ................................................................................. Geosynthetic Research Institute NEMA ......................................................... National Electrical Manufacturers Association NOAA ................ National Oceanic and Atmospheric Administration (Dept. of Commerce) UL .................................................................................... Underwriters' Laboratories Inc. USGS ............................................................................. United States Geological Survey 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. 5019-A Page 61 of 177 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations} (Abbreviations} 1 mil (=0.001 in) .................................................................................... 25.4 micrometer (µm) 1 inch (in) .............................................................................................. 25.4 millimeter (mm) 1 inch (in) .............................................................................................. 2.54 centimeter (cm) 1 foot (ft) ................................................................................................ 0.3048 meter (m) 1 yard (yd) ............................................................................................. 0.9144 meter (m) 1 mile (mi) ............................................................................................. 1.6093 kilometer (km) 1 square foot (ft2) .................................................................................. 0.0929 square meter (m 2) 1 square yard (yd2) ................................................................................ 0.8361 square meter (m2) 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) COMMON METRIC PREFIXES kilo (k) .................................................................................................... 103 centi (c) .................................................................................................. 10-2 milli (m) .................................................................................................. 10·3 micro (µ) ................................................................................................ 10·6 nano (n) ................................................................................................. 10·9 pico (p) .................................................................................................. 10-12 ,, •tr Revised 6/15/17 Contract No. 5019-A Page 62 of 177 1-5 SYMBOLS. Li 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 {'\ •ti Revised 6/15/17 Contract No. 5019-A Page 63 of 177 SECTION 2 -SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of contract will be as provided for in the specifications, instruction to bidders, or notice inviting bids. 2-2 ASSIGNMENT. No contract or portion thereof may be assigned without consent of the board, except that the contractor may assign money due or which will accrue to it under the contract. If given written notice, such assignment will be recognized by the board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the agency and to all deductions provided for in the contract. All money withheld, whether assigned or not, shall be subject to being used by the agency for completion of the work, should the contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. "''· ,, •+;' Revised 6/15/17 Contract No. 5019-A Page 64 of 177 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the Board shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the contract, the bidder shall file surety bonds with the agency to be approved by the board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the contract shall be deemed to be approved unless specifically rejected by the agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in code of civil procedure 995.660 (a). The bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. 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. 5019-A Page 65 of 177 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), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plan set is designated as "Valve Replacement: Phase I", City of Carlsbad Drawing No. 505-3 and consists of fifty (50) sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, as issued by the San Diego County Department of Public Works, hereinafter designated SDRSD, 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. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the """ Specifications and not shown on the Plans, or shown on the Plans and not specified in the . ..,..,,,,,. ,, •f' Revised 6/15/17 Contract No. 5019-A Page 66 of 177 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) General Provisions, 6) Technical Specifications 7) City of Carlsbad Standard Specifications 8) Supplemental Provisions. 9) Plans. 10) 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). 11) Standard Specifications for Public Works Construction, as amended. 12) Reference Specifications. 13) Manufacturer's Installation Recommendations Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 3) through 12) above. Detailed plans and plan views shall have precedence over general plans. ,, •ii' Revised 6/15/17 Contract No. 5019-A Page 67 of 177 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided through Virtual Project Manager or approved equal, 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, with applicable specification section referenced on the cover sheet, including where the product will be utilized. 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 cover sheet 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 and context of product's use. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: _______________ _ Title: -------------- Date: ------------ Company Name: ____________________________ _ ,, •tr Revised 6/15/17 Contract No. 5019-A Page 68 of 177 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: tern 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 ct~n, Number 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 304-2.1 306-2.1 306-3.1 306-3.4 306-6 306-8 307-4.3 a ety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wirin Dia rams Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Si nal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. Key submittals shall be submitted appropriately to ensure that the project progresses expeditiously. Key submittals include, but are not limited to, the following, and shall be submitted within the designated timeframe or per the Contractor's needs to complete the Work, whichever occurs earlier: 1) The project schedule shall be submitted within 14 calendar days after the NTP. 2) Schedule of Values shall be submitted within 14 calendar days after NTP. 3) The 3-week look ahead schedule shall be submitted at least 14 calendar days prior to mobilizing. 4) Pre-construction videos for each site shall be submitted no more than four weeks or less than two weeks prior to beginning work at each respective site. 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. {'\ •fi' Revised 6/15/17 Contract No. 5019-A Page 69 of 177 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 systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete red-lined, full-size record set of blue- line prints, which shall be corrected in red daily in a legible and professional manner 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 .. Items required to be shown shall be dimensioned by the Contractor from two permanent points of reference (buildings, monuments, sidewalks, curbs, pavement). The accuracy of location of all items to be shown on the drawings shall be 150 mm (6'') in both the vertical and horizontal planes. Asset schedules to be provided by the Agency at the Pre-Construction Meeting shall also be marked- up in this effort to match conditions as installed, including actual turns to close completed in the presence of the inspector. This set of drawings shall be kept on the job and shall be used only as a record set, are to be made available to the Engineer/Agency at each Project Meeting, shall be reviewed monthly by the Engineer as a condition of payment, and shall be delivered to the Engineer within ten (10) days of completion of the work. 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. l'\ • ., Revised 6/15/17 Contract No. 5019-A Page 70 of 177 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. 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 CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 -8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-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 ,, • ., Revised 6/15/17 Contract No. 5019-A Page 71 of 177 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. 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 <l>, (Within) @ @ Street Centerline SDRS M-10 s1000', Street Intersections, Begin and end on street 0.02' Monument of 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 :m PCC &AC surfaces Slope RP+ Marker lntervisible and s 50' Grade Breaks 0.1' Vertical & Stake &<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 Rs 1000' ( constant offset) Rough Grade RP+ Marker s 50' N/A 0.1' Vertical & Cuts or Fills:?: 10 Stake Horizontal m (33') Final Grade RP+ Marker s 50' on tangents & curves when R:?: 1000' s22' 3/a" Horizontal & ¼" (includes top of: Stake, Blue-& Vertical Basement soil, top in s 25' on curves when R s 1000' subbase and grading area base) Asphalt Pavement RP, paint on s 25' or as per the intersection grid points edge of 3/a" Horizontal & ¼" Finish Course previous shown on the plan whichever provides the pavement, Vertical course denser information paving pass width, crown line & grade breaks ,, •ti' Revised 6/15/17 Contract No. 5019-A Page 72 of 177 Feature Staked Stake Centerline or Parallel to Centerline Lateral Setting Tolerance Description Spacing©,@ Spacing®, (Within) 0 @ Drainage RP+ Marker intervisible & ::;; 25', beginning and end, BC as appropriate 3/a" Horizontal & ¼" Structures, Pipes Stake & EC of facilities, Grade breaks, Alignment Vertical & similar breaks, Junctions, Inlets & similar facilities, Facilities©, (J) Risers & similar facilities (except plumbing), Skewed cut-off lines Curb RP+ Marker ::;; 25', BC & EC, at ¼A, ½A & ¾A on curb ( constant 3/a" Horizontal & ¼" Stake returns & at beoinninq & 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/a" 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 ::;; 50' on tangents & curves when R~ 1000' as appropriate 3/a" Horizontal & when Stake & depth cannot be ::;; 25' on curves when R ::;; 1000' or where measured from grade ::;; 0.30% existing pavement ¼" Vertical Minor Structure CD RP+ Marker for catch basins: at centerline of box, ends as appropriate 3/a" Horizontal & ¼" Stake+ Line of box & wings & at each end of the local Vertical (when vertical Stake depression ~ data needed) Abutment Fill RP+ Marker ::;; 50' & along end slopes & conic transitions as appropriate 0.1' Vertical & Stake+ Line Horizontal Stake Wall CD RP+ Marker ::;; 50' and at beginning & end of: each wall, as appropriate ¼" Horizontal & ¼" Stake+ Line BC & EC, layout line angle points, changes Vertical Point +Guard in footing dimensions &/or elevation & wall Stake heiqht Major Structure ~ Footings, RP+ Marker 1 0' to 33' as required by the Engineer, BC & as appropriate 3/a" Horizontal & ¼" Bents, Stake+ Line EC, transition points & at beginning & end. Vertical Abutments & Point +Guard Elevation points on footings at bottom of Winqwalls Stake columns Superstructures RP 1 0' to 33' sufficient to use string lines, BC & as appropriate 3/a" Horizontal & ¼" EC, transition points & at beginning & end. Vertical Elevation points on footings at bottom of columns Miscellaneous ~ Contour RP+ Marker ::;; 50' along contour 0.1' Vertical & Grading CD Stake line Horizontal Utilities CD, (f) RP+ Marker ::;; 50' on tangents & curves when R~ 1000' as appropriate 3/a" Horizontal & ¼" Stake & Vertical ::;; 25' on curves when R ::;; 1000' or where grade ::;; 0.30% Channels, Dikes RP+ Marker intervisible & ::;; 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 & ::;; 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 ,, • ., Revised 6/15/17 Contract No. 5019-A Page 73 of 177 Feature Staked Stake Centerline or Parallel to Centerline Lateral Setting Tolerance Description Spacing©,® Spacing®, (Within) @ ® Overside Drains RP+ Marker longitudinal location At beginning 0.1' Horizontal & ¼" Q) Stake &end Vertical Markers Q) RP+ Marker for asphalt street surfacing ~ 50' on At marker ¼" Horizontal Stake tangents & curves when R:?: 1000' & ~ 25' location(s) on curves when R ~ 1000'. Railings & RP+ Marker At beginning & end and ~ 50' on tangents at railing & 3/a" Horizontal & Barriers Q) Stake & curves when R :?: 1000' & ~ 25' on curves barrier Vertical when R ~ 1000' location(s) AC Dikes Q) RP+ Marker At beginning & end as appropriate 0.1' Horizontal & Stake Vertical Box Culverts 1 O' to 33' as required by the Engineer, BC & as appropriate 3/a" Horizontal & ¼" EC, transition points & at beginning & end. Vertical Elevation points on footings & at invert Pavement RP 200' on tangents, 50' on curves when at pavement ¼" Horizontal MarkersQ) R :?: 1000' & 25' on curves when R ~ 1000'. marker For PCC surfaced streets lane cold joints location(s) will suffice Q) Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature @ Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table ® Perpendicular to centerline. © Some features are not necessarily parallel to centerline but are referenced thereto ® Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature ® :?: means greater than, or equal to, the number following the symbol. ~ 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) TABLE 2-9.2.2(8) Survey Stake Color Code for Construction Staking Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, White/Red centerline, alignments, etc. Vertical Control Bench marks White/Oranae Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow grade, etc. Structure Bridges, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm Blue Curb drains, slope protection, curbs, gutters, etc. Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Oranae * 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 ,, • ., Revised 6/15/17 Contract No. 5019-A Page 74 of 177 additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the work. Within the scope of the contract, the Engineer has the authority to enforce compliance with the plans and specifications. The contractor shall promptly comply with instructions from the engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. l'\ •+;' Revised 6/15/17 Contract No. 5019-A Page 75 of 177 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. l'\ • ., Revised 6/15/17 Contract No. 5019-A Page 76 of 177 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 125 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. ,, •+' Revised 6/15/17 Contract No. 5019-A Page 77 of 177 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement 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. Within 14 calendar days of the NTP,, Contractor shall provide a schedule of values for all 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. ,, •f' Revised 6/15/17 Contract No. 5019-A Page 78 of 177 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CAL TRANS, current at the time of the actual use of the tool or equipment. The right- of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. ,., •+;' Revised 6/15/17 Contract No. 5019-A Page 79 of 177 The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures . . 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as ,.,, compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. ,, •+;' Revised 6/15/17 Contract No. 5019-A Page 80 of .177 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the Work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the District with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. {'\ •+;' Revised 6/15/17 Contract No. 5019-A Page 81 of 177 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." Title: By:--------------- Date: -------------- -------------- Company Name: ___________________________ _ The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all .... ...,,, claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. General Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the District will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the District will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the General Manager after which the Contractor may proceed under the provisions of the Public Contract Code. ,, • ., Revised 6/15/17 Contract No. 5019-A Page 82 of 177 The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the General Manager. Actual approval of the claim is subject to the change order provisions in the contract. 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. (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. ,, • ., Revised 6/15/17 Contract No. 5019-A Page 83 of 177 (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 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 nonbinding 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 ,, • ., Revised 6/15/17 Contract No. 5019-A Page 84 of 177 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. (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. ,, • ., Revised 6/15/17 Contract No. 5019-A Page 85 of 177 (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b )(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred ,....~ seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written ~ claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (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 ""'~ ,, •+; Revised 6/15/17 Contract No. 5019-A Page 86 of 177 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b )(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. ,, •+' Revised 6/15/17 Contract No. 5019-A Page 87 of 177 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, {'\ •+;' Revised 6/15/17 Contract No. 5019-A Page 88 of 177 Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, 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 '" •+;' Revised 6/15/17 Contract No. 5019-A Page 89 of 177 improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 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 r-, 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. ""'',, ~"~ .. l'\ •+; Revised 6/15/17 Contract No. 5019-A Page 90 of 177 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 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 three 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 seven 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 two 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 reconsider 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 ,, •ii' Revised 6/15/17 Contract No. 5019-A Page 91 of 177 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 seven (7) days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the 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. 5019-A Page 92 of 177 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. {'\ • ., Revised 6/15/17 Contract No. 5019-A Page 93 of 177 Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid Documents as "abandoned" or "to be abandoned in place". Contractor shall remove all valves identified for removal. Upon removal, Contractor shall immediately tag each valve removed with valve identification number provided in the contract drawings, as well as the site location. Contractor shall use weatherproof method to identify the removed valves, such as metal tags attached to each valve. Contractor shall then deliver all the removed and tagged valves to CMWD yard at 5950 El Camino Real, Carlsbad, CA 92008 for CMWD to conduct inspections. 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, 2012 edition. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and 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. {' •f' Revised 6/15/17 Contract No. 5019-A Page 94 of 177 In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1 . The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not 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. Close cooperation with Agency operations staff will be necessary to complete the Work. 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. ,, •ti Revised 6/15/17 Contract No. 5019-A Page 95 of 177 SECTION 6 -PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law, the Contractor shall begin work within ten (10) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract execution, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel, including the Contractor's Representative and key subcontractors, 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. The Agency will provide the Asset Schedules at the Pre-Construction Meeting. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule within 14 calendar days of the NTP per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.1.2 Three-Week Look Ahead Schedule Submittal. At least 14 calendar days prior to mobilizing, the Contractor shall submit a detailed 3-week Look Ahead Schedule, which shall be updated and submitted weekly and will be reviewed at each weekly progress meeting, until Project completion. 3-Week Look Ahead Schedules shall be prepared in the same software as the baseline. For each location of work, the 3-Week Look Ahead shall include details for at least the following activities: • Pre-construction videography • Potholing • E-28 shutdown request submittal • Duration of traffic control periods • Initial excavation • Preparatory work • Excavation duration • Proposed shutdown • Pavement • Restoration. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work '" • ., Revised 6/15/17 Contract No. 5019-A Page 96 of 177 is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency source files and PDFs electronically with all network information contained thereon. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. {'\ •ii' Revised 6/15/17 Contract No. 5019-A Page 97 of 177 6-1.2. 7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the 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 thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial 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 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the {'\ •tr Revised 6/15/17 Contract No. 5019-A Page 98 of 177 \ changes of the comments are not submitted as required herein before and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The baseline schedule shall be updated at least monthly, or more often if conditions necessitate. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The 3-week lookahead shall be updated weekly. The most recent version of the baseline and 3- week lookahead shall be provided at each Project Meeting. The updated schedules will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. Acceptable updates to the Baseline and 3-Week Lookahead shall be a condition of payment. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM or shall be emailed, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule electronic file shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule and 3-Week Look Ahead. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". l~ • ., Revised 6/15/17 Contract No. 5019-A Page 99 of 177 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment '11 for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3"Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1.4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the engineer, immediately take steps to remedy the situation. All costs of prosecuting the work as described herein shall be included in the Contractor's Bid. Should the ,, •tr' Revised 6/15/17 Contract No. 5019-A Page 100 of 177 Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the Work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The Work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the project work as shown on the project plans and as specified in the specifications. The Work includes: traffic control; excavation safety measures; removal of existing valves, appurtenances, and piping; installation of new valves and piping; and restoration of finished street surface to original or better condition. Specific sequencing constraints are presented in Section 6-7. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor's Representative and any key subcontractors shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. Key Agency personnel will also be present at Project Meetings to assist with coordination of upcoming efforts. Key Agency personnel may include CMWD operations staff and transportation representatives. The Contractor shall provide the most recent construction schedule and 3-week look ahead update at each Project Meeting. The Contractor shall make the red-line record drawings and red- line asset schedules available for the Engineer's review at each Project Meeting. 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. l'\ • ., Revised 6/15/17 Contract No. 5019-A Page 101 of 177 The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the """"""" Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such 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 ,, •+;' Revised 6/15/17 Contract No. 5019-A Page 102 of 177 disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 250 working days after the starting date specified in the Notice to Proceed. ,, •f' Revised 6/15/17 Contract No. 5019-A Page 103 of 177 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 other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. In addition to Agency holidays, open excavations and shutdowns will not be allowed on the day prior to Thanksgiving and between December 23 and January 1. Unless otherwise noted or approved in writing by the Engineer, the hours of work shall be between the hours of 7:30 a.m. and 4:30 p.m. on Mondays through Fridays, excluding Agency holidays and as otherwise dictated by traffic control requirements. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. These activities shall be identified on the 3-Week Look Ahead, and 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 not muster or conduct other preparatory efforts that could impact residents/businesses in the vicinity before 7:00 a.m. or after 6:00 p.m. on Mondays through Fridays, excluding Agency holidays. Night work shall be defined as the following, unless otherwise approved by Engineer: 1. Sunday nights through Friday morning. 2. Preparatory work between the hours of 9:00 pm to 10:00 pm; 3. Active construction work between the hours of 10:00 pm to 4:30 am; and 4. Traffic control take down between the hours of 4:30 am to 5:00 am; 5. Demobilization or other minor activities not requiring traffic control between the hours of 5:00 am to 6:00 am. For work designated to occur during a School Break, it is the Contractor's responsibility to verify the latest official school summer and holiday schedule from respective school district. 6-7.3 Construction Sequencing and Constraints. The contractor shall adhere to the following constraints, unless otherwise noted. Exceptions may be granted with prior written approval of the Agency. 1. Pre-construction videography shall be completed at least 2 weeks prior to but no more than 4 weeks prior to completing any work at each site/area, in accordance with Technical Specification 01390 Pre-Construction Videography. 2. All insertion valves shall be installed prior to any excavation or shutdowns. 3. Potholing reports for each site shall be submitted at least 3 weeks prior to excavation. 4. Shutdown request form E-28 must be submitted at least 2 weeks prior to desired shutdown. 5. The progress of the Work shall be limited to two sites with active excavation at any given ,, • .,, Revised 6/15/17 Contract No. 5019-A Page 104 of 177 time, and each active excavation site must have a dedicated crew. 6. Each excavation shall immediately be lined with plastic and have a ¾ rock bed with sump pump for dewatering. 7. Each non-active excavation must be backfilled or securely shored and bridged by steel plates. 8. Shutdown shall occur within 3 working days of initial site excavation. 9. At least 1 working day prior to shutdown: a. All underground utilities and pipe diameters shall be verified in the presence of the Inspector; b. All dewatering shall be functioning and demonstrated to the Inspector; c. Prior to assembling any valves, all valves to be installed shall be closed in the presence of the Inspector. The number of turns to close shall be verified against the anticipated number in the submittal and any deviations noted in the asset schedule; and d. All fittings shall be assembled to the greatest extent possible, and the Inspector shall inspect the assembly. The Inspector will not allow the shutdown to proceed if these conditions are not satisfied. 10. Shutdown shall not last longer than 6 hours. 11. Thrust blocks shall be completely demolished at the same time as the shutdown in order to accommodate improvements. 12. Pipe coupon testing shall be completed on each stick of AC pipe removed in accordance with Technical Specification 02262. 13. Existing valves removed shall be tagged and transported to Agency's office, per Section 5-3. 14. Each site shall be paved within 3 working days of energizing the line. 15. Each site shall be fully restored with 5 working days of energizing the line. Work for each site shall be sequenced and scheduled during the times indicated in the following table. The Contractor shall incorporate the constraints into the bid price and 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. ,, •+' Revised 6/15/17 Contract No. 5019-A Page 105 of 177 Site Additional Construction Timing Prep Work Constraints Shutdown Constraints or Sequencing Constraints 1: Donna Drive and Carlsbad November -April Day Day Village Drive 2. Carlsbad Village Drive and No seasonal constraints Day Day Valley Street February 1 -March 15 Night work -initial excavation and Night work -Shutdown shall be 3: Carlsbad Village Drive and completed Tuesday night to Washington Street Or measurements to be completed 5 working days Wednesday morning and concurrently September 15 -October 25 prior to anticipated shutdown. with Site 4. February 1 -March 15 Night work -initial excavation and Night work -Shutdown shall be 4: Washington St and Oak Ave Or measurements to be completed 5 working days completed Tuesday night to Wednesday morning and concurrently September 15 -October 25 prior to anticipated shutdown. with Site 3. February 1 -March 15 Night work -initial excavation and Night work -Shutdown shall be 5: Oak Avenue and State Or measurements to be completed 5 working days completed Thursday night to Friday Street morning the same week of the September 15 -October 25 prior to anticipated shutdown. shutdown for sites 3 & 4 6. Pine Avenue at 1-5 No seasonal constraints Day Day 7: Chestnut Avenue and After March 2018 when pavement Day Day Washington Street moratorium ends 8: Chestnut Avenue at 1-5 School Break Dav Dav 9. Palm Avenue at 1-5 No seasonal constraints Day Dav 10: Park Drive and Monroe School Break Day Day Street 11.Sunny Hill Drive One of the first 3 sites to be Day Day shutdown 12: Faraday Avenue After August 2018 when Day Night work pavement moratorium ends 13: Rutherford Drive and No seasonal constraints Night work Night work Priestly Drive 14: Priestly Drive and La Place No seasonal constraints Day No shutdown anticipated Court Night work -initial excavation and 15: Palomar Airport Road No seasonal constraints measurements to be completed 5 working days Night work prior to anticipated shutdown. 16. Aviara Parkway and One of the first 3 sites Day Day Cobblestone 17: Camino De Las Ondas and School Break and Concurrent to Day Night work; concurrent shutdown with Batiquitos Drive Site 18 Site 18 18: Camino De Las Ondas and School Break and Concurrent to Day Night work; concurrent shutdown with Lonicera Street Site 17 Site 17 19. Service road off Corte de la One of the first 3 sites Day Day Vista •'\ f~ Revised 6/15/17 \) Contract No. 5019-A \ .i Page 106 of 177 6-7.4 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. 6-8.1 Site Walk-Through. After each site has been fully restored, the Inspector will then schedule the Site Walk-Through to occur within the next five working days. The Contractor and Inspector shall be present at each Site Walk-Through and all outstanding deficiencies shall be included in a List of Deficiencies. The Engineer, Agency, and Construction Manager reserve the right to join at each Site Walk-Through. A review of the red-line record drawings and asset schedule for the respective site shall also be completed at the Site Walk-Through and all red-line deficiencies will also be included in the List of Deficiencies for that site. 6-8.2 List of Deficiencies. Following each Site Walk-Through, the Inspector will generate the List of Deficiencies (also known as the punchlist) for that site, within five working days. The Contractor shall then have 10 working days to address the List of Deficiencies and provide a written response to each punchlist item. 6-8.3 Site Follow-Up Walk-Through. Upon receipt of written responses to each site's List of Deficiencies, the Inspector will complete a Site Follow-Up Walk-Through. Any outstanding deficiencies will be noted and returned to Contractor. Outstanding deficiencies will delay full payment of that site's bid items. 6-8.4 Request for Final Walk-Through. Once the Contractor asserts they have satisfied the terms of the Contract and with the Inspector's permission, the Contractor may submit written assertion in the form of a Request for Final Walk-Through, certifying that all deficiencies identified through the Site Walk-Through process have been addressed and request a Final Inspection to demonstrate project completion to the entire Agency. The Contractor shall provide an attachment to the Request for Final Inspection with the Contractor's written response to each deficiency. The Request for Final Inspection shall not be considered complete without the Contractor's written response to each deficiency. 6-8.5 Final Walk-Through. Upon receipt of the Request for Final Walk-Through, the Inspector shall schedule the Final Inspection. The Inspector and Contractor shall be present at the final inspection. Representatives from other Agency departments reserve the right to be present at the Final Inspection. The Engineer and Construction Manager reserve the right to be present at the Final Inspection. The red-line record drawings and asset schedules shall also be inspected. If any deficiencies are not satisfactorily addressed or additional deficiencies are identified, the Contractor will have 10 working days to address List of Deficencies. 6-8.6 Request for Completion. 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 {'\ • ., Revised 11/24/10 Contract No. 5020-A Page 107 of 177 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. Once the Final Walk-Through has been completed and all outstanding deficiencies satisfactorily completed to Agency's approval, the Contractor shall submit a written assertion in the form of Request for Completion letter, certifying that the Work has been completed. 6-8.7 Completion. Upon receipt of the Request for Completion letter, the Agency shall review the written assertion within 2 working days. If, in the Engineer's judgment, the Work has been completed in accordance with the Contract Documents, the Agency will issue a Completion Letter. The completion date will be the date to which liquidated damages will be computed. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute completion or acceptance of the Work. 6-8.8 Acceptance. Acceptance will occur after all of the requirements contained in the Contract Documents have been fulfilled. If, in the Engineer's judgment, the Contractor has fully performed the Contract, the Engineer will so certify to the Board. Upon such certification by the Engineer, the Board may accept the Work. Upon the Board's acceptance of the Work, the Agency 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 acceptance of the Work. 6-8.9 Warranty. All work shall be warranted for one (1) year after acceptance of the Work and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or "') repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from ,.. . · the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of two thousand five hundred dollars ($2,500.00). Such sum is Liquidated Damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that two thousand five hundred dollars per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before completion, except for cleanup made necessary by its operations. Nothing in ..-, ('\ •+;' Revised 11/24/10 Contract No. 5020-A Page 108 of 177 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 11/24/10 Contract No. 5020-A Page 109 of 177 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." ,, •ti' Revised 11/24/10 Contract No. 5020-A Page 110 of 177 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform Work for this Contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the Project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the Work. 7-5.1 Resource Agency Permits. No resource agency permits are required for the Work. 7-5.2 Relations with the Railroad. 7-5.2.1 General. The Contractor shall cooperate with the North County Transit District (NCTD), the Burlington Northern and Santa Fe Railway (BNSF) and the National Railway Passenger Corporation (AMTRAK), herein after collectively referred to as Railroad. It is understood the Railroad shall have absolute authority and right to cause the Contractor's work on the Railroad Property to cease. It is anticipated that the following sites will require NCTD coordination/permits: 1. Site 3 2. Site 4 3. Site 7 7-5.2.2 Right of Entry Permit. It shall be the responsibility of the Contractor to obtain a "Right of Entry" Permit from the North County Transit District Board, (NCTD), prior to the commencement of any work at sites 3, 4, and 7. All fees and costs associated with obtaining and complying with the terms of this permit, including but not limited to engineering review, submittal review, railway flaggers and construction inspection, shall be the responsibility of the Contractor, and no other payment will be allowed, except as specified herein. {'\ •tr' Revised 11 /24/1 O Contract No. 5020-A Page 111 of 177 All fees and costs associated with obtaining and complying with the terms of the Right of Entry permit shall be the responsibility of the Contractor. Contractor shall be required to make any required deposits to NCTD. The deposit to NCTD may be required prior to the issuance of the Right of Entry permit. Any portion of the deposit remaining after acceptance of the contract by the City will be returned to the Contractor. Payment to the Contractor for all costs associated with obtaining and complying with the Right of Entry permit shall be considered as included in various items of work and no additional compensation will be allowed therefore. The Contractor after receipt of the Right of Entry Permit approved by the Board shall furnish the Engineer with two copies of the executed Right of Entry permit. 7-5.2.3 Railroad Requirements. The Contractor shall notify NCTD in writing at least ten (10) working days prior to commencement of work on Railroad Right of Way at: North County Transit District 810 Mission Avenue Oceanside, CA 92504 (760) 966-6504 (760) 754-9403 FAX The details of construction, including proposed method of setup to perform the work shall be submitted to the railroad for approval and shall not be undertaken without approval and shall not be undertaken until approval by the Railroad is given. All persons entering into the railroad right of way will be required to attend a preconstruction Railroad Safety Training course conducted by NCTD. No additional compensation to Contractor will be allowed for attendance at a Railroad Safety Training course. 7-5.2.4 Requirements for use of Railway Flaggers. Railway Flaggers may be required on this Project. The presence of equipment, materials, or manpower will not be allowed within 25 feet of the centerline of any track without the presence of Railway Flaggers. The Contractor shall be responsible for coordination with NCTD to schedule Railway Flaggers. Costs for Railway Flaggers shall be the responsibility of the Contractor and subtracted from the deposit made to NCTD. 7-6 THE CONTRACTOR'S REPRESENTATIVE. At the time of being notified as apparent low bidder, the Contractor shall designate in writing a representative who shall have complete authority to act for it and submit qualifications demonstrating as such. The qualifications for the Contractor's Representative shall include at a minimum: a. Submit resume and complete qualifications form demonstrating 5 years' experience as superintendent of potable water projects, with at least five projects with contract values specific to potable water improvements over $500,000. b. Completion of OSHA 30-hour Construction Training Course. Submit certification as proof. CMWD reserves the right to disqualify bidders if the required technical ability and experience for the Contractor's Representative is not established. In the event that the Contractor would like to change the Contractor's Representative through the course of Project completion, Contractor shall notify the Agency at least two weeks prior and """""""' submit the same paperwork for the Engineer's review demonstrating the proposed Contractor's ,, •+' Revised 11/24/10 Contract No. 5020-A Page 112 of 177 Representative meets the minimum requirements of the position. Engineer will review qualifications of proposed Contractor's Representative within 5 working days of receipt. In the event of a change in Contractor's Representative, CMWD reserves the right to suspend work, at the Contractor's cost, until a qualified Contractor's Representative is assigned to the Project. An alternative representative may be designated as well. Prior to an alternative being designated, the proposed alternative must also submit paperwork for Agency's review, demonstrating that the proposed alternative satisfies the minimum qualifications. The Agency will review the qualifications within five working days of receipt. 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. No change in Contractor's Representative will be allowed without Agency's review of qualifications of proposed Contractor's Representative. In the event of a change in Contractor's Representative, the minimum qualifications for Contractor's Representative must still be satisfied. The qualifications shall be submitted for review two weeks prior to the proposed change in personnel. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. {'\ •ti Revised 11/24/10 Contract No. 5020-A Page 113 of 177 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. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and ,, • ., Revised 11/24/10 Contract No. 5020-A Page 114 of 177 sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. 7-8.6.1 General. The Contractor shall adhere to, the requirements of the State Water Resources Control Board (SWRCB) and shall perform all work in accordance with Order No. 2009-0009- DWO for Waste Discharges of Storm Water Runoff Associated with Construction and Land Disturbance Activities (Construction General Permit or CGP), and any subsequent amendments, where applicable. The revised Construction General Permit adopted on September 2, 2009 became effective on July 1, 2010 and applies to construction and land disturbance activities in excess of 1 acre in area, including linear underground or overhead construction projects (LUPs) such as pipelines and other utilities as defined in the CGP. The Contractor shall comply with all requirements under the Construction General Permit as they apply to the construction site and maintain an updated Storm Water Pollution Prevention Plan (SWPPP) based on site conditions. The Project is characteristic of a Linear Utility Project (LUP) approach and Risk Determination. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 115 of 177 The City has performed a Risk Analysis in accordance with the CGP and determined the following ~ classification for each area: -.....,.,1 Phase Number and Name Location SWPPP Type LUP ProjectArea All Areas of the Project LUPTier2 The Contractor shall designate a Qualified SWPPP Developer (QSD) and a Qualified SWPPP Practitioner (QSP) who has satisfied the certification requirements and received approval by the SWRCB as specified in CCP. The QSD and QSP shall carry professional liability insurance in an amount not less than $1,000,000.00, evidence of such shall be provided to the Engineer and the Agency shall be named as additionally insured. The Contractor's QSD shall be certified in accordance with GCP requirements and qualified to write, amend, and certify the SWPPP for the project, and shall ensure adherence to the requirements in Construction General Permit when applicable. The Contractor and Contractor's QSD shall develop and review the SWPPP. The Contractor's QSD shall then complete final SWPPP, and other required permit registration documents (PRDs), and submit them to the Engineer for review and subsequent submittal to the SWRCB via the Stormwater Multi-Application, Reporting, and Tracking System (SMART System or SMARTS). The Contractor shall not initiate any land disturbing activities, as defined by the CGP, until the final SWPPP has been accepted by the Engineer as complete. """', The following parties shall be responsible to furnish and designate a qualified individual to perform the following CGP defined responsibilities: CGP Designation Responsible Party Legally Responsible Person Agency ~ssigned Signatory Agency Data Submitter Agency Qualified SWPPP Developer (QSD) Contractor Qualified SWPPP Practitioner (QSP) Contractor The Contractor shall implement and comply with all requirements of the CCP and the final SWPPP. The responsible party shall complete the PRDs as prescribed by the CCP, and as noted in the table below. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 116 of 177 ...,_,,; Permit Registration Document Responsible Persons PRD Item Responsible Party Notes Traditional Type Risk Assessment & Draft SW PPP by Determination or Erosivity Contractor's QSD Contractor's QSD for Agency review. W~i\/e>r LUP Type Determination or Risk Assessment & Draft SWPPP by Contractor's QSD Contractor for Agency review. Erosivity Waiver Contractor's QSD to revise and/or certify. Site Map Contractor's QSD Contractor's QSD to revise as may be required and certify. BMP Exhibit/Erosion Control Contractor's QSD Contractor's QSD to revise as may be Plan Drawing(s) required and certify Storm Water Pollution SWPPP finalized and certified by Prevention Plan (SWPPP) Contractor's QSD Contractor's QSD. Contractor's QSD Contractor's QSD to prepare PRO. Notice of Intent (NOi) filing Agency to review, execute and submit to I/Agency SMARTS. Annual Fee Agency With NOi. Annual Reports Contractor's QSD/Agency Contractor's QSD to prepare and certify. l\gency to submit to SMARTS. Signed Certification Statement Contractor's QSD Submitted with Final SWPPP. The Contractor and/or Contractor's QSD shall certify all Construction General Permit (CGP) documents submitted to the Engineer with the following certification statement: "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." The above statement must be followed by: the person's printed name, title, certification agency name, certification stamp and/or number, signature and signature date. In accordance with the Construction General Permit, before project commencement, and until final acceptance of the Work, by the Engineer, the Contractor shall provide all measures necessary to avoid erosion and adverse drainage conditions, in conformance with the requirements of the National Pollutant Discharge Elimination System (NPDES) Number CAS000002 [State Water Resources Control Board Order Number 2009-0009-DWO ("General Permit tor Storm Water Dis-charges Associated with Construction and Land Disturbance Activities")], which can be found on the Internet at: ,, • ., Revised 11/24/10 Contract No. 5020-A Page 117 of 177 http://www.waterboards.ca.gov/waterissues/programs/stormwater/constpermits.html The Contractor's QSP shall ensure that all BMPs required by the CgP and noted in the Project's SWPPP are implemented, all non-storm water and storm water visual observations are completed and all sampling and analysis is performed, including non-visible pollutant monitoring. The Contractor's QSP shall also be responsible for overseeing any site grading operations and evaluating the effectiveness of the BMPs. The Contractor's QSP shall at a minimum maintain the following records and logs: 1. Daily inspection log and reports 2. Printed or electronic version of NOAA weather forecast for each workday 3. Rain gauge log 4. Inspection forms 5. Photographs, of the project site and the BMPs, taken during required inspections performed before, during, and after storm events 6. Water quality test results for any non-visible pollutant testing and any required storm water discharge sampling 7. Rain Event Action Plans (REAPs) 8. Additional records and logs as required by the CGP The Contractor's QSP shall modify the BMPs as necessary to keep the site in compliance, oversee maintenance of the project's BMPs, and notify the Contractor's QSD to prepare amendments to the SWPPP, as needed. ~ Risk Level 2 -Monitoring and Reporting Summary: The Contractor's QSP, or QSP delegate overseen by the Contractor's QSP, shall be responsible for inspecting the BMPs and complying with all monitoring and reporting requirements of the GCP for Level 2 Traditional Projects as summarized below: Visual Inspections Sample Collection Quarterly Non Pre-Storm Event Daily Post Storm Water Receiving Risk Level Storm Water Storm Discharge Baseline REAP Storm Discharge Water BMP 2 X X X X X The Contractor shall not violate any discharge prohibitions as described in the Construction General Permit Attachment D, Section A, as applicable. Risk Level 2 dischargers are subject to a pH NAL of -8.5, and turbidity NAL of 250 NTU. The Contractor shall comply with all Good Housekeeping, Non-Storm Water Management, Erosion Control, Sediment Control, Run-on and Run-off Control requirements identified within Attachment D, Sections B through F of the GCP. l'\ •+;' Revised 11/24/10 Contract No. 5020-A Page 118 of 177 ....,,., The Contractor shall comply all Inspection, Maintenance and Repair requirements identified within Attachment D, 5eCtlOFI B of the GCP. Risk Level 2 Discharges shall perform weekly inspections and observations, and at least once each 24-hour period during extended storm events. Identified BMP failures or shortcomings shall be corrected within 72 hours of identification. An SWB or RWB compliant inspection checklist shall be completed and maintained on site for each inspection. The Contractor shall comply with all Rain Event Action Plan (REAP) requirements identified within Attachment D, Section H of the GCP. An REAP shall be developed 48 hours prior to any likely precipitation event. A likely precipitation event is any weather pattern that is forecast to have a 50% or greater probability of producing precipitation in the project area. The Contractor shall develop and implement a Construction Site Monitoring Program (CSMP) as required by Appendix D, Section I of the GCP. The CSMP shall be prepared by the Contractor's QSD and made a part of the SWPPP. Any non-compliance reporting shall be the initial responsibility of the Contractor's QSP for the Project and must be reported to the Contractor's QSD and the Engineer immediately and no later than 24 hours after being identified. Notice of Termination (NOT): The Contractor's QSD shall submit a Notice of Termination (NOT) to the Engineer and shall prepare a report to satisfy all the requirements in the CGP to terminate coverage via the SWRCB SMART system as noted in the SWPPP's BMP exhibits for final stabilization, the City's Storm Water Management Plan, Section XIII of the CCP, and Attachment A, Section C of the GCP. The Contractor's QSD shall prepare the Notice of Termination for execution by the City's LRP. Include summary of the site's stabilization status and digital photographs of the project site. The NOT information and report shall be provided to the Engineer within 30 days of the Project Acceptance Date established by the Engineer. Annual Report: As part of the implementation of the Storm Water Pollution Prevention Plan (SWPPP), the Contractor's QSD shall: (a) Prepare, certify and submit for acceptance to the Engineer by July 15th of each year or within 30 days of the Completion Date whichever is sooner, the required Annual Report in accordance with the CGP Special Provisions and annual reporting requirements of the CGP. Preparation of the documentation necessary for the Agency to submit the Annual Report is the primary responsibility of the Contractor's OSD in conjunction with the Con-tractor's QSP listed in the SWPPP. All Annual Report documentation shall be provided by the Contractor's QSD to the Engineer for the prior reporting year (July 1st through June 30th as applicable). Additional annual reporting requirements related to completion of sampling and monitoring activities are de-scribed within Section 16 of the CGP and within Attachment A, Section M; (b) Report all numeric effluent limit violations, numeric action level exceedances, or any other CCP violations to the Engineer no later than 24 hours after the violation is identified. Refer to Attachment D, Section A for Risk Level 2 Traditional Projects and to Attachment A, Section F for LUP projects. {'\ •+;" Revised 11/24/10 Contract No. 5020-A Page 119 of 177 lC) Amend the SWPPP, as needed, including revising coverage for change of acreage. The ~ Contractor shall sign and date all amendments, attach them directly to the SWPPP, and submit ·.._,/ copies of all amendments to the Engineer. Key SWPPP Implementation Tasks by Responsible Person SWPPP Item Responsible Person Notes NOT Preparation and Contractor's QSD Submitted as part of Project Completion certification tasks. NOT Submittal via SMARTS ~gency No later than 90 days after project completion. ~nnual Report preparation Contractor's QSD By July 15" for prior year period of Jul 1st through June 30". Annual Keport submittal v,a ~gency No later than September 1 • SMARTS At least one copy of the final SW PPP shall be kept at the construction site and accessible to the Engineer. Contractor shall provide one electronic and one hardcopy of the SWPPP to the Engineer. Guidance on the preparation of the SWPPP is available in the "Construction Handbook (most recent edition)" published by the California Storm Water Quality Association (CASOA) that can be down-loaded from the CASQA web site at: http://www.cabmphandbooks.com The Contractor is responsible for payment of any fees to download the most recent versions of ,.,.,, the CASOA Construction Handbook. The Contractor shall make every effort to comply with the provisions of this subsection. However, should the Contractor violate any of the provisions of this subsection, or if pollution occurs in the work area for any reason, the Contractor shall immediately notify the Engineer. In addition the Contractor shall, within 24 hours, submit a written report to the Engineer describing the incident and corrective actions taken. If pollution, for whatever reason, is detected by the Engineer before notification by the Contractor, the required written report shall also include any explanation of why the Contractor had not notified the Engineer. The Engineer may make any further corrective actions, as deemed necessary, for abatement of water pollution if the Contractor has violated any of the provisions of this subsection. The Contractor shall be responsible for all costs incurred for the corrective actions. Failure to comply with the requirements of this subsection may result in the suspension of work to which the Agency will not be responsible per Section 6-3. Failure may also result in significant fines and possible imprisonment. The Agency's Municipal Code allows for administrative, misdemeanor penalties, infractions, and civil actions for non-compliance, and enforcement actions that include stop work orders. The Federal Clean Water Act provides significant penalties for any person who violates a CGP condition or any permit condition or limitation. Any person who violates any permit condition of the CCP is subject to a civil penalty not to exceed $37,500 per calendar day of such violation. The State's Porter-Cologne Water Quality Control Act also provides for civil and criminal penalties, which in some cases are greater than those under the Federal Clean Water Act. The Contractor shall reimburse the Agency tor any fines assessed against and paid by the Agency that result from the Contractor's failure to comply with these specifications. "1111111111\ {'\ •+' Revised 11/24/10 Contract No. 5020-A Page 120 of 177 Reference is made to Section 9-3.2 regarding Partial and Final Payments. The Engineer may at its sole discretion withhold additional retention, in excess of the amount stipulated within Section 9-3.2, from partial payments issued to the Contractor as may be necessary to pay any fines or civil penalties that may result from the Contractor's failure to comply with the requirements of the GCP. Compliance with the requirements of this subsection shall in no way relieve the Contractor from its responsibility to comply with other provisions of the Contract, in particular its responsibility for repair of damage and for preservation of property. The Contractor shall mark with a stencil, concrete stamp, or ceramic tile every new or replaced storm drain inlet within the Project boundaries to indicate that no dumping is allowed in storm drainage facilities that discharge to the ocean, river or creek. The stencil or tiles are available from the Engineer, with five (5) working days advance notice. On curb inlets, the stencil shall be placed at the curb line on the inlet roof, the stamp should be placed on the inlet roof or in the sidewalk behind the inlet, and the tile shall be affixed to the gutter with pavement-marker adhesive or inset in the concrete in the center of the inlet opening. On catch basins, the stencil, stamp, and tile shall be placed or imprinted next to the inlet grate. Extra concrete may be required next to the grate to accommodate the stencil, stamp, or tile dimensions. If an unmitigated, or unauthorized discharge leaves the construction site, the Contractor shall immediately stop all the activity causing the discharge and mitigate the discharge. The Contractor shall also immediately notify the Engineer of the discharge. As soon as practical, any and all waste material, sediment, debris or other pollution from any discharge shall be removed from the drainage system by the Contractor. Any remedial actions will be the sole responsibility of the Contractor. 7-8.6.2 Best Management Practices (BMPs) Referenced BMPs shall comply with the plans and specifications, the "CASOA's Construction BMP Handbook", The City's Storm Water Management Plan for this project and Volume 4 of the City of Carlsbad's Engineering Standards. Prior to any land disturbance activities, the Contractor's QSD shall educate all employees, subcontractors, and suppliers about storm water pollution prevention and mitigation measures needed during various construction activities to prevent the impacts originating from construction discharges. The Contractor's QSD shall ensure that all personnel are trained in basic urban runoff management. A list of training attendees and copies of the educational materials shall be incorporated into the SWPPP and submitted to the Engineer as part of the first progress payment request. The Contractor shall protect with BMPs, such as gravel bags and filter fabric, all new and existing storm water conveyance system structures and other facilities from sedimentation or other related construction debris and discharges, or by any other equal product that is approved by the Engineer. All BMP amendments shall be included in the SWPPP and shown on the erosion control plan, or BMP exhibit. The Contractor shall conduct and schedule land disturbance operations, such as demolition, clearing, and grading, to minimize or avoid rain fall induced erosion and sediment discharges that ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 121 of 177 result in muddying and sitting of paved streets, channels, storm drains, and water bodies. Any modifications to the phasing of construction activities shall be shown on the erosion control plan. Water pollution control activities shall also consist of implementing good housekeeping pollution control measures to reduce the discharge of pollutants from construction sites to the Maximum extent practicable. Such features as drainage gutters, check dams, silt fences, slope protection blankets, and retention basins shall be constructed concurrently with other work and at the earliest practicable time. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the work and shall exercise due caution to avoid damage to such property. The Contractor shall protect all trees whose drip line is within the limits of excavation. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility ,......_ installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1. 5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise ('\ •+' Revised 11/24/10 Contract No. 5020-A Page 122 of 177 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. 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. Trench work must be backfilled or bridged by steel plates in order to allow residents access to and from parking during non-working hours. Contractor shall always be prepared to provide access to emergency vehicles, even during working hours. 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, Waste Management. 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. Seven calendar days prior to the start of any construction 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 ,, • ., Revised 11/24/10 Contract No. 5020-A Page 123 of 177 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 draft notification to the Engineer for approval at least 21 calendar days prior to distribution. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no access/parking signs 72 hours in advance of the work being performed. The no access/parking signs shall state the date and time of access/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 access/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 Agency reserves the right to use a public outreach firm to assist with these efforts, in which case the public outreach firm may also review notifications but may also assist with distributing notifications. The Agency would pay the public outreach firm directly in this situation. The Contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways. Construction equipment shall not be stored at the Work site. 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. "'"" ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 124 of 177 After obtaining the Engineer's approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer ................................................................................. . 2) Carlsbad Fire Department Dispatch .............................................. . 3) Carlsbad Police Department Dispatch ........................................... . 4) Carlsbad Traffic Signals Maintenance (extension 2937) ................ . 5) Carlsbad Traffic Signals Operations .............................................. . 6) North County Transit District. ......................................................... . 7) Waste Management ...................................................................... . 8) Ambulance Service ....................................................................... . 9) Appropriate School District 760-602-2720 760-931-2197 760-931-2197 760-438-2980 760-602-2752 760-967-2828 760-929-9400 855-611-0056 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, 9) 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 advanced approval from appropriate authorities for the use of any public bridges. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. A traffic control representative certified by American Traffic Safety Association (ATSSA), International Municipal Signal Association (IMSA) Work Zone Traffic Control Safety, or other approved equivalent recognized traffic control safety training/certification program, subject to City's approval. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the {'\ •+;' Revised 11/24/10 Contract No. 5020-A Page 125 of 177 Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the ,.~i1~~. 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 6', nor operate equipment within 2' from any traffic lane occupied by traffic. For equipment the 2' shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of 1 paved traffic lanes, not less than 12' wide, shall be open for use by public traffic in each direction of travel unless otherwise indicated or approved in writing by the Owner. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the l'l •+; Revised 11/24/10 Contract No. 5020-A Page 126 of 177 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 2015 Revision 1, 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. If no traffic control plans {TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 127 of 177 For Sites 2, 3, 15, and 16: The Contractor may choose to modify, add to or supplement the TCP shown on TCP-1 through TCP-5 of the contract documents or substitute TCP to further its own interests. Such substitution shall be prepared in type and kind as sheet(s) TCP-1 through TCP-5) of the contrat drawings. The level of detail, format, and graphics shall be of quality and size no less than shown on sheets TCP-1 through TCP-5 of the contract drawings. Such modifications, supplements and/or new design of TCP shall meet the requirements of the City and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2015 Revision 1, as amended for use in California as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared 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. For all other work: Design of TCP for construction shall meet the requirements of the City and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2015 Revision 1, as amended for use in California as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared 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. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for ,, • ., Revised 11/24/10 Contract No. 5020-A Page 128 of 177 the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions ,, •tr Revised 11/24/10 Contract No. 5020-A Page 129 of 177 The Contractor's submittal shall include the names of its personnel, includisng subcontractor ~ personnel, assigned to the project who will have CSEP responsibilities, their C EP training, and ·....,/ their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the Work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the Work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the work. The Contractor shall indemnify and hold the agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this Work include Chapter 11.06 Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the Contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor "~ offers and agrees to assign to the awarding body all rights, title, and interest in and ,_, ,, •+' Revised 11 /24/10 Contract No. 5020-A Page 130 of 177 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." {'\ •f' Revised 11/24/10 Contract No. 5020-A Page 131 of 177 SECTION 8 -FACILITIES 8-1 GENERAL. No office space is required for Agency personnel. However, Contractor is required to maintain a trailer and laydown area within the general vicinity of the Project. All facilities provided for Agency personnel shall be at suitable locations approved by the Engineer. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. The Contractor shall provide a field office for the Contractor's Representative and contractual documents to be located. The field office shall include a bathroom and be large enough to accommodate a sit-down meeting of 12 people. All facilities shall conform to the applicable codes, ordinances, and regulations of the local jurisdiction and of the State of California, and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 132 of 177 SECTION 9 -MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT. 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 133 of 177 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 .,,1,1,,.,i awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6- 10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, {'\ •+r' Revised 11/24/10 Contract No. 5020-A Page 134 of 177 determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. 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. {' •f' Revised 11/24/10 Contract No. 5020-A Page 135 of 177 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written ,~'!"llfl!!,, statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written , ,,,1~' statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. Refer to Technical Specification 01150 Measurement and Payment for description of measurement and payment for each lump sum and unit priced work. ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 136 of 177 SUPPLEMENTAL PROVISIONS ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 137 of 177 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 -ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200- 1.2.2(8). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200- 1.2.2(8). Sieve Sizes 50-mm (2") 37.5-mm (1 ½") 19-mm etl) 12.5-mm (½") 9.5-mm eta") 4.75-mm (No. 4) 2.36-mm (No. 8) 75-µm (no. 200 Sieve Sizes 25-mm (1") 19-mm (J//) 9.5-mm (J/ a") 4. 75-mm (No. 4 2.36-mm (No. 8 600-um (No. 30 300-um (No. 50 75-um (no. 2001 {'\ • ., Revised 11/24/10 TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Percentage Passing Type A --- --- 100 95-100 70-100 0-55 0-10 0-3 TABLE 200-1.2.2(8) CLASS 2 PERMEABLE MATERIAL Type 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. 5020-A Page 138 of 177 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2. 7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. Sieve Sizes 2" ································· 11/2'' ........................... . 1" ..... ···························· 3/4" ······························ No. 4 ........................... . No. 30 .......................... . No. 200 ....................... . AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum Operating Range 100 90-100 50-85 25-45 10-25 2-9 3/4" Maximum Operating Range 100 90-100 35-60 10-30 2-9 QUALITY REQUIREMENTS 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. l'\ •+;' Revised 11/24/10 Contract No. 5020-A Page 139 of 177 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) (1> Trench Backfill Slurry 115-E-3 (190-E-400) Street Light Foundations and Survey 330-C-23 Monuments ( 560-C-3250) Traffic Signal Foundations 350-C-27 (590-C-3750) Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) Maximum Slump mm (Inches) (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(a) Integral Colored Concrete. Add the following: Integral color shall consist of colored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pigments shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architectural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see product information bulletin). Provide sample panel submittals of all colors to be used in the installation on identical surfaces for approval by Resident Engineer. Contractor shall provide a maintenance schedule for integral colored concrete. Admixture for all integral colored concrete paving in medians and other integral colored concrete shall be the following: Color: Curing: to match existing Scofield Colorcure Concrete Sealer (or approved equal). See Section 201 of these Supplemental Provisions for Concrete Curing Materials. Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 140 of 177 1-800-800-9900 Admixture products and procedures for installation shall be in strict accordance with the manufacturer's specifications and recommendations, and those published by the American Concrete Institute (ACI) and the Portland Cement Association (PCA). 201-1.2.4 Chemical Admixtures. (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201-1.6 Finish: match existing Add the following: 201-1.7 Miscellaneous Concrete Finishing Products. 201-1. 7 .1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal) Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural concrete. Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer's directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications: Color: Clear, non-yellowing Odor: Mild Flash Point: None (C.O.C. method) Specific Grav.: 1.03 Density: 8.6 pounds per gallon Drying Time: 30 minutes to 60 minutes Cure Time: 24 to 48 hours voe Content: None (0 g/1) excluding water Polymer Type: Proprietary Reactive Resin System Coverages (approximate): Smooth Concrete: 300 to 400 square feet per gallon Rough Concrete: 200 to 300 square feet per gallon Note: Coverages vary depending on porosity and condition of surface and method of application. Method of: Airless sprayer. Application {'\ • ., Revised 11/24/10 Contract No. 5020-A Page 141 of 177 Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer's direction. 201-1.2.4 Chemical Admixtures. {e) 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 a ½" continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint ... , substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. 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. ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 142 of 177 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 Results Conditions (ASTM Designation) Cone Penetration ASTM D 3407, Sec. 5 3.5 mm, max. 25°C, 150 a, 5 s Flow, 60°C ASTM D 3407, Sec. 6 5 mm, max. Resilience ,ASTM D 3407, Sec. 8 25%, min. 25°c Softenina 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, SECTION 203-BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. Add the following: 203-6.2.1 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.3 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.3 (A) Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.4.3 (A). ,, • ., Revised 11/24/10 Contract No. 5020-A Page 143 of 177 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shall be class D2-PG?0-10 for dikes and class E-PG?0-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in 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 b. or Marshall Stability1 in accordance with the Asphalt lnstitute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. 1Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. 203-6.8 Asphalt Concrete Storage. Add the following: Open graded or Gap graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203-11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be Gap Graded class ARHM-GG-C. SECTION 207 -PIPE 207-2 REINFORCED CONCRETE PIPE. 207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designations C 361-95 and C 443-94. Pipe designated in the plans as "pressure pipe" or with a 100-year hydraulic grade line at or above the soffit shall be bell and groove spigot joint with "O" rings conforming to ASTM C-443 and C- 361 for the limits shown on the plans. l'\ •;;' Revised 11/24/10 Contract No. 5020-A Page 144 of 177 207-9 IRON PIPE AND FITTINGS 207-9.2.2 Pipe Joints Unless otherwise shown on the Plans, all joints shall be the push-on type joint. Joints and accessories shall conform to the requirements and dimensions specified in ANSI A21.11, AWWA C111. Rubber gasket material shall conform to 208-1.2 and AWWA C111 and ANSI A21.11-90. 207-9.2.3 Fittings. Add the following: Ductile iron pipe and fittings shall be manufactured in accordance with ANSI 21.50, AWWA C150 and ANSI 21.51, AWWA C151, and shall be of the size and thickness classes shown on the Plans. Unless otherwise specified, size 4-inches through 6-inches DIP shall be thickness Class 52, while size 8-inches and larger shall be thickness Class 50. 207-9.2.4 Lining and Coating. Replace with the following: Unless otherwise specified, all iron pipe and fittings shall be lined with double thickness, cement motor lining with cement conforming to ASTM C150 Type II, AWWA C104/A21.4.90 and outside coating of bituminous coating a minimum of 2 mils. thick in accordance with AWWA C151 or C100. 207-10 STEEL PIPE Add the following: 207-10.1 General Fabricated Steel Pipe and Fittings shall conform in all respects to Carlsbad Municipal Water District Rules and Regulations for Construction of (Potable or Reclaimed) Water Mains, latest edition. 207-10.1.2 Submittals. The Contractor shall furnish submittals in accordance with Section 2-5.3, Submittals Shop Drawings. Submittals are required for the following: Shop Drawings Manufacturer's tests Fabrication Details Protective Coatings Layout Drawings Mill Reports or Plant Test Reports Dimensional Checks Welding Procedures/Certification for Field Welding Shop Drawings shall be submitted and approved prior to manufacture of pipe. 207-10.1.3 Quality Assurance. Field welders shall be certified under Section IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA C206, Section 3. Welders shall submit a copy of their certification to the District prior to performing any field welding. Certifications shall be dated within three (3) years of the job to be performed. The top of all pipe and specials shall be clearly identified by marking the top with "T.O.P." for easy identifications in the field. Plainly mark each length of pipe at the bell end to identify the proper location of the pipe item by reference to the layout schedule. 207-10.1.4 Protective Coatings and Linings. All steel pipe and fittings exposed within a vault or above ground shall be cement-mortar lined in accordance with AWWA C205 and C602 and painted in accordance with CMWD Approved Materials List. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, C214 and C602 unless otherwise specified on the Drawings. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 145 of 177 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 02103 0114 mm (0.0056") Tensile strength ASTM 0882 4500g/cm (25 lbs/inch) (5,500 PSI) Elongation ASTM 0882-88 <50 percent at break Printability ASTM 02578 >50 dynes/square centimeter Flexibility ASTM 0671-81 Pliable hand Inks Manufacturing specifications Heat-set Mylex Message repeat Manufacturing specifications Every 500 mm(20") Foil Manufacturing specifications Dead soft/annealed Top layer Manufacturing specifications Virgin PET Bottom layer Manufacturing specifications Virgin LOPE Adhesives Manufacturing specifications >30 percent, solid 1.5#/R Bond strength Boiling H20 at 100 degrees Celsius Five hours without peel Colors APWACode See Table 207-25.1 (B) TABLE 207-25.1 (B) 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. {'\ •ti Revised 11/24/10 Contract No. 5020-A Page 146 of 177 Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321 (e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines -APR RP 1109. D. General Services Administration, Washington, DC, 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-reatment 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 Spec1ficat1on TT-P- 19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CAL TRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CAL TRANS Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CAL TRANS Specification No. 8010-004 (Type 11). 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. 210-3 GALVANIZING. Add the following section: 210-3.6 Galvanizing for Traffic Signal Facilities. The requirements of this section shall pertain only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fabricated from rolled, pressed and forged steel shapes, plates, bars and strip 3.2 mm (1/8") thick or thicker, shall conform to the specifications of ASTM Designation: A 123, except that complete seal welding ,, • ., Revised 11/24/10 Contract No. 5020-A Page 147 of 177 of tightly contacting surfaces of these products prior to galvanizing is required only where seal welding is shown on the plans or specified in these special provisions. Except for pre-galvanized standard pipe, galvanizing of material 3.2 mm (1/8") thick or thicker shall be performed after fabrication into the largest practical sections. At the option of the Contractor, material thinner than 3.2 mm (1/8") shall be galvanized either before fabrication in conformance with the requirements of ASTM Designation: A 525M, Coating Designation Z600, or after fabrication in conformance with the requirements of ASTM Designation: A 123, except that the weight of zinc coating shall average not less than 365 g per square meter (1.2 oz. per ft2) of actual surface area with no individual specimen having a coating weight of less than 305 g per square meter (1.0 oz. per ft2). Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53. Galvanizing will not be required for stainless steel, monel metal and similar corrosion resistant parts. Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling, milling, bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvanizing to remove all slab or other material that would interfere with the adherence of the zinc. When it is necessary to straighten any sections after galvanizing, the work shall be performed without damage to the zinc coating. Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plans, shall conform to the specifications of ASTM Designation: A 153, except whenever threaded studs, bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 325M, -~- A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot-dip zinc coated or mechanically zinc coated in accordance with the requirements of the ASTM Designations. Unless otherwise specified, galvanizing shall be performed after fabrication. Components of bolted assemblies shall be galvanized separately before assembly. Tapping of nuts or other internally threaded parts to be used with zinc coated bolts, anchor bars or studs shall be done after galvanizing and shall conform to the requirements for thread dimensions and overtapping allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated surfaces shall be in accordance with the procedures in Section 210.1 "Paint". Galvanized surfaces that are abraded or damaged at any time after the application of the zinc coating shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after which the cleaned areas shall be painted with two applications of unthinned zinc-rich primer (organic vehicle type) conforming to the provisions in Section 210-3.5, "Repair of Damaged Zinc Coating." Aerosol cans shall not be used. ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 148 of 177 SECTION 212 -LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS. 212-1.2.3 Commercial Fertilizer. Add the following: Preplant fertilizer shall be granular commercial fertilizer 7-7-7 or approved equal. Postplant fertilizer shall be 12-4-6 or approved equal with Ca, Fe, Zn, and Mn and with the majority of nitrogen in nonammoniac form to prevent acidification of soil. Planting tablets shall be compressed fertilizer tablets with a 20-10-5 analysis. 212-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Amendment mulch materials produced from pine trees grown in Alameda, Monterey, Santa Clara, Santa Cruz or San Mateo Counties shall not be used in the Work. Type 1 A Organic Soil Amendment shall conform to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. Type 1 A Organic Soil Amendment shall be a wood or rice residual product derived from the bark of pine, white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1A Organic Soil Amendment shall be manufactured from clean wood, free from clods coarse objects and rocks and shall conform to the properties shown in Table 212-1.2.4(8): TABLE 212-1.2.4(8) SOIL AMENDMENT PROPERTIES Propert Minimum 1 Sieve 100% #4 Sieve 95% #16 Sieve 45% #30 Sieve 30% #50 Sieve 0% #100 Sieve 0% 1 ht basis 0.08% 0% 6.0 1 (1) (As Required by Table 212-1.2.4(A) SSPWC) Maximum 1 100% 100% 65% 40% 10% 2% 1 6.0% 7.0 1 For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of the proposed amendment accompanied by an analytical analysis from a qualified agricultural laboratory certifying compliance to the requirements herein. Qualified agricultural laboratories shall have an on-going quality assurance program that fulfills the requirements of the most recent version of the 'Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Certificates of compliance shall contain a statement attesting that the organic soil amendment meets the requirements of these specifications and that the testing agricultural laboratory does fulfill the requirements of 'Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Said submittal shall be in accordance with Section 2-5.3.3. 212-1.2.5 Mulch for Hydraulic Method Seed Lawn Planting. Add the following: The terms Hydroseeding and Hydroseed shall be synonymous with Hydraulic for the purposes of Section 212. Planting areas shall be mulched, fertilized and seeded using method B. Mulch shall be {'\ • ., Revised 11/24/10 Contract No. 5020-A Page 149 of 177 manufactured from virgin wood cellulose fiber mulch and shall not contain growth or germination ~ inhibitors. When mixed with water, the mulch shall remain in uniform suspension and when ,......,i blended with the seed, fertilizer, and other approved additives, shall form a homogeneous slurry. When applied, the fibers shall form a moisture absorbing membrane with adequate percolation properties sufficient to allow one hundred percent of water applied at the rate of 3.1 liters per minute per square meter (0.075 gallons per minute per square foot) onto a surface inclined at a 2: 1 (horizontal: vertical) slope to pass through the membrane. A non-phyto-toxic wetting agent shall be added to the slurry mixture. A water soluble, non-toxic green dye shall be added in sufficient quantity to clearly delineate the planted areas. When required, binder shall be added to the slurry mixture and shall be "CPA 4000", "AZ . .TAC", "Ecology Control", "M-Binder", or approved equal. Add the following section: 212-1.2.5.1 Disturbed Area Mulch Fertilizer and Additives. In addition to the seed mix shown in the table for Disturbed Areas the slurry mixture shall be applied at the rates shown in Table 212-1.2.5.1 (A) TABLE 212-1.2.5.1 (A) DISTURBED AREA MULCH FERTILIZER AND ADDITIVES Component Application Rate grams per sq. meter (pounds per acre) Viroin Wood Cellulose Fiber Mulch 225 (2000) Binder (1) 7 (60) Fertilizer (16-20-0) Ammonium 35 (300) Phosphate Sulfate, Plus 15% Soil Sulfur Wetting Aoent Per Mfo. Recommendation Green Colorant Per Mfo. Recommendation (1) Required to be incorporated only when applied between the months of Nov. through Feb. Add the following section: 212-1.2.6 Herbicides and Pesticides. Shall be used in their appropriate applications with strict adherence to manufacturer's specifications and instructions. Postemergent herbicide for all areas shall be Glyphosate, N-(phosphonomethyl) glycine, in the form of its isopropylamine salt such as Roundup Pro, Diquat, Montar, or approved equal. Preemergent herbicide for shrubs and groundcover areas planted from flats shall be Treflan, Surflan, Eptan, or approved equal. Add the following section: 212-1.2.7 General Soil Conditioners. Agricultural-grade gypsum shall be a calcium sulfate (CaSQ4 H20) product -94.3 percent. 90 percent shall pass a SO-mesh screen. Control of dust during application is mandatory. Iron Sulfate shall be ferrous sulfate in pelletized or granular form containing not less than 20.0 percent iron expressed as metallic iron. Iron Sulfate pellets shall be of size and gradation such that 98 percent is retained on a 10-mesh screen. Add the following section: 212-1.2.8 Stabilizing Emulsion. Stabilizing emulsion shall be a concentrated liquid chemical that forms a plastic film upon drying and allows water and air to penetrate. The film shall be ~- nonflammable and shall have an effective life of at least one year. Stabilizing emulsion shall be l'\ •ti' Revised 11/24/10 Contract No. 5020-A Page 150 of 177 nontoxic to plant and animal life and nonthinking to concrete or painted surfaces. In the cured state the stabilizing emulsion shall not be re-emulsifiable. The material shall be registered with, and licensed by the California, Department of Food and Agriculture, as an "auxiliary soil chemical". Stabilizing emulsion shall be miscible with water at time of mixing and application. 212-1.3 Seed. Add following: The quantity of pure live seed supplied shall meet or exceed the quantity shown in the specified mixes. Seed shall not contain more than 0.5 percent weed seed by volume Seed types shall be as specified on the plans and planting legends, and shall be applied at the rates indicated. All brand-name, patented seed must be received by Contractor in original manufacturer's bag. Seed shall be received by Contractor in separate containers specifying kind, quantity, purity, and germination. Contractor shall provide the Engineer with each seed bag label used in the Work. Add the following section: 212-1.3.1 Seed for Disturbed Areas. Hydroseeding mix for Disturbed Areas shall consist of no less than the seed varieties shown in Table 212-1.3.1 (A). TABLE 212-1.3.1 (A) SEED FOR DISTURBED AREAS Seed Variety Application Rate grams per sq. meter (pounds per acre) Rose Clover 2.5 20 (1) Festuca Megalura, Zorro Fescue 2.5 20 Eschscholzia Californica 0.35 3 Achillea Millefolia 0.45 4 Alyssum (Carpet Of Snow) 0.35 3 Dimorpholeca 0.25 2 (1) Rose Clover shall be inoculated with a nitrogen fixing bacteria and be applied dry either by drilling or broadcasting immediately before hydraulic application of the remaining seed mix and mulch. 212-1.4.1 General. Add the following: Plants shall be the variety and size shown on the plans or in the special provisions and shall conform to the requirements of these specifications. Contractor shall notify the Engineer 48 hours before each plant delivery so that the Engineer can inspect the plants. The scientific and common names of plants herein specified shall conform to the approved names given in "A Checklist of Woody Ornamental Plants in California, Oregon and Washington" published by the University of California, Division of Agriculture Sciences, Publication 4091 (1979). Each group of plant materials delivered on site shall be labeled clearly as to species and variety. All patented plants (cultivars) required by the plant list shall be delivered with a proper plant patent attached. The Contractor shall obtain clearance from the County Agricultural Commissioner, as required by law, before planting plants delivered from outside the County in which they are to be planted. Evidence that clearance has been obtained shall be filed with the Engineer. All plants furnished by the Contractor shall be true to type or name as shown on the plans and shall be tagged identifying the plants by species or variety; however, determination of plant species or variety will be made by the Engineer and the Engineer's decision shall be final. Plants shall be individually tagged or tagged in groups by species or variety. Carpobrotus cuttings need not be tagged. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plants, and certificates shall be delivered to the Engineer. {'\ • ., Revised 11/24/10 Contract No. 5020-A Page 151 of 177 Plants furnished by the Contractor shall be healthy, shapely, and well-rooted, and roots shall show ,,.,., no evidence of having been restricted or deformed at any time. Plants shall be well-grown, free ,.,,fl from insect pests and disease, and shall be grown in nurseries which have been inspected by the State Department of Food and Agriculture and have complied with the regulations thereof. The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-proportioned plants are the intent of this specification. Plants which are even moderately "overgrown", or are showing signs of decline or lack of vigor, are subject to rejection. The size of the plants will be as shown on the plans. Plants larger in size than specified may be used with the approval of the Engineer, but the use of larger plants will make no change in contract price. If the use of larger plants is approved, soil amendments shall be increased proportionately. All plants not conforming to the requirements herein specified shall be considered defective and such plants, whether in place or not, shall be marked as rejected, and immediately removed from the site and replaced with new plants by the Contractor at the Contractor's expense. The Engineer reserves the right to change the species, variety, and/or sizes of plant material to be furnished, provided that the cost of such plant changes do not exceed the cost of plants in the original bid, and with the provision that the Contractor shall be notified in writing, at least 60 days before the planting operation has commenced. No plant shall be transported to the planting area that is not thoroughly wet throughout the ball of earth surrounding the roots. Any plant that, in the opinion of the Engineer, has a damaged root ball or is dry or in a wilted condition when delivered to the planting area will not be accepted, and shall be replaced by the Contractor at the Contractor's expense. Each plant shall be handled and packed in the approved manner for that species or variety, and all necessary precautions shall be taken to ensure that the plants will arrive at the site of the work in proper condition for successful "''"'"" growth. Trucks used for transporting plants shall be equipped with covers to protect plants from windburn. Root condition of plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than 2 plants nor more than 2 percent of the total number of plants of each species or variety, except when container-grown plants are from several sources, the roots of not less than 2 plants of each species or variety from each source will be inspected by the Engineer. In case the sample plants inspected are found to be defective, the Agency reserves the right to reject the entire lot or lots of plants represented by the defective samples. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will not be paid for. The Contractor shall notify the Engineer when plants are to be shipped to the project site. The notification shall be given not less than 10 days prior to the actual shipment date. Carpobrotus cuttings shall be 250 mm (1 0") or more in length and shall not be rooted. Delosperma cuttings shall be 150 mm (6'') or more in length and shall not be rooted. Cuttings shall be tip cuttings from healthy, vigorous and strong-growing plants and shall be insect and disease free. Mature or brown-colored stem growths or cuttings which have been trimmed will not be accepted. Cuttings shall be planted not more than 2 days after cutting and shall not be allowed to dry or wither. Carpobrotus cuttings shall not be taken from any plants that indicate the presence of ice plant scale (Pulvinaria species). ,, • .,, Revised 11/24/10 Contract No. 5020-A Page 152 of 177 The Contractor shall notify the Engineer of the location where cuttings are to be taken at least 10 days prior to taking the cuttings and shall be responsible for all permit and inspection fees involved in obtaining cuttings. 212-1.5.3 Tree Stakes. Modify as follows: Tree stakes shall be 50mm (2") diameter turned lodgepole pine, pointed on their driven end. Add the following section: 212-1.6 Erosion Control Matting. Erosion control matting shall be made of 100-percent- biodegradable, weed-free wheat straw of thickness and density yielding 270 grams per square meter (0.50 lb./sy) with photodegradable polypropylene netting with a density of 0.89 grams per square meter (1.64 lb/1000 sy) having an approximate mesh interval of 50 mm x 50 mm (2" x 2") on each face of the straw mat. The straw mat shall be sewn together with unidirectional lines of cotton or polypropylene thread spaced approximately 50 mm (2") apart. Erosion control matting shall be "North American Green, DS150", "BonTerra S2", or approved equal. Add the following section: 212-1.7 Erosion Control Mat Staples. Erosion control mat staples shall be 25 mm x 150 mm (1" x 6''), U-shaped 11-gauge mild steel staples. Add the following section: 212-1.8 Root Barriers. Root barriers shall be no less than 1m (39") in width. Root barriers shall be "Biobarrier", as manufactured by Reemay, Inc., 70 Old Hickory Boulevard, Old Hickory, TN 97138, Phone 615-847-7000, no substitutes will be accepted. 212-2 IRRIGATION SYSTEM MATERIALS. 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings, Add the following: Except as provided in this section, all buried piping in the irrigation system shall be installed with underground utility marking tape conforming to the requirements of section 207-21 and identifying it as reclaimed water. Intermittent pressure lines (lines on the downstream side of a controller valve that will not be subject to constant pressure) will not require underground utility marking tape. All PVC pipe used for irrigation systems shall be colored purple by the addition of a dye integral to the PVC. Painted pipe will not be accepted. Pressure mainline piping for sizes 50 mm (2") and larger shall be PVC having a pressure rating of 2170 kPa (315 PSI), S.D.R. 13.5. Stenciled pipe is required for all irrigation system piping including portions not required to be marked with underground utility marking tape. All pipe shall have stenciling appearing on both sides of the pipe with the marking "Reclaimed Water" in 16 mm (5/a") high letters repeated every 300 mm (12"). PVC non-pressure buried lateral line piping shall be PVC Schedule 40. Add the following section: 212-2.1.7 Brass Pipe and Fittings. Brass pipe shall be IPS standard weight 125 LB 85 percent copper and 15 percent zinc, trade designation seamless red brass pipe conforming to the requirements of ASTM B43-91. Brass pipe fittings and connections shall be Standard 125 LB class 85 percent red brass fittings and connections. 212-2.2.7 Valve Boxes. Add the following: All valve boxes shall be marked ''RCV", "BV" or "QC", "PB" respectively. Remote control valves shall be marked with station numbers embossed on the valve cover with a brass tag. (RCV boxes shall have locking covers.) Other boxes such as pull boxes, etc., shall be marked with appropriate identification. ,, •tr' Revised 11/24/10 Contract No. 5020-A Page 153 of 177 Add the following section: 212-2.2.8 Ball Valves. Ball valves shall have bottom-loaded pressure-retaining stems, glass- reinforced seats, and reinforced TFE stem packing seals. Valves sizes 13 mm (½") to 50 mm (2") shall be pressure rated at 4140 kPa (600 PSI) WOG and 1030 kPa (150-PSI) saturated steam. Each valve shall be tested, air under water, in the opened and closed position by the manufacturer. Ball valve must conform to Federal Specification WW-V-35B, Type II, Class A, Style 3, End Connection A or C. Add the following section: 212-2.2.9 Pressure Regulator Valve. Pressure regulator valve shall be bronze body with screw fitting. Add the following section: 212-2.2.9 Wye Strainers. Wye strainers shall have a cast iron or all-bronze body with a removable stainless steel or monel strainer. Wye strainers shall be capable of withstanding a cold water working pressure of 1034 kPa (150 psi). Wye strainers at backflow preventer assemblies shall be equipped with a gate valve at the outlet. All other wye strainers shall be equipped with a garden valve at the outlet. The strainer screen for the wye strainer in a backflow preventer assembly shall have an open area equal to at least 3 times the cross-sectional area of the pipe based on an iron pipe size and shall be woven wire fabric with 850-µm mesh or perforated sheet with 1.14 mm (0.045") diameter holes. All other wye strainers shall be equipped with 425-µm strainer screens. 212-2.4 Sprinkler Equipment. Add the following: All sprinkler heads are to have factory built-in check valves or a check valve under each head. Drip assemblies shall meet the following requirements: The drip emitter shall be Pepco Quadra or Rainbird XERI-Bird-8 or approved equal as called on drawings, with four ports. Drip tubing for emitter outlets shall be Rainbird (RBT-160V), Salco, or approved equal. Drip tubing stakes shall be Rainbird No. RS-13, Salco, or approved equal. Bug cap for drip tubing shall be manufactured by Rainbird, Pepco, or approved equal. The drip pressure regulator shall be Rainbird, Netafim PVR, or approved equal. Drip emitter filter shall be Amiad, Rainbird, or approved equal. Drip emitter access boxes shall be Rainbird No. SEB-6X, Salco Subterranean Emitter Box, or approved equal. Check valves shall be of heavy-duty virgin PVC construction with FIP thread inlet and outlet. Internal parts shall be stainless steel and neoprene. Antidrain valves shall be field adjustable against drain out from 1.5 m to 12 m (5' to 40') of head. All sprinkler heads that are without valves in the heads are to have an antidrain valve feature and shall have an excess flow feature, which will automatically stop the flow of water when it exceeds the GPM preset by the manufacturer. Check valves shall be King Bros., Rainbird, or approved equal. 212-2.3 Backflow Preventer Assembly. Add the following: Backflow preventers shall be one of the approved reduced pressure principle devices listed by the California Department of Health Services, Division of Drinking Water and Environmental Management, 601 North 7th Street, Mailing Station (MS) 92, P.O. Box 942732, Sacramento, CA 94234-7320. Backflow preventers shall be factory assembled and shall include two (2) check valves, one pressure differential relief valve, two (2) shut-off valves and four (4) test cocks. Backflow preventer and valves shall be the same size as the pipeline in which they are installed, unless otherwise ,, •tr Revised 11/24/10 Contract No. 5020-A Page 154 of 177 shown on the plans. Backflow preventer shut-off valves shall be manufactured from iron or bronze and shall be either resilient wedged gate valves, resilient seated and fully ported ball valves, or resilient seated butterfly valves. Threaded type shut-off valves shall be provided with a union on one side of each valve. Unions shall be brass or malleable iron. Add the following section: 212-2.4.1 Additional Equipment. Contractor shall provide the following items to the Engineer: 1. Two control valve keys. 2. Two wrenches for removing each different type of sprinkler head. 3. Two quick coupler keys. The keys and hose ells shall be of the same manufacturer as the coupling valve. 4. Five keys for opening and locking each automatic controller and enclosure. Add the following section: 212-2.5 Flexible Hose. Flexible hose shall be nonrigid polyvinyl chloride (nonrigid PVC) hose conforming to the specifications of ASTM Designation: D 2287, Cell-type 6464500. Wall thicknesses of nonrigid PVC hose shall conform to Table 212-2.5(A) when determined in accordance with ASTM Designation: D 2122. Hose Size-Nominal (Millimeters (Inches) ) 15 51a 20 ¾ 25 1 TABLE 212-2.S(A) FLEXIBLE HOSE Minimum Wall Thickness* (Millimeters) (Inches) 3.73 0.147 3.91 0.154 4.55 0.179 *as measured at any point on the cross section. Range (Percent) 12 12 12 The hose shall provide leak-free, non-separating connections suitable for the purpose intended when connected to the fittings specified herein. Fittings for flexible hose shall be injection molded PVC, Schedule 40, conforming to the specifications of ASTM Designation: D 2466. Fittings shall be solvent cemented type. Solvent cement for flexible hose and fittings shall be of commercial quality specifically manufactured for use with nonrigid PVC hose. Primer for flexible hose fittings shall be the same as specified for plastic pipe supply line fittings. 212-3 ELECTRICAL MATERIALS. 212-3.1 General. Add the following: All electrical materials shall conform to the requirements of the 1996 National Electrical Code. 212-3.2.2 Conductors. Add the following: Low voltage electric wiring running from controller to the automatic control valves shall be no smaller than No. 14 solid single conductor, copper wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Direct Burial), or equal, color code wires to each valve. Neutral wires shall be white, no smaller than No. 12 solid single conductor wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Direct Burial). 212-3.3 Controller Unit. Add the following: All controllers shall be grounded by one 19 mm (5/8") diameter by 3 m (1 0') long stainless steel grounding rod and a 50-ohm resistance lightning arrestor. ,, •f' Revised 11/24/10 Contract No. 5020-A Page 155 of 177 "' Add the following section. •11,, 212-3.4 Irrigation Electrical Service Equipment and Enclosures. Electrical service equipment shall incorporate the following elements: 1. One 100-amp, 120/240-volt, single-phase load center, as approved by the Engineer; 2. One 100-amp rated commercial meter socket suitable for the San Diego Gas and Electric Company meter, with provision for test block bypass having a UL listing and EUSERC approval; 3. One 15-amp circuit breaker for each irrigation controller energized by the service; 4. One 20-amp circuit breaker for the duplex receptacle. 5. The design, assembly, grounding, wiring, and components of the irrigation electrical service equipment and enclosure shall meet the requirements of the 1996 edition of the National Electrical Code. 6. Electrical service equipment shall be enclosed in a cabinet constructed entirely of 14-gage, or heavier, 304 stainless steel. The cabinet shall be of welded construction with a brushed finish; anchoring points shall be inside the enclosure. 7. The cabinet shall be HYDROSAFE Model No. HS9, Strong Box, or approved equal. 8. The cabinet shall have a 304 stainless steel interior bulkhead separating the 120/240-volt electrical service section from the irrigation controller section. 9. No wood components shall be used in the enclosure. 10. Each section of the cabinet shall have full front opening doors with piano hinges, integral keylock and hasp and staple, or other provision, for padlock. 11. The cabinet shall be provided with cross-flow ventilation. Ventilation openings shall be located and designed to preclude rain, irrigation splash, vermin, and insects from entering the cabinet. 12. The controller side door shall have provision for mounting control schematics without the use of adhesives or fasteners. The service side door shall have a clear acrylic plastic .~ window to allow the electrical meter to be read. ..,..-, 13. The cabinet shall have a duplex 15-amp, 120-volt receptacle with ground fault interrupter protection mounted on the interior service side. 14. Concrete footings and pads supporting the Electrical service equipment shall be 560-C- 3250 and shall be no less than 150 mm (6") thick. 15. Anchor bolts to secure the service equipment to the concrete pad shall be 10 mm (3'8") diameter by 150 mm (6") long hot dip galvanized or stainless steel headed bolts with washers, without sleeves, conforming to section 304-1.7. Anchor bolts to secure the service equipment to the concrete pad shall be embedded in the concrete slab between 65 mm and 100 mm (2½" and 4"). ,, • ., Revised 11/24/10 Contract No. 5020-A Page 156 of 177 SECTION 214 PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1 (A), or equal thereto. TABLE 214-5.1(A) TEMPORARY REFLECTIVE PAVEMENT MARKERS Type 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: 14-5.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface- mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 mat night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown in Table 214-5.2(A), or equal thereto. Type TABLE 214-5.2(A) REFLECTIVE CHANNELIZER Manufacturer of Distributor Safe-Hit SH336SMA Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Carsonite SDR3036 "Super Chicago, IL 60602 (800) 537-8958 Duck" Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800) 648-7916 Repo "The Replaceable Post" 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. ,, •f' Revised 11/24/10 Contract No. 5020-A Page 157 of 177 SECTION 215 -FENCING Add the following section: 215-1 ENVIRONMENTAL FENCING Add the following section: 215-1.1 Materials. Environmental fence shall be minimum 4' high, orange colored plastic construction fencing installed prior to performing any work. Environmental fence shall be constructed of non-toxic, non-conductive polyethylene capable of withstanding temperatures from -58F degrees to 194F degrees. Color shall be non-fading. Posts shall be 6'-6" long, shall be spaced no more than 10'-0" apart and buried portion shall be no less than 2'-6" deep. Used materials may be installed providing the used materials are good, sound, and are suitable for the purpose intended, as determined by the Engineer. Materials may be commercial quality providing the dimensions and sizes of the materials are equal to, or greater than, the dimensions and sizes specified herein. Posts shall be either metal or wood at the Contractor's option. Galvanizing and painting of steel items will not be required. Treating wood with wood preservatives will not be required. Concrete footings for metal posts will not be required. ,, • .,-Revised 11 /24/ 1 0 Contract No. 5020-A Page 158 of 177 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 -EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. Add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials. Add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. Modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. Add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill includng removal and recompaction of unsuitable soil, salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1 ') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, ('\ •tr Revised 11/24/10 Contract No. 5020-A Page 159 of 177 wetland mitigation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. 300-2.2.1 General. Add the following: Alluvial and colluvial removal and recompaction shall consist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed by the Contractor until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompaction. The excavated material shall be placed and compacted in accordance with section 300-4 of the specifications except that section 300-4.9, Measurement and Payment, shall not apply. 300-2.2.1 General. Add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accordance with section 300-2.2.1. 300-2.2.4 Instability of Cuts. Add the following: The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 300-2.5 Slopes. Add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25') of the locations shown on the plans. 300-2.5 Slopes. Add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material. Add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1 ') of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. ,, •+' Revised 11/24/10 Contract No. 5020-A Page 160 of 177 300-3 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 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "Stormwater Best Management Practices Handbook, Construction", January 2015 edition as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction", January 2015 edition on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods. b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. {'\ •ti' Revised 11/24/10 Contract No. 5020-A Page 161 of 177 These measures shall include, but shall not be limited to, methods shown on the plans and described herein. 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; ('\ • ., Revised 11/24/10 Contract No. 5020-A Page 162 of 177 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Consideration Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant 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: 300-13-1.2 Availability of SWPPP template. A site-specific draft document intended for use as a template for the required SWPPP document will be made available for use at the Contractor's option, at no cost to the Contractor. The document is available for review in Appendix B. The Contractor shall review the template and modify it as necessary to reflect the Contractor's operations. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be considered incidental to the items of work and no additional payment will be made therefore. Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 163 of 177 Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor's cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following section: 300-13.1.5 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 .... lldl':i 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. ,, •+;' Revised 11 /24/ 1 0 Contract No. 5020-A Page 164 of 177 SECTION 301 -TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")". 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1. 7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 -ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT. Add the following: 302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in section 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.5 Distribution and Spreading. Modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30') minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. Delete the second sentence of paragraph 7 and the subsequent subsections A. thru E which reference windrow operations. Add the following sentence in place of the deleted sentence and subsequent subsections: The use of windrow operations shall not be allowed. 302-5.6.1 General. Modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. Modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 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 {'\ •ti Revised 11/24/10 Contract No. 5020-A Page 165 of 177 of the overlay. Each appurtenance shall be located immediately after the overlay is placed and shall be thoroughly cleaned of any and all construction debris which may have entered due to the Contractor's operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carlsbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Raising and adjusting to grade all appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications and plans. 302-5.9 Measurement and Payment. Add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat or sand blotter. Add the following section: 302-11 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-11.1 General. Asphalt pavement Repairs and Remediation shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of existing asphalt pavement in conformance with section 300-1.3, compaction of existing subgrade in conformance with section 301-1, grading and compaction of base material in conformance with section 301-2, application of grade SS-1 h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein Add the following section. 302-11.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate base/subgrade to 300 mm (1 ') below existing asphalt surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for estimating purposes only, final quantity will be as measured in the field. The Engineer will designate and mark the final limits of the asphalt patch area by outlining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut shall have two of the sides at right angles to the direction of traffic. The excavated faces of the base/subgrade shall be straight and vertical. The Contractor shall compact the upper 300mm (1 ') of subgrade to 95% relative compaction. A tack coat of SS-1 h emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m2 to 0.45 L/m2 (0.05 to 0.10gallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1.0') full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-AR-4000. The asphalt concrete so constructed shall have a finish surface and density conforming to subsection 302-5.6.2 SSPWC. Add the following section. 302-11.3 Crack Sealing. The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing hot poured rubber-asphalt joint sealant material. The sealant shall conform to the requirements of ASTM D1190. The Contractor shall dispose debris from crack cleaning outside the public way in accordance with Section 7-8.1, "Cleanup and Dust Control." The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting ,..., unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the l'\ •+;' Revised 11/24/10 Contract No. 5020-A Page 166 of 177 hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Containers of hot- melt sealant shall be delivered to the job-site in unopened containers that are clearly marked with data showing the manufacturer's name, the product designation and the manufacturer's batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES 303-1.6.2 Falsework Design. Add the following: The Contractor shall provide all temporary bracing necessary to withstand all imposed loads during erection, construction, and removal of any falsework. The Contractor shall provide falsework drawings and calculations prepared by a registered professional engineer, civil or structural, that show provisions for resolution of all loads that may be imposed upon the falsework. Such plans and calculations shall include: 1. Resolution of all live, dead, wind, construction and impact loads that may be imposed on the falsework. 2. Temporary bracing or methods to be used during each phase of erection and removal of the falsework. 3. Concrete placement sequence. 4. Erection and removal sequence. 5. Deflection values for the falsework that include recommended methods to compensate for falsework deflections, vertical alignment, and anticipated falsework deflection. Add the following section: 303-1.9.5 Surface Finish for Concrete Spillway. The Contractor shall provide a surface finish for concrete spillway to prevent the use of rollerblades, skateboards, and other rolling devices. Surface finish shall be a rough rake finish approved by the Engineer. 303-2 AIR-PLACED CONCRETE. 303-2.1.1 General. add the following: Modify Regional Standard Drawing D-75 as follows: replace stucco netting with 150mm x 150mm (6" x 6") by No. 10 by No. 1 0 welded wire mesh. Add the following section: 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb. add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) ,, •ti Revised 11/24/10 Contract No. 5020-A Page 167 of 177 TABLE 303-5.5.2(A) Curb Face Markin s T e of under round facilities Water Service Lateral Sewer Service Lateral lrri ation Water Lateral or Sleeve Markin w s RW 303-5.9 Measurement and Payment. Add the following: Curb and gutter, and curb, shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. 303-6 STAMPED CONCRETE. 303-6.1 General. Add the following: Concrete shall be 560-C-3250 with 6"x6" -10 guage wire mesh throughout. SECTION 304 -METAL FABRICATION AND CONSTRUCTION 304-3 CHAIN LINK FENCE. 304-3.2 Fence Construction. Add the following: Fence shall match existing or be an approved equal where necessary to restore. 304-3.3 Installation of Gates. Add the following: Gates shall match existing or be an approved equal where necessary to restore. SECTION 306 -UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1. 7 Steel Plate Bridging -With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 168 of 177 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) 2003 Edition as amended by the MUTCD 2003 California Supplement. equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. total number of 24 hour periods during which the plates will be utilized at the site being considered. total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2- 5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. ,, •t' Revised 11/24/10 Contract No. 5020-A Page 169 of 177 Add the following section: 306-1.1. 7 .3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. 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. Add the following section: 306-1.1. 7 .4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A) TABLE 306-1.1.7.4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width l1> Minimum Plate Thickness 0.3m 10" 13 mm ½" 0.6m 23" 19mm '",j/4" a.am 31" 22mm 1 'la" 1.0 m 41" 25mm 1" 1.6 m 63" 32 mm (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. ,, • .,, Revised 11/24/10 Contract No. 5020-A Page 170 of 177 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: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.2.1 Bedding. All installation of, and bedding for recycled water, or potable water mains shall conform to Carlsbad Municipal Water District Rules and Regulations for the Construction of (Potable or Reclaimed) Water Mains, latest edition. 306-1.2.4 Field Jointing of Reinforced Concrete Pipe. Add the following: The Contractor shall provide Gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans. 306-1.3.1 General. Add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements. Delete Section 306-1.3.4 and replace with the following: The Contractor shall density trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12") of the street right-of-way, compaction shall be 95 percent. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1, "Temporary Resurfacing," the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 171 of 177 306-1.6 Basis of Payment for Open Trench Installation. Add the following: Payment for utilities undergrounding which includes the utility trench for CATV and SDG&E and conduit for SDG&E's electric conversion shall be made on the basis of contract lump sum price for utilities undergrounding and no other payments will be made. Cox Cable will supply and deliver conduits and fittings to be installed by the Contractor. Cox Cable will install enclosures. The Contractor will furnish and install 6.4 mm (¼") nylon pull ropes in all conduit. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. SECTION 310 -PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (1/a") in 3 m (1 O') when measured parallel to the centerline of the street or more than 6 mm (¼") in 3 m (1 O') when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. ""~ The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 172 of 177 removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.1 0') thick asphalt concrete overlay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 1 00m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. Add the following Section: 310-7 PERMANENT SIGNING. Add the following Section: 310-7.1 General. Add the following section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. Add the following section: 310-7.2 Measurement and Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for permanent signing and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. SECTION 312 -PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in section 310- {'\ •fi' Revised 11/24/10 Contract No. 5020-A Page 173 of 177 5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the ~ proper alignment. If the channelizers are displaced or fail to remain in an upright position, from ·..J any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. SECTION 313 -TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75mm x 300mm (3" x 12") in size. The reflective sheeting shall be visible at 300m ( 1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification". ,, •+;' Revised 11/24/10 Contract No. 5020-A Page 174 of 177 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: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand- filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 "Paint Systems" and 310 "Painting". Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein, the temporary railing (Type K) shall be manufactured per CAL TRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201- 1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (3/a") thick plate welded on the upper end with a 5-mm (3/15") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms- in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. ,, • ., Revised 11/24/10 Contract No. 5020-A Page 175 of 177 Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein, the temporary railing (Type K) shall be installed per CAL TRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment. Each rail unit placed within 3m (1 O') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite 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 CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TS FCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CAL TRANS Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each TSFCC array as shown in 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. {'\ • ., Revised 11/24/10 Contract No. 5020-A Page 176 of 177 TECHNICAL SPECIFICATIONS l' • ., Revised 11/24/10 Contract No. 5020-A Page 177 of 177 PART 1 -GENERAL SECTION 01390 PRE-CONSTRUCTION VIDEOGRAPHY 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General and Supplementary Conditions and Division I Specification Sections, apply to the work of this Section. B. Examine all Drawings and all other Sections of the Specifications for requirements therein affecting the work of this Section. C. Coordinate work with that of all other trades affecting or affected by work of this Section. Cooperate with such trades to assure the steady progress of all work under the Contract. 1.02 SUMMARY A. This section specifies the performance of pre-construction videography of the existing conditions to be conducted by the Contractor. B. Pre-construction videography shall be completed for exterior areas of the adjacent structures, buildings and areas affected by the project work. Photography may be used to supplement the videography, but videography shall be the primary method of documented existing conditions. 1.03 PREFORMANCE REQUIREMENTS A. The pre-construction videography shall document the existing conditions of the project area within the street right-of-way and abutting properties (as can be viewed from the right-of-way), and within the extent of temporary construction easements afforded to the Contractor for this project. The Contractor shall not be required to cross onto private property, or cross outside of temporary construction easements provided, for the purpose of documenting existing conditions. B. The pre-construction videography shall include, but not be limited to, documenting the following existing conditions: Exterior of buildings and structures; driveways; trees, shrubs, bushes; landscaping and plantings; signage; mailboxes; sidewalks; granite and bituminous curbing; utility poles and overhead wiring; open water bodies; wetlands and streams. C. The pre-construction videography shall be recorded and submitted at least two (2) weeks but no earlier than four (4) weeks before construction begins in the area. D. The pre-construction videography may be phased over several sites/areas in connection with the Contractor's planned sequence of the work. E. Detailed examination and video inspection of areas longitudinally along the pipe route and perpendicularly from the centerline of the pipe. Valve Replacement Phase I Project Carlsbad Municipal Water District Pre-Construction Videography 01390-1 F. Documentation shall be in the form of a detailed video inspection the project area; and color digital photographs keyed to specific locations of the work by referencing stationing of the contract drawings and/or house numbers and streets. 1.04 SUBMITTALS A. Shop Drawings: Submit the following in accordance with Section 01300 -SUBMITTALS. 1. Two (2) copies of the draft preconstruction report shall be submitted to the Engineer for review and acceptance prior to the start of construction. Each report shall include as a minimum the following: a. Results of visual inspection (on DVD) including video and photographic documents of project area; and b. Sketches as required to convey the location of the documentation. 2. The Engineer shall review the draft reports, and may indicate additional information that is required. This information shall be included in the final report. 3. Two (2) copies of the final report shall be submitted. PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION (NOT USED) Valve Replacement Phase I Project Carlsbad Municipal Water District END OF SECTION Pre-Construction Videography 01390-2 SECTION 01150 MEASUREMENT AND PAYMENT PART 1-GENERAL 1.01 SUMMARY A. 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. B. 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. 1.02 MEASUREMENT A. 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. B. 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. C. The system of measure for this contract shall be the U.S. Standard Measures. 1.03 PAYMENT A. 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 or on the drawings, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. B. 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. C. 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. D. 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. E. 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. Valve Replacement Phase I Project Carlsbad Municipal Water District Measurement and Payment 01150-1 F. 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. G. 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. H. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." I. 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. J. At the expiration of 3 5 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. 1.04 PARTIAL AND FINAL PAYMENT A. 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. B. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Valve Replacement Phase I Project Carlsbad Municipal Water District Measurement and Payment 01150-2 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. C. 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. D. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. E. 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. F. 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. G. 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. H. 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. I. 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. J. 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. 1.05 PAYMENT FOR CLAIMS A. 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. Valve Replacement Phase I Project Carlsbad Municipal Water District Measurement and Payment 01150 - 3 B. 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. C. 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. 1.06 LUMP SUM ITEMS (BASE BID) A. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. The contractor shall bid lump sum items with the understanding that the unit price bid items (Items 23 through 30) will be measured as each site, and credited to the owner or contractor where the field verified unit quantity differs from the estimated quantity shown on the plans, as measured by the Engineer or city representative. The credit for unit price items shall be added or removed from that total lump sum price paid to the contractor at each applicable site. Such payment shall be full compensation for the items of work and all work appurtenant thereto. B. 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. 1.07 UNIT PRICE ITEMS (NOT INCLUDED IN BASE BID) A. Unit prices shall be established to include compensation for all labor, materials and equipment required to furnish, install, construct, startup and test the work covered under that unit price item, whether listed in the related Compensation subsection for each item or not. All supervisions; overhead items including but not limited to bonds, insurance, and labor burden; and profit are also included. B. Unit price items shall be credited to the owner or contractor where the field verified unit quantity differs from the estimated quantity shown on the plans, as measured by the Engineer or city representative. The credit for unit price items shall be added or removed from that total lump sum price paid to the contractor at each applicable site. C. Payment shall fully compensate the Contractor for any other work which is not specified or shown, but which is necessary to complete the Work. 1.08 BASE BID LUMP SUM ITEM DESCRIPTIONS A. Item l through Item 19, Furnish all labor, materials, equipment, services and appurtenant work to complete site construction -Lump Sum. l. Bid Items l through 19 consist of the following Bid Items: a. Item l, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site l Valve Replacement Phase I Project Carlsbad Municipal Water District Measurement and Payment 01150-4 b. Item 2, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 2 C. Item 3, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 3 d. Item 4, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 4 e. Item 5, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 5 f. Item 6, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 6 g. Item 7, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 7 h. Item 8, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 8 1. Item 9, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 9 J. Item 10, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 10 k. Item 11, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 11 1. m. Item 12, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 12 Item 13, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 13 n. Item 14, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 14 o. Item 15, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 15 p. Item 16, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 16 q. Item 17, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 17 r. Item 18, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 18 s. Item 19, Furnish all labor, materials, equipment, services and appurtenant work to complete the construction at Site 19 2. The Measurement and Payment of Bid Items 1 through 19 shall be as described in the following paragraphs: a. The lump sum price will constitute full compensation for all labor, materials, tools, and equipment necessary for the Contractor to furnish and install the following at each site as shown on the drawings: tree, plant and shrub clearing and grubbing; stripping and stockpiling; removal of existing valves, piping, manual air release valves, blow offs, thrust blocks and all other appurtenances within the removal extents shown on the contract drawings; removal, disposal, and abatement of Valve Replacement Phase I Project Carlsbad Municipal Water District Measurement and Payment 01150 - 5 asbestos cement pipe in accordance with the contract specifications; removal and disposal of all material, piping, valves, and appurtenances as shown on the drawings; design and install all temporary excavation support systems, including steel sheeting or other shoring materials; design and provide dewatering system in conformance with regulations; provide dust control measures; straw wattles/bales and all other erosion and sedimentation control devices; wetland and tree protection; traffic management devices; developing and submitting a stormwater pollution prevention plan (SWPPP) if required by permit; pre-construction photographs and/or video; excavation and backfill; material handling and stockpiling; disposal of surplus material; furnish and install all gate, butterfly, and insertion valves, manual air release valves, blow offs, and other proposed appurtenances as shown on the drawings; furnish and install polyethylene encasement around valves per city standards; furnish and install connecting piping, pipe fittings and joints to make a complete working installation; furnish and install bends, fittings, restrained joints, and thrust blocks; furnish and install all required transition couplings and restrained joints between the water main of same/different materials, classes, nominal diameters; conduct pressure, leakage, disinfection and bacteria sampling and testing upon the completed installation; furnish and place bedding material, filter fabric, sand base, backfill and compaction of trenches; coordinate work with utility companies, including payment of required utilities fees and protection of existing utilities; install and connect all utilities and appurtenances as required and as shown on the drawings; provide operation and maintenance manuals; site paving; provide and remove temporary site fencing; provide landscaping, including loam, seed, landscaping stone, shrubs and trees; repair and/or relocation of any utility lines broken and/or conflicting with construction; removal and replacement of curbs; removal and replacement of asphalt and concrete sidewalk and driveways; protection and support of existing utilities and structures; and provide all other items of work incidental to valve replacement work, complete as specified and not included for payment under other bid items. b. Measurement for payment will be on the basis of percentage of work completed. No more than 90 percent of the payment shall be made until the List of Deficiencies generated at the Site Walk-Through for that specific site is resolved. Unit cost bid items (Items 23 through 30) shall be measured and credited to the owner or contractor where the final unit quantity installed is less or greater than the estimated maximum quantity illustrated on the drawings. This credit will be withdrawn from the lump sum site payment total. B. Item 20, Mobilization/ Demobilization~ Lump Sum (Not to exceed 5% of base bid) 1. The Contract lump-sum price paid for mobilization shall not exceed 5% of the base 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 off site facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various Contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization, Demobilization and Compliance with the General Conditions, as described in this section, and that the Contractor shall have no right to additional Valve Replacement Phase I Project Carlsbad Municipal Water District Measurement and Payment 01150 - 6 compensation for Mobilization, Demobilization and Compliance with the General Conditions. 2. Progress payments for Mobilization, Demobilization and Compliance with the General conditions 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 ( 40%) of the amount bid for mobilization and preparatory work will be allowed therefor. The final payment (20%) will be due upon completion of the project C. Item 21, Record Drawings -Lump Sum 1. Measurement for payment for record drawings require that the Contractor provide and keep a complete and up-to-date red-lined set of record drawings, which shall be corrected in red daily and show every change from the original drawings and specifications and depict the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. This set of drawings shall be kept on the job, shall be reviewed monthly as a condition of payment, and shall be used only as a record set. Contractor shall deliver the record drawings to the engineer on a monthly basis for interim review and then no later than at the final walkthrough meeting for final review per Section 2-5.3 Submittals. At the direction of the engineer, the contactor is conditioned to revise the record drawings to reflect field conditions and additional punch list items. Re- submittal of the record drawings shall be completed within 10 working days of the final walkthrough meeting date. 2. Payment for record drawings will be made by the unit measurement of lump sum (LS), which price named on the Bid Schedule under Item 21 shall constitute full compensation for completion of all such work as required per Contract Documents 3. Measurement for payment will be on the basis of percentage of work completed. D. Item 22, Unforeseen Site Conditions -Allowance 1. Measurement for payment for addressing unforeseen site conditions will be based upon all labor, materials, tools, incidentals and equipment, and for doing all the work involved to address unforeseen site conditions not shown on the plans and as required by the Engineer. 2. Payment for addressing unforeseen site conditions will be made on a time and materials basis and not to exceed the stipulated dollar amount shown in the Bid Schedule under Item 22. The total dollar amount shown shall be used by all bidders and shall constitute full compensation for completion of all such work as required per Contract Documents. 1.09 UNIT PRICE BID ITEMS (NOT INCLUDED UNDER BASE BID) A. Item 23, Asbestos Cement Pipe Removal-Per Linear Foot 1. The unit prices for Asbestos Cement Pipe Removal constitute full compensation for all labor, materials, tools, and equipment necessary for the Contractor to furnish and install the following: remove, handle, transport and dispose of asbestos cement pipe, segregate, handle, stage, test, and characterize all soil and fill material suspected of containing asbestos-containing materials; all controls necessary to maintain compliance with regulatory requirements relative to asbestos in soils; maintain copies of hazardous waste manifests; procuring all health and safety equipment; protecting the excavation from accidental entry; controlling windblown litter and the spread of airborne contaminants; all fees, permits, and taxes; and construct, maintain, and remove a secure asbestos contaminated staging Valve Replacement Phase I Project Carlsbad Municipal Water District Measurement and Payment 01150 - 7 area for stockpiling pending analytical testing, reuse, or disposal; clean up and all other appurtenant materials and work incidental thereto and not specifically included for payment under other items. 2. Measurement for payment under the appropriate subdivision of this Item shall be measured by the linear foot along the horizontal projection of the centerline of the removed asbestos cement pipe. Unit price items shall be credited to the owner or contractor where the field verified unit quantity differs from the estimated quantity shown on the plans, as measured by the Engineer or city representative. The credit for unit price items shall be added or removed from that total lump sum price paid to the contractor at each applicable site. B. Item 24 through Item 30, PVC Pipe Installation -Per Linear Foot 1. Bid Items 23 through 29 consist of the following Bid Items: a. Item 24, 6-inch C900 PVC Pipe Installation b. Item 25, 8-inch C900 PVC Pipe Installation c. Item 26, 10-inch C900 PVC Pipe Installation d. Item 27, 12-inch C900 PVC Pipe Installation e. Item 28, 14-inch C905 PVC Pipe Installation f. Item 29, 16-inch C905 PVC Pipe Installation g. Item 30, 18-inch C905 PVC Pipe Installation 2. The Measurement and Payment of Bid Items 24 through 30 shall be as described in the following paragraphs: a. The unit prices shall constitute full compensation for constructing PVC water mains. The unit prices shall include furnishing and installing PVC water mains, bends, and fittings at each vertical and horizontal change in direction. Provide all labor and materials required for design and install all temporary excavation support systems, including steel sheeting or other shoring materials; design and provide dewatering system in conformance with regulations; saw cutting the roadway for trenches; excavation and backfill of soils; material handling and stockpiling; removal and disposal of excess soil; select borrow, structural fill and/or fill; removal and disposal of unsuitable material as directed by the Engineer up to 6- inches below the outside of the pipe; furnish and place sand bedding; remove, handle, transport, and dispose of existing pipes, valves, and all other appurtenances as shown on the drawings; furnish and install filter fabric; restore the trench surface to grade including, furnishing, backfilling, and compacting; compaction testing; furnish and place gravel sub-base on backfilled trenches under paved areas; grind, saw cut, and prepare existing paved surfaced in accordance with city paving standards; furnish and place asphalt concrete base course, asphalt concrete finish course in accordance with city standards; all other appurtenant materials and work incidental thereto and not specifically included for payment under other items. b. Measurement for payment will be by the linear foot of PVC main installed as measured by the Engineer along the horizontal projection to ground surface of the centerline of the completed water main. Unit price items shall be credited to the owner or contractor where the field verified unit quantity differs from the estimated quantity shown on the plans, as measured by the Engineer or city representative. The credit for unit price items shall be added or removed from that total lump sum price paid to the contractor at each applicable site. Valve Replacement Phase I Project Carlsbad Municipal Water District Measurement and Payment 01150-8 C. Item 31, Asphalt Concrete Installation 1. The unit prices for Asphalt Concrete Installation constitute full compensation for all labor, materials, tools, and equipment necessary for the Contractor to furnish and place asphalt concrete base course and asphalt concrete finish course in accordance with city standards. 2. Measurement for payment of this Item shall be measured by the ton as recorded on the delivery receipts. Unit price items shall be credited to the owner or contractor where the field verified unit quantity differs from the estimated quantity shown on the plans, as measured by the Engineer or city representative. The credit for unit price items shall be added or removed from that total lump sum price paid to the contractor at each applicable site. END OF SECTION Valve Replacement Phase I Project Carlsbad Municipal Water District Measurement and Payment 01150 - 9 SECTION 02060 ASBESTOS ABATEMENT PART 1-GENERAL 1.01 CONTRACT REFERENCES A. Drawings and General Provisions of Contract, including General and Supplemental Conditions and Division 1 Specification Sections, apply to this Section. B. Examine all other portions of the contract documents for requirements therein affecting the work of this Section. C. Costs associated with this work shall be included with the demolition of the existing vault bid item. 1.02 DESCRIPTION A. This section covers the furnishing of all labor, materials, facilities, equipment, services, employee training and testing, permits and agreements necessary to perform the work required for the removal of asbestos cement pipe (ACP) and related work on the Non-Standard Critical Valve Replacement Project in Carlsbad, CA. The Contractor shall perform all work in accordance with these specifications, the EPA and Cal OSHA regulations, California Department of Drinking Water requirements, American Water Works Association Manual of Water Supply Practices No. 116 "Work Practices for Asbestos-Cement Pipe", local statutes, local ordinances, local codes and any other applicable federal, state and local government regulations and guidelines. Whenever there is a conflict or overlap of the above referenced requirements, the strongest provisions are applicable as determined by the building owner. Deviations from this specification must be approved in writing by the Owner prior to the Contractor continuing work. B. The Contractor shall furnish all labor, material, supervision, construction tools, staging, rigging and other equipment necessary to perform the work described below. C. Provide staging, shoring, rigging, fall protection, confined space protection, etc. in accordance with applicable regulatory requirements and as required by site conditions to allow safe access to all areas as necessary to complete the work. D. Provide appropriate worker training, respiratory protection and medical examination. E. Provide access, support and protection to all authorized visitors and inspectors. F. Filing of all required notifications and permits and payment of all associated costs and fees. G. Abatement activities including removal and disposal of ACP, recordkeeping, security, etc. H. The Contractor shall be responsible for the complete removal and disposal of all identified asbestos cement pipe. 1.03 PERIOD OF PERFORMANCE Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Abatement 02060-1 A. The Contractor shall complete all work of this Section including completion of all punch list items within the period indicated in the Bid Form and contract documents. 1.04 AUTHORITY TO STOP WORK A. If the Owner or the Owner's Representative presents a written stop asbestos removal order, the Contractor shall immediately stop all asbestos removal and adequately wet any exposed ACP. The Contractor shall not resume any asbestos removal activity until authorized to do so by the Owner or the Owner's Representative. A stop asbestos removal order may be issued at any time the Owner or the Owner's Representative determines abatement conditions/activities are not within specification requirements or are not in compliance with applicable regulations. Work stoppage shall continue until conditions have been corrected to the satisfaction of the Owner or the Owner's Representative. Cost of standby time and costs for corrective actions shall be paid by the Contractor. B. Stop asbestos removal orders may be issued for, but may not be limited to the following: 1. Leakage to areas outside the regulated asbestos abatement work areas. 2. If the Contractor disregards laws or regulations of any public body having jurisdiction. 3. If the Contractor's work presents a risk to the building, building occupants, the general public, the prison population, other contractors, owner representatives or the environment. C. The absence of a stop work order by the Owner or the Owner's Representative shall not in any way be construed as an approval or acceptance of the Contractor's work. 1.05 RELATED SECTIONS A. Carefully examine the Contract Documents and Drawings for requirements that affect the work of this section. 1.06 DEFINITIONS All terms not defined herein shall have the meaning given in the applicable publications and regulations. A. Abatement: Procedures to control the release of asbestos fibers from ACP; includes removal, encapsulation, and enclosure of ACP. B. ACP: Asbestos Cement pipe. C. Adequately Wet: Sufficiently mixed or penetrated with liquid to prevent the release of particulate. If visible emissions are observed coming from the ACP, then that material has not been adequately wetted. D. Amended Water: Water to which a surfactant has been added. E. Asbestos: Includes chrysotile, amosite, crocidolite, tremolite asbestos, anthophyllite asbestos, actinolite asbestos, and any of these minerals that have been chemically treated or altered. F. Asbestos-Containing Building Material (ACBM): Any building material containing more than one percent by weight of any asbestos of any type or mixture. Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Abatement 02060-2 G. Asbestos Contaminated Material: any material which has become contaminated (surficially or in the materials matrix or composition) with one or more asbestos fibers. H. Authorized Visitors: Any visitor authorized by the Owner or any representative of a regulatory agency or other agency having jurisdiction over the project. I. Clean: Visually free of dust, dirt, debris and any foreign material. J. Clean Room: An uncontaminated room that is a part of the worker decontamination unit and in which worker's street clothes and uncontaminated protective equipment can be stored. K. Competent Person: In addition to the definition in 29 CFR 1926.32(£), one who is capable of identifying existing asbestos hazards in the workplace and selecting the appropriate control strategy to minimize asbestos exposure, who has the authority to take prompt corrective measures, as specified in 29 CFR 1926.32(£); in addition, for Class I and II work, who is specially trained in a training course which meets the criteria of EPA's Model Accreditation Plan (40 CFR 763) for supervisor. L. Decontamination Area/Unit: An enclosed area adjacent to and connected to the regulated area and consisting of an equipment room, shower room, and clean room, which is used for the decontamination of workers, materials, and equipment that are contaminated with asbestos. M. Employee Exposure: The exposure to airborne asbestos that would occur if the employee were not wearing respiratory protection equipment. N. HEPA Filter: High-Efficiency Particulate Air (HEPA) An air filter capable of trapping and retaining at least 99.97 percent of all monodispersed particles sized 0.3 micron in diameter or larger. 0. HEPA Vacuum: Vacuum equipment with HEPA filter system for filtering the exhaust air from the unit. P. Negative Initial Exposure Assessment: A demonstration by the employer which complies with the criteria in 29 CFR 1926.1101 (f)(2)(iii), that employee exposure during an operation is expected to be consistently below the PELs. Q. Regulated Area: An established area within which airborne concentration of asbestos fibers exceeds or can reasonably be expected to exceed the permissible exposure limit. R. Removal: All procedures necessary to remove and dispose of ACM from the designated areas in accordance with the contract documents and all applicable regulatory requirements. S. Waste Generator: Any owner or operator whose act or process produces asbestos-containing waste material. T. Waste Shipment Record: The shipping document, required to be originated and signed by the waste generator, used to track and substantiate the disposition of asbestos-containing waste material. 1.08 CODES, REGULATIONS, AND STANDARDS A. General Applicability Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Abatement 02060-3 1. All work under this contract shall be performed in strict accordance with all applicable Federal, State, and Local regulations, standards and codes governing asbestos abatement, and any other trade work done in conjunction with the abatement. All applicable codes, regulations and standards are adopted into this specification and will have the same force and effect as this specification. 2. The most recent edition of any relevant regulation, standard, document, code or policy statement shall be in effect. Where conflict among the requirements or with these specifications exists, the most stringent requirement( s) shall be utilized. 3. Copies of all standards, regulations, codes and other applicable documents, including this specification shall be available at the work site. B. Contractor Responsibility C. The Contractor shall assume full responsibility and liability for compliance with all applicable Federal, State and Local regulations related to all aspects of the abatement project. The Contractor is responsible for providing and maintaining training, accreditation, medical exams, medical records, and personal protective equipment as required by applicable Federal, State and Local regulations. The Contractor shall hold the Owner and Owner's Representative harmless for any failure to comply with any applicable work, packaging, transporting, disposal, safety, health, or environmental requirement on the part of the Contractor, Contractor's employees, or subcontractors of the Contractor. The publications listed below form a part of this specification to the extent referenced. The publications are referenced in text by basic designation only. The publications listed below are not intended to be a comprehensive list of all regulations, applicable to this work. 1. Environmental Protection Agency (EPA): a. National Emission Standards for Hazardous Air Pollutants (NESHAP) Title 40, Part 61). b. A Guide to Respiratory Protection for the Asbestos Abatement Industry. c. Guidance for Controlling Friable Asbestos-Containing Materials in Buildings. 2. Occupational Safety and Health Administration (OSHA): a. Asbestos Construction Standard 29 CFR Part 1926.1101 b. Asbestos General Industry Standard 29 CFR 1910.1001 c. Respiratory Protection, 29 CFR 1910.134 d. Construction Industry Standards, 29 CFR 1926 3. U.S. Department of Transportation a. 49 CFR 100 -185, Transportation 4. National Institute for Occupational Safety and Health (NIOSH): a. "Respiratory Protection A Guide for the Employee." 5. American National Standards Institute (ANSI): a. 286.1-1973 -Commodity Specification for Air Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Abatement 02060-4 b. Z9.2 -HEPA Filter Specifications c. Z88.2-1980-Respiratory Protective Equipment 1.09 PERSONNEL QUALIFICATIONS A. All personnel of the Contractor or any approved subcontractors involved with asbestos abatement work shall meet the following minimum qualifications: 1. Medical examination within the past year in accordance with OSHA 29 CFR 1926.134 with a physician's written opinion that the worker has no condition that would preclude him/her from working with asbestos or wearing a respirator. B. The Contractor shall employ a Competent Person to oversee all aspects of ACM removal. C. There shall be a sufficient number of trained and qualified workers, foremen and superintendents to accomplish the work within the required schedule. No untrained nor fully qualified and pre- approved person shall be employed to speed up completion of the abatement work. 1. 10 SITE SECURITY A. Regulated area access is to be restricted to authorized trained/accredited and protected personnel. The Contractor's Competent Person shall control site security during abatement operations in order to isolate work in progress and protect adjacent personnel. 1.11 EMERGENCY PRECAUTIONS A. A site specific Emergency Action Plan shall be submitted by the Contractor prior to the pre- construction meeting and shall be reviewed by the Owner. The Plan shall meet the requirements of 29 CFR 1926.35. 1.12 RESPIRATORY PROTECTION PROGRAM A. The Contractor shall develop and implement a Respiratory Protection Program (RPP) which complies with the January 8, 1998 OSHA requirements, 29 CFR 1926.1101 and 29 CFR 1910.132 and 134. All respirators used must be approved for asbestos abatement activities by the proper regulatory authority. 1.13 PROTECTIVE CLOTHING A. Prior to beginning any abatement activity, all personnel shall be trained in accordance with OSHA 29 CFR 1926.1101 (k)(9). Training must include, at a minimum, the elements listed at 29 CFR 1926.1101 (k)(9)( viii). Training shall have been conducted by an EPA approved trainer meeting the requirements of EPA 40 CFR 763 Appendix C (AHERA MAP). Initial training certificates and current refresher and accreditation proof must be submitted for each person working at the site. B. Medical examinations meeting the requirements of 29 CFR 1926.1101 (m) shall be provided for all personnel working in the regulated area, regardless of exposure levels. The physician's written opinion as required by 29 CFR 1926.1101 (m)(4) shall be provided for each person and shall include in the opinion that the person has been evaluated for working in a heat stress environment while wearing personal protective equipment and is able to perform the work. Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Abatement 02060-5 C. Provide boots, booties, hard hats, goggles, gloves, protective clothing, respirators and any other appropriate personal protective equipment as determined by conducting the hazard assessment required by OSHA at 29 CFR 1910.132 (d). The Competent Person shall ensure the integrity of personal protective equipment worn for the duration of the project. D. Provide Fall Protection Training and OSHA approved fall protection for all work performed at a height of 6-feet or more above floor/ground level. E. The Competent Person shall ensure that each time workers enter the regulated area, they observe and follow all required procedures and wear appropriate personal protective equipment. F. The Competent Person shall meet all requirements of 29 CFR 1926.1101 (o) and assure that all requirements for regulated areas at 29 CFR 1926.1101 ( e) are met. No person within a regulated area shall be allowed to eat, drink, smoke, chew tobacco or gum, apply cosmetics, or in any way interfere with the fit of their respirator. 1.14 ENCLOSURES, SHOWERS AND TOILETS A. For each abatement area, provide decontamination facilities located in an area agreed upon with the Owner's designated representative. The decontamination facilities shall include a Decontamination Enclosure System for workers and visitors. B. The Decontamination Enclosure System for workers and visitors shall consist of three rooms that serve as three air locks as follows: Clean Room at entrance followed by Shower Room followed by an Equipment Room leading to the Work Area. C. An Airlock is a system permitting unidirectional flow of air through the decontamination unit. It consists of two curtained doorways at least eight feet apart. Each curtained doorway shall be constructed by placing three overlapping sheets of plastic over a framed doorway, securing each along the top of the doorway. The first and third sheet shall be secured on one side of the doorway and the middle sheet shall be secured on the other side of the doorway. Airlock Size -Where size of work area permits, eight-foot distance between doorways is acceptable. Where size of work area is prohibitive, distance between doorways may be adjusted but must allow enough space for one doorway to be closed before the next doorway is opened. D. Provide lockers for storage of street clothes of workers in the clean room. Provide in the same room uncontaminated disposable protective clothing and equipment for workers and/or visitors to don prior to entering into the contaminated area. This area shall also be used for workers and/or visitors to dress into street clothing after they have showered and dried in the shower room as they exit from the contaminated area. E. Provide shower room facilities with hot and cold water so arranged as to provide complete showering of workers and visitors as they exit from the contaminated area. Make provisions to prevent any contaminated run-off from the shower room. In addition, make provisions for managing all potential run off from the shower room should such event occur. The shower room facilities and size shall be adequate to allow decontamination and thorough washing of all the workers and visitors within a ten minute period. The hot and cold water shower shall be functional at all times while workers are within the work area enclosure. F. Provide the Equipment Room with storage for contaminated clothing and equipment. In this room workers and visitors dispose of their disposable protective clothing except the respirator as they prepare to enter the shower room. Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Abatement 02060-6 1.15 PERSONNEL PROTECTION AND DECONTAMINATION A. Provide all personnel throughout the abatement process with the specified protective clothing and gear. Ensure that all personnel entering and leaving the workspace follow procedures described below: 1. Entering from the outside: Change from street clothes into protective clothing and wear clean protective equipment. Go through shower room into Dirty Equipment Room, pick up equipment and tools and enter the work area. 2. Exiting from the work area: Dispose of all protective clothing into labeled plastic bags for disposal as asbestos waste. Do not take off the respirator, but still wearing the respirator enter the shower and shower thoroughly. Remove respirator and wash and wipe thoroughly to decontaminate the respirator. After drying, enter the Clean Room, store the decontaminated respirator in the assigned space and dress into street clothes. 3. Post written procedures in the workplace and train all personnel on the procedures for the evacuation of the injured and the handling of potential fires. Provide aid to a seriously injured worker without delay for decontamination. Make provisions to minimize exposure of rescue workers and to minimize spreading of contamination during evacuations and fire procedures. Exceptions to normal, routine exiting procedures shall be made for emergencies such as, but not limited to, serious personal injury and fires. 4. The Contractor shall instruct all employees and workers in the proper care of their personally issued respiratory protection equipment, including daily maintenance, sanitizing procedures, etc. 5. All respiratory protection equipment shall be inspected by Contractor's personnel at the beginning of each work period, including breaks and lunch periods. 1.16 CONTAINMENT BARRIERS AND NEGATIVE PRESSURE AIR FILTRATION SYSTEMS A. Prior to starting work, the Contractor shall install air-tight coverings on all potential openings encountered during the work between the work area and adjacent areas including operable and non- operable windows and doors, grilles, vents, louvers or other openings. B. Physical barriers shall be employed to restrict access to the regulated work area. C. The negative pressure air filtration system shall be capable of delivering a minimum of four air changes per hour within the work area. D. All air filtering devices shall be equipped with alarms that will sound should the pressure differential in a work area be less -0.02 inches water column as compared to adjacent areas outside the work area. Should the primary air filtering devices fail, backup equipment shall be available at the site for immediate use. If air pressure of -0.02 inches of water column is lost, work shall be halted until adequate negative air pressure is restored. E. The negative pressure air filtration systems shall be operated on a continuous 24-hour basis throughout the asbestos abatement project, final clearance sampling and containment dismantling. F. All air filtration devices shall be exhausted to the outdoors. Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Abatement 02060-7 1.17 DISPOSAL ACTIVITIES A. It is the responsibility of the Contractor to determine current waste handling, transportation, and disposal regulations and or requirements for each waste stream generated at this site by this work and for each waste disposal facility. The landfill destination must be approved by the Owner. The Contractor must comply fully with these specifications and all U.S. Department of Transportation and EPA requirements as well as the requirements of all states through which the waste is transported and all requirements of the state where disposal occurs. B. The Contractor will document actual disposal of the waste at the designated landfill by completing a WASTE SHIPMENT RECORD and forwarding the original along with the Bill of Lading to the Owner within the time limits specified by EPA NESHAP regulations. C. Contractor shall insure that transport vehicles do not leak water or other material while being loaded, being transported or while on site partially loaded. If water is observed leaking from any transport or storage container, contractor shall immediately stop work, unload the container (including dumpsters and semi-trailers) find and correct the source of the leak, and place waste material back into the container. This process will be repeated each time any water is observed leaking from a storage or transport vehicle that contains asbestos waste. Contractor shall also take all steps necessary, as determined by the Owner's Industrial Hygiene Consultant, to decontaminate the ground or other surfaces that became wet due to water leaking from a container that holds asbestos waste. D. Since individual disposal facilities have different permit conditions and specific characterization data requirements, the Contractor is responsible for final characterization prior to transport and disposal. The Contractor is hereby made aware that for the purposes of disposal, final waste characterization is the responsibility of the Contractor, and costs for characterization shall be incorporated into the Contractor's bid price for construction~ 1.18 SUBMITTALS A. Submittals shall be in accordance with Section 2.5.3 Submittals of the Supplemental Provisions. B. The following submittals shall be submitted to the Owner's Representative at the Pre-construction meeting. Submittals shall be submitted to and accepted in writing by the Owner's Representative prior to the Contractor receiving approval to begin work. 1. Certificates of training and documentation of medical examination including a physician's determination that the employee is able to wear a respirator and documentation of current successful respirator fit test (29 CFR 1926.1101 Appendix C) of all personnel assigned to the project, including Competent Person. 2. A written project schedule. The schedule shall be date specific and include all phases of the project. 3. Emergency Action Plan. 4. Proposed waste disposal site and waste transporter. Include name, address, telephone number and operating permits, etc. 5. Material safety data sheets (MSDS) for all materials and products to be used by the Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Abatement 02060-8 Contractor on this project. 6. A site specific Emergency Action Plan shall be submitted by the Contractor prior to the pre-construction meeting and shall be reviewed by the Owner. The Plan shall meet the requirements of29 CFR 1926.35. 7. Initial training certificates and current refresher and accreditation proof must be submitted for each person working at the site. C. During Abatement 1. Results of personnel exposure monitoring. 2. Project schedule. D. Post Abatement Submittals 1. Disposal receipts ( within time frames regulated by EPA) signed by the landfill operator demonstrating that the ACM removed from the project has been disposed of properly. 2. Provide the owner with copies of on-site job logs, notifications, permits, accident reports, personnel exposure air monitoring results, waivers of lien. 3. Copies of any notices of non-compliance issued by governmental authorities. PART 2 -MATERIALS AND EQUIPMENT 2.01 MATERIALS A. Deliver all materials in original packages, containers or bundles bearing the name of the manufacturer. B. Damaged, deteriorating or contaminated products or equipment shall not be used on this project, and shall be removed from the work site. C. Polyethylene sheeting shall be at least 6-mil thickness, shall be fire retardant and shall meet all applicable Standards for temporary construction barriers. D All lumber shall be fire retardant/resistant. E. Duct tape or other waterproof tape, furring strips, staples, nails, screws, or other materials shall be available to secure polyethylene sheeting F. Disposable bags and/or drums shall be of 6-mil polyethylene, on which labels are directly printed, as required by EPA, OSHA and DOT regulations. G. Asbestos warning signs that are posted at all approaches and/or entrances to work areas shall conform to OSHA 29 CFR 1926.1101. Warning signs shall be posted in English as well as all other applicable languages if persons who cannot read English are present. H. All fire extinguishers required for the project shall be ABC class type, properly pressurized and in good working condition. I. Adequately stocked first aid kits shall be on-site. Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Abatement 02060-9 J. Surfactant (wetting agent) shall be a 50/50 mixture of polyoxyethylene ether and polyoxyethylene ester, or equivalent, mixed in a proportion of 1 fluid ounce to 5 gallons of water or as specified by manufacturer. An "equivalent surfactant" shall be understood to mean a material with a surface tension of 29 dynes/cm as tested in its properly mixed concentration, using ASTM method D 1331- 56-("Surface and Interfacial Tension of Solutions of Surface Active Agents") 2.02 TOOLS AND EQUIPMENT A. Scaffolding: Scaffolding, as required to accomplish the specified work, shall meet all applicable safety regulations. B. Transportation Equipment: Transportation equipment, as required, shall be suitable for loading, temporary storage, transport, and unloading of contaminated waste without exposure to persons or property. The equipment shall be secured at all times and access limited to authorized personnel only. C. Vacuum Equipment: All vacuum equipment utilized in the work area shall be equipped with HEP A filtration systems, 99.97% efficient to 0.3 microns particulate size. Deliver all vacuums to the site with clean waste containers and new HEP A filters installed. Vacuum wands, brushes, hoses, and other accessories shall be delivered to the site new or, if previously used, shall be delivered to the site in airtight disposal bags. D. The Contractor shall provide approved respirators and protective clothing to all Contractor personnel. The Contractor shall also provide approved protective clothing to representatives of the GC, Owner, and to representatives of the State or other governmental entity who may inspect the job site. E. Protective clothing requirements must include, but may not be limited to: 1. One-time use, disposable, full-body coveralls made of Tyvek® fabric or approved equal. 2. Hard Hats. 3. Eye protection. 4. Gloves. 5. Respiratory protective equipment in accordance with OSHA 29 CFR 1926.1101 and 29 CFR 1910.134. Respirators shall be OSHA approved for protection against asbestos exposure. 6. Other as appropriate for site conditions. F. The Contractor shall have sufficient equipment to mix and spray wetting agents. G. The Contractor shall have a sufficient quantity of scaffolding, ladders, platforms, hand tools, and materials to conduct the abatement project in an efficient and workmanlike manner. All equipment shall be used according to OSHA Safety and Health Standards for the Construction Industry (29 CFR Part 1926). H. All electrical cord and connections within all work areas shall be protected with ground-fault circuit interrupters (GFCI). PART 3-EXECUTION 3.01 WORK AREA PREPARATION A. Prior to any asbestos related work in an area, seal off the entire area to all persons other than Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Abatement 02060-10 trained personnel and authorized visitors. The Contractor shall be responsible to coordinate the isolation and shut down of all electrical systems. The Contractor shall erect signs around the perimeter in accordance with EPA, OSHA and this specification and provide 24 hour security against unauthorized entry during the abatement process. Maintain a log of all people entering and exiting the workplace. B. Critical barriers shall be installed at all potential entrances prior to the start of abatement activities within the building. The Contractor shall be responsible for taking whatever steps are necessary to prevent a release to the environment and contamination of soils adjacent to the building. C. Install negative pressure air filtration units. D. As applicable, the Contractor shall coordinate the shutdowns and re-activation of the building fire alarm system with the Owner's designated representative and the City of Framingham Fire Department to prevent accidental fire alarm activation during asbestos abatement activities. E. The Contractor shall have available at all times, qualified, competent and duly licensed persons to perform mechanical, plumbing and electrical repairs as necessary. These persons must have the appropriate training and personal protective equipment required for entry into an asbestos abatement work area. F. Dust and airborne fiber release shall be minimized by the use of air misting techniques and HEP A vacuuming during abatement activities. The Contractor shall prevent visible dust emissions during demolition, abatement, cleaning and all other activities. G. Ensure that all electrical components are de-energized. 3.02 ASBESTOS CEMENT PIPE A. While cutting asbestos cement pipe, the operator must wear a HEP A type particle mask and adhere to all applicable safety standards for handling asbestos containing material. Asbestos pipe may be disposed of in an approved landfill site. The removal, encapsulation or enclosure, storage and disposal of pipe materials containing asbestos shall be in accordance with in Section 1.2A Description of this specification. The Contractor shall fully comply with all safety related federal, state, and local laws, statutes, ordinances, rules, regulations, requirements, and guidelines. The Contractor shall retain or provide a "competent person" as defined by OSHA's Subpart Z, 29 CFR 1926 1101 to oversee the AC Pipe Removal and Disposal work via Negative Exposure Assessment work plan and to monitor for compliance with all applicable regulations including, but not limited to, OSHA's Subpart Z, 29 CFR 1926 1101, CFR 40 Part 61, Subpart M, Chapter 469. This work requires, but is not liited to, the preparation of a Negative Exposure Assessment work plan, Delineation of the "regulated Area", "Demarcation" of the regulated area, Periodic Monitoring, Record Keeping, and Signage for the Regulated Area as well as for the AC pipe disposal containers. 3.03 MONITORING, TESTING AND INSPECTION A. The Contractor is responsible for personnel (employee) exposure monitoring for airborne asbestos fibers and other contaminants in compliance with OSHA regulations. The Owner's Industrial Hygienist may, at his or her discretion, also conduct exposure monitoring on Contractor personnel and area air monitoring at locations inside and outside of the work area. B. Provide cooperation and support to the Owner's Industrial Hygiene Consultant throughout the abatement process. Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Abatement 02060-11 C. The Contractor is responsible for meeting OSHA requirements for his personnel, including but not limited to, monitoring requirements, safety compliance training and record keeping. Employee exposure monitoring results from the previous day shall be posted each day, and copies of the results forwarded to the Owner's Industrial Hygiene Consultant. 3.04 CLEANING AND FINAL DECONTAMINATION A. After the removal of the ACM has been completed and before removal of barriers, the entire area shall be thoroughly wet cleaned and/or vacuumed with HEPA filtered vacuum. All plastic barriers, tapes and disposable contaminated equipment shall also be disposed of as asbestos waste. All reusable contaminated equipment such as masks, hard hats, etc., shall be thoroughly decontaminated through wet cleaning or sealed within 6-mil polyethylene bags before removal from the work area. 3.05 FINAL INSPECTION AND TESTING A. After thorough cleaning, the Owner's Industrial Hygiene Consultant shall determine the workspace is ready for inspection and final testing. The Industrial Hygiene Consultant will visually inspect the workspace for the detection of any visible dust or debris. B. Following successful visual inspection of the work area and after a sufficient period of time has elapsed to allow complete drying of the work area, the final clearance air sampling will be performed by the Owner's Industrial Hygiene Consultant, as applicable. C. As applicable, the final testing shall take place under active agitation of the air in the work space with fans running, leaf blowers operating and any other means found suitable by the Industrial Hygiene Consultant during the final testing. The number of air samples collected within the work area shall be in accordance with the CalOSHA Regulations. If analysis of clearance air samples show fiber concentrations in excess of 0.010 flee using phase contrast microscopy (PCM) then repeat cleaning and re-sampling will be required until regulated clearance criteria are met. D. Dust samples may be taken to be analyzed by PLM at the option of Owner's Industrial Hygiene Consultant to confirm the results of the air sampling. At the request of the Owner's representative, electron microscopy may be employed to confirm the results of the final testing. If the results of the final testing are not satisfactory, the thorough wet cleaning and/or HEPA vacuuming shall be repeated until the required decontamination levels have been achieved. E. After the decontamination levels specified have been confirmed through the final testing specified herein, the plastic enclosure shall be removed, the exposed surfaces thoroughly wet cleaned and/or HEP A vacuumed, and the plastic, tape, material from equipment room and shower room bagged and disposed of as asbestos waste. A final check will be carried out by the Owner's Industrial Hygiene Consultant to ensure that no dust or debris remain on surfaces as the result of dismantling operations. 3.06 GENERAL APPLICABILITY OF CODES, REGULATIONS, LAWS AND STANDARDS A. Except to the extent that more explicit or more stringent requirements are written directly into the contract documents, all applicable codes, regulations, laws and standards have the same force and effect ( and are made a part of the contract documents by reference) as if copied directly into the contract documents, or as if published copies are bound herewith. 3.07 CONTRACTOR RESPONSIBILITY Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Abatement 02060-12 A. The Contractor shall assume full responsibility and liability for the compliance with all applicable Federal, State, and local regulations pertaining to work practices, hauling and disposal of asbestos contaminated materials, and protection of workers and visitors to the site, and persons occupying areas adjacent to the site. The Contractor shall hold the Owner's consultants harmless for failure to comply with any applicable work, hauling, disposal, safety, health or other regulation on the part of himself, his employees or his subcontractors. Valve Replacement Phase I Project Carlsbad Municipal Water District ** END OF SECTION ** Asbestos Abatement 02060-13 PART 1-GENERAL SECTION 02262 ASBESTOS CEMENT PIPE TESTING 1.01 SECTION INCLUDES A. Cutting and handling of Asbestos Cement pipe (ACP) B. Phenolphthalein stain testing on full circumference samples of ACP samples C. Laboratory Energy Dispersive Spectroscopy (EDS) testing of ACP samples 1.02 RELATED REQUIREMENTS A. Section 02223: Trenching, Backfill, and Compaction 1.03 REFERENCES A. Abbreviations 1. ACP: Asbestos Cement pipe 2. EDS: Energy Dispersive Spectroscopy B. Reference Standards 1. ASTM International (ASTM) a. ASTM C500: Standard Test Methods for Asbestos-Cement Pipe 2. Occupational Safety and Health Administration (OSHA) a. OSHA 1926.1101: Asbestos 3. California Division of Occupational Safety and Health (Cal/OSHA) a. Asbestos in Construction -Title 8 of the California Code of Regulations (8 CCR) 1529 4. National Emissions Standards for Hazardous Air Pollutants (NESHAP) a. 40 CFR Part 61 Subpart M-National Emissions Standards for Asbestos 1.04 COORDINATION A. Prior to work, schedule ACP cutting and repair with the Owner to allow pipeline to be shut down prior to removal of full circumference sample. Cutting and removal of ACP without previous authorization from the Owner is prohibited. B. Cut and remove ACP in accordance with federal, Cal/OSHA, and local regulations. 1.05 QUALIFICATIONS A. Personnel responsible for cutting and handling the ACP: Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Cement Pipe Testing 02262 - l 1. Trained and experienced in the means and methods of cutting ACP per the requirements of California OSHA. 2. Performed successful cutting and handling of ACP three (3) times in the last five (5) years. B. Personnel responsible for administering Phenolphthalein solution test: 1. Trained and experienced in the means and methods of application of the solution. 2. Performed successful Phenolphthalein solution test in the field on ACP two (2) times in the last five (5) years. C. Laboratory responsible for EDS testing: 1. Experienced in performing EDS testing on ACP for a minimum of two (2) projects in the last five (5) years. D. Personnel responsible for EDS testing: 1. Trained and experienced in operating scanning electron microscopy and energy dispersive spectroscopy equipment for a minimum of five (5) years, having worked with the equipment used for this project for a minimum of one (1) year. 1.06 SUBMITTALS A. Furnish submittals in accordance with the General Provisions. B. Submit the following products, procedures, and experience specific to testing and handling of ACP within 30 calendar days of the Contractor's Notice to Proceed: 1. Phenolphthalein solution to be used for testing. 2. Work experience of personnel responsible for cutting and handling of the ACP including: a. Date and Location of work performed. b. Name and phone number of contact with Agency, Owner, or Owner's representative for whom the work was performed. c. Size of pipe and tools used. 3. Safety equipment and measures, including personnel safety gear, temporary enclosures, warning signs, fences, etc. to be used at the site. 4. Packaging and Bagging materials to be used for safe storage and transportation of ACP samples. 5. Work experience of personnel responsible for administering Phenolphthalein solution: a. Date and Location of work performed. b. Name and phone number of contact with Agency, Owner, or Owner's representative for whom the work was performed. 6. Work experience of the laboratory in responsible charge of performing EDS testing: a. Description of work performed and date. b. Name and phone number of contact with Agency, Owner, or Owner's representative for whom the work was performed. 7. Documentation verifying calibration of EDS testing equipment and devices to be used for this project. Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Cement Pipe Testing 02262 - 2 8. Work experience of personnel responsible for administering EDS testing on ACP: a. Date, Laboratory name, and location of work performed. b. Name and phone number of contact with Agency, Owner, or Owner's representative for whom the work was performed. 9. EDS scanning electron microscope to be used by laboratory for EDS testing. 10. Laboratory ACP Testing work plan. PART 2 -PRODUCTS 2.01 PHENOLPHTHALEIN SOLUTION A. Provide alcohol-based 1 % Phenolphthalein indicator solution for ACP testing with minimum 95% alcohol, 1 % Phenolphthalein. 1. Manufacturer: Fisher Chemical, or equal. 2.02 PACKAGING AND BAGGING MATERIALS A. Asbestos Disposal Bags 1. Transparent 6 mil minimum thick plastic. 2. Clearly labeled Asbestos warning. 3. Can be sealed to permit safe storage after testing has been performed. PART 3 -EXECUTION 3.01 SAFETY MEASURES A. Perform all work in accordance with the local building codes, Federal Industrial Safety Orders, Asbestos NESHAP requirements, and requirements of Cal/OSHA. Personnel working on or in direct vicinity of cutting and handling ACP must wear protective outerwear, eyewear, and respirators per Cal/OSHA. B. Provide safeguards to public and personnel safety including warning signs, fences, lights, and/or other similar items that are necessary for the protection of all personnel during the cutting and handling activities of ACP. C. Assemble and use temporary enclosures to contain friable asbestos fibers and prevent them from release to the atmosphere during cutting. Wet the ACP during cutting to prevent generation of friable asbestos fibers. D. The Contractor shall assume full responsibility for personnel and site safety. 3.02 PROTECTION OF IN-PLACE CONDITIONS A. Carefully cut, handle, and perform testing in such a manner as to not harm the pipe sample, adjacent structures, utilities, systems, equipment, existing landscaping or natural vegetation. The Contractor is fully responsible for such disturbance. B. Repair and return damaged or disturbed property and facilities to their original condition. Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Cement Pipe Testing 02262 - 3 3.03 EXCAVATION AND BACKFILL A. See Section 02223. 3.04 PIPE CUTTING A. Prior to cutting, clearly and accurately mark the following on the sample of pipe to be cut and extracted for testing: 1. Crown of the pipe. 2. Owner-approved unique pipe ID (GIS asset ID number), and date. B. Perform ACP cutting utilizing a saw cutting tool, or other tool capable of a smooth, even cut around the full cross section of the pipe. Chain-cutting tools are not acceptable. Pipe samples must be 36- inches in length, minimum. C. Prevent spread of friable asbestos fibers, flying particles, and dust using temporary enclosure. D. The Owner's representative shall be the sole judge of the quality and acceptability of each cut. Re- cut any coarse, chipped, broken, or otherwise defective cuts of ACP at no cost to the Owner. E. A void contamination ( dust, dirt, grease) of ACP samples during extraction. F. Immediately repair the pipe in accordance with the Contract Documents. 3.05 PHENOLPHTHALEIN TESTING A. Perform Phenolphthalein stain testing immediately following cutting and removal of the pipe and complete testing within 30 minutes of the pipe being cut. B. Perform stain testing on cut surface of full pipe cross section on both ends of the pipe sample. C. Follow the procedure below to administer the Phenolphthalein stain test: 1. Clean excess cement paste, dust, dirt, and other foreign substances from the freshly cut surface. 2. Place sample on a clean surface with proper lighting to facilitate photography. 3. Apply Phenolphthalein solution to freshly cut ACP cross section. Apply enough solution such that the cut surface is fully wetted but no running solution. 4. Let surface dry in ambient environment until fully dry. 5. After the Phenolphthalein solution on the pipe has dried; a. Locate the area around the circumference where the stain covers the least amount of the pipe wall thickness (Thinnest Stain). Mark this area with the number "1". b. Locate the area around the circumference where the largest width of stain is not present on the internal side of the pipe wall (Internal Stain Loss). Mark this area with the number "2". c. At each location, measure the width of the stain-loss reach, both on the internal and external side of the stained area, as well as the total wall thickness. Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Cement Pipe Testing 02262 - 4 d. Document the measurements and locations, with respect to the crown of the pipe (12 o'clock) in a clockwise direction, of both locations on the Owner-approved table. e. Complete procedure on both ends of the pipe sample. 6. Digitally photograph the full pipe cross section directly perpendicular to the cut surface showing the extent of stained pipe wall, clear and free of shadows, for each end of the pipe. Photographs taken at angles are not acceptable. Take several photographs of each end and ensure the photos are in focus. Orient the pipe such that the crown of the pipe is at the top of the photograph. Keep a consistent distance between the study surfaces and camera for all photos. Include a scale with millimeter divisions and sample labels (e.g. locations "1", "2", and pipe ID) in all photos. Use of a Digital Single-Lens Reflex (DSLR) camera and a macro lens (or equal) with minimum resolution of 8 Megapixels. Name all digital photograph files of the pipe sample to include the sample's unique pipe ID and date. D. Documentation: 1. Produce two hard copies of the table as shown in Figure 1 to the jobsite for any pipe cutting and testing activities. Clearly and legibly document all applicable data into the table during cutting and testing activities. 2. Deliver one copy of documentation to the EDS laboratory with the ACP samples. Retain the second copy of documentation until the laboratory has confirmed receipt of the documentation with the ACP samples. 3.06 PIPE HANDLING A. Carefully handle ACP sample to not damage the cuts, pipe integrity, or results of the pipe testing. Mishandling of the ACP sample, including damage from transportation and delivery, that results in chipping, scraping, cracking, deforming, or other damage that may void the results of testing will not be acceptable. The Owner's representative shall be the sole judge of mishandling of the ACP sample. If a sample is mishandled, re-cut, test, and properly handle a new sample of ACP at no additional cost to the Owner. B. Following Phenolphthalein stain testing of the ACP sample, carefully bag and seal the sample air- tight with approved packaging and bagging materials. Clearly label the outside of the bagging with the unique pipe ID and date. C. Individually package and label each sample. Keep packaged samples dry, sealed, and away from direct sunlight and high temperature during transportation. D. Deliver the bagged and sealed sample to the Owner-approved laboratory for EDS testing. 3.07 LABORATORY TESTING A. Contract with one of the following Owner-approved laboratories to perform EDS testing on each ACP sample. Complete Laboratory Testing and deliver results to Owner within fourteen (14) calendar days of pipe cutting. 1. AFW Laboratories 9210 Sky Park Ct. San Diego, CA 92123 2. Applied Materials & Engineering, Inc. 980 41 st Street, Oakland, CA 94608 Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Cement Pipe Testing 02262 - 5 3. Levelton (WSP) Laboratories Richmond, BC, Canada 150-12791 Clarke Place Richmond, BC V 6V 2H9 4. Or equal B. Arrange for safe delivery of ACP samples to the Owner-approved laboratory. C. Equipment: 1. EDS equipment shall be equipped with a scanning electron microscope (SEM) capable of producing high resolution SEM images of cross-section (where analyses are being performed) and shall be able to generate EDS elemental area maps or phase maps. D. Laboratory testing work and responsibilities 1. Prior to conducting testing, coordinate with the Owner to verify testing requirements, measurement and testing protocol, and data results. Provide Owner with an "ACP Testing Work Plan" for Owner's information/file describing in detail the testing plan to be used on each pipe sample. 2. Calibrate EDS equipment by using test peaks of known energy, covering the full analytical span prior to testing ACP samples. 3. Perform EDS testing to measure and record percent element by weight for Aluminum (Al), Carbon (C), Calcium (Ca), Iron (Fe), Magnesium (Mg), Oxygen (0), and Silicon (Si) at the locations of largest internal stain loss and thinnest overall stain, as marked during field Phenolphthalein stain testing. 4. Allow sufficient process time for analysis and ensure a statistically significant number of counts in order to decide if a peak is present or absent. Present a table of maximum number of counts and atomic percentage. 5. Perform the testing on each cut surface of pipe (i.e. on both ends of each sample delivered to the laboratory) per the following requirements: a. Measure and record percent by weight of each element at 10 equally spaced locations across the cut pipe surface, in a line perpendicular to the inner and outer wall edge tangent (i.e. along line used to measure wall thickness). b. Label each equally spaced location measurements 1 through 10, with point 1 being the reading closest to the inner pipe wall surface and point 10 being the reading closest to the outer pipe wall surface. c. Document the location of each set of 10 measurements by pipe ID and clockwise location relative to the crown of the pipe (i.e. crown is 12 o'clock). d. Document the total wall thickness where each set of measurements is taken. e. Provide all data results to the Owner in Microsoft Excel file format only (.xlsx), utilizing the Owner's approved Excel file template. Microsoft Word, PDF, or other formats are not acceptable. See Figure 1 for a sample of the Owner's approved Excel file template. 6. Re-bag, seal and store ACP sample until confirmation from the Owner that the testing data provided is complete and received. After confirmation, legally dispose of each tested ACP sample. 7. Document site measurements provided on hard-copy print of Figure 1 delivered to the laboratory with the ACP samples in the digital Excel file of Figure 1. Transmit the Valve Replacement Phase I Project Carlsbad Municipal Water District Asbestos Cement Pipe Testing 02262 - 6 completed file via email to the City's Project Manager with the file and email titled with the project name, project number, and unique pipe ID number. Load the file onto a USB flash drive and deliver to the City by certified mail. Include the project name, project number, and unique pipe ID number in the packaging with the flash drive. Mail USB flash drive to the following address: Valve Replacement Phase I Project Carlsbad Municipal Water District City of Carlsbad 5950 El Camino Real Carlsbad, CA 92008 Att. [Project Manager] Asbestos Cement Pipe Testing 02262 - 7 ~ t Q,j .... Q,j -= -Q,j <:.I ~ ~ 'O Q,j ~ Q -C. ~ I ..,., ~-Q,j = ~ 0 ~ C. e ~ 00 .. ..., Q,j -= en ~ Date ofCut:--Date of Lab Testing:=··= Pipe Wall Location I SameJ.elD I Clock Position I Thickness (mm) .... C: 'i V, ~ <l/ C: C: :c >-C: -~ V, "' E N w--~ C: ~ - 0 E __, :, E ·x "' ~ XXX-1 XXX-1 XXX-1 XXX-1 XXX-1 XXX-1 XXX-1 XXX-2 XXX-2 XXX-2 XXX-2 XXX-2 XXX-2 XXX-2 be filled out in the field by Contractor Internal Stain Loss (mm) be fi II ed out in I ab by Laboratory Technician Notes: External Stain Loss (mm) Element Al C Ca Fe M_g_ 0 Si Al C Ca Fe M_g_ 0 Si 10 EDS Samples per Location, Equally Spaced Across the Width of the Coupon Percent Element by Weitht 1. If Lab leaves any cells blank inside Figure 1, state specific reason in the table as to why that cell was left blank. 2. Remove grey shading in file once lab data has been entered into the spreadsheet 3. Populate Comments only as needed. Comments may be left by Contractor or LaboratoryTechnician Comment z 0 -f-, u ~ 00 ~ 0 ~ z ~ .s~ °t;_;N ll)'-0 f--<N IUN 0.. 0 i:i: 'E s I!) u 00 ~ I!) ~ <C ..... u ..... -~-g 0 ..... ;... 00 i:i.. ..... ,_.Cl I!) ;... 00 I!) .a ~ i:i..~ ....,.-~ ~ I!) 0.. s ·;:; I!) ..... u ~ ~ ;::l -a~ I!) "O ~ ~ 11),rJ ;> 00 d~ >u PART 1 -GENERAL 1.01 SUMMARY SECTION 15041 DISINFECTION OF PIPING A. This section describes requirements for disinfection by chlorination of potable and recycled water mains, services, pipe appurtenances and connections. 1.02 REFERENCED STANDARDS A. The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. 1. American Water Works Association (AWWA). a. B300 Standard for Hypochlorites b. B301 Standard for Liquid Chlorine c. C651 Disinfecting Water Mains 1.03 RELATED WORK SPECIFIED ELSEWHERE A. CMWD Standard Specifications 15000, 15044, 15056, 15057, 15061, and 15064 1.04 SERVICE APPLICATION A. All water mains and appurtenances taken out of service for inspection, repairs, or other activity that might lead to contamination shall be disinfected before they are returned to service. B. All new water mains and temporary high lines shall be disinfected prior to connection to the City's existing system C. All components incorporated into a connection to the City's existing system shall be disinfected prior to installation. 1.05 SUBMITTALS A. A written disinfection and dechlorination plan signed by a certified chlorinator shall be submitted to the Engineer for review and approval prior to starting disinfection or dechlorination operations. Plan for disinfection method and procedure shall include equipment used to inject the chlorine solution, gauges or scales to measure the rate at which chlorine is injected, qualifications of personnel, testing location and schedule, source of water and water disposal locations. Personnel performing the disinfection shall demonstrate a minimum of five years experience in the chlorination and dechlorination of pipelines. B. Qualification of certified testing laboratory. C. Four copies of bacteriological test results to the Engineer upon completion of each test. Valve Replacement Phase I Project Carlsbad Municipal Water District Disinfection of Piping 15041-l D. Emergency Response Plan. 1.06 DELIVERY, SOTRAGE AND HANDLING A. Chlorination and dechlorination shall be performed by competent individuals knowledgeable and experienced in the operation of the necessary application and safety equipment in accordance with applicable Federal, State and Local laws and regulations. The transport, storage and handling of these materials shall be performed in accordance with Code of Federal Regulations (CFR) 1910.120 Hazardous Waste Operations and Emergency Response, CFR 49.172 Hazardous Materials Regulations, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5194. 1.07 CONCURRENT DISINFECTION AND HYDROSTATIC TESTING A. The specified disinfection of the pipelines may be performed concurrently with the hydrostatic testing in accordance with Section 15044. In the event repairs are necessary, as indicated by the hydrostatic test, additional disinfection may be required by the Engineer in accordance with this specification. 1.08 CONNECTION TO EXISTING MAINS A. Prior to connection to existing mains, disinfection and bacteriological testing shall be performed in accordance with this specification, and hydrostatic testing shall be performed per Section 15044. A City Connection Permit is required authorizing connection to an existing system shall and be given only on the basis of acceptable hydrostatic, disinfection and bacteriological test results. Connection to existing mains shall be performed in accordance with Section 15000. PART 2 -MATERIALS 2.01 SODIUM HYPOCHLORITE (LIQUID) A. Sodium hypochlorite is available in liquid form in glass or plastic containers, ranging in size from 0.95 L (1 Qt.) to 18.93 L (5 Gal.). The solution contains approximately 10% to15% available chlorine. 2.02 TABLET OR GRANULAR HYPOCHLORITE A. Tablet or granular hypochlorite may be used if a solution container is utilized to provide a continuous feed method. PART 3 -EXECUTION 3.01 GENERAL A. Disinfection of pipelines shall not proceed until all appurtenances and any necessary sample ports have been installed and the Engineer provides authorization. B. Every effort shall be made to keep the water main and its appurtenances clean and dry during the installation process. Valve Replacement Phase I Project Carlsbad Municipal Water District Disinfection of Piping 15041-2 C. All piping, valves, fittings, and appurtenances which become contaminated during installation shall be cleaned, rinsed with potable water, and then sprayed or swabbed with a 5 percent sodium hypochlorite disinfecting solution prior to installation. D. Water mains under construction that become flooded by storm water, runoff, or groundwater shall be cleaned by draining and flushing with metered potable water until clear water is evident. Upon completion, the entire main shall be disinfected using a method approved by the Engineer. 3.02 METHODS A. Sodium Hypochlorite Solution (Liquid) 1. Sodium hypochlorite solution shall be used for cleaning and swabbing p1pmg and appurtenances immediately prior to installation and for disinfecting all components of connections to the City's existing system, in accordance with A WW A C65 l. 2. Sodium hypochlorite solution may be used for the disinfection of newly installed water mains. The solution shall be applied at a terminus of the system to be chlorinated using an injector which can adjust the amount of solution being injected into the piping system. The solution shall be injected in the appropriate concentration to achieve the specified concentration range of chlorine throughout the entire piping system. Where pumping equipment is used in conjunction with an injector, an integral backflow prevention device shall be used and connected to the potable water supply. 3. Water trucks, pumping equipment, piping, appurtenances and all other equipment in contact with potable water shall be disinfected prior to use. 4. Sodium hypochlorite solution may also be used to increase the total chlorine residual if the concentration from the initial chlorination of the system is found to be low. The solution shall be added to the system in sufficient amounts at appropriate locations to ensure that the disinfecting solution is present at a concentration within the specified range throughout the piping system. 3.03 DISCHARGE OF CHLORINATED WATER A. Indiscriminate onsite disposal or discharge to sewer systems, storm drains, drainage courses or surface waters of chlorinated water is prohibited. B. In locations where chlorine neutralization is required, the reducing agent shall be applied to the water as it exits the piping system. The Developer shall monitor the chlorine residual during the discharge operations. Total residual chlorine limits in these locations, and for the discharge of chlorinated water from the testing of pipelines to surface waters of the San Diego Region are as follows: 1. Total Residual Chlorine Effluent Limitations 2. a. 30-Day Average -0.002 mg/1 b. Average Daily Maximum -0.008 mg/I c. Instantaneous Maximum -0.02 mg/I The various methods of dechlorination available can remove residual chlorine to concentrations below standard analytical methods of detection, 0.02 mg/I, which will assure compliance with the effluent limit. The Developer will perform all necessary tests, keeping and providing records to the Engineer to ensure that the total residual chlorine effluent limitations listed above are met. Valve Replacement Phase I Project Carlsbad Municipal Water District Disinfection of Piping 15041-3 C. In locations where no hazard to the environment is evident based on the joint examination described above, the chlorinated water may be broadcast for dust control on the surface of the immediate site. Care shall be exercised in broadcasting the water to prevent runoff. 3.04 REDISINFECTION A. If the initial disinfection fails to produce satisfactory bacteriological test results, the pipeline system shall be re-flushed and re-sampled. If the second set of samples does not produce satisfactory results, the pipeline system shall be re-chlorinated, flushed, and re-stamped. The chlorination, flushing, and sampling procedure shall continue until satisfactory results are obtained. Re-disinfection and retesting shall be at the Contractor's expense. 3.05 DISINFECTING TIE-INS AND CONNECTIONS A. Pipes, fittings, valves and all other components incorporated into connections with the City's existing system shall be spray disinfected or swabbed with a liquid chlorine solution in accordance with A WW A C651 and as specified herein. Upon connection to the main, the line shall be flushed as directed by the City Engineer. Alternate methods such as "predisinfection" prior to installation in accordance with A WW A C651 may be required at the discretion of the City Engineer. Valve Replacement Phase I Project Carlsbad Municipal Water District END OF SECTION Disinfection of Piping 15041-4 PART I-GENERAL 1.01 SCOPE SECTION 15933 INSERTION VAL YES The Contractor shall furnish and install insertion valves, sizes 4" to 12", as shown on the Drawings. Insertion valves shall be designed to allow the valve to be installed into an existing pressurized pipeline while maintaining constant pressure and service without system shutdown. The insertion valves shall not require restraining devices, restraining fasteners, or transition gaskets shall for the installation or operation of the valve. 1.02 RELATED SECTIONS A. General Equipment Provisions: The General Equipment Provisions shall apply to all equipment furnished under this section. B. Painting. Painting shall be as required in the General Equipment Provisions and as specified in Section 09900 of the City of Carlsbad Standard Specifications. C. Reference Standards: The work in this section shall comply with applicable provisions and recommendations of the following standards, except as otherwise shown or specified: 1. 2. American National Standards Institute (ANSI) American Welding Society (AWS) 3. American Water Works Association (AWWA) 4. National Association of Corrosion Engineers (NACE) 5. National Sanitation Foundation (NSF) 6. Underwriters Laboratory (UL) 1.03 SUBMITTALS A. Complete specifications, data and detailed drawings covering all valves on the Drawings and all items furnished under this Specification shall be submitted for review. B. Manufacturer literature and data on valves. C. All valve submittals shall include a schedule explicitly identifying the installation location of the valves included in the submittal. The schedule shall identify valve features demonstrating conformance with this specification. The schedule shall also indicate operator orientation. D. Submit detailed drawings describing all materials of construction and dimensions for all components specified herein. E. Submit NSF 61 Certification for potable water use. F. Operating and Maintenance Manuals. Valve Replacement Phase I Project Carlsbad Municipal Water District Insertion Valves 15933 - 1 G. Factory pressure testing reports. 1.04 OPERATION AND MAINTENANCE MANUALS A. Submit operations and maintenance manuals for the equipment in compliance with the Contract documents, prior to shipment. Manuals shall include: 1. Name, address, and telephone number of the nearest competent service representative who can furnish parts and technical service. 2. Descriptive literature, including illustrations, covering the operational features of the equipment, specific for the particular installation, with all inapplicable information omitted or marked out. 3. Operating, maintenance and troubleshooting information. 4. Complete maintenance parts list. 5. Complete connection, interconnecting and assembly diagrams. 1.05 QUALITY ASSURANCE A. All equipment shall be new and of current manufacture. The valve manufacturer shall be the primary source of information on all valves and appurtenances that they furnish for the job. B. Insertion valves shall be factory pressure tested and serialized for traceability before leaving the manufacturing facility to assure quality. Proof of successful factory pressure test shall be submitted prior to shipment. 1.06 PRODUCT DELIVERY, STORAGE AND HANDLING A. Packaging shall be as required to prevent damage during shipment and unloading. Contractor shall inspect all deliveries upon arrival at the site. Contractor shall immediately notify City of any loss or damage to equipment or components. Replace losses and repair damage to new condition, in accordance with manufacturer's instructions. B. Damaged equipment and materials will not be acceptable. Protect all bolt threads, etc. from damage and corrosion. Protect all factory applied coatings from damage during shipment, unloading, storage and installation. C. All material and equipment shall be covered or stored in a manner which will prevent entry of deleterious matter. 1.07 GUARANTEE AND WARRANTY A. The Contractor shall obtain from the manufacturer a warranty for one year from the date of substantial completion. B. During the warranty period, the Contractor shall provide the services of a trained manufacturer's to make all adjustments, repairs and replace all defective material, valves, and appurtenances at no cost to the City. C. The Contractor shall include all costs incurred by the manufacturer, including travel and expenses, under the terms of the warranty. Valve Replacement Phase I Project Carlsbad Municipal Water District Insertion Valves 15933 - 2 PART 2 -PRODUCTS 2.01 DESIGN A. General: Insertion valves shall be of a resilient wedge type gate valve designed for permanent use in potable water systems. The design shall allow the valve to be installed into an existing pressurized pipeline while maintaining constant pressure and service without system shutdown. B. Pressure: The insertion valves shall be designed for a working pressure of 250 PSI and a test pressure of 375 PSI. a. The working pressure rating shall be permanently marked into the valve body. C. Insertion valves shall be NSF6l/ANSI Standard 61 and NSF/ANSI Standard 372 certified. D. All moving and operating parts shall be removable, repairable and or replaceable under pressure to ensure easy repair of broken or damaged parts. E. Insertion valves shall have the ability to be converted to a line stop fitting in the field without modification. 2.02 CONSTRUCTION A. Valve Body and Bonnet Construction 1. Insertion valves must be suitable for use on the diameters of the following pipe types without changing either the top or bottom portion of split valve body or using a transition gasket. a. Cast/Grey Iron or Ductile Iron Class A, B, C and D, b. IPS PVC, C900 and C909 PVC, c. Steel d. Asbestos Cement 2. Insertion valves must provide a solid support of the host pipe through the entire laying length of the valve body. No gaps or space between the valve body and host pipe shall be accepted. B. Resilient Wedge Gate Assembly 1. Insertion valves shall have an EPDM molded resilient wedge seal. The resilient wedge seal will be affixed into a reinforced nylon composite polymer valve cartridge. The entire assembly shall be inert and resistant to corrosion. 2. The nylon composite polymer valve cartridge shall be engineered to come into contact with the interior of the host pipe and an engineered sealing surface in the valve body to create a seal. The resilient wedge shall be reinforced to resist abrasion thus extending the life and quality of the shutdown where the wedge contacts the host pipe. 3. 4. Pressure equalization on the down or upstream side of the closed wedge shall not be necessary to open the valve. The wedge shall be symmetrical and seal equally well with fl ow in either direction. Valve Replacement Phase I Project Carlsbad Municipal Water District Insertion Valves 15933 - 3 5. The resilient wedge must ride inside a minimum of four body channels to maintain wedge alignment throughout its travel and to achieve maximum fluid control regardless of high or low flow pressure or velocity. 6. Insertion valves shall have a full size, full port flow way that is unobstructed, and free of depressions to provide optimum flow and sealing and not trap tuberculation or debris. C. Gaskets and Stem Seals: 1. Insertion valves shall utilize four O-Ring's to seal between valve body to valve bonnet and valve stem. These O-rings shall be located in such a fashion as to ensure the 250 psig pressure worthiness and prevent ground water and/or foreign materials from entering the valve. D. Valve Stem 1. Insertion valves shall be NRS (non-rising stem) and operate with standard turns 3 turns per diameter inch to open and close. 2. Insertion valves shall be operated by a 2" square wrench nut -open left or open right. 3. The gate valve stem shall be made of stainless steel. 4. The gate valve stem shall be able to withstand torque of 700 ft. lbs. Of torque without compromising operation. 5. The NRS stem must have an integral stem collar manufactured of no lead bronze. Two-piece stem collars are not acceptable. The stem shall be affixed into the valve cartridge to maintain stem alignment, low torque and continuous operation of the valve. E. Hardware 1. All bonnet and valve body fastener hardware shall be stainless steel. 2. Valve cartridge locking pins shall be made of grade 8 zinc coated carbon steel to prevent galling with stainless steel pin plugs coated to prevent galling. F. Split Restrain Devices and Fasteners 1. Insertion valves that require the use of external or integral split restraint devices and or restraint fasteners is prohibited. G. Welds: Welds shall be fully passivated for improved corrosion resistance. H. Valve Dimensions Maximum height of the valve from the center of the host pipe to the top of the operating nut shall not exceed the following dimensions: Host Pipe Size 4" 6" 8" 10" 12" Valve Replacement Phase I Project Carlsbad Municipal Water District Criteria 18.6" 21.5" 24.6" 30" 33" Insertion Valves 15933 - 4 Maximum laying length of the valve body shall exceed the following dimensions: Host Pipe Size Criteria 4" 12" 6" 12" 8" 16" 10" 24" 12" 24" Maximum weight of the valve shall not exceed the following weight: Host Pipe Size Criteria 4" 138 lbs. 6" 173 lbs. 8" 229 lbs. 10" 370 lbs. 12" 425 lbs. 2.03 COATING A. Insertion valves shall have all stainless steel bodies, fasteners and epoxy coated carbon steel valve bonnet. The use of epoxy coatings for protection against corrosion is deemed insufficient for any component other than the valve bonnet. 2.04 MATERIALS Insertion valve components shall be constructed of the following materials: A. Body Armor Shields: 16 gauge 316 Stainless Steel ( 4 -8" only). B. Body Mounting Bolts: 316 Stainless Steel. C. Body Sealing Gasket: BUNA-N Rubber. D. Body: 316 Stainless Steel. E. Bonnet and Body Mounting nuts: 316 Stainless Steel. Nuts coated to prevent galling. F. Bonnet Bolts: 316 Stainless Steel. 5/8" UNC rolled thread. G. Bonnet: 316 Stainless Steel. H. Cartridge Seal: EPDM I. Completion Pin Plugs: 316 Stainless Steel. Coated to prevent galling. J. Completion Plug O-ring: BUNA-N Rubber. K. Completion Plug Pins: SAE Grade 8. Zinc coated to prevent corrosion. L. Completion Plug: Reinforced Composite Polymer M. N. Flange O-Ring: BUNA-N Rubber. Flange: 316 Stainless Steel. Valve Replacement Phase I Project Carlsbad Municipal Water District Insertion Valves 15933 - 5 0. IV 250 Valve Cartridge: Reinforced Composite Polymer. P. Mounting Body 1. Bottom: a. 4 -8" 14 gauge 316 Stainless Steel, b. 10 -12" 7 gauge 316 Stainless Steel. 2. Top: a. 4 -8" 11 gauge 316 Stainless Steel, b. 10 -12" 10 gauge 316 Stainless Steel. Q. Mounting Lugs: 316 Stainless Steel. R. Operating Nut: Steel, Cast. S. Resilient Wedge: Reinforced EPDM. T. Stem Collar: No Lead Brass. U. Valve Body: 316 Stainless Steel V. Valve Stem: 3'6 Stainless Steel. W. Washers: 5/8" 316 Stainless Steel. 2.05 MANUFACTURER A. Insertion Valves shall be Hydra-Stop Insta-Valve 250 Patriot Series. PART 3-EXECUTION 3.01 GENERAL A. Install all valves plumb and level. B. All valves shall be installed per the manufacturer's recommendations. Contractor shall verify valve orientation and seat position with valve manufacturer's recommendations C. Insertion valves must be hydrostatically pressure tested to 1.25 times of the system operating pressure (minimum) or 1.5 times of the Insertion Valves 250 psig maximum pressure rating. The test shall be sustained for a minimum of 15 minutes. Once the pressure test is affectively achieved the insertion valve body must not be moved in accordance with A WW A Standards. If the insertion valve body is moved the pressure test must be completed again. Any movement, repositioning, loosening and/or re-tightening must be retested before the pipe is tapped. D. Valve box and cover per City of Carlsbad Standard detail W-13 shall be installed with all insertion valves. A debris cap and label "Insertion Valve" shall be installed under each cover. Valve Replacement Phase I Project Carlsbad Municipal Water District Insertion Valves 15933 - 6 E. Traditional line tapping methods shall be used for the installation of all insertion valves to allow removal of a single coupon for system evaluation. Reaming the pipe, complete removal of a section of pipe ( top & bottom), or milling a slot in the pipe shall be prohibited. F. All insertion valves must be installed by companies trained and authorized by the approved valve manufacturer. Valve Replacement Phase I Project Carlsbad Municipal Water District END OF SECTION Insertion Valves 15933 - 7 APPENDIX A: SAMPLE DOOR HANGER APPENDIX A: Sample Door Hanger CMWD Infrastructure Improvements ABC CONTRACTORS OFFICE# (760)XXX-XXXX FIELD # (760)XXX-XXXX 24-HOUR HOTLINE: (760)XXX-XXX Dear resident: As a part of the City of Carlsbad's ongoing program to maintain reliable water service, your street will have limited access. This construction will require the closing of your street to through traffic for XXX day(s). Your street, from XYZ St. to DEF Ave. will be closed to through traffic and on: MON. TUE. WED. THU. FRI. DATE: XX/XX/XX from XX A.M. to XX P.M. If you don't plan to leave your home by XX A.M. on the above date(s), please park your car on an adjacent street in your neighborhood that will not be impacted. Streets scheduled to be impacted can be determined by calling either the Contractor or the City of Carlsbad's Project Inspector. When walking to and from your car, remember not to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overlaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the work and you may call them at the above phone number if you have any questions regarding the project. Trash, mail, and emergency services will be granted access. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector@ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. Please submit to the project manager for approval prior to printing. CONSTRUCT/ON PLANS FOR THE CMWD VALVE REPLACEMENT PHASE/ VICINITY MAP PROJECT NO. 5019-A Municipal Water District CARLSBAD, CALIFORNIA BOARD OF DIRECTORS MA TT HALL -PRESIDENT CORI SCHUMACHER-BOARD MEMBER MARK PACKARD-BOARD MEMBER KEITH BLACKBURN -BOARD MEMBER MICHAEL SCHUMACHER-BOARD MEMBER KEVIN CRAWFORD EXECIJTIVE MANAGER ELAINE LUKEY PUBLJC WORKS DIRECTOR OCTOBER 2017 BIDBEr •»ICLARATION OF RESPONSIBLE CHARGE• I HEREBY DECI.ARE 11/A T I AM THE EHGIN£ER OF llail<' FOR TlfS PROECT, 11/AT I HA\£ DIERCISED /1£SPOHS/BLE CHARGE 01£R THE DESIGN OF THE PROECT AS DEFINED IN SECTION 670J OF 11/E BUSINESS AND PROf£SSICJHS CODE; AND JI/AT 711£ DESIGH IS CONSISTENT 111111 CURRfNT STAMJAROS. I UNDERSTAND 11/AT THE 0/ECX OF PROECT DRJ.'MNGS AND SPE:aFICATIONS BY 711£ QTY OF CARLSBAD IX£S NOT R£l£'IE: IIE AS rNGIN£ER OF IID!K, OF IIY 11£SPOHS181UTES FOR PRO.ECT DF:5/GN. Flffll: KLEIN FEWER ADDRESS: __ .,.,550:::..W'-'-"-'C B,,_,_T-"'#1""200"'----- CITY. sr.: SAN DIEGO CA B'i! MARCWEINBERGER ~ m.EPHa1E: 619831~ (NAME OF ~ DAT£: _ _,1..,lll5'2Q ....... 1L...7 -- R.C.E. NO.: C26441 REGISIRATION EXPfRATION DAJF: 3131/2018 G-1 REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD INSPECTOR TIIS RECORD DRAWNG HAS BEEN PREPARED, IN PART, BASED ON N'ORIIATION PROI/IDED BY OTl!ERS. ro TlfE BEST KNO'M..EDGE Of Tl£ INSPECTOR INFORMATION PROVIDED IS REASONABLY ACCURAlE. DRAWING NO. 505-3 DATE OWN BY: fil'L CHKD BY: RM.bl RVWD BY: DGS ENGINEERING DEPARTMENT IMPROVEMENT PLANS FOR: CMWD VALVE REPLACEMENT PHASE I -BID SET 1:==c;_=~=-=. =====l!=======!l=======ll j::=S=IT=E=N=O=.=: ========: 'I' '\ SHEET PROJECT NO. ACCEPTED BY: LEINFELDER \., _Brlgh,_RightSolution• ...1... OF 50 5019-A _-,_;,,:?::...::......._/.~:_µ'---·-----10 3 2011 ~ Dll!TRICT ENGINEER DATE DESCRIPTION DRAWINGS NO. SHEET NO. COVER SHEET G-1 1 SHEET LIST G-2 2 KEYPLAN I G-3 3 KEYPLAN II G-4 4 GENERAL NOTES AND LEGEND G-5 5 SITE 1 -EXISTING: DONNA DRIVE C-0lA 6 SITE 1 -PROPOSED: DONNA DRIVE C-0lB 7 SITE 2 -EXISTING: CVD AND VALLEY STREET C-02A 8 SITE 2 -PROPOSED: CVD AND VALLEY STREET C-02B 9 SITE 3 -EXISTING: CVD AND WASHINGTON C-03A 10 SITE 3 -PROPOSED: CVDAND WASHINGTON C-03B 11 SITE 4 -EXISTING: WASHINGTON AND OAK AVE C-04A 12 SITE 4-PROPOSED: WASHINGTON AND OAK AVE C-04B 13 SITE 5-EXISTING: OAK AVE C-05A 14 SITE 5 -PROPOSED: OAK AVE C-05B 15 SITE 6 -EXISTING: PINE AVE C-06A 16 SITE 6-PROPOSED: PINE AVE C-06B 17 SITE 7 -EXISTING: CHESTNUT AVE AND WASHINGTON C-07A 18 SITE 7 -PROPOSED: CHESTNUT AVE AND WASHINGTON C-07B 19 SITE 8 -EXISTING: CHESNUT AVE AND PIO PICO DRIVE C-08A 20 SITE 8 -PROPOSED: CHESTNUT AVE AND PIO PICO DRIVE C-08B 21 SITE 9 -EXISTING: PALM AVE C-09A 22 SITE 9 -PROPOSED: PALM AVE C-09B 23 SITE 10-EXISTING: PARK DRIVE AND MONROE STREET C-lOA 24 SITE 10-PROPOSED: PARK DRIVE AND MONROE STREET C-lOB 25 SITE 11-EXISTING: SUNNY HILL DRIVE C-llA 26 SITE 11-PROPOSED: SUNNY HILL DRIVE C-llB 27 SITE 12 -EXISTING: FARADAY AVE C-12A 28 SITE 12 -PROPOSED: FARADAY AVE C-12B 29 SITE 13-EXISTING: RUTHERFORD ROAD AND PRIESTLY DRIVE C-13A 30 SITE 13 -PROPOSED: RUTHERFORD ROAD AND PRIESTLY DRIVE C-13B 31 SITE 14 -PROPOSED: PRIESTLY DRIVE AND LA PLACE COURT C-14A 32 SITE 15 -EXISTING: PALOMAR AIRPORT ROAD C-15A 33 SITE 15 -PROPOSED: PALOMAR AIRPORT ROAD C-15B 34 SITE 16 -EXISTING: AVIARA PARKWAY AND COBBLESTONE ROAD C-16A 35 SITE 16 -PROPOSED: AVIARA PARKWAY AND COBBLESTONE ROAD C-16B 36 SITE 17 -EXISTING: CAMINO DE LAS ON DAS AND BATIQUITOS DRIVE C-17A 37 SITE 17-PROPOSED: CAMINO DE LASONDAS AND BATIQUITOS DRIVE C-17B 38 SITE 18-EXISTING: CAMINO DE LAS ON DAS AND LONICERA STREET C-18A 39 SITE 18-PROPOSED: CAMINO DE LASONDASAND LONICERASTREET C-18B 40 SITE 19 -EXISTING: CORTE DE LA VISTA C-19A 41 SITE 19-PROPOSED: CORTE DE LA VISTA C-19B 42 PIPE CONNECTION DETAILS D-01 43 ASSET SCHEDULE D-02 44 RECORD DRAWING LIST D-03 45 TRAFFIC CONTROL PLAN GENERAL NOTES TCP-1 46 TCP CVD AND WASHINGTON STREET-SITE 3 TCP-2 47 TCP PALOMAR Al RPO RT ROAD -SITE 15 TCP-3 48 TCP AVIARA PARKWAY -SITE 16 TCP-4 49 TCP CVD AND VALLEY STREET-SITE 2 TCP-5 so I G-2 <?~OtESSto(W REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD <$c~£INJJ~ <~ ENGINEERING DEPARTMENT . '~~ ~Q~ INSPECTOR DATE IMPROVEMENT PLANS FOR: ~rL,~ ,. -j :': lHIS RECORD DRAWING HAS BEEN PREPARED. DRAWING NO. OWN BY: aw_ IN PART. BASED 011 INF'(RjA11011 PRIMDED CHKD BY: RWJ CMWD VALVE REPLACEMENT BY 011£RS. TO lHE IIEST l<NOw..EllGE OF 505-3 n •~P-3[3),{2018 lHE INSPECTilR N'ORMA11011 PRO'IIDED IS RVWD BY: .D.GS PHASE I -BID SET REASOIIAl!L Y ACaJRA TE. * Q,NFELDER SHEET ISITE NO.: I No. C2 441 PROJECT NO. ACCEPl'ED BY: ~ C,V\\, @ .2_ OF 50 5019-A -;,?;~/.,µ 10/3/2017 !!,[ OF CA\..~Cj ~ llrlghtf'eoplo. Right Solutions. DISTRICT ENGINEER DATE lM~h::UMd,MIWIIJIPK....,._,__,~'"rwll\WJll!IS U-lJONLMd .. #lllfl:lltO:l.lid-C•.et,MI Mb. "31M'_.._W ..... N ~llt.:nl• ~-.•lf"'l'"l•J'.¥........,...j!WIM~il'N'~fllW~---.IW ... """'"-('11'114•9'-•41•• _,,_.,u;"':rt~~ 1,-l'Jl!ll....,,,,...,~~fr,,t.Ha•.,.•..,.,fl"(d..~ ,.h.tH'"JM"'H..,...••~unr~ 11.'!lf(l'""-!lftlf ---~CUU.Wslui.!hil~,.~·· .. "H ... d"ltw ~-Ullrq•riumQU-..IMJ:nlU:-. REVIEWED BY: INSPECTOR lHS RECORD DRA'MNG HAS BEEN PREPARED, IN PART, BASED ON INFORMATION PROWlED BY OTHERS. TO THE BEST KNO'M.£DGE Of 11£ NSPECTOR INFORMATION PRO\'IDED IS REASONAll.Y ACCURATE. G-3 RECORD DRAWING CITY OF CARLSBAD DRAWING NO. 505-3 DATE DWN BY: .B..W.... CHKD BY: RM.bl RVWD BY: D..G.S ENGINEERING DEPARTMENT IMPROVEMENT PLANS FOR: CMWD VALVE REPLACEMENT PHASE I -BID SET 1:==========:;::========,:=======il :::::IS=IT=E=N=O=. :===========; ~ SHEET PROJECT NO. ACCEPl'ED BY: ( KLEINFELDER ~ OF 50 5019-A 7,.._ /. J ·~ \..,__ _ Bright,,..,,,.. Right Solutions. .LL_ :__c ~ ~ DISTRICT ENGIHEER 10/S/2017 DATE LEGENO • WAlElh's\J.',l: Tl) EE REPUCEO REVIEWED INSPECTOR THIS RECORD DRA'MNG HAS BEEN PREPARED, IN PART, BASED ON INFORMA110N PROIIIDED BY OTHERS. TO THE BEST KNOWl!DGE OF THE INSPECTOR INFORM A 110N PRO','lllED IS REASONABLY ACCURATE. G-,NFELDER ~ llrlghtl'oop/e. Right Solutions. DRAWING NO. 505-3 SHEET A.... OF 50 DATE OWN BY: BYL CHKD BY:~ RVWD BY: DGS PROJECT NO. 5019-A G-4 CITY OF CARLSBAD ENGINEERING DEPARTMENT IMPROVEMENT PLANS FOR: CMWD VALVE REPLACEMENT PHASE I -BID SET ISITE NO.: ACCEPTED BY: ,/-k 10 3 2017 DlllTRICT KNGINEER DATE ,_ GENERAL NOTES I. THIS Pl.AN SUPERSEDES AU. OJHER Pl.ANS l'fiEl'IOI/SI. y APPROIBI BY 1HE arr OF CARl.SBAD REGARDING IIIPR0'61ENTS SHOIII/ OH 1HIS SET Of Pl.ANS. 2. APPROVAL Of 1HIS Pl.AN DOES NOT l.£SSEN DR WA/11£ ANY PCJITICJH Of THE CNilSIIAO IIIJNlal'AL COO£. R£SOW11CJH Of COH0/110NAL APPROVAL. QTY STANDARDS DR OJHER NJ0/1/0NAL. /JOCIAIENTS US1fD HER£OH AS THEY 1M Y PERTNN 7D 1HIS PRO.Er:T. THC ENGINEER IN R£SPONSIBI£ QIARGE SHAU. REVIS£ 1IIES[ Pl.ANS IIHEN NOH-COHFORMANCE IS DISCOl,fRfl). arr APPROVAL OF Pt.ANS DOES NOT R£lJ£I,£ 111£ DE\£1.IFER DR ENGIIIEER-OF-ll!BC F'ROII RESPOHSBIUTY FOR 111£ CCJIR£C11CJH Of EIIRCRS AND OIIISSIONS DISCOIEJIED IX/l!JNG CONS1RIJCTIOH. AU. Pl.NI R£WSIONS SHAU. BE Pl!OIIP1L y SIJlllllT1£D ro THC arr ENGINEER FOR N'PROVAL -1. A RIGHT-OF-IMY PERIIIT F'ROII 11£ QTY ENGINEER llltL BE R£QUIR£D FOR ANY ~1[~ ~T,.jfr BEWAliw,"7f'RAIIING1011£'1fl!/~ ~ J AN NJ0/11CJHAL. INSURED OH 11£ PERIIITTEE'S POLJCY IN THE IIIHIIIIJII AMOUNT OF lf,000.000.00 FOR EACJI ClCCURIIENCE OF 1./ABUTY. THE INSURANC£ =i'.f'Jzr'J11m~a/&,l ,s'Wfwf@},; ~ RA11NG WIOE S. NO ll!BC SHAU. BE C06MIE1ICED UN111. AU. PERIi/TS HAIi£ BEEN OBTAINED F'ROII THE arr AND OJHER APPROl'RJA 1[ AGENCIES. 6. Rf',fS/OH OF TH£S£ Pl.ANS IIAY BE REQUIRED IF 11£ PROPOSED IIIPR011£J1£NTS ARE NOT COHSIRUC1fD PIIIOl1 7D 71£ D£NJUN£ DA1E OF THE IIIPR0'61ENT AGREa/EHT. 7. NO l1EWSICINS 1111.L BE IIAD£ 7D 1HESE Pl.ANS 11/111/0UT 11£ 11111T7EN APPROVAL OF 111£ arr ENGINEER, N01fD II/ITHIN THC REVSKIN ELDQ(, ON 111£ APPROl'RJA1[ SHEET Of THE Pl.ANS ANO mu: SHEET. B. CRIGINAL DRAIIINGS SHAU. BECOIIE: 11£ PROPERTY Of THE arr UPON 8E1NG SIGNED BY 11£ arr £NG/NEER. 9. THC ORIGINAL ORA-SHAU. BE R£\9SBI 7D REFl.£CT AS-BUii. T COH0/110NS BY THE EHGINEER-OF-ll!BC PIIIOl1 7D FINAL ACCEPTANCE OF Tl£ llflllK BY Tl£ aTY. 10. ACCESS FOR FIRE AND OJHER EJERGENCY 't£HICl£S SHALL BE IIAINTAINED ro 11£ PRO.ECT S/1[ AT AU. 1IIES IX/RJNG CCWS111UC110H. II. MflER£ 1IIENOl£S ARE II/ITHIN arr EASEJIENTS, A sai.s REPORT COIIPlllSED Of: (A) SVIIIIARY SHEET, (B) L.ABalA 7DRY 111'.JiK SHEE1S AND JC) COIIPACTICJH CUR~ SHAU. BE SVBilfT1fD BY A PROf£SS/OHAL ENGINEER 111£ STA 1[ OF CN.JFORNIA. PRINCIPALLY DOING BUSINESS IN THE FIELD Of APPi.JED SOLS IIEC/IANICS. 111£ SOLS REPORT 1111.L BE SVBIIITltD ro 111£ arr ENGIH£EJIING INSP£C7DR 11/11HIN TIIO lltlfiKING DAIS Of CCIIIPIETION Of F'/£lD IES7S. THE 12. MIIITIEH FIELD COIIPACTICJH REPORTl'S) SHAU. BE IIIIIEDIA JEl. Y SIJlllllTltD 7D 111£ arr £NGIN£ERfNG INSP[C7DR UPON CCIIIPIETION OF 111£ F'/£lD = IJ. 1H£ CAYJRACIJE SHALL NQllfY Rf£ gzy CF CARlS8AQ ENGINEERING INSP[CTICW DEPARTIIENT .f8 HOURS PIIIOl1 7D STAR11HG ll!J!K SO !HAT INSPrC11CJN IIAY BE PRO'MJED -JEl.£PHONE NO. (760)4JB-J891. 14. 111£ 0111/ER ANO/OR APPUCANT 1HROUGH 11£ DE\£1.IFER ND/OR CONIRAC7DR SHAU. DESIGN, CONSTRUCT ANO IINNTAIN AU. SAFITY 0£\fCES INC.IHJINC SHCRNG, AND SHAU. BE sa.EI.Y R£SPOHSIBL£ FOR CC1IFlllllllNG 7D All LOCAL. STA1[ AND FEDERAL SAFITY AND HEAl.1H STANDARDS, LAll'S AND REGULA11CJNS IS. 71£ CONTRAC7DR SHAU. CONFORM ro LABOR COO£' SECTICJH 6705 BY SUBIIIT11HG A DE:TA/1. Pl.AN ro THE arr ENQNE£R AND/OR COHCERNED AGENCY SI/OIi/iNG THE DESIGN OF SHORING, BRA.ONG SI.Clf'E: al O11/ER PROIIIS/OHS ro BE IIAD£ Of llt\fll<m PR01EC11CJN F'ROII THE HAZARD OF CA \IING GROUND DVRING 111£ EXCAVA110H OF S/JCJI TRENCH al 1RfNCJIES al DURING THE PIPE IHSTALLA11CJN 1HER£JN. THIS Pl.AN 1111ST BE PREPARfD FOR ALL TRENa/ES FIii£ FEET (5') DR Ila/£ IN DEP1H AND APPROIBI BY 111£ arr ENGINEER ND/OR CONCERHED ACENCY PIIIOl1 7D fXCA VA 111W, C Jiff PUN VARE5 fRQI Jiff SlfClllHC Sl'SJEII SIWJ4ROS ffiNI ISHfQ BY JHf CfWSDfCICPON S4fUY fflOflS lJTI f 8 CAL/f®fA AQMHSJRAil\£ COOf. Rf£ fLW SHAil, BE PREPABED BY A MJM f11Jif1RA£i,H"~~Tf1l~1" ~~ EXCAVATIOH. 16. If ANY ARQ/AEa.oG/CAL, RfSQU8a5 ff QISC0tli£D MRflN ANY PfC ZONE DURING CONS1RUC110N. GffRA11QVS' 11111 CV-SE MtfDU.ID r; AND THE PERIIITTEE 1111.L NOT/fY 11£ arr ENGINE£R. OPERA110NS llltL NOT RESTART UN111. 111£ PERIIITTEE HAS RECE/',£1) MfilTTEN AU1HORITY F'ROII 111£ QTY ENGINEER ro 00 SO. 17. AU. CffRA110HS CONDUC1fD OH 111£ S/Jr DR ADJACENT 1HEllrn), /Na.UDING WARIIING UP, REPAIR. ARRIVAL, DEPARTURE al CffRA 110N OF TRUaCS. EARTHIIO\IING EQUIPIIENT, COHSIRUC110H EQUIPWENT ND ANY OTHER ASSOOA 1fD GRADING EQUIPIIENT SHALL BE LJll/1fD ro THE PEllfOD B£TWEEH 7: DO A.II. AND B: DO P.11. EACJI DAY, IIOHDAY THRU FIi/DA Y AND NO EARTHIIO\IING DR GRADING OPERA1IONS SHALL BE CXWDUC1fD OH IIErK£HDS al HDLJDAlS. (A UST OF arr HOUOAlS IS AVAIi.Ail£ AT 111£ ENGINEERING DEPAR'IWEHT COUNIER.) IB. ALL Off-Silt If& ROOJES SHALL BE SllBIIIIJEP BY ntE c«inw:IJE TO !HE azy ENQNEER RR APfflQVAL ZIP ruu IIQilC/N(l QA'Q'. ffll(/R TO EmMylNIJ CF lfiJi -~1,A',s JflfYfr Pff GRADING OPERA 1ICIN. 19. NO BI.AS11HG SHALL BE COIIIIEJICED 11/11HOUT A CITY ENGINEER AJJPR0',£1) 81.AS'IIHG PflOGRAII ANO BLAS11NG PEIIIIIT. 20. THE EJl1STENCE AND LDCA1ICIN OF UTIUTY SIRUCTIJRES AND FAOUTIES SlfOIIN OH THE COHSIRUCTICJH PLANS IIERf OBTAINED BY A SEARCH OF 111£ AVA/1.ABlE RECalDS. A 11EH11CJH IS CAU£D 7D THE POSSIBLE EXIS1ENCE: Of OTHER UTIUTY FACIU11ES al SIRUCTIJRES NOT SHOllt/ DR IN A LDCATICJH DlffERENT F'ROII !HAT SHOllt/ OH THE PLANS. THC CONTIIAC7DR IS R£QUIIED ro TAIC£ DUE PRECAU110HARY IIEASI/R£S 1l) PR01ECT THE U111.J11ES SlfOIIN OH 111£ Pl.ANS AND ANY OTHER EXIS11HG FAClJ11ES OR SIRUCTIJRES NOT SHOWN. 21. 111£ CONTIIAC7DR SHAU. l£li/FY 111£ LDCA 110H OF ALL EXIS11HG FACIUTIES ( ABOl£GlialND AND UNDERGROUND ) II/ITHIN THE PRO.ECT S/1[ S/JfflaEN1L Y ffAD OF 11£ CCWS1IIUC1IOH ro PERIIIT 111£ l1EWSICINS OF 111£ CONS1RUC1ION PtANS IF IT IS FCXJND 1HA T 111£ ACnJAL LDCA 1ICJHS ARE IN CONFUCT 11/11H 11£PRCf'OSEDlll'.JilC. 22. m~JMh N"~ s'?!Sl~~flf IJHRW'Jk FACIU11ES AND SHAU. COOllfllNA1[ ll!BC IW!H A COIIPANY -TA111£ UNDERGIIOOND SER\IICE' ALERT 8DO 22-4133 SlJGlr£ 11-7~ A~T 0!23 11IIE ll'ARHER CAll.E n4I COX C0IIIIUMCA 1ICJHS 1122 arr OF =STREETS AND S7DRII DRAIN) 291/0 't'ITY OF 5£11ER.WAIER .t R£a.A/ll£b WAIER) 2722 'SAN DIEGI.Jlll) 1111 CIISTIIJCT 2650 'I.EUCADIA IVAS1£WA !ER CIISllllCT 75J-Ol.55 'VALL£Q1DS 111A mi' CIISllllCT 744-0460 'fJI.J'ENHAIN WA mi' DISTRICT 75J-IU6& •EJUENA SAIITAIION CIISTRfT (760) 340 IIIJJO AS APPR<PRIA1E 2J. IN ACCOROANCE 11/11H 11£ arr STORII WA mi' STANDARDS All STORII DRAIN INLETS CONS1RIJC1fD BY THIS Pl.AN SHAU. /Na.UDE "STENC/1..S" BE ADDED ro PROHIBIT WAS1[ DISCHARGE D0111/STRE'AII. S1ENCI..S SHALL BE ADDED ro THE SA 11Sf'AC110H Of 1HE QTY ENGINEER. J:ATER NOTES I. WA mi' .t REC\'!Ull WA mi' IIAIN AND APPURJENANCCS SHALL BE CCJNS'/RIJC1fD IN ACCOROANCE 11/11H 111£ ·arr OF CARlSBAD ENGINEERING STANDARDS" (LA 1[ST EDl1ICIN) l,tlU,IIES 2 .t J. 2. BEFC!R£ ANY CONNECTJCW DR SHUT D01111 OF VAL \ES OH EXIS11NG C.11. llD. LINES, A PEIIIIIT SHAU. BE OBTAINED F'ROII 11£ C.11. lltD. OFFICE: AND IIUST BE SIGNED AND AJJPR0',£1) BY 11£ arr Of CARI.SBAD'S DEPUTY CITY ENGINEER AND 111£ U11UTY !FERA TICJHS' PUBLJC 111H<S IIANAGER. J. TH£ COHTRAC7DR SHALL NOT/fY THE arr OF CNilSIIAO ENGINEERING INSPfCTICJH DEPARTIIENT .f8 HOURS PIIIOl1 7D STAR11HG llailC' SO !HAT INSP£C1ICIN IMY BE PRO'ADED -1EI.EPHCIHE NO. (7110}4Jt!-J891. 4. NO TREES al SIRUCTURES SHAU. BE ALLDIIED IN THE WA mi' UNE EASEMENT, ALL EJOS'IIHG TREES AND SIRUC11JRES SHAU. BE Rfll0',£1) PIIIOl1 ro COIIIIEHCEJIENT OF ll!BC -ANY EXCEP110NS SHAU. REQUIRE MfilTTEN P£IIIMSSICW F'ROII 111£ CHSllllCT ENGINEER. 5. ALL BURIED COPPER PtPIHG AND APPURJENANCES SHAU. BE PR01EC1fD BY MEANS OF CA 1HODIC PROT£CTIOH. IF DE11£!.!FER/Ollt/Ell CXWDUCTS A SOl.S JEST REPORT AND DEIIOHSTIIA JES 1HA T PROTcC1ICIN CAN BE l'fRFORMED IN AN01HER IIANNER, 11£ DIS1111CT ENGINEER llllL CCWSIDER AN ALTEliHA 1111£ FORII OF PR01EC11CJH. 6. THE EXACT HCHZOHTAL ANO \£1111CAL AUGNIIENT AND T'IPE: Of IIA TERIALS Of THE FIRE UNE LOCA 1fD BETW€EN 11£ D£T£C7DR CHEOC VAL 11£ AND BUILDING SHAU. BE DE1ERIIINED BY 11£ QTY OF CAR15BAD FIRE IIARSHAI.. 7. AU. POTAS.E WA!Ei' SERIICES SHALL BE I" AND AU. IIETERS SHAU. BE I" (UNLESS OJHERII/ISE N01fD OH PtANS). B. AU. WA!Ei' IIE1ER BOJIES SHALL BE 17' X JO" X 12" Pa.YI/ER CCJHCRC1E AS IIANLIFAC1URED BY ARMORCAST OR EQUAL 9. IIIMIIUII SPACING BETtl£EN POTAS.E 111A mi' SERIICES AND SEllfR LA 7EllALS SHAU. BE 10 FEET. 10. THE roP OF WAIER IIE1ER BOX£S SHALL BE FLUSH 11/11H THE FINISHED S/JR1'ACE GRADE. II. CONSTRUC11CJN OF 1M !ER IIAINS ANO REC'lfUD WA !ER IINNS SHALL ADHERE ro THE "CRITERIA FOR 1HE SEPARA 110N Of 1M !ER IIAINS ANO SANITARY SEIIERS" PUBUSHED BY 111£ STA 1[ OF CALIFORNIA 's DEPARTIIENT OF HEAL 1H SER\fCES. 12. AXIAL DEFl£C110H AT 111£ PIPE JOINTS IS NOT AllOIIED. THE USE OF A HIGH-DER£C110N COUPtJNG AT A PIPE JOINT IIAY BE PERIIIT1ED BY 111£ 11/SPrClllR OH A CASE BY CASE BASIS NOT 1l) EJCCE1D 4 DEGREES IUTAL DEFl£C1ICIN PER COUPtJNG (2 DEGREES/EACJI GASICE71. USE CEIITNH1£ED "WN'l!.-IRON" H.D. FOR C9DO. IJ. BEFCJR£ COHSIRUCTICJH BEGINS IN ANY PIJ8LJC RIGHT Of WAY, A arr RIGHT OF WAY PERIIIT SHALL BE REQUIRED. 14. NO CUT11HG Of ASBESTOS CEIIENT PIPE (Ao>) IS PERIIITTED. COHTRAC7DR SHAU. Rfl/01£ Ao> ro NEAREST COUPtJNG ANO fHSTAU. Ao> X PK: ADAP7DRS AND 111£ NECESSARY PK: SIZE AND WSS PIPE 1l) INSTALL THE IE£ AT THE STATIOH. IS. PIIIOl1 7D BAacF/t.L, INSTALL TRACE/I IIIR£ OH roP OF PIP£ AND SECURE IN Pl.ACE 11/11H 2-INCH ll/lllE PUSTIC ADHES/11£ TAPE AT IIAX/IIUII lo-FOOT INIERVALS. II/IR£ 7D ENIER VAL.II£ STANDS BY IIEANS OF Dli1U£D Ha£ IN PIP£ STND WALL .JJST BEl.OW 4T1EKIX. II/IR£ IS NOT ro IN1ERFER£ 11/11H VAL.II£ HUT OPERA TICJH. RUN !RACE/I II/IRE CON11NUOUSI. Y ALONG PIP£ AND 1ERIIINA 1[ IN ADJACENT VAL 11£ BOXES FOR BURIED ASSEJIBLJES DR BURIED VAL~ MflER£ BURfED SPUCES OCCUR, USE AN El.EC1111CAL EPOXY RESIN SUQI AS SCOJt'HCAST, OR APPRO',£D EQUAL PROVIDE 24 /NO/ES Of cal.£l} II/IRE AT ACCESS PCJNTS FOR ATTAa/llENTS OF PIPE LDCA11HG EQUIPWENT. EACJI INSTAl.1.E1) RUN OF PIPE SHALL BE CAPNJLE OF 8EJNG LOCA 1fD USING 1HE !RACE/I II/IRE PROTECT IIIR£ INSIJI.A 110N FROII DAIIAGE: DURING IHSTALLAllOH ND BACICFIUJNG. IIIR£ INSUI..ATJCW !HAT IS BROKEN, CUT, OR DAIIAGED SHALL BE REPI..ACED. !RACE/I 11111£ SHAU. BE ANG NO. 8 STRANDED COPPER II/IRE 11/11H HIGH IIOl.£CULAR IIE/QIT /'a. YE11/Yl..flj£ (HIIW/PE) INSULA 110H SPrC/flCAJ.1. Y DE5/GNED FOR DIRECT BURIAL IN CQ!ROS/11£ soi al WA 'iER. Pa. YEJHYl..flj£ INSIJI.A 110H SHALL <XNORJI ro ASTII D 12.fll, T'IPE: I, WSS C. II/IRES ll/l!H CUT DR DAMAGED INSULA11CJN ARE NOT ACCEPTAS.E AND REPI..ACEJIENT Of THE ENTIRE IIIR£ 'IIHIO/ HAS BEEN DAIIAGED 1111.L BE REQUIRED AT 11£ CONTRAC7DR's EXPENSE. SIGNING AND STRIPING NOTES I. THE CONTIIAC7DR IS R£SPOHSIBt.E FOR 11/STALLJNG AU. SIGNING AND STRfPING. IIAMJAL. OH UNIRYIII Tl1AFF1C CONTROi.. DElfCES 1M 's 111/ltll 200J REVSKIN I, AS 2. SIGNING. SJRfPING AND PA ',£JIENT IIARK/NGS = COHFORII ro 111£ CALIFORNIA AIIENDED FOR USE IN ~l CAL TRANS ST. SPraFICA 1ICJHS (.JJL Y 2008 DR LA 1EST \£l!S/ON !HEREOF), TIIESE PLANS AND 11£ 51'£QAL PROl>fSIONS. J. All SIGNING ANO STRIPING IS SIJB.ECT ro THE APPROVAL OF 11£ PUBUC ll0Rl(S DIREC7DR al HIS REPRESENTA 1111£, PIIIOl1 7D INSTALLA 110H. 4. ANY DE1'fA 110H F'ROII THESE SIGNING ANO S1ll1PING Pl.ANS SHAU. BE Af'PR0',£1) BY THE ENGINEER OF lllRC AND PIJ8LJC ll0Rl(S DIREC7DR PIIIOl1 ro ANY CJIANGE IN 111£ FIELD. S. ALL SIGNING ANO STRIPING SHALL BE 11£Fl£C1111£ PER CAL TRANS SP£CIFICA 1ICINS. STRIPING SHALL BE R£PAIN1fD 7llO IIEEJi'S AFTER INITIAL PAINTING. SIGNING SHALL USE ENCAPSULA 1fD LENS 11£Fl£C1111£ SHEE11NG (HIGH IN1ENS/TY OR EQUAL). s. "JJ:V~AL 11/11fif'11!Jffe ~ OFIIIPl/[k~.,:;:rm ~ ~ R£Srof1ED ro A "UKE NEW' COH0/11CJN, IN A IIANHER IIEE11NG 111£ APPROVAL Of THE QTY INSP£C7DR. 7. EXACT LDCA 110N OF STRIPING AND SroP UIIIT LINES SHALL BE Af'PR0',£1) BY 1HE PUBUC ll0Rl(S DIR£C7DR al HIS REPRESENTA 1111£ PIIIOl1 1l) II/STAL.LA TICJH. 8. w~~Tr ~RfllO~SH':/'!Vf~'irfDRfllOU#fll, ~COH~fc~T 9. ~1£MENT 1£GENDS SHALL BE 111£ LA 1EST \£l!SION OFTH£ CAL TRANS IIETRfC 10. LJIIIT L1NES ND CROSSll'ALICS SHALL BE F'/£lD LDCA1fD. CROSSWALKS SHAU. HA\£ 10' INSIDE DIIIENSION UNl.£SS O11/ERII/ISE SPrOFIED. II. AU. CROSSll'ALl(S, IJIIIT LINES, S7DP BARS, PAl£MENT ARROWS AND PA'61ENT 1£GENDS SHALL BE 1HERIIOPI.AS11C UNLESS O1H£1!111SE SPrctflED. 12. FIRE Hn,/IANT PA11£J1£NT IIARICERS SHAU. COHFORM ro 71£ CALIFalNIA IIANUAL OH UNIRYIII TRAFFIC CONTROi.. DElfCES (RIIIIA 's IIU1W 200J RE',IS/OH I, AS AIIENDED FOR USE IN CALIFORNIA) AND SAN DIEGO REGICWAL STANDARD DRAIIING 11-19. IJ. All IIEDIAN NOSES AND Fl.NIES SHAU. BE PAIN1fD l£l.L()II( 14. ALL SIGNS SHAU. BE STANDARD SIZE AS SHOIII/ IN THC CALIFORNIA IIANUAL ON UNIFORII TRAFFIC CONTROi.. DElfCES (fHWA 's 111/ltll 200J R£vrSIOHI, AS AIIENDED FOR USE IN CAL/FalNIA) UNl.£SS OTHERIIISE SPEc:IFIED. IS. SIGH POSIS SHAU. BE SIJJARE PERFDRA 1fD SlEEl. 1IJBINC 11/11H BREAKAWAY BASE PER SAN DIEGO REQOHAL STANDARD DRA-11-46. 16. IIHEN A SIGH IS ATTACHED ro A POLE, IT SHALL BE IIOUN1fD USING A STANDARD CITY OF CARl.SBAD IIOUN11HG /JRAO<ET ll/l1H STRAPS. 17. EXIS'IIHG SIGNS REII0',£1) BY 11£ CONTIIAC7DR SHALL BE DEll\£1!ED BY THE CONTRAC7DR ro THE arr OF CARI.SBAD PUStJC ll!BCS YARD AT .fOS ON( A-,r; 18. ALL SIGNS SHOIII/ ON 1IIES[ Pl.ANS SHAU. BE NEW SIGHS PROVIDED AND 11/STAU.ED BY THE CONTIIAC7DR CXCEPT THOSE SIGHS SPrClflCAJ.1. Y SHOIII/ AS EXIS11HG ro BE RfLDCA JED DR 1l) REJINN. 19. (IF NECESSARY) IIHE1iF R.f-7 SICH AND Ofll-J OB.ECT IIARKER ARE 7D BE INSTAU.ED IN A 2-FOOT ll/lllE IIEDIAN NOSE, 111£ R.f-7 SIGN SHAU. BE IB"X24" AND 1HE Ofll-J 08.ECT IIARKER SHALL BE 12"X12" LEGEND DESCRIPTION ABREVIATION IMJER Pf'fJ.M£ " IMJER Pf'fJ.M£ Rft IMJER VAL.I£ (QAJE:. IIUTlEIFI.Y. IISERJl(W) (GV.BVJV) a.ow OFF ASSElll. Y 80 IINtUN.. AIR liElEAS£ ASSEIIIILY IIAR NR VAalLII VAi.i£ ASSDII.Y AVA NM !ER SEIM:£ " FIREHYIJRANT FH S1IIRII DRAIN I.NE 0 SE1IElt IIAIN s GAS IIAIN GIi lE1£IXII I.NE T Et.EClRICM. CONDUT E ABBREVIATIONS AC ACP APPROX. CF ASPHALT CEMENT ASBESlOS CEMENT PIPE APPROXIMATE a. OR ' CONC. CY DET. D.I. DIA. CUBIC FOOT CENTERLINE CONCRETE CUBIC YARD DETAIL DUCTILE IRON DIAMETER DUCTILE IRON PIPE C.:U:.lr.D DWG NO. NONE NONE ... ,,. ... ,1 .... .... NONE ... J ... ,2 NONE NONE NONE NONE NONE DIP DWTM EA DOMESTIC WATER 'TRANSMISSION MAIN EACH EL ELEC EX OR EXIST. Fl FM FT INV. IRR. IF MAX. MIN. MJ N.T.S. O.D. PAVT. PC PE PD PROP PVC RCP s SF. so SMH SP ss ST. STA. STD. rt!'. VCP 'vlF WM ELEVATION ELEClRICAL EXISTING FLANGE FORCE MAIN FEET INVERT IRRIGATION LINE (W OR RW) LINEAR FEET MAXIMUM MINIMUM MECHANICAL JOINT NOT 10 SCALE OUTSIDE DIAMETER PAVEMENT PRECAST PLAIN END PUSH ON PROPOSED POLYVINYL CHLORIDE REINFORCED CONCRETE PIPE SLOPE SQUARE FOOT STDRM DRAIN SEWER MANHOLE STEE.. PIPE SANITARY SEWER SlREET STATION STANDARD rtl'ICAL 'v11RIFIEO CL.A Y PIPE IIERIFY IN FIELD WATER MAIN SYMBOL -w--RW--e ---0-----~ -D--s--G--T--E-REVIEWED BY: INSPECTOR lHIS REC0AD DRAWING HAS BEEN PREPARED, IN PART, BASED ON l~DRIIATION PROI/IDED BY OlHERS. TO 11£ BEST KNOWLEDGE OF lHE INSPECTOR INFCRIIATION PR0',1DED IS REASONABLY ACCURATE. ~ ( KLEINFELDER \.." .,----~· RECORD DRAWING DRAWING NO. 505-3 SHEET _Q_ OF 50 DATE DWN BY: B.W.... CHKD BY: RM.t::l RVWD BY: DGS PROJECT NO. 5019-A G-5 CITY OF CARLSBAD ENGINEERING DEPARTMENT IMPROVEMENT PLANS FOR: CMWD VALVE REPLACEMENT PHASE I -BID SET SITE NO.: IACCEP'l'!DBY: ?? / *~ 10~7 DlllTRlCT ENGINEER DATE REMOVE EXIST. 12"x12"X14" DI TEE EXIST. CMWD VALVE VAULT ~~r,----:"--------t--REMOVE EXIST.14" GATE VALVE 5D2V73 REMOVE TO THE NEAREST JOINT ___ ___,,___, (13' MAX. FROM END OF VALVE) \ PROPERTY LINE (TYP.) _______ \_ \ NOTE: 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE. REMOVE EXIST. 12" GATE VALVE 5D2V74 . ~.J CONTRACTOR TO REMOVE AND RESTORE SIDEWALK AS NEEDED ~ REMOVE EXIST. 14" , GATE VALVE 5D2V73 PHOTO 1 -FROM WEST REVIEWED BY: INSPECTOR lHIS REcmD DRAWING HAS BEEN PREPARED. N PART, BAS[!) ON INFORMATION PR0"1DED BY OTHERS. TO THE BEST l<NO\IUDCE OF THE INSPECTOR N'ORMA TION PROI/DEO IS REASONABLY ACCURATE. RECORD DRAWING CITY OF CARLSBAD DRAWING NO. 505-3 ENGINEERING DEPARTMENT DATE OWN BY: B..W.... IMPROVEMENT PLANS FOR: CHKD BY: ~ CMWD VALVE REPLACEMENT RVWD BY: DGS PHASE I -BID SET 1:=(:========!::========:~========!l jSITE NO.:1 -EXISTING ~ SHEET PROJECT NO. ACCEPTED BY: KLEINFELDER 6_ OF 50 5019-A ...-;;-~ ..,, ~ \.., _llrlght-lo.ltlghtSolutlons. ,-'"~-;.--~-----10 3 2017 ~ DISTRICT ENGINEER DATE APPROX. 6' VALVE RELOCATION PLAN N.T.S REVIEWED BY: PLAN SCALE: 1" = 40' t APPROX. 3'-1" VALVE RELOCATION (SECTION A) -6 C-18 RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT 1::IN=S=P=EC=T=O=R =====:;;::::::=====:::::::;-;::::::::::::::::::D=A=TE==:::;;:;:;::::::1 IMPROVEMENT PLANS FOR: DWN BY: B.W.... THIS RECORD ORA.NO HAS BEEN PREPARED, IN PART, BASED ON N'ORMA110N PROVDED BY OTHERS. TO THE BEST KNOWI.EDClE OF THE INSPECTOR INFORMATION PR<MOED IS REASONAB.Y ACCURATE. ~ ( KLEINFELDER ~ Bright People. Right_,_ DRAWING NO. 505-3 SHEET _J_ OF 50 CHKD BY: ~ CMWD VALVE REPLACEMENT RVWD BY: llGS PHASE I -BID SET PROJECT NO. 5019-A !SITE NO.:1 -PROPOSED ACCEPTED BY: =-?.:"=-,.""=c-,;(=~~=· ,-----10/3/201'1 DISTRICT ENGINEER DATE NOTE: 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE. 2. SEE SHEET TCP-5 FOR TRAFFIC CONTROL PLAN. EXIST. TELECOM DUCT BANK PLAN SCALE: 1" = 40' ---REMOVE TO THE NEAREST JOINT (13' MAX. FROM END OF VALVE) --, REMOVE EXIST. 14" GATE VALVE 10B1V55 -- ,---., EXIST. TELECOM DUCT BANK. PHOTO 1 -FROM SOUTH 80 C-2A REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT INSPECTOR DA TE 1::========;-;::::=====:::;-;::=D=w=N=B=Y=·. ::::;;:~I IMPROVEMENT PLANS FOR: lHIS !<ECORD DRAlllNG HAS BEEN PREPARED. DRAWING NO. :/~~~,:~==~0 505_3 CHKD BY: ~ CMWD VALVE REPLACEMENT ~~~=...tTION PROVl>ED IS RVWD BY: D.GS PHASE I -BID SET ::========l ISITE NO.:2 -EXISTING SHEET PROJECT NO. lL OF 50 5019-A ~ ( KLEINFELDER ~ Bright,._,.. Right Solutk>M. ACCEPTED BY: _--?:"_,~,/.-~~-----10/3/2017 DISTRICT ENGJIIEER DATE " -,=--EDGE OF SIDEWALK (TYP.) 40 80 ' SCALE IN FEET NOTE: 1. SEE SHEET TCP-5 FOR TRAFFIC CONTROL PLAN. SCALE: 1" = 40' APPROX.8' VALVE RELOCATION PLAN N.T.S REVIEWED BY: 8 9 10 13' MAX VALVE RELOCATION (SECTION A) NOlE: MAR NOT SHOWN FOR CLARITY -5 C-2B RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT 1~l=NS=P=EC=T=O=R=====:;;::::====::::::;;:~:::=D=A::::TE;:;:=~;;::::;1 IMPROVEMENT PLANS FOR: DWN BY: 1115 RECORD DRAYllNO HAS BEEN PREPARED, IN PART, BASED ON INFORMATION PRO'lllED BY On£RS. TO lHE BEST KNOlll.EDGE OF 11£ INSPECTOR INFORMATION PROVIDED IS REASONABLY ACCURAlE. DRAWING NO. 505-3 CHKD BY: ~ CMWD VALVE REPLACEMENT RVWD BY: DGS PHASE I -BID SET •~=========::=======::======91 !SITE N0.:2 -PROPOSED ~ SHEET PROJECT NO. ( KLEINFELDER _g OF 50 5019-A ~-....,,,..11/gh,Solutlons. ACCEPTED BY: --;;,-, /:A 10 S 17 ~=TRl~C_T_ENG~INEER='-----~ft NOTE: 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE. 2. SEE SHEET TCP-2 FOR TRAFFIC CONTROL PLAN. 3. CONTRACTOR SHALL OBTAIN ALL PERMITS AND PAY ALL PERMITTING FEES REQUIRED FOR WORKING WITHIN THE NCTD ROW. 25' FROM RAIL Ii. (TYP.) REMOVE EXIST. ' 6" GATE VALVE 9D4V46 PLAN SCALE: 1" = 40' .------+-REMOVE EXIST. 6" GATE VALVE 9D4V46 PHOTO 1 -FROM SOUTH 80 C-3A REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD INSPECTOR THS RECORD DRAVllNG HAS BEEN PREPARED, IN PART, BASED ON INFORM A T!ON PROVIDED BY OTHERS. TO THE BEST KNOWlEDGE OF lHE INSPECTOR ll'f'DRMATlON PROVIDED IS REASONAl!l Y ACCURATE. DRAWING NO. 505-3 DATE OWN BY: fil'L CHKD BY: Rill! RVWD BY: DGS ENGINEERING DEPARTMENT IMPROVEMENT PLANS FOR: CMWD VALVE REPLACEMENT PHASE I -BID SET :==r:======~::======:p========l ISITE N0.:3 -EXISTING ~ SHEET PROJECT NO. ACCEPTED BY: \.,KL~~~';;,.f!;!! 10 OF 50 5019-A 7-?: / d-,'-«; 10 3/2017 ~ l=:DIS=TRl~C=-T =EN~GINEER=---DATE NOTE: PIPE CONNECTION SEE DETAIL SHEET D-01 (TYP.) .£I 10" PVC WATER MAIN (MAX LENGTH 13') / 6"GATEVALVE 10"PVCWATERMAIN --- ~ (MAX LENGTH 13') 1. SEE SHEET TCP-2 FOR TRAFFIC CONTROL PLAN. PLAN 0 40 80 2. CONTRACTOR SHALL OBTAIN ALL PERMITS AND PAY ALL PERMITTING FEES REQUIRED FOR WORKING WITHIN THE NCTD ROW. SCALE: 1" = 40' l SCALE: 1" = 40' SCALE IN FEET l r;r13'M~~'liff'fil'---< _j 4 DI TEE FLG x FLG AND THRUST BLOCK W-15 5 RESTRAINED MECHANICAL JOINT FITTING 6 PVC TO AC TRANSITION COUPLING 7 EXISTING AC PIPE 8 C900 PVC PIPE -2 9 FLANGE COUPLING ADAPTER N\~LVE RELOCATION (PLAN) 10 MANUAL AIR RELEASE ASSEMBLY -6 C-3B REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD INSPECTOR DATE ENGINEERING DEPARTMENT ::=:::::::::::::========:;;=:::====::::;-;:::D:::::WN:::::::::::::::::::B:::::Y=-. =s;;:;w:;:;::::!I IMPROVEMENT PLANS FOR: THIS RECORD DRAWING HAS BEEN PREPARED, DRAWING NO. ~p~kt~i:1:S~Z~~ 505_3 CHKD BY: ~ CMWD VALVE REPLACEMENT ~~r~c::~110H PRQ','IOED IS RvwD BY: .Q.G.S PHASE 1 -Bm sET :==r:=======~~======l !SITE N0.:3 -PROPOSED ~ SHEET PROJECT NO. ACCEPTED BY: \.,KLEL';f.':,f..;,~ 11 OF 50 5019 -A -~_,""--/.-~-"-----'------10 3 2017 ~ DISTRICT DIGIIIE!:R DATE NOTE: REMOVE TO THE NEAREST JOINT (13' MAX. FROM END OF FITTING) REMOVE TO THE NEAREST JOINT (APPROX. 18' TOTAL) REMOVE EXIST. 10"x10"x10" TEE -..,,---REMOVE EXIST. 10" GATE VALVE PLA 40 SCALE: 1" = 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE. 2. CONTRACTOR SHALL OBTAIN ALL PERMITS AND PAY ALL PERMITTING FEES REQUIRED FOR WORKING WITHIN THE NCTD ROW. ABANDON IN PLACE EXIST. 12" GATE VALVE 9D4V38 PHOTO 1 -FROM WEST PHOTO 2 -FROM SOUTH REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD INSPECTOR THIS R£C0RD DRAWING HAS BEEN PREPARED. IN PART, BASED ON INFORMATION PROVIDED BY OTHERS. TO Tl£ BEST KNO'M.£DG£ OF THE INSPECTOR INFORMA 110N PRO",IDEO IS REASONAILY ACCURATE. DRAWING NO. 505-3 DATE OWN BY: CHKD BY:~ RVWD BY: D..G.S ENGINEERING DEPARTMENT IMPROVEMENT PLANS FOR: CMWD VALVE REPLACEMENT PHASE I -BID SET ::==~=======~~=====O=========l ISITE NO.:4 -EXISTING ~ SHEET PROJECT NO. ACCEPTED BY: \.,KL~!f:t':.!_';zf!zf! 12 OF 50 5019-A _"?""_?~/.-~~-----10/3/2017 ~ DISTRICT ENGINEER DATE NOTES: 0 40 80 1. CONTRACTOR SHALL OBTAIN ALL PERMITS AND PAY ALL PERMITTING FEES REQUIRED FOR WORKING WITHIN THE NCTDROW. PLAN -- - 2. CONTRACTOR SHALL OBTAIN ALL PERMITS AND PAY ALL PERMITTING FEES REQUIRED FOR WORKING WITHIN THE NCTDROW. REVIEWED BY: ---SCALE: 1" = 40' SCALE: 1" = 40' SCALE IN FEET APPROX. 3.5' ITEM 1 2 3 VALVE RELOCATION (SECTION A) DESCRIPTION 4 DI TEE FLG x FLG AND THRUST BLOCK -15 5 RESTRAINED MECHANICAL JOINT FITTING 6 PVC TO AC TRANSITION COUPLING 7 EXISTING AC PIPE 8 C900 PVC PIPE -2 9 FLANGE COUPLING ADAPTER 10 1 O" x 12" REDUCER FLG X FLG C-4B RECORD DRAWING CITY OF CARLSBAD INSPECTOR DATE ENGINEERING DEPARTMENT 1:============,;:=====:;;:::;:::o==w===N==B:::::::Y::::::·_===;;B~W:;::::1 IMPROVEMENT PLANS FOR: 111S RECORD DRAIIIINC HAS BEEN PREPARED, ORA WING NO. ~~~iwg::;~~~ro 505_3 CHKD BY: RW:I CMWD VALVE REPLACEMENT ~~~TION PRO\IIDED IS RVWD BY: ~ PHASE I -BID SET 1:===r=.============:::::::====~l========ll !SITE N0.:4 -PROPOSED ~ SHEET PROJECT NO. ACCKPTED BY: \..,KL~!,Cf.[;_';£'£!! .13 OF 50 5019-A =~=='=~/='..-k~=· ,-----10/s/2017 ~ Dlll'l'RICT ENGDIEER DATE NOTE: REMOVE TO THE NEAREST JOINT (13' MAX FROM END OF FITTING) PROPERTY LINE (TYP.) PLAN SCALE: 1" = 40' REMOVE TO THE NEAREST JOINT (13' MAX FROM END OF VALVE) / ~ REMOVE EXIST. 10"x10"x6" TEE 0 0 80 SCALE: 1• = 40' 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE. REMOVE EXIST. 6" GATE VALVE 9D4V21 PHOTO 1 -FROM NORTHWEST PHOTO 2 -FROM WEST C-5A REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD INSPECTOR llilS RECORD DRA'IIINC HAS BEEN PREPARED. IN PART, BASED ON N'ORMATION PRO'lllED BY OlliERS. TO lliE BEST KNO'M.£DCE Of lliE INSPECTOR INFORMATION PR0',1DED IS REASONABLY ACCURA T£. DRAWING NO. 505-3 ENGINEERING DEPARTMENT DATE DWN BY: fil'L. IMPROVEMENT PLANS FOR: CHKD BY: RMl:l CMWD VALVE REPLACEMENT RVWD BY: DGS PHASE I -BID SET ):==r:=-=====~):======i:=======:1 !SITE N0.:5 -EXISTING ~ SHEET PROJECT NO. ACCEPTED BY: \.:<L~~'°!':;.;,,f?li!! 14 OF 50 5019-A '= / ~ 10 s 2017 ~ =ois=='TRI'==CT=-=EN=c=INEER==----DATE L I 10" GATE VALVE 0 10"x10"x6" DI TEE AND THRUST BLOCK 40 80 1 0" PVC WM (MAX LENGTH 13') ------SCALE: 1" = 40' SCALE IN FEET PLAN SCALE: 1" = 40' H APPROX. 58' -e VALVE RELOCATION (PLAN) N.T.S 2 3 4 5 6 7 8 VALVE RELOCATION (SECTION A) N.T.S C-5B REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT INSPECTOR DA TE ;:::::::::::::=:::::::::::::::::::::::=====:;-;::=:::====~=Dw=N====B=Y=·. =;;;.:;BW::;:;:::::::1 IMPROVEMENT PLANS FOR: lHS RECORD DRAIIING HAS BEEN PREPARED, DRAWING NO. ~/o'i':M..sgi:;~~~ro 505_3 CHKD BY: ~ CMWD VALVE REPLACEMENT ~~~~TlON PR0',10ED IS RVWD BY: Q.GS PHASE I -BID SET !::::========~::======H========,1 ISITE N0.:5 -PROPOSED ~ SHEET ( KLEINFELDER 15 OF 50 ~ Bright Peop/f,. Right SolutJons. PROJECT NO. ACCEPTED BY: 5019-A 'i:': / .g DISTRICT ENGINEER 10/S/2017 DATE \ OTE: REMOVE EXIST. SERVICES LINES FROM MAIN TO METER BOX. (TYP. OF 4. APPROX. TOTAL LENGTH 120 LF) REMOVE TO THE NEAREST JOINT (MAX 13') / / 1 \) --REMOVE APPROX. 60'OFACP \ \ REMOVE EXIST. 12" GATE VALVE 10C1V69 REMOVE TO THE NEAREST JOINT (13' MAX FROM END OF VALVE) 50 100 SCALE: 1" = 50' SCALE IN F~g - --- 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE. PHOTO 1 -FROM NORTH C-6A REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT l~l=NS=P=EC=T=O=R =====,;::::======;;::::::::::::::::::D=A:;:TE::::;::::::::;;;:;;;;::::::;1 IMPROVEMENT PLANS FOR: OWN BY: lHIS RECORD DRAWING HAS BEEN PREPARED, IN PART, BASED ON INFORMATION PR<WIDED BY OlHERS. TO Tl£ BEST KNOWl.£DGE Of' lHE INSPECTOR INFORMATION PRO"1DED IS REASONABLY ACCURA 1L DRAWING NO. 505-3 CHKD BY: RM.t-l CMWD VALVE REPLACEMENT RVWD BY: ~ PHASE I -BID SET 1:==~======~::=======H=====~• ISITE N0.:6 -EXISTING ~ SHEET PROJECT NO. ACCEPTED BY: \.--.KL~~'::,,';_;f!z!! 16 OF 50 5019-A 1=-.=1/='=-~--=,;(~~==· =-----10/s/2017 ~ DISTRICT ENGINEER DATE NOTE: 1" PVC SERVICE PER W-3. RECONNECT NEW ----SERVICE LINES TO EXIST. ANGLE METER STOP. SERVICE LINE CONNECTION SHALL BE A MIN. OF 3' FROM A PIPE JOINT (TYP. OF 4. APPROX. TOTAL LENGTH -120') 12" INSERTION VALVE 12" PVC (MAX 13' FROM EDGE OF REMOVED VALVE) -12" PVC WATER MAIN APPROX. LENGTH 73' 1. CONTRACTOR SHALL MAINTAIN WATER SERVICE TO ALL RESIDENTS THROUGHOUT THE DURATION OF CONSTRUCTION. 2. INSTALL INSERTION VALVE PER SPECIFICATION SECTION 15933. APPROX. 5' _j 7) I I APPROX. 86' H I I (7 H13'MAX MAR (W-6) 12" GATE VALVE SEE PIPE CONNECTION DETAIL SHEET 0-01 (TYP.) -0 D ' 0. f 0 D I ' } ' s s s s 8"VCPSEWER s w w ) '' w w w D D u I D .l ~ (/) I l ~ 0 I C: ~ i ~ i 12" PVC (MAX 13' FROM EDGE OF VALVE) PLAN SCALE: 1" = 50' ITEM DESCRIPTION 1 GATE VALVE FLG x MJ (W-16) 2 POLYETHYLENE ENCASEMENT 3 VALVE BOX ASSEMBLY(W-13) 4 C900 PVC PIPE (W-2) 5 RESTRAINED MECHANICAL JOINT FITTING 6 PVC TO AC TRANSITION COUPLING 7 EXISTING AC PIPE 8 MANUAL AIR RELEASE ASSEMBLY (W-6) REVIEWED BY: 13' MAX INSPECTOR PINE AVE D -......____.-o I 0 50 100 SCALE: 1" = 50' SCALE IN FEET C-6B RECORD DRAWING 111 CITY OF CARLSBAD ENGINEERING DEPARTMENT DATE I 1IMPROVEMENT PLANS FOR: IN LINE VALVE INSTALLATION (PLAN) N.T.S IN LINE VALVE INSTALLATION (SECTION A) N.T.S lHIS RECORD DAA'MNG HAS BEEN PREPARED, IN PART, BASED ON tlFOIIMA TION PROl/llEll BY OlHERS. TO THE BEST KNOWI.EDGE OF lHE INSPECTOR INFOIIIIA 110N PR0\10ED IS DRAWING NO. II DWN BY: fil'L CMWD VALVE REPLACEMENT 505 3 CHKD BY:~ PHASE I -BID SET REASON AIL Y ACCURA TL -RVWD BY: UG.S b::~=::========jp=====ir======u !SITE NO.: 6 -PROPOSED ~ SHEET PROJECT NO. .ACCEPl'ED BY: ( KLEINFELDER l'.l. OF 50 5019-A 7? / ~ 10/3/2011 ~ IJrlght_ . .,,,,,,Soiution,. -DISTRICT ENGIIIKBR _!)_ATE _.,r V ---REMOVE TO NEAREST ,,.._ __ JOINT (13' MAX FROM END OF VALVE) REMOVE EXIST. CONC. DRAINAGE SWALE (APPROX. LENGTH 20') 80 REMOVE EXIST. 10" GATE VALVE 1582V36 REMOVE EXIST. 10w GATE VALVE 1582V36 REVIEWED BY: REMOVE EXIST. 10" GATE VALVE 1582V37 REMOVE EXIST. 10" GATE VALVE 15B2V35 PHOTO 2 -FROM NORTH RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT INSPECTOR DA TE ~============;-;:::======;;:::;:::DW=N~B==Y= .. :::::;B;;;:;:W~ IMPROVEMENT PLANS FOR: lHIS RECORD DRA'MNG HAS BEEN PREPARED. DRAWING NO. ~/ti':tiJAS~,\fc :f~~~~o 505_3 CHKD BY: fillli CMWD VALVE REPLACEMENT ~~~~~c!:'L'"~TlDN PROVIDED IS RVWD BY: DGS PHASE I -BID SET !::::===========!l;::::=====i:=========l ISITE N0.:7 -EXISTING ~ SHEET ( KLEINFELDER 18 OF 50 ~ lrfght-,..11/ghtSoMlom. PROJECT NO. .ACCEPTED BY: 5019-A ~~ / / ·-/ 10 3 2017 ....:."--~=---~"-'----'-=------DlSTRICT ENGDIEER DATE X -~ '\, ~ .. ~J1 \\\ L.. '7;-\NCTD ROW -~ ·;,p ..,~ .. ~~X\ ~ ':t u' ~ \ -z ~ \~. . ~ \~ '~ d\ '0-,~\ REMOVE AND RESET ._ , -2._., EXIST. CONCRETE CURB 1 O" PVC WM CMAX -----.. LENGTH13~ ~ / s / ~ 1 O"ITJ' REDUCER -;7--NCTD_RAIL i % ~1/ ' -------,,--~...,__,...__ 10" GATE VALVE ' / MAR C'irV-6D \,) i--.:: .,./_ .,, ~. GATE VALVE ,,, D' PVC WATER MAIN CMAX LENGTH 13~ 'Ii ' V L-/ SEE PIPE CONNECTION DETAIL SHEET D-01 ITYP. OF 4D \ PLAN VIEW 0 40 [D NOTE: 1. CONTRACTOR SHALL OBTAIN ALL PERMITS AND PAY ALL PERMITTING FEES REQUIRED FOR WORKING WITHIN THE NCTD ROW 2. INSTALL INSERTION VALVES PER15933. SCALE: 1" D 40D / SCALE: 1" D40D SCALE IN FEET VALVE RELOCATION CIPLAND NTS. 13CMAX APPROX. 3~" INSERTION VALVE PLAN VIEW 0 200 400 SCALE: 1" D 150D VALVE RELOCATION C!SECTION AD N.T.S. REVIEWED BY: INSPECTOR lltS RECOAD DRA'IIING HAS BEEN PREPMED, IN PART, BASE) ON tlFORMATION PROWlEll BY OTHERS. 10 THE BEST KNOWlillGE Of THE INSPEcroR INFORMA110N PRO\IIDED IS REASONAl!l Y ACCURATE. GNFELDER ~.,,,,,,,...,,,,..Right Solutlon,. SCALE: 1" D 200D SCALE IN FEET ITEM DESCRIPTION 1 GATE VALVE FLG DMJ CW-16D 2 POLYETHYLENE ENCASEMENT 3 VALVE BOX ASSEMBLYlW-13D 4 DI CROSS FLG DFLG AND THRUST BLOCK CW-15D 5 RESTRAINED MECHANICAL JOINT FITTING 0 PVC TO AC TRANSITION COUPLING 7 EXISTING AC PIPE D C900 PVC PIPE CW-2D 9 FLANGE COUPLING ADAPTER 10 1 O" DD' REDUCER FLG D FLG 11 MANUAL AIR RELEASE CW-6D C-7B RECORD DRAWING CITY OF CARLSBAD DATE ENGINEERING DEPARTMENT IMPROVEMENT PLANS FOR: DRAWING NO. 505-3 OWN BY: .B.YL CHKD BY:~ RVWD BY: l2G.S CMWD VALVE REPLACEMENT PHASE I -BID SET SHEET 19. OF 50 PROJECT NO. 5019-A [SIT_E_ __ NO.: 7 -PROPOSED ACCEPl'ED BY: I 'i? / ~ 10/3/2017 DISTRICT ENGINEER PATJ; ,--..OTE: REMOVE TO THE NEAREST JOINT (13' MAX. FROM END OF VALVE); TYP OF (2) CURB FACE (TYP.) I \ REMOVE 6" GATE VALVE 10C4V1 REMOVE TO THE NEAREST JOINT ----- (13' MAX FROM END OF VALVE) REMOVE EXIST. 6" GATE VALVE 10C4V9 \ 0 60 120 ------SCALE: 1" = 60' SCALE IN FEET 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE REMOVE EXIST. 6" i: ..... --~ GATE VALVE 10C4V1 REVIEWED BY: INSPECTOR lltS RECORD DRA'IIING HAS BEEN PREPARED, IN PART, BASED ON INFORMATION PROVIDED BY OlliERS. TO lliE BEST KNOWILDGE Of Tl£ INSPECTOR INFORMAllON PROIIIDED IS REASONABLY ACQJRAlE. RECORD DRAWING CITY OF CARLSBAD DRAWING NO. 505-3 DWN BY: fil'L. IMPROVEMENT PLANS FOR: ENGINEERING DEPARTMENT DATE CHKD BY: RMJ',l CMWD VALVE REPLACEMENT RVWD BY: .D.GS PHASE I -BID SET :::::=r:=========;::=======H=========ll !SITE NO.:8 -EXISTING ~ SHEET PROJECT NO. ACCEPl'ED BY: KLEINFELDER 20 OF 50 5019-A ~~ _.,, ~ \., , llrlghtl'eoplo. Rlghtsolutfom. ="='_,cc~"'-=-~~~---10 3 2017 ~ DISTRICT ENGINEER DATE 6" PVC WATER MAIN (MAX LENGTH 26') SEE PIPE CONNECTION DETAIL SHEET D-01 (TYP. OF 3) 6" PVC WATER MAIN (MAX -+--, LENGTH 13') -6"x6"x6" DI TEE AND THRUST BLOCK ---. VALVE RELOCATION PLAN N.T.S 6" GATE VALVE, TYP (3) ___ __, _ _;..--D • __..-··-o-• \-;~~ . 6" PVC WATER MAIN (MAX LENGTH 13') "PVC WATER MAIN (MAX LENGTH __ .....,..__., 13') AND 6" 0 11.25° BEND APPROX.4' H13'MAX _j VALVE RELOCATION (SECTION A) ITEM IJt::!sc.;RIPTION 1 GATE VALVE FLG x MJ lW-16) 2 POLYETHYLENE ENCASEMENT 3 VALVE BOX ASSEMBLY<W-13) 4 DI TEE FLG x FLG AND THRUST BLOCK1W-15) 5 RESTRAINED MECHANICAL JOINT FITTING 6 PVC TO AC TRANSITION COUPLING 7 EXISTING AC PIPE 8 C900 PVC PIPE fW-2) 9 EXIST. 6" 011.25° BEND 10 MANUAL AIR RELIEF ASSEMBLY W-6 C-8B REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT ~IN=S=PE=C=TO=R=======::::;;:::=======;~~D==::AT~E;::::=::;;;;::;:;;=;1 IMPROVEMENT PLANS FOR: OWN BY: lHS RECORD DRA'MNG HAS BEEN PREPARED, IN PART, BASED ON tlFORIIA11011 PRO\/IDED BY OTHERS. lO THE BEST KNOWlfDCE OF 11£ INSPECltlR INFORIIA TION PRO'IIDED IS REASONASLY ACCURAlE. DRAWING NO. 505-3 CHKD BY: RM.bl CMWD VALVE REPLACEMENT RVWD BY: I2GS PHASE I -BID SET ::::=r:;_=~==-=====~=====~:c========: !SITE NO.:8 -PROPOSED 1/ ' SHEET PROJECT NO. ACCEPTED BY: \c, L~f,C!':;_;,,'?sz!! 21 OF 50 5019-A _?_?:,=;_/_~..L.-='. ''-----1013;2011 ~ DlllTRICT ENGINEER DATE \ / /' PHOTO 1 -FROM NORTH REMOVE EXIST. 4" GATE VALVE 16A2V54 --,,_ ________ PROPERTY LINE ITYP. D ~\ \. \ \ .-------REMOVE 4" STL WM 3 LF EAST OF THE LAST SERVICE LINE AND THROUGH THE END OF THE REMOVED 4" GATE VALVE, APPROX.LENGTHIS13D £/ 'y <:I\. ., i'~I', -----REMOVE EXIST. 4" GATE VAL VE 16A2V54 / \ \ '? ll--'--"'' 7\) . \ 1\ /\) SCALE: 1" D 50D NOTE: \) \) / \) / \) £ i\ "9-'6 0 ~ ~ £ I ~ \ \ \ \ 1 . ,. \ \ £ / / \ ~ \_ 50 // 100 ~---->' SCALE: \1" D 500 SCAL&fN FEET 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE. C-9A REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT !INSPECTOR DATE I 1IMPROVEMENT PLANS FOR: I lHIS RECORD DRA•NG HAS BEEN PREPARED, DRAWING NO OWN BY: aw_ CMWD VALVE REPLACEMENT ~YPO~~~:-~~ • CHKD BY: ~ D SET gs:.:?'~rtllQI PROWl£D IS 505-3 RVWD BY: D..G.S PHASE I -BI PHOTO 2 -FROM EAST, ON EAST SIDE OF 1-5 !SITE NO.: 9 -EXISTING ! ~ SHEET PROJECT NO. ACCEPTBD BY: ( KLEINFELDER 22 OF 50 5019-A ~ /~ ~017 ~ ------DISTRICT ENGINEER DATE ! ~ / BLIND FLANGE ON WEST BRANCH ------.. OF EXISTING CROSS ---END CAP ASSEMBLY WITH THRUST BLOCK 3 LF FROM THE LAST WATER SERVICE LINE PER CMWD STD. W-15 INSTALL 2" MANUAL BLOW OFF AT END CAP PER STD. W-6. ~ / \) / 'v ~ / / 'v .'v i=t~.\ -~!\ .,. ... '.\\----:r-,• 'o / ''\) 1),/ -~ 'v / 'v ~ _ , I PLUG EXIST. ABANDONED STEEL LINE OEAST ENDDVVITH CONCRETE PLAN 0 50 ,1/ . . .,,. "%\ -0 . '6 0 ~\ '2. ~ ~ '* l PLUG EXIST. ABANDONED STEEL LINE QWEST ENDO WITH CONCRETE 100 \\ \\ < '* \ SCALE: 1" D50D SCALE: 1" D 50D SCALE IN FEET l 1rr=;rn,,~ APPROX. 383" TO TOP OF PIPE ! -j 3CMAX CAP AND ABANDON DETAIL N.T.S 'INSERTION VALVE 03535 HARDING STREET PER SPECIFICATION SECTION 15933 ' ~ /~ /~ / (j\ ___ \ 6" INSERTION VALVE 03630 HARDING STREET '* ' PER SPECIFICATION SECTION 15933 ~"t>-c~ .. t..~""'l>-cl>-'"' INSERTION VALVE PLAN 0 ' 1000 2000 SCALE: 1" D 1000 SCALE: 1" D 100D SCALE IN FEET ITEM DESCRIPTION 1 POLYETHYLENE ENCASEMENT 2 EXISTING STEEL PIPE 3 DI END CAP COUPLING WITH 2" TAP AND THRUST BLOCK OVV-150 C-9B REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD !!INSPECTOR DATE l I ENGINEERING DEPARTMENT THIS RECORD ORAwtjG HAS ll[£JOI PREPARED, ORA OWN BY C\A/ IMPROVEMENT PLANS FOR: ~ypo~M.~ ,\: 1 ~~~ WING NO. : ~ THE INSPEC'TOR INFORIIATION PRO'IIDED IS 505-3 CHKO BY: RMtc:J CMWD VALVE REPLACEMENT REAS0NABLY ACWRATE. RVWD BY: ~ PHASE I -BID SET ~ SHEET ---I !SITE NO.: 9 -PROPOSED ( KLEINFELDER 23 PROJECT NO. 5019-A ACCEPTED BY: ~---Solutions. _ OF 50 I ?:':: / ~ 10/3/2017 DIS'1'1!1!;'1' BNG!!!JER DATE \ ....---___,,..,.,,..._/_· 1 a REMOVE EXIST. 8" GATE REMOVE EXIST. 10" GATE ,-.i,.-----<~----,---"""""""...,._,.,.... / VALVE 11C3V15 VALVE 11C3V34 \ REMOVE TO NEAREST JOINT (13' REMOVE TO THE NEAREST MAX FROM END OF VALVE) JOINT (13' MAX. FROM END \ ---1 OF FITTING) \ REMOVE EXIST. 8" GATE VALVE 11C3V18 ' REMOVE EXIST. 8"x8"x8" DI TEE REMOVE EXIST. 8" ACP WM BETWEEN EXIST. VALVES, APPROX. LENGTH IS 30 LF. ---- REMOVE EXIST. 8" GATE VALVE 11C3V21 REMOVE TO NEAREST JOINT -_, (13' MAX FROM END OF VALVE) LOOKING NORTH REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT INSPECTOR DA TE :==::::::::::::::::::::::::::=====:::,;:::=======;;:::D:::::W=N==:::B:::Y=·. ~B;:;:;W~ IMPROVEMENT PLANS FOR: llilS RECORD DRAWING HAS BEEN PREPARED. DRAWING No. ~tvtii:r~~~;~:~~"W' 505-3 CHKD BY:~ CMWD VALVE REPLACEMENT ~=~~J:f~TION PROVIDED IS RVWD BY: DGS PHASE I -BID SET ~c:_=~===-=======::======~~======, ISITE NO.: 10 -EXISTING V ' SHEET PROJECT NO. ACCEPTED BY: EINFELDER ,-, \.--.. , 1rlghtl'oop1o. RJghtSolwons. 24 OF 50 5019-A _;/,_-:':-"'--/.-~-L---'. '------10/s/201? ~ DISTRICT ENGINEER DATE 10" 0 45° BEND ;\ii 1 O" PVC MAIN (MAX LENGTH . 13') ~VALVE RELOCATION (PLAN) N.T.S REVIEWED BY: I@ I APPROX. u 10' VALVE RELOCATION (SECTION A) N.T.S .J 5 RESTRAINED MECHANICAL JOINT FITTING 6 PVC TO AC TRANSITION COUPLING 7 EXISTING AC PIPE C900 PVC PIPE -2 9 FLANGE COUPLING ADAPTER 10 EXIST DI BEND 11 DI 45° BEND 12 MANUAL AIR RELIEF ASSEMBLY, W-6 C-10B RECORD DRAWING CITY OF CARLSBAD ~IN~SP~E~C~TO~R=====,;======,r=~~DA~TE~=m~ IMPROVEMENT PLANS FOR: 111S RECORD DRAYING HAS BEEN PREPAR£D, DRAWING NO DWN BY: .BYL T ENGINEERING DEPARTMENT IN PART, BASED ON INF0RMAT10N PROVOEll • CHKD BY: ~ CMWD VALVE REPLACEMEN ~°="~ Jl'r~~~~~ 505-3 RVWD BY: DGS PHASE I -BID SET REASONABLY ACCURAlE. ti;;;;~~~=====H======,~====41 !SITE NO.: 10 -PROPOSED G,NFELDER ~ llrlghtPeop/e.llight- SHEET 25 OF 50 PROJECT NO. 5019-A ACCEPl'ED BY: 'l:, ,;CJ....,c 10 s 2017 _::DIS..::.,TRI.L:.CT:....::_EN:.LGINEER.:....:..:,:;___ ___ DATE NOTE: EXIST. HYDRANT TEE AND THRUST BLOCK TO REMAIN I PLAN I SCALE: 1• = 40' 0 REMOVE TO THE NEAREST JOINT (13' MAX. FROM END OF VALVE) 40 80 - ---. I SCALE: 1" = 40' SCALE IN FEET 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE. PHOTO 1 -FROM SOUTH C-11A REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT INSPECTOR DA TE ;::::::::=:::::::::::::::========:;-;:::::=====::::;-;:::=Dw=N==B=Y= .. ~BW::;:;:::::::!I IMPROVEMENT PLANS FOR: 111S RECORD DRA'MNG HAS BEEN PREPARED. DRAWING NO. ~P~~~'::W~~~',1:m 505_3 CHKD BY: B.M1:I CMWD VALVE REPLACEMENT ~~~~~TION PROWlED IS RVWD BY: D.G.S PHASE I -BID SET ~========:=======ll=======ll lSITE NO. :11 -EXISTING ~ SHEET ( KLEINFELDER -::,Q OF 50 ~ BrlghtPeopl,. 11/ght SoJutlom. &l,l PROJECT NO. ACCEPTED BY: 5019-A 7?: / ~ DISTRICT ENGINEER 10/S/2017 DATE s T 8" 13'MAXH _j ..--+-----t-----+----i SEE PIPE CONNECTION DETAIL SHEET D-01 PLAN SCALE: 1" = 40' l APPROX. 2'-4" 13' MAX 80 ~ IN LINE VALVE INSTALLATION (PLAN) IN LINE VALVE INSTALLATION (SECTION A) N.T.S ~ = -N.T.S ITEM DESCRIPTION 1 GATE VALVE FLG x MJ (W-16) 2 POLYETHYLENE ENCASEMENT 3 VALVE BOXASSEMBLY<W-13) 4 C900 PVC PIPE (W-2) 5 RESTRAINED MECHANICAL JOINT FITTING 6 PVC TO AC TRANSITION COUPLING 7 EXISTING AC PIPE 8 EXIST DI TEE 9 MANUAL AIR RELIEF ASSEMBLY, W-6 C-11B REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD INSPECTOR lHIS RECCRD DRA'MNG HAS BEEN PREPARED, IN PART, BASED ON INFORMATION PRO\IOED BY 011£RS. TO lHE BEST KNO'M.EDGE Of lHE INSPECTOR INFORMA T10N PROWl!D IS REASONABLY ACCURA 1E. DRAWING NO. 505-3 ENGINEERING DEPARTMENT DATE OWN BY: fill_ IMPROVEMENT PLANS FOR: CHKD BY: R.Mb1 CMWD VALVE REPLACEMENT RVWD BY: DGS PHASE I -BID SET :c==~=======~:=======l?=======llJSITE N0.:11 -PROPOSED ~ SHEET PROJECT NO. ACCEPTED BY: \..,KL~f!!,'::.,,'£;£?:f! 27 OF 50 5019-A _--;;;-_....,_~/_+...;~_· ____ 10 3 2011 ~ DJSTR!CT DGIHEER DATE NOTE: --REMOVE TO THE NEAREST JOINT (13' MAX. FROM END OF VALVE) D -RW RW s--s s -w fl D RW w- REMOVE EXIST. 6" GATE . W VALVE 30A2V363 s 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE. REMOVE EXIST. 18" BUTTERFLY VALVE30A2V12 PHOTO 1 -FROM WEST ABANDON IN PLACE EXIST. BLOWOFF VALVE. PULL VALVE CAN AND BACKFILL. PHOTO 2 -FROM NORTH C-12A REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD INSPECTOR DATE ENGINEERING DEPARTMENT 1:========::,;::::====::::::;;::::;:D:;::W::::N=:B;::Y=·. =;;;8;:;:;W~I IMPROVEMENT PLANS FOR: lHIS RECORD ORAYIING HAS BEEN PRD'ARED. DRAWING NO. ~YPO~~i:=~~'W° 505-3 CHKD BY: ~ CMWD VALVE REPLACEMENT ~.::~~~TlON PROWlED IS RVWD BY: DGS PHASE I -BID SET ~ ( KLEINFELDER ~Bright_,., Rig/otSolut/Ms. ~====j~====~1 ISITE N0.:12 -EXISTING SHEET 28 OF 50 PROJECT NO. 5019-A ACCEPTED BY: 1---_,.,..,.,__/---"-d--5_' '--------10 3 2017 DISTRICT ENGINEER DATE .------'D;;;a.118" PVC WATER MAIN D __ __,,..... D SEE PIPE CONNECTION 1----~ DETAIL SHEET D-01 APPROX. LENGTH -30' ----0 \ -----RW---RW----r<\R,W s--- 7'1---w --- PLUG ABANDONED 6" SERVICE LINE WITH CONCRETE 0 40 80 - - -- --SCALE: 1" = 40' SCALE IN FEET PLAN APPROX. SCALE: 1" = 40' 3'-8" TO TOP OF EXIST. VALVE NUT 1 1 APPROX. ____ _, 30' IN LINE VALVE REMOVAL DETAIL N.T.S ITEM DE~l;RIPTION 1 PVC TO AC TRANSITION COUPLING 2 EXISTING AC PIPE 3 C905 PVC PIPE C-12B REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD INSPECTOR lHIS REOORO ORA.iNC HAS BEEN PREPARED, IN PART, BASED ON INFORIIAllON PROVIDED BY OlHERS. TO lHE BEST l<NO'M..EDGE r£ lHE INSPEClllR INFORMATlaj PROWJED IS REASONABLY ACCURATE. DRAWING NO. 505-3 ENGINEERING DEPARTMENT DATE OWN BY: filL IMPROVEMENT PLANS FOR: CHKD BY: ~ CMWD VALVE REPLACEMENT RVWD BY: lliz.S PHASE I -BID SET :=========~::======;~======;I ISITE NO. :12 -PROPOSED ~ SHEET ( KLEINFELDER 29 OF 50 ~ llrlphtl't,ople.RlghtSolutlon,. PROJECT NO. 5019-A ACCEPTED BY: 7, /~ 10 3 2017 =oJSTRI==CT-=-Zll=G~INEER=----DATE NOTE: -----REMOVE EXIST. 16" TEE AND 16" x12" REDUCER .------1 REMOVE EXIST. MAR .------REMOVE EXIST. 16" BUTTERFLY VALVE 30B1V18 0 40 - - -- - -SCALE: 1• = 40' SCALE IN FEET 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE. REMOVE EXIST. VALVE 30B1V19 PHOTO 1 -FROM SOUTH C-13A REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT INSPECTOR DATE l~============::::;;::::====:::::::;;::::::D=W=N=B::::Y::::::·.==:;;;;B:;:;::W;::=:1 IMPROVEMENT PLANS FOR: lHIS RECCJIO DRAYllNG HAS BEEN PREPARED, DRAWING NO. ~/o~~,: 1:S~~~~r~ 505_3 CHKD BY: ~ CMWD VALVE REPLACEMENT ~~~~TlON PROW>ED IS RVWD BY: D.GS PHASE I -BID SET G,NFELDER ~Bright_,,,._ Right Solution$. SHEET 30 OF 50 PROJECT NO. 5019-A ISITE NO. :13 -EXISTING ACCEPTED BY: ~-;z-=='=~/=h5Lc-=',-,-----10 3/2017 DISTRICT ENGINEER DATE '- 16"x16"x16" TEE AND THRUST BLOCK ----.,......--, ,=::c=====::....... PLAN SCALE: 1" = 40' ~13'MAX VALVE RELOCATION {PLAN) N.T.S APPROX. 5'-3" SEE PIPE CONNECTION DETAIL ~ SHEET D-01 (TYP. OF 3) 16" PVC WATER MAIN (MAX LENGTH 13') ---0 40 80 t ' , SCALE: 1" = 40' SCALE IN F. ---- 5 VALVE RELOCATION {SECTI N A) N.T.S C-13B REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD INSPECTOR DATE ENGINEERING DEPARTMENT l!=::=======:::::::=====::::::;;::=====::;;:=D=w=N:::::::::::::::BY=·.===;:;:;:;:::::!I IMPROVEMENT PLANS FOR: THIS RECORD DRAWING HAS BaN PREPARED, DRAWING NO. ::;,P~M~i:1:S~~~~ 505_3 CHKD BY: ~ CMWD VALVE REPLACEMENT r~~~~c:~~TION PROVIDED ,s RvwD BY: ~ PHASE i -sm SET l!=r===========!::=========li========ll lsITE NO.:13 -PROPOSED ~ SHEET PROJECT NO. ACCEPTED BY: \.,KLEf!'!,'::,,,f';;_f!,,IIf! 31 OF 50 5019-A _--;,-_'.?:~/.~'--k_· ____ 10/s/2017 ~ DISTRICT ENGINEER DATE S-0 o' "" '_• \ () I ~ EXIST. 16" BUTTERFLY VALVE 30B1V5. REPLACE ROUNDED OPERATING NUT ON EXISTING VALVE. APPROX. DEPTH IS 9'. EXIST. MAR ,__ --------. ----0 -RW I 4" PVC RW550 RW RW Cl I 1 O" PVC SEWER s 3 3 \ .-----------1 EXIST. 8" GATE VALVE 30B1V3 _ __,;;._;;___,;__;;__ EX I ST. 16"x 1 0" CROSS WITH 1 0"x8" REDUCER ::--____,.-.;-~ ~" 1 EXIST. 16" BUTTERFLY VALVE 30B1V6 =-------.,. \ 0 16" ACP ---W WM550 \ \ II~\ v-EXIST.10"GATE d PRIESTLY DR 0 ~ \ ~ ;o -~I'\ ' )> () ~ 10""0 ! l -0 'i 0 ~ y I. Z \ c\u, 0 :2 '-VALVE 30B1V4 'D \_d _ I EXIST. BLOW OFF PLAN SCALE: 1" = 40' {) I ~ EXIST. 16" BUTTERFLY VALVE m.2-__ .. ~~.:... ·::-:1'"Jlli&:r~'hi 30B1V5, REPLACE ROUNDED :.._'ia. OPERATING NUT EXIST. MAR ------+----EXIST. BLOWOFF VAL VE --+-----. EXIST. 10" GATE VALVE 30B1V4 EXIST. AVA EXIST. 8" GATE VALVE 30B1V3 ~ .1~ ~ --I EXIST. 16" BUTTER FL y ~ VALVE 30B1V6. APPROX 8'-9" TO TOP OF EXIST. NUT. ~ ~ / -~ /; ~/··~ \ ~ \. -N"1< ,,,,o ,< 'ff "~ ::.:...--------\fl --------' 0 40 80 -- --- -SCALE: 1" = 40' SCALE IN FEET NOTE: 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASTE. C-14B REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD IIINSPECTOR DATE I I ENGINEERING DEPARTMENT THIS RECORD DRAWING HAS BE£)j PREPARED DW IMPROVEMENT PLANS FOR IN PART, 11ASED ON INFOAMATION PRO'lllED • DRAWING NO N BY: .aw_ · BY OlliERS. TO lliE BEST KNOWl£DGE OF • CMWD VALVE RE TI£ INSPECT0R INFOAMATION PR0',10ED is 505 3 CHKD BY: RM.t::l PLACEMENT REASONAIU ACCURATE. -RVWD BY: ..D..GS PHASE I -BID SET b:,~=======~p=======1r======j1 !SITE N0.:14 -P.l<OPOS~D ~ SHEET PROJECT NO. ACCEPrED BY: ( KLEINFELDER 32 OF 50 5019-A 'i?: /~ 10/3/2017 ~ Brlglot-.NghtSalutions. --DISTRICT ENGIIIEER DATE ---- i----W _____ 10"ACPWM 241 w ---w ---- i--------~ REMOVE TO THE NEAREST ___ ___, JOINT (13' MAX. FROM END -----t--'\-t-----~- OF VALVE) 88 ----SCALE: 1" = 40' SCALE IN FnT .JTE: 1. ASSUME EXISTING PAVEMENT TO BE 11" AC PAVEMENT WITH 1' OF CLASS II AGGREGATE BASE. 2. SEE SHEET TCP-3 FOR TRAFFIC CONTROL PLAN. C-15A REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD INSPECTOR lHIS RECORD DRAWNG HAS BEEN PREPARED, IN PART, BASED ON N'ORMATlON PR0"10£0 BY OlHERS. TO lHE BEST KNO'M.EDGE Of lHE INSPECTOR INFORMATION PRO"1OED IS REASONABLY ACCURATE. DRAWING NO. 505-3 OWN BY: B.W.... IMPROVEMENT PLANS FOR: ENGINEERING DEPARTMENT DATE CHKD BY: ~ CMWD VALVE REPLACEMENT RVWD BY: DGS PHASE I -BID SET ~r:=~==-========:::C========!::=====~ ISITE NO.: 15 -EXISTING er , SHEET PROJECT NO. ACCEPTED BY: LEINFELDER \.'--,Brfght,,.ople.RJghtSoluttons. 33 OF 50 5019-A -~-....,_-=--/-~--'-'-_;_:. '-------10 s 2017 ~ DISTRICT ENGINEER DATE \ -----110" PVC WATER (APPROX. LENGTH 6.5') 10" GATE VALVE ------PALOMAR AIRPORT ROAD 10" PVC WATER MAIN (MAX LENGTH 13') SEE PIPE CONNECTION DETAIL SHEET D-01 NOTES: (TYP. OF 2) '-'C:::::,...,,"""--=---- 10" PVC WATER MAIN -----,-_ ___,,, (MAX LENGTH 13') 1 O" DI TEE AND THRUST BLOCK t-w ---'='---=--w------1 0 80 1. SEE SHEET TCP-3 FOR TRAFFIC CONTROL PLAN. PLAN t L 13'MAXH 4~ SCALE: 1" = 40' APPRO 6.5' SEE NOTE 5 VALVE RELOCATION (SECTION A) ITEM DESCRIPTION 4 DI TEE FLG x FLG AND THRUST BLOCK 5 RESTRAINED MECHANICAL JOINT FITTING VALVE RELOCATION PLAN N.T.S. 6 PVC TO AC TRANSITION COUPLING C-15B REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD DATE ENGINEERING DEPARTMENT INSPECTOR I:========:::;-;:::======;;::::::::D=w==N=s~y=-.==;;:B;::;:W~I IMPROVEMENT PLANS FOR: THIS RECORD DRAWING HAS BEEN PREPARED, DRAWING NO. ir./o"i':iM,A'fJ',:':s~~~~~~ 505_3 CHKD BY: RMt:J CMWD VALVE REPLACEMENT :~~~~~.:r1lOH PR0\1DED IS RVWD BY: DGS PHASE I -BID SET ~ ( KLEINFELDER \., __ Bright-o.RightSolvtlons. ~ SHEET 34 OF 50 PROJECT NO. 5019-A ISITE NO.: 15 -PROPOSED ACCEPTED BY: 1.,,--'=/':':?:~=---/.:,.,±-:<~-',-----10 3 2017 DISTRICT ENGINEER DATE TE: REMOVE EXIST. 8" GATE t---~ VALVE 36A4V24 / ., ,..,_ __ __,,,... ______ , REMOVE EXIST. 18"x18"x12"x8" CROSS tR=-,t---:--+--'--r----REMOVE EXIST. 10" GATE VALVE 36A4V27 -._ __ , REMOVE EXIST. 18" BUTTERFLY VALVE 36A4V26 80 1. ASSUME EXISTING PAVEMENT TO BE 7" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE. 2. SEE SHEET TCP-4 FOR TRAFFIC CONTROL PLAN. C-16A REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT INSPECTOR DATE l~=======,;:::======;.:::::D==WN===B~Y=·. =;;.:8;:;:;W:::::I IMPROVEMENT PLANS FOR: THIS RECOAO DRA\lllNG HAS BEEN PREPARED, DRAWING No. ~/t/:tM_~,: 1:S~~~~r~ 505_3 CHKD BY: RM1:l CMWD VALVE REPLACEMENT ~~~~~TION PROVIDED IS RVWD BY: DGS PHASE I -BID SET 1:===-========::=======Jl=======ll lSITE N0.:16 -EXISTING ~ SHEET ( KLEINFELDER 35 OF 50 ~ llrlght_,._ RlghtSolutlons. PROJECT NO. 5019-A ACCEPTED BY: ~ /./ ·~ 1-~""'---~.L...-...c....._ ___ 10 3 2017 DISTRICT ENGINEER DATE l'r--~~-~•m NOTE: ~-10" C900 PVC WM (2' MIN) mr:---~--10" GATE VALVE "4l<Jl~-t----, MAR (W-6) ..___ 18" C905 PVC WM (2' MIN) ~---,,e--...,__--i 18" BUTTERFLY VALVE 0 40 80 - - ----SCALE: 1• = 40' SCALE IN FEET 1. SEE SHEET TCP-4 FOR TRAFFIC CONTROL PLAN. VALVE RELOCATION (SECTION A) ITEM DESCRIPTION 1 GATE VALVE FLG x MJ W-16 2 POLYETHYLENE ENCASEMENT 3 VALVE BOX ASSEMBLY W-13 4 DI CROSS FLG x FLG 5 RESTRAINED MECHANICAL JOINT FITTING 6 PVC TO PVC TRANSITION COUPLING 7 EXISTING PVC PIPE 10 FLANGE COUPLING ADAPTER 11 BUTTERFLY VALVE FLG x MJ -16 12 8" x 10" DI REDUCER FLG X FLG 13 MANUAL AIR RELEASE VALVE, W-6 C-168 REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT INSPECTOR DA TE :=========,;=====::::;;:::;::DW=N=:::::::::B=Y= .. ~BW~I IMPROVEMENT PLANS FOR: lHS RECORD DRA'MNG HAS BEEN PREPARED. DRAWING NO. ~/o~~~~ifil :~~~~~ 505_3 CHKD BY: RM1'J CMWD VALVE REPLACEMENT ~~~=TlON PR0\10£0 IS RVWlD BY: _QQS PHASE I -BID SET ~ ( KLEINFELDER ~ .,.,,ht,...,,~.RlghtSo/utlons. SHEET 36 OF 50 PROJECT NO. 5019-A ISITE NO.:16 -PROPOSED ACCEPl"ED BY: ~~ /,/·~ ="='~-=,,,-"'= -~-'==c,,C....----10/3/2017 DISTRICT ENGINEER DATE --I .------REMOVE EXIST. 16" I BUTTERFLY VALVE 42A3V127 I .------1 REMOVE EXISTING 16"x16"x10" TEE AND THRUST BLOCK I ....---REMOVE TO THE NEAREST JOINT -w· ---71-- D (13' MAX. FROM END OF FITTING) --~W -R ---D ---D W 16"ACPWM ------W---W------mmi~ o --CAMINO DE tAS ONbAS ·- 16" ACPWM w -_-_-_-_:_-_,--w ---1 REMOVE TO THE NEAREST _._ __ _... ~-REMOVE EXIST. 10" GATE JOINT (13' MAX. FROM END OF ------;,.,c_,--111----, .,:: VALVE 42A3V93 VALVE) ......,., ___ .....: REMOVE EXIST. 1" MAR f I.() ~ :;E s: 3: 0:: a. u Cl <( rn " 0 0 .... !::: ----J REMOVE TO THE NEAREST JOINT (13' MAX. FROM END OF _-.:;:,,_,VALVE) ----:-::=~~ ::::> 3: 0 ' ~ m P~AN 0 40 80 SCALE: 1" =1 O SCALE: 1• = 40' SCALE IN NOTE: 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE. PHOTO 1 -FROM SOUTH C-17A REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT INSPECTOR DATE :===::::::::::========:::,.::::======;:;:::::::::::DW=N::::::::::;B:::::Y=·. ==;;;:8;:;:;W;::::1 IMPROVEMENT PLANS FOR: THIS RECORD ORAYllNG HAS BEEN PREPARED, DRAWING NO. ~/~MA~i:1:SOf"~~~~DED 505_3 CHKD BY: ~ CMWD VALVE REPLACEMENT ~~f~~=TION PR0\1DED IS RVWD BY: DGS PHASE I -BID SET ~r;=~==. ====~::========a~=====:i !SITE NO.:17 -EXISTING V ' SHEET PROJECT NO. ACCEPTED BY: \., ~f!;!.~~f!z!! 37 OF 50 5019-A ,,,:--7,"=='-~/'---'-~,:.,:..:.:· =-------10 s 2011 ~ DISTRICT ENGINEER DATE 16" GATE VALVE t 16"010" DI TEE AND THRUST BLOCK 16" PVC WATER MAIN MAX. LENGTH 13 16" GATE VALVE .. _____, 16" PVC WATER MAIN D'w'IAX. LENGTH 13[] W __ R:---~·p:;.::3~:WD tm •:1 ~.W -_-D ___ C_A:~N0--0-E-LA~~NDAS W ; .-~ __ W 16" ACPWM . w---w SEE PIPE CONNECTION DETAIL SHEET D-01 ITYP. OF 30 NOTE: 1. INSTALL INSERTION VALVES PER SPECIFICATION SECTION 15933. H13CMAX 0::: 0 en b 0 ~ I-::::, 3: 0 ~ ca PLAN SCALE: 1" 0 400 I• • I 13CMAX _j VALVE RELOCATION llPLAN0 N.T.S. -----MAR EW-60= 10" GATE VALVE --a 10" PVC WATER MAIN D'w'IAX. ITEM 1 2 3 4 5 6 7 15 9 10 11 LENGTH 13ITil 0 40 [O ----- -SCALE: 1" 0400 SCALE IN FEET DESCRIPTION GATE VALVE FLG 0MJ OYV-160 POLYETHYLENE ENCASEMENT VALVE BOXASSEMBLYOYV-130 DI TEE FLG DFLG AND THRUST BLOCK OYV-150 RESTRAINED MECHANICAL JOINT FITTING PVC TO AC TRANSITION COUPLING EXISTING AC PIPE C900 PVC PIPE OYV-20 C905 PVC PIPE OYV-20 BUTTERFLY VAL VE FLG D MJ OYV-16 D MAR OYV-60 INSERTION VALVE PLAN SCALE: 1" 0 2000 REVIEWED BY: RECORD DRAWING INSPECTOR DATE :1~:r~DRAJ:N1~F~A'= :~ DRAWING NO. OWN BY: BW_ BY 011£RS. TO THE IEST l<NOIUOOE OF CH K D B y DU P,. I THE INSPECTOR N'OAMATlON PROYIDED IS 505 3 ; llWJ..l REASONABLY ACOJRAlE. -RVWD BY: lliiS 400 SCALE: 1" 02000 SCALE IN FEET C-17B CITY OF CARLSBAD ENGINEERING DEPARTMENT IMPROVEMENT PLANS FOR: CMWD VALVE REPLACEMENT PHASE I -BID SET ~ SHEET I ___ _ II !SITE NO.:17 -PROPOSED ( KLEINFELDER SB OF BO t-'KUJECT NO. 111 .ACCEPTEil BY: ~ Brf!lhtl'oop/o.R/gtrrSolvrlom. --5019-A 'i:?: / d----«; DISTRICT EJIGINDR 10/3/2017 DATE NOTE: \ \ REMOVE EXIST. 16" BUTTERFLY VALVE 42A4V102 \ __,,---t---1 REMOVE EXIST. 16" BUTTERFLY VAL VE 42A4V101 ~--.......... -~-r----,.1 REMOVE EXIST. PVC WATER MAIN, MAX 2' (TYP. OF 3) 80 1. ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE. REMOVE EXIST. MAR REMOVE EXIST. 16" GATE VALVE 42A4V102 REMOVE EXIST. VALVE 42A2V59 REMOVE EXIST. 16" BUTTERFLY VALVE 42A4V101 REMOVE EXIST. 16" GATE VALVE 42A4V101 PHOTO 1 -FROM SOUTH C-18A REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT l~IN=S=P=EC=TO=R========;-;::::=====~====D=A===TE===:;;;:;:;~I IMPROVEMENT PLANS FOR: DRAWING NO. OWN BY: B.W... llilS RECORD ORA-HAS BEEN PREPARED, IN PART, BASED ON INFORMATION PROVIDED BY OTHERS. TO 11£ BEST KNOYIUDCE 01' THE INSPECTOR INFORM A 110N PRO'IIOED IS REASONABLY ACCURATE. 505-3 CHKD BY: ~ CMWD VALVE REPLACEMENT RVWD BY: DGS PHASE I -BID SET 1:==r;=~====. =======::======H=======;i lSITE N0.:18 -EXISTING ,, ' SHEET PROJECT NO. ACCEPTED BY: EINFELDER -, '-'-,llrigh•-'•-RlphtSolutiom. 39 OF 50 5019-A ,_~_,_/._~~-----10 s 2011 ~ DISTRICT EJIGINEER DATE -..------,--' 16" GATE VALVE ~-~-....,,..../1-1 16"x16" TEE AND THRUST BLOCK --------i 16" GATE VALVE ~--SEE PIPE CONNECTION DETAIL SHEET D-01 (TYP. OF 3) ---_,__..::.....,;.,__..,,__...,..__, BLOW OFF (W-6) 0 40 80 ------SCALE: 1• = 40' SCALE IN FEET APPROX. 1 o·~--i APPROX. 3'-10" 2'MIN t VALVE RELOCATION (PLAN) N.T.S REVIEWED BY: 2'MIN 5 ~2'MIN VALVE RELOCATION (SECTION A) N.T.S ITEM DESCRIPTION 6 PVC TO AC TRANSITION COUPLING 10 FLANGE COUPLING ADAPTER 11 8"x16" DI REDUCER FLG X FLG 12 MANUAL AIR RELEASE -6 13 PVC TO CMLC TRANSITION COUPLING 14 EXIST. CMLC PIPE 15 BLOW OFF -6 C-18B RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT INSPECTOR DA TE l~===:::::::::::::=======;-;:::::======;;:::;D:=.W:::::N~BY== .. ===;;;B~W;:::::1 IMPROVEMENT PLANS FOR: THS RECORD DRAWING HAS BE.EN PREPARED. DRAWING NO. ~/o'i':tiJ~~1~[~~~~m 505_3 CHKD BY: ~ CMWD VALVE REPLACEMENT ~~~~~~TION PR0"1DED IS RVWD BY: DGS PHASE I -BID SET ll========~!:======1~====~1 !SITE NO.: 18 -PROPOSED ~ SHEET ( KLEINFELDER 40 OF 50 ~ llrlpht,,..,...RlglltSo!utioM. PROJECT NO. 5019-A ACCEPTED BY: I-,,-;-'-;,',--==-/___..±:'<.;___:__:.:__ ___ 10 3 2017 DISTRICT ENGINEER DATE NOTE: REMOVE EXIST. 8" GATE VALVE 55A1V117 I I I ~--REMOVE TO THE NEAREST JOINT (13' MAX FROM END OF VALVE) --REMOVE EXIST. 12" GATE VALVE 55A1V118 REMOVE TO THE NEAREST JOINT (13' MAX FROM END OF VALVE) 0 40 80 -- ----SCALE: 1•=40' SCALE IN FEET ASSUME EXISTING PAVEMENT TO BE 4" AC PAVEMENT WITH 6" OF CLASS II AGGREGATE BASE. EXISTING. DEPTH OF NUT ON EXISTING VALVE IS 2'. REMOVE EXIST. 8" GATE VALVE 55A1V117 PHOTO 1 -FROM SOUTH ~-,---.,,--, ABANDON EXIST. 8" WM IN PLACE ----REMOVE EXIST. 12" GATE VALVE 55A1V118 PHOTO 2 -FROM NORTH C-19A REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD INSPECTOR DATE ENGINEERING DEPARTMENT I:========::;-;:=======;-;::::::::D==w==N=B::::::Y=-. ==;;;B:;:;:W~I IMPROVEMENT PLANS FOR: lHIS RECORD DRAWING HAS BEEN PR£1'AR£D, DRAWING NO. ~/~k~~':~~~~"W° 505_3 CHKD BY: ~ CMWD VALVE REPLACEMENT ~~~~~":Jt110N PRO',lDED IS RVWD BY: DGS PHASE I -BID SET :::::======::======~• !SITE N0.:19 -EXISTING SHEET 41 OF 50 ~ ( KLEINFELDER ~ Brlght-RlghtSolutlons. PROJECT NO. 5019-A ACCEPTED BY: '= / ~ 10 3 2017 --DJSTRI~CT.,...E=NG.,_,,,INEER==cc----DATE SEE PIPE CONNECTION DETAIL SHEET D-01 (TYP. OF 2) -----12"PVCWATERMAIN \ PLUG EXISTING PIPE WITH CONCRETE CAP PLAN SCALE: 1" = 40' 1 @@=!j1, I ~ APPROX. 30' ---I IN LINE VALVE INSTALLATION (PLAN) N.T.S. ITEM DESCRIPTION 1 C900 PVC WATER MAIN (APPROX. LENGTH 30'} '!f. o,\~ ~ ~ \ ~ ALE: 1" = 40' SCALE IN FEET 2 PVC TO AC TRANSITION COUPLING 3 EXISTING AC PIPE 4 CEMENT END CAP C-19B REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ,~1=NS=P=EC=T=OR======:::;-;::::====:::::;-;=o=w=ND==AB::::::::TEY= .. =:::;;;B;:;:W;:::::!j IMPROVEMENT PLANS FOR: lHIS REca!D DRAWING HAS BEEN PREPARED, DRAWING NO ENGINEERING DEPARTMENT i\Vo~~~~:S~~~~:rn . CHKD BY: RMt-1 ~~~~~~AllON PR0"10ED IS 505-3 RVWD BY: D..GS CMWD VALVE REPLACEMENT PHASE I -BID SET !SITE N0.:19 -PROPOSED Q,NFELDER SHEET 42 OF 50 PROJECT NO. ACCEPTED BY: ~ Bright-pl•. RlghtSo/ufions. 5019-A ~MW // ·-/ ,,,:,/=·:.L::~""'= -~~=-----10 3 2017 DISTRICT ENGINEER DATE GENERAL NOTES: 1. ALL PIPE CONNECTIONS SHALL BE MADE WITH A RESTRAINED COUPLING, EXCEPT AT LOCATIONS WITH MATERIAL CHANGE. WHERE PIPE MATERIAL TRANSITIONS OCCUR, A ROMAG-COUPLING SERIES OR APPROVED TRANSITION COUPLING EQUIVALENT SHALL BE USED. 3. PIPE SIZES, LENGTHS, INTERIOR AND EXTERIOR DIAMETERS MAY VARY BETWEEN PROJECT SITES. CONTRACTOR IS TO VERIFY PIPE DIMENSIONS IN FIELD PRIOR TO INSTALLATION. 4. CONTRACTOR MUST ADHERE TO ALL MANUFACTURER FURNISH AND INSTALLATION INSTRUCTIONS. 5. ALL NEWLY FURNISHED AND INSTALLED PIPE SHALL BE PVC C900, C905 PER CMWD APPROVED MATERIALS LIST. 6. THE ORIENTATION OF THE PIPE CONNECTION MAY DIFFER FROM DETAILS BELOW. CONTRACTOR IS TO FOLLOW THE SAME METHOD OF INSTALLATION FOR THE PIPE TRANSITIONS. 7. CONTRACTOR SHALL FOLLOW ALL MITIGATION METHODS OUTLINED IN THE SPECIFICATIONS FOR REMOVAL OF ASBESTOS CEMENT PIPE. ITEM DESCRIPTION 1 2 3 4 5 PVC PIPE EXISTING STEEL PIPE EXISTING ASBESTOS CEMENT PIPE TRANSITION COUPLING PVC REPAIR COUPLING WITH SPLIT RESTRAINT 4 @ PVC TO STEEL PIPE CONNECTION D- 2 @PVC TO PVC PIPE CONNECTION D- 4 3 V V 17' A '<',/ V V I" @ PVC TO ASBESTOS CEMENT CONNECTION D- D-1 REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT INSPECTOR DA TE 1;===:::::::::::======;-;:=====~D==w===N~BY==·.==;;B~W::;:::::;1 IMPROVEMENT PLANS FOR: lHIS RE= DRA'MNG HAS BEEN PREPARED. DRAWING NO. ~/~M:'SfJ\~':~~~~:0 505_3 CHKD BY: ~ CMWD VALVE REPLACEMENT g~~c~~~ PROWlEll ls RVWD BY: DGS PHASE I -BID SET ~======~~===~~====~• ISITE NO.: ~ SHEET PROJECT NO. :=A=cc=EPTE=o=ei:=, ========::::: ( KLEINFELDER 43 OF 50 5019-A ...-;-M,, ~ ./ ·~ \.., ~ Brlght,..,,ie. i,;ghtSolutlot!s. -'-:__c_ ,:,'-~ ~ DISTRICT ENGDIEER ASSET SCHEDULE: 1. TO BE PROVIDED VIA ADDENDUM. D-2 REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ENGINEERING DEPARTMENT :==IN=S=PE=C=TO=R========,;=======,~~D~ATE~~m=,I IMPROVEMENT PLANS FOR: DWN BY: fil'L THIS RECORD DRAIING HAS BEEN PREPARED. IN PART. BASED ON N'ORMATlON PRQVDED BY OTHERS. TO THE BEST KN0\11.EDGE OF THE INSPECTOR INFORMATION PR0",10ED IS REASONABLY ACCURATE. DRAWING NO. 505-3 CHKD BY: RMbl RVWD BY: .llG.S CMWD VALVE REPLACEMENT PHASE I -BID SET 1:=c:=-~======,r=======,r======uj :=S=IT=E=NO=·=: =========; ~ SHEET PROJECT NO. ACCEPT!ll BY: KLEINFELDER 44 OF 50 5019-A ~ //·..,, 10 3 2011 \..-..._ • Bright ,...,,, •. Right Solution<. :_c ~ ~ DISTRICT ENGINEER DATE RECORD DRAWINGS LIST ,' TE NO. VALVE NO. RECORD 1 RECORD 2 RECORD 3 RECORD4 RECORD 5 RECORD 6 RECORD 7 SITE 1 5D2V73-74 159-9-lA 159-9-55 159-9-66 159-9-88 -- - SITE 2 10B1V62 N/A ----- - SITE 3 9D4V46 154-6A-2 287-2-1 287-2-2 287-2-3 287-2-6 291-2-4 291-2D-1 SITE 4 9D4V38 259-4-1 -- - --- SITE 5 9D4V21-22 319-7-1 319-7-2 - - --- SITE 6 10C1V69 134-3-4 134-3-12 - - --- SITE 7 15B2V35-37 243-3-1 243-3-2 -- - - - SITE 8 10C4Vl 134-3-12 134-3-13 -- --- SITE 9 16A2V65 155-3-4 ------ SITE 10 11C3V18-34 145-7 374-9 - -- -- SITE 11 17C1V19 279-6-9 -- - - - - SITE 12 30A2V12-363 212-8-5 -- -- -- SITE 13 30B1V17 212-8-7 --- -- - SITE 14 30B1V4-6 385-5-5 ---- - - SITE 15 35A2V2 193-7-2 ----- - SITE 16 36AV24-27 345-9-4 ------ SITE 17 42A3V93-127 258-2-6 285-2-3 935-9-1 - -- - ,, TE 18 42A4V101-102 341-3-4 -- - -- - 'j:,ITE 19 55Al V117-118 167-7-9 167-7-9A - - -- - I D-3 ~OfESS,t)~ REVIEWED BY: RECORD DRAWING CITY OF CARLSBAD ~ Y,IN,e~ < «;. INSPECTOR ENGINEERING DEPARTMENT • : .q_. ~Q,~ DATE IMPROVEMENT PLANS FOR: ·1~fl~t1 '· -':: lHIS RECORD DRAWING HAS BEEN PREPARED, DRAWING NO. DWN BY: fil'L N PART, BASED ON INFalMA 110N PR0"1DED CHKD BY: RM.t::i CMWD VALVE REPLACEMENT BY OlHERS. 10 lHE BEST KN01llEDGE OF 505-3 lHE INSPECroR Nf'ORMA 110N PROVIDED IS RVWD BY: llizS PHASE I -BID SET REASONABLY ACOJRA TE, *~XP. 3[3};{2018 * ~ SHEET ISITE NO.: I No. C2 441 PROJECT NO. ACCEPTED BY: ~ CJV\\.-@ EINFELDER ~ OF 50 5O19-A 'l""/~ ~lt OF C~\.~O ~ Bright People. Right Solutlom. 10/3/2017 DISTRICT INGDIEER DATE / . ~ ~ ~I / I i ~ en,. Si ! l! g ~ ~ ~ ~ I ~ I § ,; 8 "' I i ,g " 0 2 ;. g_ u i 8 J g ~ ~ i ~ .• 3-~ £ ] I TRAFFIC CONTROL NOTES 1. THIS TRAFFIC CONTROL PLAN SHALL BE IMPLEMENTED BET\\HN (DA TES OF CONSTRUCTION TO BE COORDINATED ¼lTH CITY ENGINEER). WORK HOURS SHOWN ON PLAN UNLESS OTHERv.!SE APPROVED BY THE ENGINEER. 2. PEDESTRIAN CONTROL ¼lLL BE PROVlDED AS SHOWN. 3. PEDESTRIANS SHALL BE PROTECTED FROM ENTERING THE EXCAVATION BY PHYSICAL BARRIERS DESIGNED, INSTALLED, AND MAINTAINED TO THE SATISFACTION Of THE CITY ENGINEER. 4. TEMPORARY "NO PARKING/TOW AWAY" SIGNS STATING THE DATE AND TIME OF PROHIBITION ¼lll BE POSTED 72 HOURS PRIOR TO COMMENCING WORK. CALL CARLSBAD POLICE DISPATCH AT (760)931-2197 TO VALIDATE POSTING. 5. ACCESS ¼lLL BE MAINTAINED TO ALL DRIVEWAYS UNLESS OTHER ARRANGEMENTS ARE MADE. 6. TRENCHES MUST BE BACKFILLED OR PLATED DURING NON-WORKING HOURS UNLESS K-RAIL BARRIERS ARE PROVlDED. K-RAIL IS APPROVED ONLY WHEN SPECIFICALLY SHOWN ON THE APPROVED TRAFFIC CONTROL PLAN. PLATES SHALL HAVE CLEATS AND COLD MIX AT THE EDGES A.S APPROVED BY THE CITY INSPECTOR. 7. STRIPING ¼lLL BE REPLACED BY THE CONTRACTOR ¼lTHIN 24 HOURS, IF REMOVED OR DAMAGED. 8. WORK THAT DISTIURBS NORMAL TRAFFIC SIGNAL TIMING OPERATIONS SHALL BE COORDINATED ¼lTH THE CITY OF CARLSBAD. CONTACT STREETS DIVlSION AT (760) 434-2937 72 HOURS PRIOR TO COMMENCING WORK. 9. TRAFFIC SIGNALS SHALL REMAIN FULLY ACTIUATED AT ALL TIMES, UNLESS OTHER¼lSE APPROVED BY THE CITY ENGINEER OR HIS REPRESENTATIVE. IF TRAFFIC SIGNAL LOOP DETECTORS ARE RENDERED INOPERABLE BY THE PROPOSED WORK, VlDEO DETECTION SHALL BE USED TO PRO\>IDE ACTUATION. 10. FLAGGERS SHALL BE EQUIPPED v.!TH A WHITE HARD HAT, ORANGE VEST, AND A "STOP/SLOW" PADDLE ON A 6 FOOT STAFF . 11. ALL TRAFFIC CONTROL DEVlCES MUST BE MAINTAINED 24 HOURS A DAY. 7 DAYS PER WEEK. BY TI<E CONTRACTOR. 12. ALL TRAFFIC CONTROL SHALL BE IN ACCORDANCE ¼lTH THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVlCES (CALIFORNIA MUTCD) LATEST EDITION. 13. TRAFFIC CONTROL PLAN SUBMITTALS ARE REQUIRED FOR EACH PHASE OF THE WORK 'N DETAIL, FORMAT, AND QUALITY ILLUSTRATED ON THIS SHEET. 14. ALL TRAFFIC CONTROL DEv1CES SHALL BE REMOVED FROM VlEW OR COVERED WHEN NOT IN USE. 15. THE CITY ENGINEER OR HIS REPRESENTATIVE HAS THE AUTHORITY TO INITIATE FIELD CHANGES TO ENSURE PUBLIC SAFETY. 16. ALL WORK AFFECTING BUS STOPS SHALL BE COORDINATED ¼lTH NORTH COUNTY TRANSIT DISTRICT. CONTRACTOR SHALL CALL NCTD AT (760) 967-2828 AT LEAST 72 HOURS IN ADVANCE OF STARTING WORK. 17. CHANGEABLE MESSAGE SIGNS SHALL BE USED IN ADVANCE OF TRAFFIC CONTROL ON MAJOR AND PRIME ARTERIALS. UNLESS OTHERv.!SE APPROVED. THESE SIGNS SHALL BE SHOWN ON THE TRAFFIC CONTROL PLAN. 18. CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN FOR APPROVAL FOR All WORK NOT ASSOCIATED ¼lTH THE PROVIDED TRAFFIC CONTROL PLAN. TAAIFIFIC COINITIROl PILAINIS IFOIR CARLSBAD MUNICIPAL WATER DISTRICT VALVE REPLACEMENTS C!Tif Of CARlSBA!Dl CAIRlSIBAIC», ICAUrFOIRINl!A ,.,----PROJECT LOCATION (SITE 2) ~ ~ "DECLARATION OF RESPONSIBLE CHARGE" PROJECT LOCATION (SITE 3) § I HEREBY DECLARE THAT I AM THE ENGINEER OF WORK FOR THIS PROJECT, THAT ! HA VE EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF THE PROJECT AS DEFINED IN SECnON 67DJ OF THE BUSINESS AND PROFESSIONS CODE, AND THAT THE DESIGN IS CONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS ANO SPECIFICAnONS BY THE CITY OF CARLSBAD DOES NOT RELIEVE ME AS ENGINEER OF WORK, OF MY RESPONSIBILITIES FOR PROJECT DESIGN. FIRM: STC TRAFFIC ADDRESS: 5865 AVENIDA ENCINAS, #1428 CITY, SL CARLSBAD, CA TELEPHONE: 760-602-429D BY: NICOLAS M. MINIC/LU (NAME OF ENGINEER) R.C.£. NO.:__c_l4.c,6:.::6.:..7 __________ _ REGISTRAnON EXPIRATION DATE: 12-Jl-2017 T .. v=·.0 ,,~~"" DIAL TOLL FREE 1-800-422-4133 AT LEAST lWO DAYS BEFORE YOU DIG UNDERGROUND SERVICE ALERT OF SOUTHERN CALIFORNIA DATE: 4-17-2017 PROJECT LOCATION (SITE 15) PROJECT LOCATION (SITE 1 6) VICINITY AVE MAP ~ ~,0 5385..wo«!,1.D«:IU,S.SIJIT[14213,CARI.SIWl,CA9200I PHONE: 700-&02-"190 WWW.Slt'flWflC.COIIII SIGNAGE NOTES 1. AT LEAST ONE PERSON SHALL BE ASSIGNED TO FULL TIME MAINTENANCE Of TRAFFIC CONTROL DEvlCES ON ALL NIGHT LANE CLOSURES. 2. ALL WARNING SIGNS FOR NIGHT LANE CLOSURES SHALL BE ILLUMINATED OR REFLECTORIZED PER MUTCD-CA. 3. ALL ADVANCED WARNING SIGN INSTALLATIONS SHALL BE EQUIPPED ¼lTH FLAGS FDR DAYTME CLOSURES Of ALL MAJOR AND PRIME ARTERIALS. FLASHING BEACONS SHALL BE USED DURING NIGHT LANE CLOSURES. 4. A G20-2 "END OF ROAD WORK" SIGN SHALL BE PLACED AT THE END OF THE LANE CLOSURE UNLESS THE END OF THE WORK AREA IS OBVlOUS, OR ENDS v.!THIN A LARGER PROJECT LIMITS. 5. ALL CONES USED FOR NIGHT LANE CLOSURES SHALL BE ILLUMINATED TRAFFIC CONES OR FITTED ¼lTH 13" REFLECTIVE SLEEVES. 6. FLASHING ARROW SIGNS SHALL BE USED PER THE LA TEST EDITION OF THE CALIFORNIA MUTCD. SILENT TYPE SHALL BE USED IN RESIDENTIAL AREAS. 7. THE MAXIMUM SPACING BETWEEN CONES IN A TAPER OR A TANGENT SHALL BE APPROXIMATE AS SHOWN IN TABLE 1. 8. ADDITIONAL ADVANCE FLAGGERS SHALL BE REQUIRED WHEN TRAFFIC QUEUES DEVELOP. FLAGGER STATIONS FOR WORK AT NIGHT SHALL BE ILLUMINATED AS NOTED IN SECTION 6G.20 OF THE LA TEST EDITION OF THE CALIFORNIA MUTCD. 9. PLACE C30(CA) "LANE CLOSED" SIGN AT 500'-1000' INTERVALS THROUGHOUT EXTENDED WORK AREAS. 10. ALL REQUIRED SIGNS THAT ARE TO BE LEFT IN PLACE OVER A WEEKEND OR HOLIDAY SHALL BE POST MOUNTED. 11. CONSTRUCTION AREA TRAFFIC CONTROL DEVlCES SHALL MEET THE PROVlSIONS OF SECTION 12 OF THE MOST RECENT EDITION OF THE CALTRANS STANDARD SPEClflCATIONS. TABLE 1: TAPER LENGTHS MINIMUM MAXIMUM MAXIMUM APPROACH MINIMUM NUMBER OF SPACING OF SPACING OF SPEED TAPER LENGTii CONES FOR CONES ALONG CONES ALONG (M.P.H.) TAPER TAPER (FEET) ± 25 125 6 25 30 180 7 30 35 245 8 35 40 320 9 40 45 540 13 45 50 600 13 50 55 660 13 55 60 720 13 60 LEGEND IZ:'2] WORK AREA c::::J ROAD CLOSED TO TRAFFIC €1 EXISTING WATER VALVE 19 PROPOSED WATER VALVE TEMPORARY CONSTRUCTION SIGN (AS NOTED ON PLAN) PORTABLE CONES OR DELINEATORS => DIRECTION OF TRAFFIC EC FLASHING ARROW SIGN i-+ TYPE 11 BARRIGA.DE t"+ TYPE II BARRICADE ¼lTH CONSTRUCTION SIGN (XX') EXISTING LANE ¼lDTH ~ MINIMUM PROPOSED CONSTRUCTION LANE ¼lDTH ~ CHANGEABLE MESSAGE SIGN SHEET LIST TITLE SHEET TRAFFIC CONTROL CARLSBAD VlLLAGE DRIVE (SITE 3) 3 TRAFFIC CONTROL PALOMAR AIRPORT ROAD (SITE 15) TRAFFIC CONTROL AVlARA PARKWAY (SITE 16) TRAFFIC CONTROL VALLEY SiREET (SITE 2) DRA\\N BY: STC TRAFFIC INC. DA TE, Jl.W.1ilQ!.I TANGENT (FEET) ± 50 60 70 80 90 100 110 120 RCE. 74667 EXP. 12-Jl-2017 CITY OF CARLSBAD APPROVED for TRAFFIC ENGINEER DATE fsHm7 CITY OF CARLSBAD I SHEETS I ~ ENGINEERING DEPARTMENT 50 'IC CONTROL PLAN FOR: CARLSBAD MUNICIPAL WATER DISTRICT VALVE REPLACEMENT: PHASE I TRAFFIC CONTROL TITLE SHEET I APPROVED, _CITY ENGINEER ]'_E D¼1N BY: CHKD BY: RVWD BY, EXPIRE5_ PROJECT NO. 5019-A DATE ]I DRAWING NO. 505-3 ! SI ~, ~I I ·~ t i ~ i I § ~ ,..: j ! ! ~ 6 i g_ :~ " I : :li 8 ,..: " ] j ~ !_ ~ 2 8 8 .! I TAL TOLL FREE 800-422-4133 LEAST TWO DAYS BEFORE YOU DIG UHClEJKiR(UIO SCR'f'lCE AWl'T ~ SOUTHERN CALFORNIA CARLSBAD BOULEVARD POSTED 25 MPH ~20-1 = ~-TEMPORARY CONSTRUCTION SIGNS 8 B R3-7L ~ R3-2 ROAD a.OSED TO l1flU 1RAFFlC R11-4 l) ~ R3-5R ~~~~~ W4-2R Wll-1 W16-1P ~ ~ ~ W20-3 W20-5{BL) W2Q-5R 1-·-1 ~ R ID~RI G20-2 M4-8o M4-10R HOURS OF WORK 9:00PM -5:00AM W20-1 W20-2A ~ ~ C30(CA) C30BK(CA) 1ogAI (El M4-10L SC3(CA) C30BKI CA CD TAPER LENGTH CALCULATIONS 1. MIN. MERGE TAPER = L = (12') X (25)'2 / 60 = 125' 2. MIN. BIKE TAPER = L/3 = (12') X (25)'2 / 60 = 125'/3 = 41' -45' L = LENGTH OF TRANSITION FOR SPEEDS OF 40 MPH OR LESS -11'...X.n 60 W • OFFSET S -DESIGN SPEED REFERENCE TABLE 1 SHEET 1. WASHINGTON STREET LEGEND f2ZZI WORK AREA CJ ROAD CLOSED TO TRAFFIC O EXISTING WATER VALVE '9 PROPOSED WATER VALVE TEMPORARY CONSTRUCTION SIGN (AS NOTED ON PLAN) PORTABLE CONES OR DELINEATORS <=:> DIRECTION OF TRAmC CONSTRUCTION NOTES <THIS SHEET ONLY) a, FLASHING ARROW SIGN (FAS) CD CONTRACTOR SHALL MAINTAIN PEDESTRIAN ACCESS TO CROSSWALK AT ALL @ l&i1tDELINEATOOS SHALL BE PLACED IN 10' INTERVALS @ CDNES/DELINEATOOS SHALL BE PLACED IN 25' INTERVALS, G) CONTRACTOR SHALL MAINTAIN ACCESS TO EXISTING DRIVEWAYS, TRAFFIC CONTROL NOTES 1. POSTED SPEED LIMIT OF CARLSBAD VlULAGE DRIVE IS 25 MPH. 2. CONTRACTOR SHALL RESTRICT THE LEAST NUIIBfal OF PARKING SPACES NECESSARY FOR THE IMMEDIATE WORK. 3. SEE SHEET 1 FOR TRAmC CONTROL NOTES. 4. TEMPORARY NO PARKING ZONES V.,LL BE POSTED 72 HOURS PRIOR TO COMMENCING WORK FOR ALL IMPACTED PARKING ON WASHINGTON AVENUE. +-+ TYPE II BARRICADE t"+ TYPE II BARRICADE V.,TH CONSTRUCTION SIGN (XX') EXISTING LANE V.,DTH §] MINIMUM PROPOSED CONSTRUCTION LANE V.,DTH ~ CHANGEABLE MESSAGE SIGN SUNDAY NIGHT THROUGH FRIDAY MORNING ~ ~ \ ~{, l;l § 40 20 0 I~ ~ 51115 ~ DC:Nt&. sun: 142 II, C<rRlSIWI, C4 t2001 PtOIIC:71D-«12-421DWW..5lCTIW'F'IC.a DETOUR MAP i :.: 40 80 SCALE: 1"•40' NOT TO SCALE 120 I CITY OF CARLSBAD APPROVED fO" TRAFFIC ENGINEER DATE DRA\111 BY: STC TRAFFIC INC. DATE: 09/14/20!7 RC£. 74667 EXP. 12-31-2017 l5H£ET7 CITY OF CARLSBAD I SHEETS I L...i'.!'.j ENGINEERING OEPARTMENT 50 'IC CONTROL PW-FOR: CARLSBAD MUNICIPAL WATER DISTRICT VALVE REPLACEMENT: PHASE I TRAFFIC CONTROL SITE 3 ~VED: ~GINEER ff DI\N BY: [ CHKD BY:== RVWD BY: EXPIRES PROJECT NO. 5019-A DATE ]I DRAWING NO. 505-3 ® 81 ie, cs c, i I I 1 ~ ] 3 i il b ,, I § ~ " ;;;--.:--l; ! ! i a .,, ft g_ :~ " ] 1" g :ii :g " i . S .,, 1 t 2 ti 8 e .,, .I ..... I (9 C( :i: 0 HlO' lilFER ¢=>(11') =ID C30(CA) l ~ 0 (Il C30(CA)] ---0 w w en .,: w z :::; I () ~ = liil <;=> (12') L /C20;;2 ----t-I '"' l ·~ (-1..£) = (14') ¢=> (i) I ¢=>(12') 1 ~----------JIL_:_ 5 -~------C30(CA) l = !ill TEMPORARY CONSTRUCTION SIGNS ~ ~ ~ ST -4P~<& Rll-2 R3-7R W4-2R Wll-1 ~ E NJ ~~~ W16-1P W20-1 W20-5R C30(CA) TRAFFIC CONTROL NOTES 1. POSTED SPEED LIMIT OF PALOMAR AIRPORT ROAD IS 45 MPH . 2. CONTRACTOR SHALL RESTRICT THE LEAST NUMBER OF PARKING SPACES NECESSARY FOR THE IMMEDIATE WORK. 3. SEE SHEET 1 FOR TRAmc CONTROL NOTES. 4. TEMPORARY NO PARKING ZONES V.,LL BE POSTED 72 HOURS PRIOR TO COMMENCING WORK FOR ALL IMPACTED PARKING ON PALOMAR AJRPORT ROAD. T DIAL TOLL FREE 1-800-422-4133 AT LEAST TWO DAYS 8Ef'ORE YOU DIG UNDERGROUNO stRW::C AltRT Of SOUniERH CAUfORNIA W12-1 1-"'-1 G20-2 54-0·~ TAP£R SEE T ~PER CALC-1 = !ill II FAS J ;~ ~~,~ ~ I C30(CA) ..,1 CD~CJO(CA) W20-1 ~ T,-.I. PASEO DEL NORTE POSTED 40 MPH ARMADA DRIVE PALOMAR AIRPORT ROAD POSTED 45 MPH " ----JOO' W20-1j 180' 500' (6' (_1~¢:1 , R3-7R ----,w4-2R~ W4-2R (13') ·151 l ] l <:= !ill (10') (10') CJO(CA) CJO(CA) C30(CA) l;i'l= (2.21 = c12'Y <= PALOMAR AIRPORT ROAD POSTED 45 MPH 0 0 CONSTRUCTION NOTES (THIS SHEET ONLY) (j) C0NES/0ELINEATORS SHALL BE PLACED fN 10' INTERVALS. @ C0NES/DELINEAT0RS SHALL BE PLACED [N 25' INTERVALS. G) C0NES/DELINEAT0RS SHALL BE PLACED fN 45' fNTERVALS • (D CLOSE DRIVEWAY ACCESS WfTH BARRICADES-TAPER LENGTH CALCULATIONS 1. MIN. MERGE TAPER = L = (12') X (45) = 540' L = LENGTH OF TRANSITION FOR SPEEDS GREATER THAN 40 MPH = S X W W = OFFSET S = DESIGN SPEED REFERENCE TABLE 1 SHEET 1. HOURS Of WORK 9:00PM 5:00AM SUNDAY NIGHT THROUGH FRIDAY MORNING ; W4-2R ; W20-5R ... j \ ~ '" . ~ 7 =----------~ '"'~ ~~-R_J_;:::}R ,. '.::) 150'<HN[NG -0 ¢=, (13') ~ -~-LEGEND l22Zi WORK AREA c::::J ROAD CLOSED TO TRAmC Oil EXISTING WATER VAL VE <!l PROPOSED WATER VALVE TEMPORARY CONSTRUCTION SlGN (AS NOTED ON PLAN) PORTABLE CONES OR DELINEATORS <=:> DIRECTION OF TRAFFIC <D FLASHING ARROW SlGN (FAS) +-t T'IPE II BARRICADE .,.. TIPE II BARRICADE V.,TH CONSTRUCTION SlGN (XX') EXISTING LANE V.,DTH ~ MINIMUM PROPOSED CONSTRUCTION LANE V.,DTH IQ,iSJ CHANGEABLE MESSAGE SlGN ~ 5885AlotJD.DOl,l,S,.sut'[IUS.~C4t200II l'HONE; ~-t:l:90 WWl'.SlCTIWllC.COfil CITY OF CARIBBAD APPROVED roc TRAFFIC ENGINEER DATE s:: )> -i 0 I r z m )> cn m m -i 0 "U r m ,, -i 40 20 0 I~ 40 I ') I~ SCALE: 1 "=40' DRA~ BY: STC TRAmC INC. DATE 09/14/2017 80 120 I I RCE. 74667 EXP. 12-31-2017 fSHml CITY OF CARLSBAD I SHEETS I ~ ENGINEERING OEPARTMENT 50 'IC CONTROL PLAN FOR: CARLSBAD MUNICIPAL WATER DISTRICT VALVE REPLACEMENT: PHASE I TRAFFIC CONTROL SITE 15 fAPPR"OVED: ~t-4(,I_N{ER ff OWN BY: [ CHKD BY:== RVll1) BY: __ _ EXPIRES PROJECT NO. 5019-A DATE ]I DRAW1NG NO. 505-3 t ~ i I I ~ 1 ft 0 ~ E J I ~ I § ~ C: f ! ! :g ~ .ll ~ &. :~ ::, 1 ; ~ ~ 8 8 j l A VIARA PARKWAY POSTED 45 MPH ----· W20-1 f ~y-W2ci=sifF (12')=-(7') ~C,--~-'""' -(l2') =-W20-~R(BL ~ --,.,_ ---,." -....., ,_ ' J,, 'c.... . ..: ~ 1-~ ~ ~ 250· I Wll-1 W16-1P TRAFFIC CONTROL NOTES L POSTED SPEED LIMIT OF AVIARA PARKWAY IS 45 MPH. 2. SEE SHEET 1 FOR TRAFFIC CONTROL NOTES. T AL TOLL FREE 800-422-4133 LEAST TWO DAYS BEFORE YOU DIG UNOERGRWNO SER'ACE AI.LRT ~ SOU n-tERH CMJURNIA IFAS CONSTRUCTION NOTES (THIS SHEET ONLY) (D CONES/DELINEATORS SHALL BE PLACED IN 10' INTERVALS (D CONES/OELINEATORS SHALL BE PLACED IN 15' INTERVALS. TEMPORARY CONSTRUCTION SIGNS (I~:: I) ~ <®> R9-11(L) W4-2R Wll-1 ~ ~ ~ ~ W20-1 W20-5R W20-5(8L) C30(CA) [!] NJ W16-IP !,...A_! G20-2 ® TAPER LENGTH CALCULATIONS L MIN. MERGE TAPER = L = (12') X (45) = 540' 2. MIN. BIKE TAPER = L/3 = (12') X (45) = 540'/3 = 1BO' L = LENGTH OF TRANSITION FOR SPEEDS GREATER THAN 40 MPH = S X W W = OFFSET S = DESIGN SPEED REFERENCE TABLE 1 SHEET L HOURS OF WORK 8:30AM 3:30PM MONDAY THROUGH FRIDAY MARIPOSA ROAD ~~ -:;. ~ ~-::._ ~ \W2Q-1 t-=i_ ---. ~~ COBBLESTONE ROAD LEGEND IZ2Zi WORK AREA c:::::::J ROAD CLOSED TO TRAFFIC EXISTING WATER VALVE TEMPORARY CONSTRUCTION SIGN (AS NOTED ON PLAN) PORTABLE CONES OR OELINEATORS => DIRECTION OF TRAFFIC ED FLASHING ARROW SIGN (FAS) +-+ 1'rl'E II BARRICADE +'+ TYPE II BARRICADE 111TH CONSTRUCTION SIGN (XX') EXISTING LANE \\1DTH ~ MINIMUM PROPOSED CONSTRUCTION LANE 1110TH IQilsJ CHANGEABLE MESSAGE SIGN " 40 20 0 40 80 120 I~ ~0 ~~ 5M5"'°'°"'ENCIM.S.Sl.ffl'.1'21.CNll!IIAD.Olt200I PHOll[:~210nw..51C'IIWTIC..C SCALE: 1 "•40' CITY OF CARLSBAD APPROVED 1or TRAFFIC ENGINEER DATE I ORA\IN BY: STC TRAFTIC INC. DATE: 09/14/2017 RCL 74667 EXP. 12-31-2017 cITroF CARLSBAD I I SHEETS I ENGINEERING DEPARTMENT 50 'IC CONTROL PLAN FOR: CARLSBAD MUNICIPAL WATER DISTRICT VALVE REPLACEMENT: PHASE I TRAFFIC CONTROL SITE 16 I APPROVED: OTY QlGINEE.R ff DY,t,J BY: [ CHKD BY:== RV'Ml BY: EXPIRES PROJECT NO. 5019-A DATE II DRAIVING NO. 505-3