Loading...
HomeMy WebLinkAboutBali Construction Inc; 2017-10-13; PWS17-114TRANDOC# 2018-0250983 11111111111111111111111111111111111111111111111111111111111111 IIII IIII RECORDED REQUESTED BY CITY OF CARLSBAD Jun 20, 2018 03:48 PM OFFICIAL RECORDS Ernest J. Dronen burg, Jr, AND WHEN RECORDED PLEASE MAIL TO: SAN DIEGO COUNTY RECORDER FEES $0.00 (SB2 Atkins $0.00) City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 PAGES 1 Space above this line for Recorder's use. PARCEL NO: n/a -~--------- NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned are City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on April 10, 2018. 6. The name of the contractor for such work or improvement is Bali Construction, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. 6607, Corrugated Metal Pipe Replacement Program (Carlsbad Blvd North of Island Way). 8. The street address of said property is along Carlsbad Blvd, in the City of Carlsbad. I, the undersigned, say: ~ Cit','. .,;::- VERIFICATION OF CITY CLERK I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on 0r J,...;'.\..O IS , 20/? , accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on--.:::siH:--4' I '-I , 2o!K_, at Carlsbad, California. ·. CIT)(°F CARLSBAD \~~-'J)(lJU__ BARBARA ENGLESON City Clerk Q \Public Works\PW Common\CAPITAL-ACTIVE\6607 CMP (Carlsbad Blvd & Island Way)INOC 6607 CMP (Carlsbad Blvd & Island Way) doc CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Bali Construction, Inc. has completed the contract work required for Project No. 6607, Corrugated Metal Pipe Replacement Program (Carlsbad Blvd North of Island Way). City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS VALUE Replace storm drain pipe $279,305 CERTIFICATION OF COMPLETION OF IMPROVEMENTS 01,/11 lutcr- Date 1 CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above described improvements. ~ /L.: _b~b_l ~s~b_/_g _____ _ Kevi rd, City Manager Date ~ APPROVED AS TO FORM: CELIA BREWER, City Attorney By~ Deputy City Attorney Q:\Public Works\PW Common\CAPITAL-ACTIVE\6607 CMP (Carlsbad Blvd & Island Way)IAPI 6607 CMP (Carlsbad Blvd & Island Way).doc CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENT AL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BL VD NORTH OF ISLAND WAY) ., \.~ Revised 5/10/16 CONTRACT NO. 6607 BID NO. PWS17-114TRAN Contract No. 6607 Page 1 of 168 Pages (This Page Is Intentionally Left Blank) {'\ •+;' Revised 5/10/16 Contract No. 6607 Page 2 of 168 Pages TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................................................................................................... 7 CONTRACTOR'S PROPOSAL ................................................................................................................................. 12 BID SECURITY FORM ........................................................................................................................................... 19 BIDDER'S BOND TO ACCOMPANY PROPOSAL. .................................................................................................... 20 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM ................................................. 22 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS .................................. 24 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ...................................................................... 25 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVELIABILITY AND WORKERS' COMPENSATION ................................................................................. 25 BIDDER'S STATEMENT RE DEBARMENT .............................................................................................................. 27 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD .................................................................................................. 28 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID ............................... 30 CONTRACT PUBLIC WORKS ................................................................................................................................. 31 LABOR AND MATERIALS BOND ........................................................................................................................... 37 FAITHFUL PERFORMANCE/WARRANTY BOND .................................................................................................... 39 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION ......................................... 41 GENERAL PROVISIONS SECTION 1-TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS .............................................................................................................................................. 44 1-2 DEFINITIONS .................................................................................................................................... 45 1-3 ABBREVIATIONS ............................................................................................................................... 48 1-4 UNITS OF MEASURE ......................................................................................................................... 51 1-5 SYMBOLS ......................................................................................................................................... 52 SECTION 2 -SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT ........................................................................................ 53 2-2 ASSIGNMENT ................................................................................................................................... 53 2-3 SUBCONTRACTS ............................................................................................................................... 53 2-4 CONTRACT BONDS .......................................................................................................................... 54 2-5 PLANS AND SPECIFICATIONS ........................................................................................................... 55 2-6 WORK TO BE DONE ......................................................................................................................... 59 2-7 SUBSURFACE DATA .......................................................................................................................... 59 2-8 RIGHT-OF-WAY ................................................................................................................................ 59 2-9 SURVEYING ...................................................................................................................................... 60 2-10 AUTHORITY OF BOARD AND ENGINEER .......................................................................................... 64 2-11 INSPECTION ..................................................................................................................................... 64 l' • ., Revised 5/10/16 Contract No. 6607 Page 3 of 168 Pages SECTION 3 -CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR ................................................................................. 65 3-2 CHANGES INITIATED BY THE AGENCY ............................................................................................. 65 3-3 EXTRA WORK ................................................................................................................................... 66 3-4 CHANGED CONDITIONS ................................................................................................................... 69 3-5 DISPUTED WORK ............................................................................................................................. 70 SECTION 4-CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP ................................................................................................... 73 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE ........................................................... 77 SECTION 5 -UTILITIES 5-1 LOCATION ........................................................................................................................................ 78 5-2 PROTECTION .................................................................................................................................... 78 5-3 REMOVAL ........................................................................................................................................ 79 5-4 RELOCATION .................................................................................................................................... 79 5-5 DELAYS ............................................................................................................................................. 80 5-6 COOPERATION ................................................................................................................................. 80 SECTION 6-PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK ..................................................... 80 6-2 PROSECUTION OF WORK ................................................................................................................. 82 6-3 SUSPENSION OF WORK ................................................................................................................... 82 6-4 DEFAULT BY CONTRACTOR .............................................................................................................. 82 6-5 TERMINATION OF CONTRACT ......................................................................................................... 83 6-6 DELAYS AND EXTENSIONS OF TIME ................................................................................................. 83 6-7 TIME OF COMPLETION .................................................................................................................... 84 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY .............................................................................. 85 6-9 LIQUIDATED DAMAGES ................................................................................................................... 86 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION .......................................................................... 86 SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES ................................................................................. 86 7-2 LABOR .............................................................................................................................................. 86 7-3 LIABILITY INSURANCE ...................................................................................................................... 87 7-4 WORKERS' COMPENSATION INSURANCE ........................................................................................ 87 7-5 PERMITS ........................................................................................................................................... 88 7-6 THE CONTRACTOR'S REPRESENTATIVE ........................................................................................... 88 7-7 COOPERATION AND COLLATERAL WORK ........................................................................................ 88 7-8 PROJECT SITE MAINTENANCE .......................................................................................................... 89 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS .................................................. 90 7-10 PUBLIC CONVENIENCE AND SAFETY ................................................................................................ 91 7-11 PATENT FEES OR ROYALTIES ............................................................................................................ 98 7-12 ADVERTISING ................................................................................................................................... 98 7-13 LAWS TO BE OBSERVED ................................................................................................................... 98 7-14 ANTITRUST CLAIMS ......................................................................................................................... 98 ,, •+;' Revised 5/10/16 Contract No. 6607 Page 4 of 168 Pages SECTION 8 -FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL .......................................................................................................................................... 99 SECTION 9 -MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK ............................................................... 99 9-2 LUMP SUM WORK ........................................................................................................................... 99 9-3 PAYMENT ....................................................................................................................................... 100 9-4 Bl D ITEMS ...................................................................................................................................... 103 SUPPLEMENTAL PROVISIONS TO PART 2, 3, 5, 6, 8 OF THE SSPWC PART 2 CONSTRUCTION MATERIALS SECTION 200 -ROCK MATERIALS 200-1 ROCK PRODUCTS ........................................................................................................................... 109 200-2 UNTREATED BASE MATERIALS ...................................................................................................... 110 SECTION 201-CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE .................................................................................................... 111 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS .......................................................................... 111 SECTION 203 -BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE ...................................................................................................................... 113 203-llASPHALT RUBBER HOT MIX (ARHM) WET PROCESS ..................................................................... 114 SECTION 204 -LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD ............................................................................................................... 114 SECTION 206 -MISCELLANEOUS METAL ITEMS 206-7 TRAFFIC SIGNS ............................................................................................................................... 114 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS ........................................................................... 117 SECTION 207 -GRAVITY PIPE 207-2 REINFORCED CONCRETE PIPE ........................................................................................................ 119 207-25UNDERGROUND UTILITY MARKING TAPE ..................................................................................... 120 SECTION 210 -PAINT AND PROTECTIVE COATINGS 210-1 PAINT ............................................................................................................................................. 121 SECTION 213 -ENGINEERING GEOSYNTHETICS 213-5 GEOTEXTILES AND GEOGRIDS ....................................................................................................... 121 SECTION 214 TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 214-6.4.3 REFLECTIVE PAVEMENT MARKERS ........................................................................................ 122 PART 3 CONSTRUCTION METHODS SECTION 300 -EARTHWORK 300-1 CLEARING AND GRUBBING ............................................................................................................ 124 300-3 STRUCTURE EXCAVATION AND BACKFILL ...................................................................................... 124 300-13STORM WATER POLLUTION PREVENTION PLAN ........................................................................... 125 SECTION 301-TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SU BG RADE PREPARATION ............................................................................................................. 127 {'\ •+;' Revised 5/10/16 Contract No. 6607 Page 5 of 168 Pages SECTION 302 -ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT ................................................................................................... 129 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES ............................................................................................................... 130 303-2 AIR-PLACED CONCRETE ................................................................................................................. 130 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS ........................................................................................................................... 130 SECTION 306-OPEN TRENCH CONDUIT CONSTRUCTION 306-3 TRENCH EXCAVATION .................................................................................................................... 131 306-12 BACKFILL. ....................................................................................................................................... 134 306-13TRENCH RESURFACING .................................................................................................................. 135 306-15PAYMENT ....................................................................................................................................... 135 SECTION 314-TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-5 PAVEMENT MARKERS .................................................................................................................... 137 PART 5 PIPELINE SYSTEM REHABILITION SECTION 500 -PIPELINE, MANHOLE AND STRUCTURE REHABILITATION 500-1 PIPELINE REHABILITATION ............................................................................................................. 138 PART 6 TEMPORARY TRAFFIC CONTROL SECTION 602 -TEMPORARY TRAFFIC CONTROL DEVICES 602-1 TEMPORARY TRAFFIC PAVEMENT MARKERS ................................................................................ 147 602-2 TEMPORARY TRAFFIC SIGNING ..................................................................................................... 148 602-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS ................................................................ 148 602-4 MEASUREMENT AND PAYMENT .................................................................................................... 150 PART 8 LANDSCAPE AND IRRIGATION SECTION 800 -LANDSCAPING MATERIALS 800-1 GENERAL. ....................................................................................................................................... 151 TECHNICAL SPECIFCATION Bonded Fiber Matrix ......................................................................................................................... 152 APPENDIX A -Door Hangers B -Standard Drawings C-Tier 2 SWPPP Template D -Signing and Striping Notes E -Bioclean Round Curb Inlet Catch Basin with Media Filtration Device F -Tencate Mirafi Miramesh GR Facing Geogrid Soil Reinforcement ,, •+;' Revised 5/10/16 Contract No. 6607 Page 6 of 168 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 11 :00 AM ON JULY 10, 2017, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: removal and disposal of 300 linear feet of existing 24" CMP storm drain pipe and 2 clean out structures; and construction of 310 linear feet of RCP storm drain pipe; installation of 390 linear feet of Cured in Place Pipe (GIPP) Lining in existing 24" CMP pipe; construction of a concrete energy dissipater; construction of a curb inlet; construction of 2 cleanout structures; construction of 240 linear feet of AC dike and AC shoulders; and slope stabilization. CORRUGATED METAL PIPE REPLACEMENT PROGRAM {CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263 ), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provIsIons, and specifications as approved by the City Council of the City of Carlsbad on file with the Public Works Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, current edition at time of bid opening and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards, Inc., all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the oneer. •+;' Revised 5/10/16 Contract No. 6607 Page 7 of 168 Pages BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1 . Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $280,663. 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 City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not include federal funds. The following classifications are acceptable for this contract: A: General Engineering Contractor. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $30 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 l'\ -~ Revised 5/10/16 Contract No. 6607 Page 8 of 168 Pages be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777 .5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ,, •+;' Revised 5/10/16 Contract No. 6607 Page 9 of 168 Pages ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. l'\ •+;' Revised 5/10/16 Contract No. 6607 Page 10 of 168 Pages BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2017-090, adopted on the 23rd day of May, 2017. June 5, 2017 Date ~rt/Lx~ Deputy Clerk {'\ •+' Revised 5/10/16 Contract No. 6607 Page 11 of 168 Pages (_ City of Carlsbad IDENTIFICATION OF WORKER TYPES FOR PREVAILING WAGE PROJECTS Department of Industrial Relations (PWC-100) Project Name: CMP REPLACEMENT ON CARLSBAD BLVD NORTH OF ISLAND WAY Contract Number: PWS17-114TRAN Consultant: BALI CONSTRUCTION, INC. Please check-off or enter the types of workers you will use on this project. D ASBESTOS D PIPE TRADES D BOILERMAKER D PLASTERERS D BRICKLAYERS D ROOFERS D CARPENTERS D SHEET METAL D CARPET/LINOLEUM D SOUND/COMM D CEMENT MASONS D SURVEYORS D DRYWALL/FINISHER D TEAMSTER D DRYWALL/LATHERS D TILE WORKERS D ELECTRICIANS OTHERS D ELEVATOR MECHANIC D D GLAZIERS D D IRON WORKERS D D LABORERS D D MILLWRIGHTS D OPERATING ENG D PAINTERS D PILE DRIVERS DIR Registration Number: 1000002713 Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBtD ~1r/4t ftt : :,.,;~,c CORRUGATED METAL PIPE REPLACEMENT PROGRAM City Council City of Carlsbad (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 CONTRACTOR'S PROPOSAL 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, 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. 6607 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: Item No. A-1 A-2 Mobilization at _ 1 e:,·~~ .fiAJ~ (Price in Words) Traffic Control Plan Preparation, Implementation, and Maintenance at FourteeJA ~ou..~ dot(~ (Price in Words) A-3 Tier 2 SWPPP Preparation, Implementation, and Maintenance at Four -tkou.-'~ (Price in Words) A-4 Clearing and Grubbing at Tvuree. -H--to~ (Price in Words) l' •,r Revised 5/10/16 Approximate Quantity And Unit Not to Exceed $16,500 LS LS LS Unit Price (Figures) $ .g,0tJD.0O $ 14-, 0 00. 00 $ 4-, 00() ,00 $ g,ooo .oo Contract No. 6607 Total Amount (Figures) $ g,000.00 $ 4,00l}. 00 $ '3, 00(), oo Page 12 of 168 Pages 7 Item No. Item Approximate Quantity And Unit Unit Price (Figures) A-5 Removal and Disposal of 2,169 SF $ 5", 0 O Existing AC Pavement, Dike, and Spillway at le.ii\ -t:tA.Dt.t ~ d.. e 1' ~r,..._!- L-i UV\tL-eJ Fo t±,t -R ve. d.otlttY.S (Unit Price in Words) A-6 Removal and Disposal of Existing 24" CMP Storm Drain at --rf,v-ee., f{A.cu.&aJAcl four A-7 A-8 A-9 A-10 A-11 b ~ -eJj ½-ht d,oUP. ~ (Unit Price in Words) Trench Dewatering at Two thousand two hundred dollars (Price in Words) Sheeting, Bracing, and Shoring at Fou.r ~U>~J._ d.Qt(ll.J-j. (Price in Words) Construct 18" RCP (D-2000) Storm Drain Pipeline at l? ,' ~ ki-e.e.v\. h uY\ d.re..d t:::L, l l CtJ-::S (Unit Price in Words) Construct 24" RCP (D-2000) Storm Drain Pip~ Y:,•~ ~()U ~e_.J,/"~ h. E::tJ cLc:i Ila½ (Unit Price in Words) Construct SDRSD D-09 Type "A" Storm Drain Clean Out at c,· ~L-it-ee.V\ tk OLL~CV! &_ d. 0 l(Q..t:$ (Unit Price in Words) 290 LF STIP. LS LS 9 LF 290 LF 2 EA $ /2, 0 0 $ 2,200 $ 4-,ooo. oo $200,00 $ ,~.oo $q,ooo.oo l' •+;' Revised 5/10/16 Contract No. 6607 Total Amount (Figures) $ 1«>1&1.i-~.0O $ ~I /.t.-{gQ , 0 0 $ 2,200 $ 4-, ooo ,00 $ ,,goo. oo $£;(),~,OD $ 1t,ooo,oo Page 13 of 168 Pages Item No. Item A-12 Construct SDRSD D-02 "Type B-1" Curb Inlet with Filter at t()UJ-teevt_ ~OU._s.ayt.t{_ doU~ (Unit Price in Words) Approximate Quantity And Unit 1 EA A-13 Construct Modified SDRSD 1 EA D-41 A Energy Dissipater at n T c.v~ e.t'8 /.At" ~vo0¥1cr d..O( let-±:? (Unit Price in Words) A-14 Install 6" Class II Aggregate 103 CY Base at Seve.tA -tkD ~l-1 J >e.Yevt- h ~QJ -cw enb{ P,· v-e.-~~ (Unit Price in Words) A-15 Install 4" AC Pavement at fou.rizeft.A -ftAOLl~llVI&._ ~,xhf d,ollCU::> (Unit Price in Words) A-16 Construct Type-A Asphalt Concrete Dike per SDRSD G- 5 at {\x ~ou..~a L4d. o vte.- -\.L.IAd.red clo(l4fs (Unit Price in Words) 76 TON 244 LF A-17* Construct Cured-In-Place 390 LF Liner in Existing 24" CMP Host Pipe at j R ~ ~Ix #lo \11'.CU\ Q. "-' vC h W'\beg Por±'f 4. o Llan (Unit Price in Words) A-18 Install Miramesh GR and Slope Stabilization at Jb.( ~ et.A fuou.&QJ-1..d clo1[a.0 (Price in Words) A-19 Hydroseed with Bonded Fiber Matrix at t tjvl c--ti-\ 01..L&a.vt.d. ,KV e h~ect lLQll~ (Price in Words) LS LS Unit Price (Figures) $ 14-r 000, 00 $ ~g, O()o. 0 0 $ =t-5.00 $ l~~-0 0 $ z.s.o o $ 14-h.oo $ l1 ,ooo. oo $ <g <J;VO. Ob ,, • ., Revised 5/10/16 Contract No. 6607 Total Amount (Figures) $ 14-( ooo. 0() $ I 4-I O 60. {) 0 $ 13 1 000, o(!) $ ~,svo. fJCJ Page 14 of 168 Pages Approximate Item Quantity Unit Price Total Amount No. Item And Unit (Figures) (Figures) A-20 Replace Signing, Striping, LS $ 4-, OOl>, 00 $ 4-, ooo. 0() and Pavement Markers at ,h?u.r-~ ~a,;,. J. cLoelaY-> (Price in Words) A-21 PACP CCTV Inspection and LS $ 2,000, oo $ Z.,000. OD Delivery of DVD at hl~ Two --1{\0 Wl!V\ J (Price in Words) A-22 Record Drawings at LS $ 1,000.00 $ 1,o{)tJ, oo o"'e --llAou.J. O.IAl! d.d la..}j,. (Price in Words) * Indicates Specialty Item Total amount of bid in words: Tw O sev.e-vi.½J Rve -l:-hoLL~ClYLJ__ -h2\.J..t: h u..n.ol.r-d d..19 L lo.0 Total amount of bid in numbers:$ 2~, 4-0<D. 00 Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). _________ has.£A.a.ve been received and isfMe included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. 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 524-Slt O , classification A which expires on 02 / .2 Cl/ 20 I g , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § l' •+r Revised 5/10/16 Contract No. 6607 Page 15 of 168 Pages 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is ___ 8_0_111_d., ________ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted ____________________ _ (2) Signature (given and surname) of proprietor ___________________ _ (3) Place of Business ___________________________ _ (Street and Number) City and State ______________________________ _ (4) Zip Code _______ _ Telephone No. _______________ _ (5) E-Mail _______________________ _ ,, •+r' Revised 5/10/16 Contract No. 6607 Page 16 of 168 Pages IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted _________________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business _________________________ _ (Street and Number) City and State __________________ _ (4) Zip Code ______ _ Telephone No. _______________ _ (5) E-Mail ____________________ _ IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted Bali Con5-cn..td,' OJI\. ,"1.vt C · (Signature) (2)~\\.. ~-~ (Title) Impress Corporate Sec11 here (3) Incorporated under the laws of the State of Ca I 1 ~rV\ 1 CL- (4) Place of Business qt&S2 t. Joe. \./ru--~a.s. Wctj (Street and Number)A City and State ----=~c...::Dc....::U::,,..tit"-=-.:.___..[,:__I --'-M---'--""o'-1/t_+e~,'---c ____________ _ (5) Zip Code __ 9_1_T_3~3~--Telephone No. _(_6_2._6_)_4-_4-_2_-_~_eJ_o_3 ____ _ (6) E-Mail __ e~s~t-t~'_rv._a~-1:-1_· ...,_j---+--'f?~b,a~_li_c.=o_n~~~hu __ c.f-i_'_o_Yl_.c_o_rY\ __ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED l' •+;' Revised 5/10/16 Contract No. 6607 Page 17 of 168 Pages CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 • D See Attached Document (Notary to cross out lines 1-6 below) D See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) State of California County of <-:;~a N }\ { f. s; c, j •...... ;,. MEHUL V. RAWAL ~ ;;; ·. , · Commission No. 2106203 o t°i . NOTARY PUBLIC -CALIFORNIA ~ · . SAN DIEGO COUNTY ~ f Commission Expires Apr~ 16, 2019 ~ Place Notary Seal Above Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me Ji ( on this /c· day of __ J_c_; _J _c_, -~ 20_{ _(, by Date Month Year (1) '((~ t· i "1 f-t-c;· ;J,J 1 · -:; ;}; {-rJs-J .:,, 1-1 . n (2} ______________ _ Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. . i Signature __ ·('-3_· l_ .. _\ ___ (_. _-_,_r~_·_·· ___ _ 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 "') 1· (\ , 1 1 ir· · 1 D ~ tJ..I , _5 C f'-f U Title or Type of Document: __________________________ _ Document Date: -·~->-· _( C_.1_-_· _f_···_f __________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ______________________ _ i%'§fi>~m, ©2014 National Notary Association· www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5910 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: lheodore-Polich -&esiden..f: Gra.nf:--IAJoo d -,He~ R-esi~eVJ~ HicV'ael Brooks -~~ /Tre(4.Urer ___________ _ Joe,, A:t r--i J_ge -ksi~tcutr ~{2£re#:tJ~ ___________ _ {'\ •+;' Revised 5/10/16 Contract No. 6607 Page 18 of 168 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 KNOW All PERSONS BY THESE PRESENTS: That we. Bali Construction, Inc. . as Principal, and The Ohio Casualty Insurance Comp<1ny as Surety are held and firmly bound unto the City of Carlsbad. California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten Percent of Bid Amount (10%) 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 tile proposal of the above- bounden Principal for CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 in the City of Carlsbad, is accepted by the City Council. and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise. it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. l\ •ti Revised 5110/16 Contrnct No. 6607 Page 20 of 168 Pages In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. ~ Executed by PRINCIPAL this ID day of July , 20_1l_. PRINCIPAL: Bali Construction, Inc. (name of Principal) By:-·~,'--·~ \ - Executed by SURETY this 5th day of July , 20_1I_ SURETY: (sign here) ,-,1-\t ~' fV,... r,, ::::> <,~, C tD The Ohio Casualty Insurance Company (print name here) (name of Surety) Uv;s,.,._ ~B-hiGb·< r (Title and Organization of signatory) Attn: Surety Claims Department 1001 4th Avenue, Suite 3700, Seattle, WA 98154 (address of Surety) By.· {sign here) (print name here) Magdalena R. Wolfe, Attorney-in-Fact (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 PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A BREWER City Attorney By:---~___;;;;· ~~.:::-----'~----- Deputy City Attorney ., ~ ... Revised 5/10/16 Contract No. Page 21 of 168 Pages CALIFORNIA JURAY WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 • -, D See Attached Document (Notary to cross out lines 1-6 below) D See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signer No. 1 State of California County of __ <:::_Y_"l_l_·~ __ J)_l _i~_-· '_,/C' r •... , .. , .. _ . MEHUL V. RAWAl. -~ ~ , · Commission No. 2106203 ~ ~ . NOTARY PUBLIC· CALIFORNIA ~ o SAN DIEGO COUNTY ~ L Commission Expires April 16, 2019 j Place Notary Seal Above Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this JC Jt, day of . j-1. ·(.I 20~, by Date Month Year (1) --\ I I-·'; I'< ,,_. -,· \ \__ '! \ ;'I -:, ·r .. , .. ,. ·1" l,C'\ ·,.-J~!.',) -"..---~ ~----. (2) ______________ _ Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I ~ C \ , 1v f) ,~ . \ Signature_.....,... ________ ~---- Signature of Notary Public ---------------OPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document lo -'}-_ .· , ~--f1. 1.J_ r __ -1\ 1 !_"-} Title or Type of Document: _ _.i:::-S'--\--''1'-"-'-')1._)_l _r'<_\_. ___ J_· ·_1 ___________ _ Document Date: (\ / -) C ··· ) ·t Number of Pages: .-2 _____ _ Signer(s) Other Than Named Above: ______________________ _ ·~ ©2014 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5910 --------------------:---.,LJ,.,"'1.~··-:!'111;1;-::JJ..~'---------------,. A notary public or other officer completing 1hls certificate verifies only the identity of the individ uai who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validi of that document. State of California County of MARIN On __ J_u_l_y_5_,_2_0_1_7 ___ before me, __ D_on_,n_a_J_._F_ro_w_'d_,_N_o_t_a r_y_P_u_b_l_i_c ___ _ (insert name and title of the officer) personally appeared ___ M_a_g_d_a_l_e_n_a_R_. _v_lo_l_f_e ________________ _ who proved to me on the basis of satisfactory evidence to be the person~ whose name{s) isfare subscribed to the within instrument and acknowledged to me that ~she/they executed the same in tris/her/their authorized capacity(ii.S'), and that by2fl'k3/her/~signatur~ on the instrument the person{:sf. or the entity upon behalf of which the person~s~ acted, executed the instrument. l certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. .~--'·: ··,-~·:"'"-tJ~:,;.~·~}:fr/~Zt1 " <,c.;·i A ~ Signatu~,1) 0 t~~ i~,.-/:;_·.i~-<v~~ (Seal) THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No 7758026 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint. Magdalena R. Wolfe; Debbie L. Welsh; Donna J. Frowd; Donna L. Welsh; Michael Brophy McGowan; Susan J. McGowan all of the city of Novato , state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 5th day of May 2017 STATE OF PENNSYLVANIA COUNTY OF MONTGOMERY ss By: The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West ~merican Insurance Company /; / J 1, /,,/· ~/J,,-/ // !:AA_.,./ / / /./Jb_,. /YY"''": I' / David M. Carey'.' Assistant Secretary On this~ day of May , 2017 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF. I have hereunto subscribed and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. COMMONWEALTH ~ /) By:M_~ llMµ Teresa Pastella, Notary Public This Power of Attorney is made and executed by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV-OFFICERS-Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subIect to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporaf1on by their signature and execution of any such instruments and to attach thereto the seal of the Corporation When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII -Execution of Contracts -SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execurron of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- f act as may be necessary to act on behalf of the Company to make, execute. seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization -By unanimous consent of the Company's Board of Directors. the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company. wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C, Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is 111 full force and effect and has not been revoked. 5 July 17 IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ___ day of _____ -=--.-.--------, 20_. 2 of 500 LMS 12B73 __ 022017 ~ i C:1· 11:1, C:: -ol 11:1 : (JI-' '>-en a,W EE ~o <CM 0~ .. "C Q) C: ~ 11:1 OE Q. 11:1 .!!!o ..c:o ...... _m 0 C: '>, Q) .... Q) :§~ -Q) ~ .c Q) 0 ..c:-.:1" ...,N E C9 ,._N ·-M -co C: I 00 (J ... 0~ I-,,.. GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. ,, •ii' Revised 5/10/16 Contract No. 6607 Page 22 of 168 Pages Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. {' •+; Revised 5/10/16 Contract No. 6607 Page 23 of 168 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 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 DIR Subcontractor's Amount of Portion of Subcontractor Name and Registration License No. and Work by Work Location of Business Subcontractor No. Classification* in Dollars"' A~ I :J-Co ""t-rucr ~ -.• .::. -t'\ f" IA~t i,,tt H ""~ '-i:w. looooo~'f23 Lice. Yt st # ;;,a,:r, :,-L\'Z-,~o'5.,oo {'+'~ "fY_\~l~.~ ss.4-t E'"~1.,.etr or..,H~~ 1"'\..'"""'"",.,...'t'....,, A 'T.1\1> Cf,l\f> H.C# Ylp? ~-C.A 'fZ6+tt A -iit;, ~~'i'r'Q.11. ~~~:~~ rooooosi:;-1 LJ tut~L#-5°8.l~ 1Q.,L G?J1 • S '8. 4-!'l!'!'J~ aa.4S~t-;~H"": ,,.,,. .,.,...~ h'Wr ,c l::'.Sc..o&,\.tf ,~, t:A .q !2 o;l '1' Page __ of __ pages of this Subcontractor Designation form • Pursuant to section 4104 {a)(2){A} California Public Contract Code, receipt of the Information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained In the "Notice Inviting Bids." (.'\ •;;' Revised 5/10/16 Contract No. 6607 Page 24 of 168 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 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 DIR Subcontractor's Amount of Portion of Subcontractor Name and Registration License No. and Work by Work Location of Business Subcontractor No. Classification* in Dollars* A ~ I :J-c.o ""\-yu ct" , .S .... ·-..!." V\ f" "'-8' 111te r-i ,-\~ , ""t\tll. looooog'f23 License# =,g1:r:,=,-4-2,30~,0D (u..tUI W\ 1-"l~C e.. I ~ ·-,.... -) -..... -... n I, II S S 4-1 £? "'j• IA't-t Y t>r: 1 Hw>H~~ bA P 1-tll4t p; P~ D---1 , C.A 'f264-'} A-1~~~1"'-H '-l d..rl) ~f,t O t.-tl-, :t::l-1C. · looooos1-=r1 LJ cevt ~ t. #-S"S.2 3D3 /o, lfr~.(?'O A-1q t-!,•j#f,a,,..,J,,J ~Go CcrP ra:f-e, Dr. .15"-t-t-A Gla..t-sihcaHo,.,: t l-=t h'b,er Ha.Mx f $C..O i'ld I 0--,-0, lA Gt 2o;lq Page __ of __ pages of this Subcontractor Designation form • Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." l' •+i Revised 5/10/16 Contract No. 6607 Page 24 of 168 Pages ;i. 3. 4. f;. BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Name and Address Name and Phone No. Amount Contract of the Employer of Person to Type of Work of Completed Contract Contract I. f:./1S./IG C."1-y ~/: w.l kwte.le.& -Do/, ~Jal TGl!Min11i £,ite uHU He..t.! o~ P\.t.bllc. vJor¥.s £213) g4-:,. -02'f 6 ~er V"a::.lacernell\)-~1-=H,,o=,-:,. llLt-<:f S. &road...,po-<t ~!oc ~ect-' I ~ ~1el~, CA 'foots -Ml:W>vt II l)o,-yu vuNe z.. Si'te-ut--iul-i~: .$-234-, g;,5 3/2.s/1f. uhf 8~ l.a.qWl\tA. ~ead"' {q4-q) 4k4--661 s S.1-c rvv1 Jr a.i V'\. S'O 5 ..:0™1-~e&-1\le, inA.f.>n? \/ eM ~ts. UJ.Jtw,ID. Beod., cA q.2651 11/6{15 CiN oF H1.»1H~l-o11. BeacJ.... Avtt! r e,i.o -t-€.Y\'"14\AO ~lt-G-uHLi H~: .$114-,36g f'l-lbllc.. WO~ Pep--2ooe (::flu.)536-52.t:JJ ~-ew.e.r, 51-l>l"WI drnit'\- ~ S~eft-, \{ WI\H !Allffill\. Sea.<l-.., lA 9.264-~ =t/24-/15' Ci h.t o~ ~ /n.,ufele, · ~ 8Na..V\-Pow-e. 11 ~-k2.. u Hu H .u '. ~l,00~,'76i.i; cf-PtJbli C, WDt~ -/14-'f ~-(21~)R4-1--O;l~~ 5ev.J& worlt-.. Si-oodv.1°"1 ~t-e 3oo ~ ~Q&.,CA 90015 ~ /'2-S/1 S C«>~N oP ~ ~Q\~ -T~~itex-~ site.. 1..d, u he..! : ~s,2, =HI. o !. I~. oP ~u.bt,c wort.I. ( 626) 3oo-B 22.ci s.f-on'Y) wo+e.r 2'2 o f'. 'to.fi.\ 5t , U>-,:5, ~'2.leb, lA t'f Ob02,.. ~ {' •,r Revised 5/10/16 Contract No. 6607 Page 25 of 168 Pages BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) CORRUGATED MET AL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 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: 0 Comprehensive General Liability 0 Automobile Liability 0' Workers Compensation 0 Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. l' •+;' Revised 5/10/16 Contract No. 6607 Page 26 of 168 Pages BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: @eili Con ~t-ruc.nOLA..1 °II.AC· By: ------1--------""---:""'-"'--..1.---=f--~'"""""=,,,,..:.-+--( sign here Th.owtas 8€.Y!.s.h.e d / D',-.r{s<o"" ~o"'-o..Jer (print name/title) Page _I_ of _1 _ pages of this Re Debarment form ,, • .., Revised 5/10/16 Contract No. 6607 Page 27 of 168 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes / no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? ~ yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page_,_ of _.E::.._ pages of this Disclosure of Discipline form {' •+;' Revised 5/10/16 Contract No. 6607 Page 28 of 168 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 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. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: f3ali COV\5;t-,cu.c.ti O IA., °IVLC (name of Contractor) sign here Tuowta.5 8e>'l~J~e.AJ D1vt~1~ ~er (print name/title) Page _2_ of_±_ pages of this Disclosure of Discipline form l'\ •ff Revised 5/10/16 Contract No. 6607 Page 29 of 168 Pages NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 The undersigned declares: I am the oivisi().1 ~a.tt~rrof 8q!i UM!;.ftudio,,..,,' 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 T .... n.',:\ \ c , 20_o_ at s~ Pi~ [city], CA [state]. ,, •ff Revised 5/10/16 Contract No. 6607 Page 30 of 168 Pages June 23, 2017 ADDENDUM NO. 1 {_ City of Carlsbad RE: CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD. NORTH OF ISLAND WAY) -BID NO. PWS17-114TRAN 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. Eleida Felix Yackel Senior Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD. NORTH OF ISLAND WAY) From: No. of Pages: Date: Bid Opening Date: NOTICE BID NO. PWS17-114TRAN Addendum No. 1 Eleida Felix Yackel, Senior Contract Administrator Phone: 760-602-2767 eleida.felixyackel@carlsbadca.gov 1 (including this page) June 23, 2017 July 10, 2017 at 11 A.M. The following changes to the Contract Documents are hereby made effective as though originally issued with the bid package. Bidders are reminded that all previous requirements to this solicitation remain in full force and effect. For clarity where applicable, ADDITIONS, if any, have been Underlined and DELETIONS, if any, have been Strid.en out. Contractor must acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. A. BIDDER's QUESTIONS QI. Is CCTV video or photos available of the existing drainage facilities to be rehabilitated with CIPP liner? Al. CCTV video of the pipe segment between Sta. 4+08.5 to 7+74.03 was recorded in March 2016 and is provided at the following URL: http://resources.carlsbadca.gov/bidvid.mpg. No video was taken of the pipe segment between Sta. 7+74.03 to 8+04.23 but a small portion of this pipe can be seen in the provided CCTV video. Pre and post lining cctv is still required. Contract No. 6607 Bid No. PWSl 7-l 14TRAN Addendum No. 1 Page 1 of 1 A<...:ORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 9/11/2017 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER SullivanCurtisMonroe Insurance Services CONTACT NAME: 550 South Hope Street, rIJgNJ_ "-': I FAX -----·- 213-233-0400 (A/C N!!l_, 213-892-1593 Suite 1000 E-MAIL Los Angeles, CA 90071 ADDRESS: --·---·---- INSURER($) AFFORDING COVERAGE NAIC# www.SullivanCurtisMonroe.com License # 0E83670 ~--INSURER A: Travelers Indemnity Company of CT 25682 I ··- INSURED INSURER B: Travelers Property Casualtv Co of Amer 25674 Bali Construction, Inc. INSURERC: Indian Harbor Insurance Company 36940 9852 Joe Vargas Waf S. El Monte CA 917 3 INSURERD: --·---- INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 37659791 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 POLICY EFF POLICY EXP LIMITS LTR 1,.,.,., l~Mn POLICY NUMBER fMM/DD/YYYYl IMMIDD/YYYYl A J_ COMMERCIAL GENERAL LIABILITY I I DT22C09H448291TCT17 1/31/2017 1/31/2018 EACH OCCURRENCE $ 1,000,000 0 CLAIMS-MADE CL] OCCUR ~~~t~U9E~~~i.;>.,nce \ $ 300,000 j_ Deductible PD MED EXP (Any one person) $ 5,000 -·--·-. -----·· ---· ----,_L 5,000 Each Occurrence PERSONAL & ADV INJURY $ 1,000,000 ---------~------·--- GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 w [ZJPRO-DLOC PRODUCTS -COMP/OP AGG $ 2,000,000 POLICY JECT [ OTHER: $ l AUTOMOBILE LIABILITY DT8109H448291TIL 17 1/31/2017 1/31/2018 COMBINED SINGLE LIMIT $ 1,000,000 C~ I /Ea accident\ ,_L ANY AUTO BODILY INJURY (Per person) $ --~ SCHEDULED ------OWNED BODILY INJURY (Per accident) $ ~ AUTOS ONLY ~-AUTOS HIRED NON-OWNED fROPERTY DAMAGE $ ~ AUTOS ONLY ~ AUTOS ONLY Per accidentl --- Comp/Coll Deductible $ 1,000 B I UMBRELLA LIAB H OCCUR CUP1J43352A1726 1/31/2017 1/31/2018 EACH OCCURRENCE $ 10,OQ0JO00 --- EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED • / I RETENTION $10,000 $ B WORKERS COMPENSATION I UB2J5346771726G 1/31/2017 1/31/2018 I PER I I OTH-I STATUTE ER AND EMPLOYERS' LIABILITY YIN -·-- ANYPROPRIETOR/PARTNER/EXECUTIVE ~ E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? NIA ________________ ,. __ (Mandatory in NH) E.L. DISEASE· EA EMPLOYEE $ 1 000,000 ~lst~~-¥r3~ o"t~PERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 C Professional/Pollution Liability PEC004580402 1/31/2017 1/31/2018 $2,000,000 Limit/Aggregate -$25,000 SIR I Mold & Fungus Coverage Professional Liability Retro Date:1/31/13 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Re: Bali Job #17-505: Corrugated Metal Pipe Replacement Program. City of Carlsbad, its agents, officers, employees and volunteers are named as additional insured, per the attached policy forms. This insurance is primary and non-contributory. Waiver of subrogation applies. CERTIFICATE HOLDER City of Carlsbad Faraday Center 1635 Faraday Avenue Sarlsbad CA 92008-2767 I ACORD 25 (2016/03) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZEDREPRESENTATIVE ~&~ Joe Castle, CISR © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 37659791 I balicons I 17-18 WCO, GL, CAU, UMC & Pro-Poll I Joe Castle, CISR I 9/11/2017 3,27,18 PM (PDT) I Page 1 of 14 I / Bali Construction, Inc. / DT22CO9H448291TCT17 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED -(Section 11) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section Ill -Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products-completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: CG 02 46 08 05 © 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 37659791 I balicons I 17-18 wco, GL, CAU, UMC & Pro-Poll I Joe Castle, CISR I 9/11/2017 3,27,18 PM (PDT) I Page 2 of 14 / COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. -DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 © 2005 The St. Paul Travelers Companies, Inc. CG 02 46 08 05 37659791 I balicons I 17-18 WCO, GL, CAU, UMC & Pro-Poll I Joe Castle, CISR I 9/11/2017 3 ,27, 18 PM (PDT) I Page 3 of 14 Bali Construction, Inc. DTB 109H448291TIL17 / 9/11/2017 COMMERCIAL ,AUTO • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE -This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO o. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS -INCREASED LIMITS F. HIRED AUTO -LIMITED WORLDWIDE COV- ERAGE -INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE -GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II -COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II -COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which H. I. J. K. L. M. N. HIRED AUTO PHYSICAL DAMAGE -LOSS OF USE -INCREASED LIMIT PHYSICAL DAMAGE -TRANSPORTATION EXPENSES -INCREASED LIMIT PERSONAL PROPERTY AIRBAGS NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS BLANKET WAIVER OF SUBROGATION UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II -COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in 8.5., Other Insurance, of SECTION IV -BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire. rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name. with your CA T3 53 0215 © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. 37659791 I balicons I 17-18 WCO, GL, CAU, UMC & Pro-Poll I Joe Castle, CISR I 9/11/2017 3,27,18 PM (PDT) I Page 4 of 14 CO,MMERCIAL AUTO perm1ss1on, while performing duties related to the conduct of your busi- ness. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II -COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS -INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II -COVERED AUTOS LIABIL- ITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION II -COVERED AUTOS LIABIL- ITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. F. HIRED AUTO -LIMITED WORLDWIDE COV- ERAGE -INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV -BUSINESS AUTO CONDI- TIONS: (5) Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Cov- ered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or ''property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limits Of Insurance, of SECTION II -COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limits Of Insurance, of SECTION II -COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess, contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. Page 2 of 4 © 2015 The Travelers Indemnity Company, All rights reserved. CA Tl 53 0215 Includes copyrighted material of Insurance Services Office. Inc, with its permission. 37659791 I ballcons I 17-18 WCO, GL, CAU, UMC & Pro-Poll I Joe Castle, CISR I 9/11/2017 3,27,18 PM (PDT) I Pages of 14 You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE -GLASS The following is added to Paragraph 0 .. Deducti- ble, of SECTION Ill -PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE -LOSS OF USE -INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION Ill -PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses tor loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE -TRANSPORTATION EXPENSES -INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION Ill -PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONALPROPERTY The following is added to Paragraph A.4., Cover- age Extensions, of SECTION Hf -PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured"; and COMMERCIAL.AUTO • (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION Ill -PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV -BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director ot insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV -BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by CA T3 53 0215 © 2015 The Travelers Indemnity Company. AU rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. 37659791 I balicons I 17-18 WCO, GL, CAU, UMC & Pro-Poll I Joe Castle, CISR I 9/11/2017 3,27,18 PM (PDT) I Page 6 of 14 CO,MMERCIAL AUTO such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph 8.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV -BUSINESS AUTO CONDITIONS: The unintentional om1ss1on of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non-renewal. Page 4 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 0215 Includes copyrighted material of Insurance Services Office. Inc. with its permission. 376S9791 I balicons I 17·18 WCO, GL, CAU, UMC & Pro·Poll I Joe Castle, CISR I 9/11/2017 3,27,18 PM (PDT) I Page 7 of 14 9/11/2017 Bali Construction, Inc. DT22CO9H448291TCT17 / 1/31/2017 COMMERCIAL GENERAL LIABILITY 1/31/2018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE -This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. Increased Supplementary Payments D. Incidental Medical Malpractice E. Who Is An Insured -Newly Acquired Or Formed Organizations F. Who Is An Insured -Broadened Named Insured -Unnamed Subsidiaries G. Blanket Additional Insured -Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I -COVERAGES -COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person or prop- erty for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- clusion j., Damage To Property, in Para- graph 2. of SECTION I -COVERAGES - COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted. 2. The following replaces the last paragraph of Paragraph 2., Exclusions, of SECTION I - COVERAGES -COVERAGE A. BODILY H. Blanket Additional Insured -Lessors Of Leased Equipment I. Blanket Additional Insured -States Or Political Subdivisions -Permits J. Knowledge And Notice Of Occurrence Or Offense K. Unintentional Omission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury Definition N. Contractual Liability-Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1)(a) does not apply to "premises damage" caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water; unless Exclusion f. of Section I -Coverage A -Bodily Injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion -All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion in its title. A separate limit of insurance applies to "premises damage" as described in Para- graph 6. of SECTION Ill -LIMITS OF IN- SURANCE. CG D3 161111 © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 6 37659791 f balicons f 17-18 WCO, GL, CAU, UMC & Pro-Poll f Joe Castle, CISR f 9/11/2017 3,27,18 PM (PDT) I Page 8 of 14 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- TION Ill -LIMITS OF INSURANCE: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occur- rence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be: a. The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. 4. The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for "premises damage" is not an "insured contract"; 5. The following is added to the DEFINITIONS Section: "Premises damage" means "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1)(b) of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV - COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted. C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS -COVER- AGES A ANO B of SECTION I -COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to fur- nish these bonds. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS -COVER- AGES A ANO B of SECTION I -COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. 0. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of "oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II -WHO IS AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: (i) "Incidental medical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or vol- unteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- ness. Page 2 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG 03161111 37659791 I balicons I 17-18 wco, GL, CAU, UMC & Pro-Poll I Joe Castle, CISR I 9/11/2017 3,27,18 PM (PDT) I Page 9 of 14 3. The following is added to Paragraph 5. of SECTION Ill -LIMITS OF INSURANCE: For the purposes of determining the applica- ble Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence". 4. The following exclusion is added to Para- graph 2., Exclusions, of SECTION I -COV- ERAGES -COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV -COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of providing or failing to provide "incidental medical ser- vices", first aid or "Good Samaritan services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II -Who Is An Insured. E. WHO IS AN INSURED -NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II -WHO IS AN INSURED: COMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or in which you maintain the ma- jority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that or- ganization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal in- jury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED -BROADENED NAMED INSURED -UNNAMED SUBSIDIARIES The following is added to SECTION II -WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declara- tions is a Named Insured if you maintain an own- ership interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such sub- sidiary. CG D3161111 © 2011 The Travelers Indemnity Company. All rights reserved. Page 3 of 6 37659791 [ balicons I 17-18 WCO, GL, CAU, UMC & Pro-Poll [ Joe Castle, CISR [ 9/11/2017 3,27,18 PM (PDT) I Page 10 of 14 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED -OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II -WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Arises out of the ownership, maintenance or use of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will be the minimum limits which you agreed to pro- vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense that is committed, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. c. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to such premises owner, manager or lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this in- surance must be primary to, or non- contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other insur- ance. H. BLANKET ADDITIONAL INSURED -LESSORS OF LEASED EQUIPMENT The following is added to SECTION II -WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury", "property dam- age", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor is subject to the following provisions: a. The limits of insurance provided to such equipment lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations, whichever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense that is committed, after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. I. BLANKET ADDITIONAL INSURED -STATES OR POLITICAL SUBDIVISIONS -PERMITS The following is added to SECTION II -WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required Page 4 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG DJ 161111 37659791 I balicons I 17-18 WCO, GL, CAU, UMC & Pro-Poll I Joe Castle, CISR I 9/11/2017 3,27,18 PM (PDT) I Page 11 of 14 by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products-completed operations hazard". J. KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV -COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section II -Who Is An Insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (i) A partner or member of any part- nership or joint venture; COMMERCIAL GENERAL LIABILITY (ii) A manager of any limited liability company; or (iii) An executive officer or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. (3) Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of "pollut- ants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV -COMMERCIAL GENERAL LI- ABILITY CONDITIONS: CG D3161111 © 2011 The Travelers Indemnity Company. All rights reserved. Page 5 of 6 37659791 I balicons I 17-18 WCO, GL, CAU, UMC & Pro-Poll I Joe Castle, CISR I 9/11/2017 3,27,18 PM (PDT) I Page 12 of 14 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- ment to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage" that oc- curs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. M. AMENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily injury" in the DEFINITIONS Section: 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY -RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. Page 6 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 161111 37659791 I balicons I 17-18 WCO, GL, CAU, UMC & Pro-Poll I Joe Castle, CISR I 9/11/2017 3,27,18 PM (PDT) I Page 13 of 14 014767 TRAVELERs't ONE TOWl!R SQUARE HARTFORD, CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT we 99 03 76 ( A) -001 POLICY NUMBER:UB2J5346771726G WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA (BLANKET WAIVER) We have the right to recover our payments from anyone Hable for an Injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule, . The addition al premium for this endorsement shall be 02 • ooo % of the California workers' compensation pre- mium. Person or Organization ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIV£R. Schedule Job Description This endorsement changes the policy to which It is attached and Is effective on the date issued unless otherwise stated. (The information below Is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Polley No. UB2J5346771726G Endorsement No. Insured Bali Construction, Inc. Premium Insurance Company DATE OF ISSUE: 9/11/2017 ST ASSIGN: Paga 1 of 1 37659791 I balicons I 17-18 WCO, GL, CAU, UMC & Pro-Poll I Joe Castle, CISR I 9/11/2017 3 ,27, 18 PM (PDT) I Page 14 of 14 CONTRACT PUBLIC WORKS This agreement is made this /,?-Jt/1 day of Be~ , 2017, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Bali Construction, Inc., a California corporation whose principal place of business is 9852 Joe Vargas Way, South El Monte, CA 91733 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. l'\ •ti Revised 5/10/16 Contract No. 6607 Page 31 of 168 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. {~ .. ., Revised 5/10/16 Contract No. 6607 Page 32 of 168 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy# 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $2,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its l'\ •;, Revised 5/10/16 Contract No. 6607 Page 33 of 168 Pages officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy# 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over ,, W;;' Revised 5/10/16 Contract No. 6607 Page 34 of 168 Pages $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (8) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (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 ignoranceof the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of thisl2gree ·s San Diego County, California. I have read and understand all provisions of Section 11 above. init _____ init ~"\\ 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. l'\ •;;' Revised 5/10/16 Contract No. 6607 Page 35 of 168 Pages 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: CITY OF CARLSBAD municipal corporation of the State of Cali By:_-,........-,....u.,~f,L-''--.....::C,..--------- By:--,,.......,,......__ _____ _____,..~-"-l \., (11 MAT ATTEST: ~ /7 . lyYY)a AQ. &7111'/ljj/tJ&= BARBARA ENGLESON, City Clerk (sign here) M \(me,\ ~\'ti() FS I ceu I o\l'IY\!% (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER City Attorney By~: -~d~~~~~-~-­ Deputy City Attorney l'\ • ., Revised 5/10/16 Contract No. 6607 Page 36 of 168 Pages CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the ] document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. . _ State of California County of Los Angeles On u\ \ \ ~ \ \l before me, Brett Joseph Ackerman, Notary Public, personally appeared Grant Wood who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed same in his/her/their authorized capacity (ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s), acted, executed the instrument I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and official seal. -•" "' , . BRETT JOSEPH ACKERMAN I.,~-,,..-.,; :-~· u{!b•i'7~~,l Commission No 2115026 ~ ~ fJ;e: :'~ NOTARY PUBLIC-CALIFORNIA ~ ~-.,,.,. / LOS ANGELES COUNTY ~:::,, My Comm. Expires JUNE 12, 2019 ... . Brett Ackerman, Notary Public , ...........................•....................................................... OPTIONAL Description of Attached Document TITLE OR TYPE OF DOCUMENT __________________ _ DATE OF DOCUMENT NUMBER OF PAGES __ _ ---------------- SIGNER (S) OTHER THAN NAMED ABOVE: ______________ _ Capacity (ies) Claimed by Signer SIGNER'S NAME: ------------------------ Olndividual --------------------------O Corporate Office -Title(s): _________________ _ OPartner -D Limited D General OAttorney -in-Fact OTrustee OGuardian or Conservator OOther: _______________________ _ Signer is representing: _____________________ _ CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On q \ \ ~ \ \ 7 before me, Brett Joseph Ackerman, Notary Public, personally appeared Mike Brooks~ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed same in his/her/their authorized capacity (ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s), acted, executed the instrument I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. BRETT JOSEPH ACKERMAN .,1;·~:~~~·ft. -::i ,.,sr_r!;1-t Commission No.2115026 ~ 8 it.:!!'' J"f'a NOTARY PUBLIC-CALIFORNIA ~ 2 . i-°':,_. , ,, LOS ANGELES COUNTY f .. _.,"'"·''''. My Comm Expires JUNE 12. 2019 ~ ' ........................ -........... ----···--····· Description of Attached Document OPTIONAL TITLE OR TYPE OF DOCUMENT __________________ _ DATE OF DOCUMENT _____________ NUMBER OF PAGES __ SIGNER (S) OTHER THAN NAMED ABOVE: ______________ _ Capacity (ies) Claimed by Signer SIGNER'S NAME: ____________________ _ Dlndividual -------------------------O Corporate Office -Title(s): _________________ _ OPartner -D Limited D General DAttorney -in-Fact DTrustee OGuardian or Conservator OOther: -------------------------- Signer is representing: _____________________ _ ~ ULI J•lti<SllltiMik•laMW Ganeral E."lg!.11oorlng Contractor 9852 E. Joe Vargas Way So. El Monte CA, 91733 Phone: 626.442.8003 www.baliconstruction.com SINCE 1987 Januaiy 26, 2017 To Whom It May Concern: The following officers/personnel are authorized to sign any and all bid/contract documents on behalf of Bali Construction, Inc. PRESIDENT: VICE PRESIDENT: SEC/TREASURER: ASST. SECRETARY: DIVISION MANAGER: THEODORE POLICH GRANTWOOD MICHAELE. BROOKS JOSEPH AKRIDGE TOM BENSFIELD Should you have any question or requh'e further information, please call 626-442-8003. Sincere!~.---·~_::.,-:-;, L -.::~-· ~ ,--~ Theodore P. Polich President CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On If l ~ 1 befure me, Brett Joseph Aclrerman, Notary Public, pei·sonally appeared Theodore P. Poli h ;; proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subsc!ibed to the within instrnment and acknowledged to me that he/she/they executed 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 behalfofwhich the person(s), acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and co11"ect. LIC. 524540 Main Fax: 626.442.8315 Estimating Fax: 626.242.1517 Operations Fax: 626.442.1269 The Directors of tl1e Corporation hereby adopt the following resolution: 1) RESOLVED, that a copy of the Certificate of Incorporation of the Corporation together with the original receipt showing payment of the statutory organization tax ad filing fee, be inserted in the Minute book of the Corporation. 2) RESOLVED, that the form of First By-Laws submitted to the meeting be, and the same hereby are, adopted as and for the By-Laws of the Corporation, and that a copy thereof be placed in the Minute Book of the Corporation, directly following the Certificate of Incorporation. 3) RESOLVED, that anyone or more of the following Officers of this Corporation is hereby authorized to enter into any contract or execute any instrument in the name of and on behalf of the corporation. 4) RESOLVED, that the following persons be, and they hereby are, elected as Directors of the Corporation, to serve until the first annual meeting of shareholders, and until their successors we elected and qualify. There being no further business to come before the board meeting upon motion duly made and adjourned the meeting. Ted Polich -President Grant Wood -Vice President Michael E. Brooks -Secretary Joe Akridge -Assistant Secretary Tom Bensfield -Division Manager Executed in Duplicate Bond No. 070024943 Premium: Included in Performance Bond LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2017-157, adopted August 15, 2017, has awarded to Bali Construction, Inc., a California corporation (hereinafter designated as the "Principal"), a Contract for: CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providmg 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 BALI CONSTRUCTION, INC. a California corporation, as Principal (hereinafter designated as the "Contractor"), and The Ohio Casualty Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of two hundred seventy five thousand four hundred Dollars ($275,400), said sum being an amount equal to One hundred percent ( 100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for tt1e same, and, also, in case suit is brought upon U1e 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 terrns 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 tl1e terms of the contract or to the work or to the specifications {' llt,' Revised 5/10/16 Contract No. §§Ql Page 37 of 168 Pages ln the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond, \. ;,{I'\ Executed by CONTRACTOR this ... ____ _ day of W\eM b<I( , 20 __ \ 1 _ CONTRACTOR (sign here) "" \ ~ \ '(;,\"\ \;\ \::,~ (print name here) (ft)\ oWV'{J)~ -- (t111c and organization of signatory) Executed by SURETY thrs __ 1_2t_h ____ day oC ____ s __ e~p_te_m_b_e_r _____ , 20_1_7 __ SURETY. The Ohio Casualty Insurance Company , {name of <::uretvl . The Ohio Casualty Insurance c'ompahy, Attn: Surety Claims Dept., 1001 4th Avenue, Suite 3700, Seattle, WA 98154 ( address of Surety) 206-473-6200 Magdalena R. Wolfe, Attorney-in-Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOF< 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 attact, a resolution cer1ified by the secretary or ,:1ssistant secretary under corporate seal empowering that officer to bind the corporation ) APPROVED AS TO FORM: CELIA A. BREWER CityAttorn~ By:··---------------------------Deputy City Attorney {\ II;;' Revised 5110/16 Contract No. 6607 Page 39 of 16tl Pagi:-i; CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness. accuracy, or validity of that document. State of California County of Los Angeles On qt\ b \ \ 1 before me, Brett Joseph Ackerman, Notary Public, personally appeared Grant Wood who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed same in his/her/their authorized capacity (ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s), acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. /4--i°•:., BRETT JOSEPH ACKERMAN /i""··"· ,., . o(f,,.~,. ~\ Commission No.2115026 ~ i1 f i,,' c: -~· NOTARY PUBLIC-CALIFORNIA ~ ~"!:!:.;~/ LOS ANGELES COUNTY ""-· -My Comm Expires JUNE 12. 2019 1••················································································· Description of Attached Document TITLE OR TYPE OF DOCUMENT OPTIONAL ---------------------- DATE OF DOCUMENT _____________ NUMBER OF PAGES __ SIGNER (S) OTHER THAN NAMED ABOVE: _______________ _ Capacity (ies) Claimed by Signer SIGNER'S NAME: ----------------------- Olndividual -------------------------O Corporate Office -Title(s): -------------------O Pa rt n er -D Limited D General OAttorney -in-Fact OTrustee OGuardian or Conservator OOther: -------------------------- Signer is representing: _____________________ _ CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On C\ \ \7, \ \ 7 before me, Brett Joseph Ackerman, Notary Public, personally appeared Mike Brooks who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed same in his/her/their authorized capacity (ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s), acted, executed the instrument I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and official seal. -·--:-~;--. BRETT JOSEPH ACKERMAN ,.,:·1,1-,t.--, ..... ' .. ·· 0 ~{_/_;~,,.,,·i Commission No. 2115026 ~ u \!~.:r· ;., ~·~ NOTARY PUBLIC-CALIFORNIA ~ z \ ··"',.. . I I <~• ·\ ,, LOS ANGELES COUNTY . ' :~·-,:~ . ~~~~~.:.~~~:_. Description of Attached Document OPTIONAL TITLE OR TYPE OF DOCUMENT __________________ _ DATE OF DOCUMENT _____________ NUMBER OF PAGES __ SIGNER (S) OTHER THAN NAMED ABOVE: _______________ _ Capacity (ies) Claimed by Signer SIGNER'S NAME: ----------------------- Dlndividual ________________________ _ OCorporate Office -Title(s): _________________ _ DPartner - D Limited D General OAttorney -in-Fact DTrustee OGuardian or Conservator Dother: ________________________ _ Signer is representing: _____________________ _ ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this cartificate ls attached, and not the truthfulness, accurncy, or validi of that document. State of California County of MARIN On September 12, 201 7 before me, Donna J. F:::-owd, Notary Public (insert name and title of the officer) personally appeared Magdalena R. Wolfe who proved to me on the basis of satisfactory evidence to be the person{s). whose name(s.) Islam subscribed to the within instrument and acknowledged to me that Re"/she/tfiley executed the same in :ihis/her/their authorized capacity(iis), and that by2f:'i'!S/her/thcilksignaturE$:) on the instrument the person(:$1. or the entity upon behalf of which the person~ acted, executed the instrument. l certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WJTNESS my hand and official seal. {Seal) THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7758464 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire. that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint. Magdalena R Wolfe; Debbie L. Welsh; Donna J. Frowd; Donna L. Welsh; Michael Brophy McGowan; Susan J. McGowan all of the city of Novato . state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 5th day of May , ~. -- STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY i' // __ ~ ~/ ,:,,.+/ By: The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West ~merican Insurance Company /1 ,/ J 1 l /:/1,J-;J ;'. a!C:-:-,/1-' ;: ' ~:2 - David M. Carey:Assistant Secretary On this~ day of May , 2017 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company. The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. /.<:";:"~i'-f,OJ!1_r.1()1'J_w_EALTH ClF_PENNSYLVAMA fi·~ /) " "' , --: -· "-, , -~ \ Notarml Se;:1 ~ M.A.. I,!::.,}~·,· , '-~)~,i'v ~) rer0sa Pas!8i!a, N;)lary Pub!.G By: ----------·· µ \ -lJf::~1,H '-Aer:,Jn Twp ~vkntgomt:try County Teresa Pastella, Notary Public \ \-;_ ~ ... / } My Cornrnss1CH) !:.x~Jirt:ts Mcirdt 2:3, 2C2 \:~~~;::·,':~~~; He•nbcr F'enrcylva•11n ,\ssncntbn rf Nr,tnr.«c, This Power of Attorney is made and executed pursua;rio;nd by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV -OFFICERS -Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President. and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary, Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII -Execution of Contracts -SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings. bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization ·-By unanimous consent of the Company's Board of Directors. the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. th IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 12 day of _-=::...:::.J:::..:::=::;.;.:a""f'=-------, 20_l2_ . ·' LMS 12873_022017 '/ ,' '"----------~ ...... , 440 of 500 Executed in Duplicate Bond No. 070024943 Premium: $3,272.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2017-157, adopted August 15, 2017, has awarded to Bali Construction, Inc , a California corporation, (hereinafter designated as the "Principal"), a Contract for: CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 in the City of Carlsbad, in strict conformity with the contract, t11e drawings and specifications, and other Contract Documents now on file in the Office of the City Cieri< of the City of Carlsbad, all of which are incorporated herein by thls reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof reqL,ire the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Bali Construction Inc , as Principal, (hereinafter designated as the "Contractor"), a-u The Ohio Casualty Insurance Company , as Surety, are held and firmly bound unto the City of Carlsbad, in the two hundred seventy five thousand four hundred Dollars ($275,400), said sum being equal to one hundred percent (100%) of the estimated amour1t of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators. successors or assigns, jointly and severally, firmly by these presents THE CONDITION OF THIS OBLIGATION IS SUCH that if the abovi:: bounden Contractor, their heirs, executors, administrators, successors or assigns, shall 1n all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obhgation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs arid includeci in any judgment rendered. Surety stipulates and agrees that no change, extension of lime, 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. {'\ •1i Revised 5/10116 Contract No. §(307 P:,ge 39 of mil f'age::, 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 _ \ ~ ,t\'\ day oC .... ~e'.~\eJ\....._,lo-e\-, 20.J_]._. CONTRACTOR: (sign here) (print n~re here) ~* (sign here) \-1'\cJ<lo-.e\ ~o'0 (print name here) (Title and Organization of signatory} Executed by SURETY t11is 12th day of September . 20 17 ____ ..._________ --- SURETY The Ohio Casualty Insurance Company (name of Surety) The Ohio Casualty Insurance Company, Attn: Surety Claims Dept., 1001 4th Avenue, Suite 3700, Seattle, WA 98154 (address of Surety) 206-473-6200 (telephone number of Surety) Magdalena R. Wolfe, Attorney-in-Fact (printed name of Attomey-m-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 of'ly one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation ) APPROVED AS TO FORM CELIA A. BREWER City Attorney By: __ ~----- Deputy City Attorney ., \.;, Revised 5/10/i 6 Contract No 6607 Page 40 of H38 Payes CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On q \ \?,\ \] before me, Brett Joseph Ackerman, Notary Public, personally appeared Grant Wood who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed same in his/her/their authorized capacity (ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s), acted, executed the instrument I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and official seal. A:~·~,.. BRETT JOSEPH ACKERMAN H~~"$~,·\ Commission No.2115026 jE ~ k:: ., r: --~-NOTARY PUBLIC-CALIFORNIA ~ '•~~~ / LOS ANGELES COUNTY '~ My Comm. Expires JUNE 12. 2019 Description of Attached Document OPTIONAL TITLE OR TYPE OF DOCUMENT _________________ _ DATE OF DOCUMENT NUMBER OF PAGES ----------------- SIGNER (S) OTHER THAN NAMED ABOVE: ______________ _ Capacity {ies) Claimed by Signer SIGNER'S NAME: ----------------------- Dlndividual -------------------------O Corporate Office -Title(s): _________________ _ OPartner - D Limited D General DAttorney -in-Fact OTrustee OGuardian or Conservator OOther: -------------------------- Signer is representing: _____________________ _ CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On C\ \ \ 7::, \ \ 7 before me, Brett Joseph Ackerman, Notary Public, personally appeared Mike Brooks who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed same in his/her/their authorized capacity (ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s), acted, executed the instrument I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. BRETT JOSEPH ACKERMAN /~:_:;:r·~;·. z ~ :1J.z'./\:l,~ Commission No.2115026 g 81:_f ;'y. \J:\~,~ NOTARY PUBLIC-CALIFORNIA ~ z \_ :-~,,-~,,, LOS ANGELES COUNTY \ • ··:,~-·~:Y My Comm Expires JUNE 12, 2019 ry Public •••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• OPTIONAL Description of Attached Document TITLE OR TYPE OF DOCUMENT __________________ _ DATE OF DOCUMENT _____________ NUMBER OF PAGES __ SIGNER (S) OTHER THAN NAMED ABOVE: _______________ _ Capacity (ies) Claimed by Signer SIGNER'S NAME: ____________________ _ Olndividual -------------------------O Corporate Office -Title(s): _________________ _ OPartner -D Limited D General OAttorney -in-Fact OTrustee OGuardian or Conservator OOther: -------------------------- Signer is representing: _____________________ _ ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validi of that document. State of California County of MARIN On September 12, 201 "before me, Donna J. Frowd, Notary Public (insert name and title of the officer) personally appeared Magdalena R. Wolfe who proved to me on the basis of satisfactory evidence to be the person~ whose name($) isfara subscribed to the within instrument and acknowledged to me that tte/she/they executed the same in -irns/her/iheir authorized capacity(iis-.}, and that by~/her/theilkslgnatur~ on the instrument the person{sf, or the entity upon behalf of which the person~ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WJTNESS my hand and official seal. {Seal) ~ » ~ ~ ~ ~ ~ f i~ ~ r, '1 ~ ~ ~ I --------------------------------------...... ---~ THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. Tfis Power of Attorney limits the acts of those named herein. and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7758461 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire. that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and \A/est American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint. Magdalena R. Wolfe; Debbie L. Welsh; Donna J. Frowd; Donna L. Welsh; Michael Brophy McGowan; Susan J. McGowan all of the city of Novato , state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal. acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings. bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF. this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 5th day of May 2017 /~~-;:·-.,\ : STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West ~merican Insurance Company /, ./ J 1 /// ,//J-7 // By: ~,i."'/~4U=' =""--'/~1~<~1-"'::C=·'·_,· __________ _ David M. Care,(Assistant Secretary On this 2\b___ day of May , 2017 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he. as such, being authorized so to do. execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written . .. ,, .. _-._-;_._,_,_'_~---;_,_;;;;_t,::.',\. CO_P.4"40_1!-.VE~A_LTHOF f'_l:!'l~~Y_LIIANI!, f;: I /) ..f-JI j ~ , Notivvit St::li ~ ~,t j ,"-.,, <;. \ :;, \ Teres<1 Pagt~ :a. Nntary Fubfs By: -----------------~---µ ___________ _ \ l _ } i Up~1er \11er10P Twp Montgornury Cnun!y Teresa Pastella Notary Public \ \,-:-,,_ 3/. l My Cornrnw,S!(H) Expires ~,,iarcr1 23, 2021 ' \~:.;.,,_.:·_~ '.~.~,--.,.'-~.-'_,·.'.~.:_ .. -, .• :,,'-_-,/ ~ ... '~---:,. ·; • T .~ ~11t_,i11bt::r. '."'0Pn::,yh,a!1tn Ass,::::Jlion cf ~-;r:t8r:t:s This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, liberty Mutual Insurance Company, and \A/est American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV -OFFICERS -Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President. and subject to such limitation as the Chairman or the President may prescribe. shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make. execute, seal, acknowledge and deliver as surety any and all undertakings. bonds. recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII -Execution of Contracts -SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Dav·1d M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute. seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization -By unanimous consent of the Company's Board of Directors. the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds. shall be valid and binding upon the Company with the same force and effect as though manually affixed. I. Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company. Liberty Mutual Insurance Company. and West American Insurance Company do hereby certify that tl1e original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies. is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this th 12 day ot-=::S--=e:...c::....==.:a~F-------, 20_1.l_. 437 of 500 LMS_12873 __ 022017 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is ----------------------------hereinafter called ----------------------------- 11 Contractor" and whose address is ----------------------- hereinafter -------------------------------called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for CORRUGATED METAL PIPE REPLACEMENT PROGRAM (CARLSBAD BLVD NORTH OF ISLAND WAY) CONTRACT NO. 6607 in the amount of ____________ dated _______ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. l' •;;' Revised 5/10/16 Contract No. 6607 Page 41 of 168 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 City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: For Contractor: For Escrow Agent: Title FINANCE DIRECTOR Name ------------------ Signature ________________ _ Address 1635 Faraday Avenue, Carlsbad, CA 92008 Title ------------------- Name ------------------ Signature ________________ _ Address ________________ _ Title __________________ _ Name _________________ _ Signature ________________ _ Address ----------------- At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. l'\ w;, Revised 5/10/16 Contract No. 6607 Page 42 of 168 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: {~ w;, Revised 5/10/16 Title MAYOR Name Matt Hall Signature ________________ _ Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 Title. __________________ _ Name _________________ _ Signature ________________ _ Address ________________ _ Title. __________________ _ Name _________________ _ Signature ________________ _ Address ________________ _ Contract No. 6607 Page 43 of 168 Pages GENERAL PROVISIONS FOR CMP REPLACEMENT PROGRAM CARLSBAD BLVD. NORTH OF ISLAND WAY CONTRACT NO. 6607 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 --TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS -Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation . . , f.;; Revised 11/24/10 Contract No. 6607 Page 44 of 168 GENERAL PROVISIONS FOR CMP REPLACEMENT PROGRAM CARLSBAD BLVD. NORTH OF ISLAND WAY CONTRACT NO. 6607 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 --TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS -Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. l'\ •+;' Revised 11/24/10 Contract No. 6607 Page 44 of 168 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum -Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency -The City of Carlsbad, California. Agreement -See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid -The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder -Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board -The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond -Bid, performance, and payment bond or other instrument of security. City Council -the City Council of the City of Carlsbad. City Manager -the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract - A Contract financed by means other than special assessments. Change Order-A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code -The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager-the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract -The written agreement between the Agency and the Contractor covering the Work. Contract Documents -Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. ,, •+;' Revised 11/24/10 Contract No. 6607 Page 45 of 168 Contractor -The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price -The total amount of money for which the Contract is awarded. Contract Unit Price -The amount stated in the Bid for a single unit of an item of work. County Sealer -The Sealer of Weights and Measures of the county in which the Contract is let. Days -Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection -The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board -Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier-Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer -The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile -Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire -The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm -The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item -A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification -Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award -The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, l' •fi Revised 11/24/10 Contract No. 6607 Page 46 of 168 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 "Green book". State -State of California. Storm Drain -Any conduit and appurtenances intended for the reception and transfer of storm water. Street -Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. l' • ., Revised 11/24/10 Contract No. 6607 Page 47 of 168 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. 1-3ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN ............................................................ Abandon BF ..................................................... Bottom of footing ABAND ....................................................... Abandoned BLDG ........................................ Building and Buildings ABS ........................ Acrylonitrile -butadiene -styrene BM ............................................................. Bench mark AC .................................................... Asphalt Concrete BVC .................................... Beginning of vertical curve ACP ........................................... Asbestos cement pipe B/W ........................................................... Back of wall ACWS ..................... Asphalt concrete wearing surface CIC ..................................................... Center to center ALT ................................................................ Alternate CAB ...................................... Crushed aggregate base APTS ................................. Apartment and Apartments CAL/OSHA ............ California Occupational Safety and AMER STD ................................... American Standard Health Administration AWG ............... American Wire Gage (nonferrous wire) CalTrans ....... California Department of Transportation BC .................................................. Beginning of curve CAP .................................... Corrugated aluminum pipe BCR ....................................... Beginning of curb return CB ............................................................. Catch Basin BORY ............................................................ Boundary Cb ........................................................................ Cu~ ,, •fr' Revised 11/24/10 Contract No. 6607 Page 48 of 168 CBP ............................... Catch Basin Connection Pipe F&C ................................................... Frame and cover CBR ....................................... California Bearing Ratio F&I .................................................. Furnish and install CCR ............................ California Code of Regulations FAB ............................................................... Fabricate CCTV ............................................... Closed Circuit TV FAS ............................................... Flashing arrow sign CES .......................... Carlsbad Engineering Standards FD ............................................................... Floor drain CF ................................................................. Curb face FDN ............................................................ Foundation CF ................................................................. Cubic foot FED SPEC ................................. Federal Specification C&G .................................................... Curb and gutter FG ........................................................ Finished grade CFR ................................ Code of Federal Regulations FH ............................................................. Fire hydrant CFS ......................................... Cubic Feet per Second FL ................................................................... Flow line CIP ......................................................... Cast iron pipe FS ...................................................... Finished surface CIPP .............................................. Cured-in place pipe FT-LB ......................................................... Foot-pound CL ............................................. Clearance, center line FTG .................................................................. Footing CLF .................................................... Chain link fence FW ............................................................ Face of wall CMB ............................... Crushed miscellaneous base G ........................................................................... Gas CMC ......................................... Cement mortar-coated GA ..................................................................... Gauge CML ............................................ Cement mortar-lined GAL ............................................... Gallon and Gallons CMWD .................... Carlsbad Municipal Water District GAL V ......................................................... Galvanized CO .................................................... Cleanout (Sewer) GAR ........................................... Garage and Garages COL. ................................................................ Column GIP .............................................. Galvanized iron pipe COMM ....................................................... Commercial GL ........................................ Ground line or grade line CONC ........................................................... Concrete GM .............................................................. Gas meter CONN ........................................................ Connection GNV ............................................... Ground Not Visible CONST .................................. Construct, Construction GP .................................................................. Guy pole COORD ...................................................... Coordinate GPM ................................................ gallons per minute CSP ............................................ Corrugated steel pipe GR. ..................................................................... Grade CSD ............................... Carlsbad Standard Drawings GRTG ............................................................... Grating CTB ............................................ Cement treated base GSP ........................................... Galvanized steel pipe CV ............................................................ Check valve H ............................................................ High or height CY ............................................................... Cubic yard HB .................................................................. Hose bib D .............................................................. Load of pipe HC ................................................... House connection dB ................................................................... Decibels HOWL ........................................................... Headwall DBL .................................................................. Double HGL. ............................................. Hydraulic grade line DF ............................................................... Douglas fir HORIZ .......................................................... Horizontal DIA ................................................................ Diameter HP ............................................................. Horsepower DIP ..................................................... Ductile iron pipe HPG ................................................ High pressure gas DL ............................................................... .Dead load HPS ................................ High pressure sodium (Light) DR ...................................................... Dimension Ratio HYDR ............................................................ Hydraulic DT ................................................................. Drain Tile IE ......................................................... Invert Elevation DWG ............................................................... Drawing ID ........................................................ Inside diameter DWY .............................................................. Driveway INCL ............................................................... lncluding DWY APPR ................................... Driveway approach INSP ............................................................. lnspection E ....................................................................... Electric INV ...................................................................... Invert EA ........................................................................ Each IP .................................................................... lron pipe EC ............................................................ End of curve JC ..................................................... Junction chamber ECR ................................................ End of curb return EF ................................................................ Each face EG ......................................................... Edge of gutter EGL .................................................. Energy grade line El ................................................................... Elevation ELC ..................................... Electrolier lighting conduit EL T ........................................................ Extra long ton ENGR ....................................... Engineer, Engineering JCT ................................................................ Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ Length ~ ............................................................. ~~~~ LAT ................................................................... Lateral LB ...................................................................... Pound LD ..................................................... Local depression LF ................................................................ Linear foot EP ................................................... Edge of pavement ESMT ........................................................... Easement LH ............................................................... Lamp hole LL ................................................................... Live load ETB .......................................... Emulsion-treated base LOL ............................................................. Layout line EVC ............................................... End of vertical curb LONG ........................................................ Longitudinal EWA ............................... Encina Wastewater Authority LP ................................................................ Lamp post EXC ............................................................ Excavation LPS ................................. Low pressure sodium (Light) EXP JT ................................................. Expansion joint LS ................................................................ Lump sum EXST ............................................................... Existing L TS .................................................... Lime treated soil F .................................................................. Fahrenheit LWD ............................... Leucadia Wastewater District ,, • .., Revised 11/24/10 Contract No. 6607 Page 49 of 168 MAINT ..................................................... Maintenance RGE ........................ Registered geotechnical engineer MAX ............................................................. Maximum ROW ....................................................... Right-of-Way MCR ............................................ Middle of curb return RR .................................................................. Railroad MEAS ............................................................. Measure RSE .............................. Registered structural engineer MH ................................... Manhole, maintenance hole RTE .................................... Registered traffic engineer MIL SPEC .................................... Military specification S .................................... Sewer or Slope, as applicable MISC ..................................................... Miscellaneous SCCP ............................... Steel cylinder concrete pipe MOD ................................................... Modified, modify SD ............................................................. Storm drain MON ............................................................ Monument SDNR .............................. San Diego Northern Railway MSL.. Mean Sea Level (Reg. Standard Drawing M-12) SOR ....... Standard thermoplastic pipe dimension ratio MTBM ......................... Microtunneling Boring Machine (ratio of pipe O.D. to minimum wall thickness) MUL T .............................................................. Multiple SDRSD ......... San Diego Regional Standard Drawings MUTCD ..... Manual on Uniform Traffic Control Devices SE ...................................................... Sand Equivalent MVL ............................................... Mercury vapor light SEC .................................................................. Section NCTD .............................. North County Transit District SF ............................................................. Square foot NRCP .............................. Nonreinforced concrete pipe SFM ................................................ Sewer Force Main OBS ............................................................... Obsolete SI. ...................... International System of Units (Metric) OC ................................................................ On center SPEC ..................................................... Specifications OD ..................................................... Outside diameter SPPWC .......................................... Standard Plans for OE .............................................................. Outer edge Public Works Construction OHE ................................................ Overhead Electric SSPWC ............................. Standard Specifications for OMWD ................. Olivenhain Municipal Water District Public Works Construction OPP ............................................................... Opposite ST HWY ................................................ State highway ORIG ............................................................... Original ST A ................................................................... Station PACP ....... Pipeline Assessment Certification Program STD ............................................................... Standard PB ................................................................... Pull box STR ................................................................. Straight PC .................................................... Point of curvature STR GR ................................................ Straight grade PCC ....................... Portland cement concrete or point STRUC .......................................... Structural/Structure of compound curvature SW ................................................................. Sidewalk PCVC ....................... Point of compound vertical curve SWD ...................................................... Sidewalk drain PE ........................................................... Polyethylene SY ............................................................ Square yard Pl. ................................................. Point of intersection T .................................................................. Telephone PL. ............................................................ Property line ~N ................................................................. Tu~~ PMB ............................ Processed miscellaneous base TC .............................................................. Top of curb POC ...................................................... Point on curve TEL ............................................................. Telephone POT .................................................... Point on tangent TF ........................................................... Top of footing PP .............................................................. Power pole TOPO ........................................................ Topography PRC .......................................... Point of reverse curve TR ........................................................................ Tract PRVC ............................ Point of reverse vertical curve TRANS ......................................................... Transition PSI ......................................... Pounds per square inch TS ......................... Traffic signal or transition structure PT .................................................... Point of tangency TSC ............................................. Traffic signal conduit PVC .................................................. Polyvinyl chloride TSS ........................................... Traffic signal standard PVMT ........................................................... Pavement TW ............................................................. .Top of wall PVT R/W ....................................... Private right-of-way TYP .................................................................. Typical Q ........................ Rate of flow in cubic feet per second UE .............................................. Underground Electric QUAD ....................................... Quadrangle, Quadrant USA .................................... Underground Service Alert R ....................................................................... Radius VAR ..................................................... Varies, Variable R&O ......................................................... Rock and oil VB ................................................................ Valve box R/W .......................................................... Right-of-way VC .......................................................... Vertical curve RA ...................................................... Recycling agent VCP ................................................... Vitrified clay pipe RAC ................................... Recycled asphalt concrete VERT ............................................................... Vertical RAP ................................ Reclaimed asphalt pavement VOL .................................................................. Volume RBAC ............................. Rubberized asphalt concrete VWD ....................................... Vallecitos Water District RC ................................................ Reinforced concrete W ........................ Water, Wider or Width, as applicable RCB ...................................... Reinforced concrete box WATCH .............. Work Area Traffic Control Handbook RCE ...................................... Registered civil engineer WI ............................................................ Wrought iron RCP ..................................... Reinforced concrete pipe WM ........................................................... Water meter RCV ........................................... Remote control valve WPJ .......................................... Weakened plane joint REF ............................................................. Reference XCONN ............................................ Cross connection REINF .............................. Reinforced or reinforcement XSEC ..................................................... Cross section RES ............................................................... Reservoir ,., •+;' Revised 11/24/10 Contract No. 6607 Page 50 of 168 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 1-4UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 inch (in) .............................................................................................. 25.4 millimeter (mm) 1 inch (in) .............................................................................................. 2.54 centimeter (cm) 1 foot (ft) ................................................................................................ 0.3048 meter (m) 1 yard (yd) ............................................................................................. 0.9144 meter (m) 1 mile (mi) ............................................................................................. 1.6093 kilometer (km) 1 square foot (ft2) .................................................................................. 0.0929 square meter (m2) 1 square yard (yd2) ................................................................................ 0.8361 square meter (m2) 1 cubic foot (ft3) ..................................................................................... 0.0283 cubic meter (m3) 1 cubic yard (yd3) .................................................................................. 0.7646 cubic meter (m3) 1 acre .................................................................................................... 0.4047 hectare (ha) 1 U.S. gallon (gal) ................................................................................. 3.7854 Liter (L) 1 fluid ounce (fl. oz.) .............................................................................. 29.5735 millileter (ml) 1 pound mass (lb) (avoirdupois) ........................................................... 0.4536 kilogram (kg) 1 ounce mass (oz) ................................................................................. 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................ 0.9072 Tonne(= 907 kg) 1 Poise .................................................................................................. 0.1 pascal · second (Pa · s) 1 centistoke (cs) .................................................................................... 1 square millimeters per second (mm2/s) 1 pound force (lbf) ................................................................................ .4.4482 Newton (N) ., f.+r Revised 11/24/10 Contract No. 6607 Page 51 of 168 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 ~~it~(k~?:::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ~ g~~ ~~~~~~?:::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ~ g:;2 1-SSYMBOLS ~ L. % ' I 0 PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) Degree Property line Centerline Survey line or station line ,, •+;' Revised 11/24/10 Contract No. 6607 Page 52 of 168 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 l' •+;' Revised 11/24/10 Contract No. 6607 Page 53 of 168 Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Should the Contractor fail to adhere to the provIsIons requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. ,, • ., Revised 11/24/10 Contract No. 6607 Page 54 of 168 Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. 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 plans consist of one (1) set of drawings. The set is designated as City of Carlsbad Drawing 497-6 and consists of four (4) sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. ,, •ti Revised 11/24/10 Contract No. 6607 Page 55 of 168 Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract 5) Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportation Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 8) Standard Specifications for Public Works Construction, as amended. 9) Reference Specifications. 10) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. ,, •+' Revised 11/24/10 Contract No. 6607 Page 56 of 168 2-5.2.1 Precedence of Contract Documents, add the following: Where CALTRANS specifications are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CAL TRANS specifications shall have precedence only in reference to the materials and construction materials referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Works, Part 1 of these Supplemental Provisions and Part 1 of the SSPWC, in the order of precedemce in Section 2-5.2 of the SSPWC, shall prevail over the CALTRANS specifications in all other matters. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." ,, •+;' Revised 11/24/10 Contract No. 6607 Page 57 of 168 By: /4. C. // ntle _V\_((,_~rc_~_\d_e_n_r __ _ Date: 0\ \ \ b \ \ 1 7 ----~------- Company Name: _Q_j;\_\_,_W1\_·_~ __ V(_, ·_\vf\_J _\ ~-~0_' ____________ _ 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 {A} Item Section Title Subject Number 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Polyethylene Liner Installation Facilities 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. {'\ • ., Revised 11/24/10 Contract No. 6607 Page 58 of 168 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 "as- built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be presented to the Engineer at or prior to the final walk through meeting. These drawings are subject to revision at the request of the engineer. All edits shall be made within 10 days of this request. Payment for performing the work required by Section 2-5.4 shall be included in the respective bid line item. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. ,, •+;' Revised 11/24/10 Contract No. 6607 Page 59 of 168 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 CAL TRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 -8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of {'\ • ., Revised 11/24/10 Contract No. 6607 Page 60 of 168 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®,® (Within) (?) Street Centerline SDRS M-10 :<>1000', Street Intersections, Begin and end of on street 0.02' Monument curves, only when shown on the plans centerline Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, lath -lntervisible, :<> 50' on tangents at clearing line 1' Horizontal painted line & :<> 25' on curves, Painted line -continuous on PCC &AC surfaces Slope RP+ Marker lntervisible and :<> 50' Grade Breaks 0.1' Vertical & Stake & '.'::'.25' Horizontal Fence RP+ Marker :<> 200' on tangents, :<> 50' on curves when N/A 0.1' Horizontal Stake R2 1000' & 25' on curves when R:<> 1000' ( constant offset) Rough Grade Cuts RP+ Marker :<> 50' N/A 0.1' Vertical & or Fills 210 m Stake Horizontal (33') Final Grade RP+ Marker :<> 50' on tangents & curves when R2 1000' & :<> 22' 3/s" Horizontal & ¼" (includes top of: Stake, Blue-:<> 25' on curves when R :<> 1000' Vertical Basement soil, top in grading subbase and area base) Asphalt Pavement RP, paint on :<> 25' or as per the intersection grid points edge of 3/s" Horizontal & ¼" Finish Course previous shown on the plan whichever provides the pavement, Vertical course denser information paving pass width, crown line & grade breaks Drainage RP+ Marker intervisible & :<> 25', beginning and end, BC & as appropriate 3/s" Horizontal & ¼" Structures, Pipes Stake EC of facilities, Grade breaks, Alignment Vertical & similar breaks, Junctions, Inlets & similar facilities, FacilitiesCD, 0 l'\ •+' Revised 11/24/10 Contract No. 6607 Page 61 of 168 Feature Staked Stake Centerline or Parallel to Centerline Lateral Setting Tolerance Description Spacing©,@ Spacing a,, @ (Within) a) Risers & similar facilities (except plumbing), Skewed cut-off lines Curb RP+ Marker ~ 25', BC & EC, at ¼L'., ½L'. & ¾,-1. on curb ( constant 3/a" Horizontal & ¼" Stake returns & at beqinninq & end offset) Vertical Traffic Signal G) 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 G) Stake Vertical Junction Box G) RP+ Marker at each junction box location as appropriate 3/a" Horizontal & ¼" Stake Vertical Conduit G) RP+ Marker ~ 50' on tangents & curves when R?: 1000' & as appropriate 3/8" Horizontal & when Stake ~ 25' on curves when R ~ 1000' or where depth cannot be grade~ 0.30% measured from existing pavement ¼" Vertical Minor Structure G) RP+ Marker for catch basins: at centerline of box, ends of as appropriate 3/a" Horizontal & ¼" Stake+ Line box & wings & at each end of the local 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 G) RP+ Marker ~ 50' and at beginning & end of: each wall, BC as appropriate ¼" Horizontal & '/4" Stake+ Line & EC, layout line angle points, changes in Vertical Point +Guard footing dimensions &/or elevation & wall Stake height Major Structure ~ Footings, Bents, RP+ Marker 10' to 33' as required by the Engineer, BC & as appropriate J/s" Horizontal & ¼" Abutments & Stake+ Line EC, transition points & at beginning & end. Vertical Wingwalls Point +Guard Elevation points on footings at bottom of Stake columns Superstructures RP 1 O' to 33' sufficient to use string lines, BC & as appropriate J/s" Horizontal & ¼" EC, transition points & at beginning & end. Vertical Elevation points on footings at bottom of columns Miscellaneous ~ Contour Grading RP+ Marker ~ 50' along contour 0.1' Vertical & G) Stake line Horizontal Utilities G), <v RP+ Marker ~ 50' on tangents & curves when R?: 1000' & as appropriate 3/s" Horizontal & '/4" Stake ~ 25' on curves when R ~ 1000' or where Vertical qrade ~ 0.30% Channels, Dikes RP+ Marker intervisible & '.S 100', BC & EC of facilities, as appropriate 0.1' Horizontal & ¼" & Ditches G) Stake Grade breaks, Alignment breaks, Junctions, Vertical Inlets & similar facilities Signs G) 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 G) Stake Grade breaks, Alignment breaks, Junctions, Vertical Inlets & similar facilities, Risers & similar facilities Overside Drains RP+ Marker longitudinal location At beginning & 0.1' Horizontal & ¼" G) Stake end Vertical Markers G) RP+ Marker for asphalt street surfacing ~ 50' on tangents At marker ¼" Horizontal Stake & curves when R?: 1000' & ~ 25' on curves location(s) when R ~ 1000'. Railings & RP+ Marker At beginning & end and ~ 50' on tangents & at railing & J/s" Horizontal & Barriers G) Stake curves when R ?: 1000' & ~ 25' on curves barrier Vertical when R ~ 1000' location(s) {'\ •fr' Revised 11/24/10 Contract No. 6607 Page 62 of 168 Feature Staked Stake Centerline or Parallel to Centerline Lateral Setting Tolerance Description Spacing©,® Spacing@,® (Within) a> AC Dikes Q) RP+ Marker At beginning & end as appropriate 0.1' Horizontal & Stake Vertical Box Culverts 1 0' to 33' as required by the Engineer, BC & as appropriate "/a" Horizontal & ¼" EC. transition points & at beginning & end. Vertical Elevation points on footinqs & at invert Pavement RP 200' on tangents, 50' on curves when at pavement ¼" Horizontal MarkersQ) R;:: 1000' & 25' on curves when R ~ 1000'. marker For PCC surfaced streets lane cold joints will location(s) 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 a> 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 Gl 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. CV 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) s urvey a e o or 0 e or ons ruction St k C I C d f C t ta mg s k" Tvpe of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, centerline, White/Red alignments, etc. Vertical Control Bench marks White/Orange ClearinQ Limits of clearinQ Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow Qrade, etc. Structure Bridqes, sound and retaininq walls, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm Blue drains, slope protection, curbs, qutters, etc. Riqht-of-Wav Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Siqns, railinqs, barriers, liqhtinq, etc. Oranqe * Flagging and marking cards, 1f used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. l' • ._, Revised 11/24/10 Contract No. 6607 Page 63 of 168 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. 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 11/24/10 Contract No. 6607 Page 64 of 168 SECTION 3 -CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3- 2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of l'\ •+;' Revised 11/24/10 Contract No. 6607 Page 65 of 168 payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material can not be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 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. ,, •+;' Revised 11/24/10 Contract No. 6607 Page 66 of 168 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. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. ,, •+;' Revised 11/24/10 Contract No. 6607 Page 67 of 168 (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ................................................ 20 2) Materials ........................................... 15 3) Equipment Rental. ............................ 15 4) Other Items and Expenditures ......... 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. ,, • ..,-Revised 11/24/10 Contract No. 6607 Page 68 of 168 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 City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. 'The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further l' •+;' Revised 11/24/10 Contract No. 6607 Page 69 of 168 Company Name: \?'M' (>)(\~l,\\W\ \v'\V 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. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond wit!J a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. ,, •+r Revised 11/24/10 Contract No. 6607 Page 70 of 168 All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240} of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article! or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersBde 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 theri:!after 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 l'\ • ., Revised 11/24/10 Contract No. 6607 Page 71 of 168 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 ( commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 ( commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de nova 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 nova. (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. l'\ •+;' Revised 11/24/10 Contract No. 6607 Page 72 of 168 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. 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 freH 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 andl Materials. The Contractor shall provide and maintain storage facilities and employ such measur,es 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, normallly only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. ,, •+; Revised 11/24/10 Contract No. 6607 Page 73 of 168 The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 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 ,, •+;' Revised 11/24/10 Contract No. 6607 Page 74 of 168 tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from tile 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 En~lineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. ,, .... Revised 11/24/10 Contract No. 6607 Page 75 of 168 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then l' •ff Revised 11/24/10 Contract No. 6607 Page 76 of 168 select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 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, slhall 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 wit11out 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 . . , f.., Revised 11/24/10 Contract No. 6607 Page 77 of 168 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 l' •+' Revised 11/24/10 Contract No. 6607 Page 78 of 168 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2015 Edition, and latest editions and supplements thereto. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers {'\ •~ Revised 11/24/10 Contract No. 6607 Page 79 of 168 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. 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. SECTION 6 -PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within five (5) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's l'\ •~ Revised 11/24/10 Contract No. 6607 Page 80 of 168 attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.2 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.3 and shall be on hard (paper) copy and electronic media. 6-1.2.1 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a char1 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. 6-1.2.2 Engineer's Review. Thei 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 6-1.2.2.1 through 6-1.2.2.3. 6-1.2.2.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. 6-1.2.2.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to submitting any additional submittals to the City. 6-1.2.2.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required herein before and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.2.3 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the cost of mobilization and no separate payment will be made therefore . . , fa+;' Revised 11/24/10 Contract No. 6607 Page 81 of 168 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of ,, •+;' Revised 11/24/10 Contract No. 6607 Page 82 of 168 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 Worl< 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 C()NTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public: authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. l" • ., Revised 11/24/10 Contract No. 6607 Page 83 of 168 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 50 working days after the starting date specified in the Notice to Proceed. Construction site work shall not occur prior to September 15, 2017 nor after February 15, 2018. Non-site disturbing activities such as preconstruction meetings, submittal coordination, construction survey, utility coordination and mark out, and other activities approved by the engineer may occur outside of these dates. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field ,, • ., Revised 11/24/10 Contract No. 6607 Page 84 of 168 acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a 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 ., '-+' Revised 11/24/10 Contract No. 6607 Page 85 of 168 the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of one thousand dollars ($1,000). 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 one thousand dollars ($1,000) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. 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. ,, •+;' Revised 11/24/10 Contract No. 6607 Page 86 of 168 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 Codi~, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. 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. ,, • .., Revised 11/24/10 Contract No. 6607 Page 87 of 168 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. ,, •+' Revised 11/24/10 Contract No. 6607 Page 88 of 168 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. 6607 Page 89 of 168 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 R-9-2015-0100, Construction General Permit and amendments thereto, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. A Tier 2 Storm Water Pollution Prevention Plan (SWPPP) is provided to the Contractor, in Appendix C, for use in preparing the Project SWPPP for approval by the City. The Contractor shall be responsible for the preparation, implementation and maintenance of the SWPPP and coordination with the City and the Regional Water Quality Control Board. All costs for preparing, implementing and maintaining the Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be included in the contract lump sum price bid for the respective bid item .. 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. ,., •,;' Revised 11/24/10 Contract No. 6607 Page 90 of 168 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 Section 700 and 701. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. 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. {'\ •+;' Revised 11/24/10 Contract No. 6607 Page 91 of 168 Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. l' • .., Revised 11/24/10 Contract No. 6607 Page 92 of 168 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored on streets, roads, or highways outside of work hours. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored offsite by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer ........................... ,. ....................................................... . 2) Carlsbad Fire Department Dispatch ................................................ . 3) Carlsbad Police Department Dispatch ........................................... .. 4) Carlsbad Traffic Signals Maintenance (extension 2937) ................ .. 5) Carlsbad Traffic Signals Operations .............................................. .. 6) North County Transit District ......................................................... .. 7) Waste Management ........................................................................ . (760) 602-2720 (858) 756-3006 (760) 931-2197 (760) 438-2980 (760) 602-2752 (760) 967-2828 (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2009 Revision 1 and 2, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be l' • ., Revised 11/24/10 Contract No. 6607 Page 93 of 168 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 Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 5', nor operate equipment within 5' from any traffic lane occupied by traffic. For equipment, the 5' shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. ,, •+; Revised 11/24/10 Contract No. 6607 Page 94 of 168 During the entire construction, a minimum of one 12' wide lane, shall be open for use by public traffic. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2009 Revision 1 and 2, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2009 Revisions 1 and 2, as amended for use in California) published by CAL TRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. 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 ,, •+;' Revised 11/24/10 Contract No. 6607 Page 95 of 168 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. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2009 Revisions 1 and 2, as amended for use in California) published by CALTRANS as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations . . , f.+r Revised 11/24/10 Contract No. 6607 Page 96 of 168 Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions ,, •+' Revised 11 /24/1 O Contract No. 6607 Page 97 of 168 The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYAL TIES. 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 ,, •+;' Revised 11/24/10 Contract No. 6607 Page 98 of 168 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 LJ.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." SECTION 8 -FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Field facilities for Agency personnel are not required. SECTION 9 -· MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless othervvise 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 ,, •+;' Revised 11/24/10 Contract No. 6607 Page 99 of 168 only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. 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. ,, • ., Revised 11/24/10 Contract No. 6607 Page 100 of 168 At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. 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. ,, • ._, Revised 11/24/10 Contract No. 6607 Page 101 of168 All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. ,, •~ Revised 11/24/10 Contract No. 6607 Page 102 of 168 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. The Contract lump-sum price paid for mobilization shall not exceed SIXTEEN THOUSAND FIVE HUNDRED DOLLARS ($16,500.00) 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, utility coordination and mark out, and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization and Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. Bid Item No. 1: Mobilization not to exceed $16,500 (Lump Sum) Mobilization shall consist of all preparatory work and operations which must be performed or costs incurred prior to beginning work on the various Contract items on all project sites. Mobilization shall include but not be limited to the following items: 1. Obtaining and paying for all required Bonds, Insurance Policies (including premiums and incidentals), and Permits if applicable. 2. Submittal of required materials and shop drawings construction schedule(s) and 3-week look ahead schedule. 3. Establishment of all offices, buildings, construction yards, fencing, sanitary facilities, and any other facilities necessary for work at all project sites. 4. Posting all OSHA required notices and establishment of safety programs. ,, .... Revised 11/24/10 Contract No. 6607 Page 103 of 168 5. The movement of personnel, equipment, supplies, and incidentals to all project sites. 6. Developing and installing construction water supply. 7. Notification of residents and businesses. Door Hanger must be pre-approved by the City. Submit your final draft to the Project Manager for Communications approval. 8. Utility coordination and mark out. No additional compensation will be allowed for additional mobilizations required, including but not limited to delays caused by the relocation of existing utility facilities shown on the Plans or discovered during construction operations. No additional compensation will be allowed for additional mobilizations required, including but not limited to delay caused by relocation of existing utility facilities shown on the Plans or discovered during construction. The deletion of work or the addition of extra work as provided for herein shall be reflected in Contract Change Orders, and shall not affect the price paid for "Initial Mobilization." Payment for "Mobilization" will be made at the unit price bid, which shall constitute full compensation for all such work. Payment for Initial Mobilization will be made as follows: The contract unit price paid for mobilization shall include full compensation for furnishing all labor, materials, tool, equipment, the cost of all bonds and insurance policies, and incidentals, and for doing the work involved in mobilization as specified herein. Bid Item No. 2: Traffic Control Plan Preparation, Implementation, and Maintenance (Lump Sum) The Contract lump sum price paid for the traffic control system shall include full compensation for, but not limited to, design and approval of traffic control plans, obtaining a "no cost" right-of-way permit from the city, furnishing all labor (including flagging costs), materials (including construction area signs), tools, equipment, traffic control plans for the project, and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control including lights, channelizers (surface mounted), temporary railing (Type K) markers, delineators, temporary striping and pavement marking, barricades, portable flashing beacons, flashing arrow signs, portable changeable message signs, as shown on the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Full compensation for removing and salvaging the traffic control equipment and materials that are to be reused or reset in the project shall be considered as included in the Contract lump sum price paid for traffic control system and no additional compensation will be allowed therefor. Partial payment for traffic control shall be based on the percentage of total value of work completed on the other items listed under each schedule as of each progress pay estimate. ,, •fr Revised 11/24/10 Contract No. 6607 Page 104 of 168 Bid Item No. 3: Tier 2 Water Pollution Control Plan Preparation, Implementation, and Maintenance (Lump Sum) The contract lump sum price paid for the SWPPP work shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved in developing, preparing, obtaining approvals, revising and amending the SWPPP, and installing, construction, maintaining, removing and disposing of BMPs as shown in the SWPPP, and as directed by the Engineer, and no additional payment will be made therefor. A Tier 2 construction SWPPP Template is available on the City Website. A template is included in Appendix C. Implementation of Tier 2 construction SWPPP shall include daily street sweeping. Payment for preparation, implementation, maintaining and monitoring of the SWPPP shall be included in the lump sum price bid; payment will be made on a basis of the percentage of work completed on the entire project. The lump sum bid price shall include payment of application and annual fees required by the SDRWCB until the date of the projects' substantial completion and no additional compensation shall be allowed therefor. Bid Item No. 4: Clearing and Grubbing (Lump Sum) 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 as specified on the plans. No other payments will be made. Bid Item No. 5: Removal and Disposal of Existing AC Pavement, Dike, and Spillway (Square Feet) The contract unit price paid for this bid item shall constitute full compensation to furnish material and labor to remove asphaltic concrete in accordance with section 203, the plans, and contract documents. This includes but is not limited to surveying, saw cut, excavation, complete removal and disposal of existing AC pavement, AC Dike (SDRSD G-05 Type B), and AC Spillway (SDRSD D-22), grading, leveling, compaction, and no additional compensation will be allowed thererfor. Bid Item No. 6: Remove and Dispose Existing 24" CMP Storm Drain (Linear Feet) The contract unit price paid for this bid item shall constitute full compensation to furnish material and labor to remove existing storm drain pipeline in accordance with sections 300-1, 300-2, and 306-5, the plans, and contract documents. This includes but is not limited to surveying, locating utility, saw cut, removal and disposal of Asphaltic Concrete in roadway section, excavation, complete removal and disposal of CMP Pipe, and no additional compensation will be allowed thererfor. Bid Item No. 7: Trench Dewatering (Stipulated Lump Sum) The contract stipulated lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, preparation of dewatering plan and all incidentals, to dewater the pipeline trench during construction, including and not limited to pretreatment devices, control of water, approval processing, and no additional compensation will be allowed therefor necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. l' • ., Revised 11/24/10 Contract No. 6607 Page 105 of 168 Bid Item No. 8: Sheeting, Bracing, and Shoring (Lump Sum) The contract lump sum price paid for this bid item shall constitute full compensation to furnish and install sheeting, shoring and bracing in conformance with CALOSHA, the plans and the contract documents. This includes all labor, material, equipment, permits and supervision and no additional compensation will be made therefor. Bid Item No. 9: Construct 18" RCP (D-2000) Storm Drain Pipeline (Linear Feet) The contract unit price paid for this bid item shall constitute full compensation to furnish and install the 18 inch diameter reinforced concrete pipe (D-2000) storm drain in accordance with Sections 207-2, 217 and 306-1, the plans, and contract documents. This includes, but is not limited to, surveying, locating utilities, saw cutting, excavation, trenching, support of existing utilities, trench plates, preparation of subgrade, placement of base material, furnish and install pipeline with water tight joints, placement of underground utility tape, backfill, and compaction in accordance with SDRSD D-60 and the City of Carlsbad's modification to the SDRSD, and no additional compensation will be allowed therefor. Bid Item No. 10: Construct 24" RCP (D-2000) Storm Drain Pipeline (Linear Feet) The contract unit price paid for this bid item shall constitute full compensation to furnish and install the 24 inch diameter reinforced concrete pipe (D-2000) storm drain in accordance with Sections 203, 207-2, 217,301,302, and 306, the plans, and contract documents. This includes, but is not limited to, surveying, locating utilities, saw cutting, excavating, trenching, support of existing utilities, trench plates, preparation of subgrade, placement of base material, furnish and install pipeline with water tight joints, constructing grade break as shown on plans, connecting to existing drainage system at station 4+08.50, placement of underground utility tape, backfill and compaction in accordance with SDRSD D-60 and the City of Carlsbad's modifications to SDRSDs, and construction of Carlsbad Blvd. Patch Section as shown on sheet 2 of the plans and no additional compensation will be allowed therefor. Bid Item No. 11: Construct SDRSD D-09 Type "A" Storm Drain Cleanout (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install a Type-A Clean Out in accordance with Sections 201, 303 and 306-1, the plans, San Diego Regional Standard Drawing D-09, and the contract documents. This includes, but is not limited to, surveying, removal and disposal of existing structure, excavation, preparation of subgrade, placement of base material, forming, connections, placement of concrete, backfill, compaction and no additional compensation will be allowed therefor. Bid Item No. 12: Construct SDRSD D-02 "Type B-1" Curb Inlet with Filter (Each) The contract unit price paid for this bid item shall constitute full compensation to furnish and install a Type B-1 Curb Inlet in accordance with Sections 201, 303 and 306-1, the plans, San Diego Regional Standard Drawing D-02, and the contract documents. This includes, but is not limited to, surveying, excavation, preparation of subgrade, placement of base material, forming, connections, placement of concrete, backfill, compaction, install Bioclean Round Catch Basin With Media Filtration Device or Approved Equal as Determined by the City Engineer, and no additional compensation will be allowed therefor. ,, • ., Revised 11/24/10 Contract No. 6607 Page 106 of 168 Bid Item No. 13: Construct Modified SDRSD D-41A Energy Dissipater (Each) The contract unit price paid for this bid item shall constitute full compensation for constructing a concrete energy dissipater in accordance with sections 201 and 303-1, the plans, San Diego Regional Standard Drawing D-41A and the contract documents. This includes, but is not limited to, survey, excavation, removal and disposal of existing headwall material, preparation of subgrade, placement of base material, forming, connections, placement of concrete, backfill, compaction, grading around headwall area per plan and no additional compensation will be allowed therefor. Bid Item No. 14: Install 6" Class II Aggregate Base (Cubic Yard) The contract unit price paid for this bid item shall constitute full compensation for all work needed to furnish and install 6" class two aggregate base in accordance with sections 200, 253, and 301, the plans, and contract documents. This includes, but is not limited to, surveying, excavation, removal and disposal of existing subgrade material, grading and leveling, preparation of subgrade, furnish and installinf1 Class II aggregate base, compaction, and no additional compensation will be allowed therefor. Bid Item No. 15: Install 4" AC Pavement (Ton) The contract unit price paid for this bid item shall constitute full compensation for all work needed to furnish and install 4" asphaltic concrete pavement in accordance with sections 203, 301, and 302, the plans, and contract documents. This includes, but is not limited to, surveying, preparation of aggregate base material and adjacent surfaces, AC Paving, compaction, leveling, and no additional compensation will be allowed therefor. Bid Item No. 16: Construct Type-A Asphalt Concrete Dike per SDRSD G-5 (Linear Feet) The contract unit price paid for this bid item shall constitute full compensation for all work to furnish and install Type-A Asphalt Concrete Dike in accordance with Section 203, San Diego Regional Standard Drawing G-5, and the contract documents. This includes, but is not limited to, survey, surface preparation, installation of Type-A AC Dike, transitions to existing Type-B AC Dike, and no additional compensation will be allowed therefor. Bid Item No. 17: Construct Cured-In-Place Liner in Existing 24" CMP Host Pipe (Linear Feet) SPECIAL TY ITEM The contract unit price paid for this bid item shall constitute full compensation to furnish all labor, materials, and incidentals to perform the work to install cured-in-place pipeline liner in accordance with the contract documents, Section 500 of the general provisions, the City's supplemental provisions, and plans. Work includes, but is not limited to furnishing submittals, furnishing all labor, materials, and equipment to perform point repairs or grout voids shown on plan utilizing trench less technology and repair of void to the approval of the engineer, furnishing and installing curing materials, performing testing, cleaning the host pipeline, host pipe point repair as indicated on plan, cleaning out manholes and disposing of debris materials, re-establishing and sealing connections, re-establish and seal lateral connections, proper disposal of curing fluid, providing notifications to affected property owners, providing curing log and printout, and pre and post lining CCTV video of pipes to be lined, cleanup, and all other work for a complete and fully functional installation. No additional compensation will be allowed therefor. {'\ •+;' Revised 11/24/10 Contract No. 6607 Page 107 of 168 Bid Item No. 18: Install Miramesh GR and Slope Stabilization (Lump Sum) The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals; and all work associated with complete installation of the Slope Stabilization Section per detail A-3 on sheet 2 of the plans. This includes but is not limited to the installation of Miramesh GR slope stabilization geotextile, spreading of bonded fiber matrix with incorporation into the seed mix specified in the technical specifications, fiber rolls per CASQA BMP Standards, and no additional compensation will be allowed therefor. Bid Item No. 19: Hydroseed with Bonded Fiber Matrix (Lump Sum) The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and application of BFM and hydroseed on ill!. disturbed natural surfaces due to construction activity and in accordance with the project specifications, contract drawings and at the direction of the City Engineer. Bid Item No. 20: Replace Signing, Striping, and Pavement Markers (Lump Sum) The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in providing and installing all the Signing, Striping and pavement markers, replacing pavement markers and existing signs removed from construction, and refreshing all striping within 200 feet in each direction of the project limits of work. The contract lump sum price paid shall be considered full compensation for furnishing all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, the Special Provisions, Standard Specifications, plans and as directed by the Engineer. Bid Item No. 21: PACP CCTV Inspection and Delivery of DVD (Lump Sum) The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in performing post construction CCTV Inspection of all constructed pipelines, including CIPP lined pipes, in accordance with these contract documents. This includes and is not limited to cleaning pipeline, providing equipment, camera set-up, recording of inspection in accordance to the procedure described in section 500- 1.1.5 with PACP Codes, and delivery of DVD with the electronic PACP inspection files in Microsoft Access format, and no additional compensation will be allowed therefor. Contractor shall notify engineer forty eight (48) hours prior to inspection and deliver DVD to the engineer a minimum of ten (10) working days prior to the Final Walk Through with City Staff. Bid Item No. 22: Record Drawings (Lump Sum) The contract lump sum price paid for record drawings require that the Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at no cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer per section 2-5.3 Submittals. Contractor shall present the record drawings to the engineer no later than at the final walkthrough meeting. At the direction of the engineer, the Contractor shall be conditioned to revise the Record Drawings to accurately 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. ,, •+;' Revised 11/24/10 Contract No. 6607 Page 108 of 168 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 -ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.5.6 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shalll 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 slhall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200- 1.2.2(B). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless ottlerwise 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(B). Sieve Sizes 50-mm (2") 37.5-mm (1 ½") 19-mm (¾") 12.5-mm (½") 9.5-mm (3/a") 4.75-mm (No. 4) 2.36-mm (No. 8) 75-~m ino. 200l Sieve Sizes 25-mm (1") 19-mm (¾") 9.5-mm (3/ a") 4.75-mm (No. 4) 2.36-mm (No. 8) 600-µm (No. 30) 300-µm (No. 50) 75-~m ~no. 200l l' • .., Revised 8/10/10 TABLE 200-1.2.2(A) CLA.SS 1 PERMEABLE MATERIAL Percentage Passing Type A --- --- 100 95-100 70-100 0-55 0-10 0-3 TABLE 200-1.2.2(8) CLASS 2 PERMEABLE MATERIAL Type B 100 95-100 50-100 --- 15-55 0-25 0-5 0-3 Percentaqe Passinq 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 Contract No. 6607 Page 109 of 168 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, 2015, Section 26: Aggregate Bases, Subsection 26-1.02B Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.2.4 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11 /2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. Sieve Sizes 2" ................................ . 11/2'' ........................... . 1'' ................................ . 3/4" ............................. . No.4 .......................... . No. 30 ......................... . No.200 ...................... . AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum Operating Range Operating Range 100 90-100 50-85 25-45 10-25 2-9 100 90-100 35-60 10-30 2-9 QUALITY REQUIREMENTS Tests Resistance (R-value) Sand Equivalent Durability Index Operating Range 78 Min. 25 Min. 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. ,~ •+;' Revised 8/10/10 Contract No. 6607 Page 110 of 168 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 Ri1ght-of-Way 330-C-23 (560-C-3250) (1l Trench Backfill Slurry 115-E-3 (190-E-400) Street Light Foundations and Survey Monuments 330-C-23 ( 560-C-3250) Traffic Signal Foundations 350-C-27 (590-C-3750) Concreted-Rock Erosion Protection 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 Chemical Admixtures. (d) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1 /2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have 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 preiparation 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 l'\ •+;' Revised 8/10/10 Contract No. 6607 Page 111 of 168 exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type "A" as specified in Section 201-1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Acceptable Products: "Sonneborn NPII"; Sonneborn Building Products Division; "Scofield Lithoseal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. 201-3.7 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.?(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Measuring Standard (ASTM Results Conditions Designation) Cone Penetration ASTM D 3407, Sec. 5 3.5 mm, max. 25°C, 150 Q, 5 s Flow, 60°C ASTM D 3407, Sec. 6 5 mm, max. Resilience ,ASTM D 3407, Sec. 8 25%, min. 25°c Softening Point, ASTM D 36 82 °C, min. Ductility, ASTM D 113 300 mm, min. 25°C, 50 mm/min Flash Point, COC, °C ASTM D 92 288 °C, min. Viscosity, Brookfield ASTM D 4402 2.5-3.5 Pa·s No. 27 Spindle, Thermosel, rpm, 190°C, ,~ .... Revised 8/10/10 Contract No. 6607 Page 112 of 168 20 SECTION 203 -BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. ADD the following: 203-6.2.1 Asphalt Binder. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.4. Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.4. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.4.4. 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10 for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shall be class D2-PG?0-10 for dik13s 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 and/or b. Marshall Stability1 in accordance with the Asphalt lnstitute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. 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. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by ,, •,;' Revised 8/10/10 Contract No. 6607 Page 113 of 168 mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/-.40 of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.4. Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.4 Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as show in Table 203-6.4.4. 203-6.8 Asphalt Concrete Storage. Replace existing section with the following: Storage of asphalt concrete shall not be allowed. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203-11.3 Composition and Grading. Replace existing section with the following: Storage of asphalt Rubber Hot Mix shall not be allowed. SECTION 204 -LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD TABLE 204-1.2 (A) ADD THE FOLLOWING: TABLE 204-1.2 (A) USES Headers for bituminous pavement up to 50 mm x 100 mm (2"x4") Headers for bituminous pavement larger than 50 mm x 100 mm (2"x4") GRADES Construction grade Redwood or preservative treated construction qrade Douqlas Fir Number 1 grade Redwood, or preservative treated number 1 grade Douglas Fir SECTION 206 -MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. 206-7.1 Roadside Signs. This work shall consist of furnishing and installing roadside signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. l' •+;' Revised 8/10/10 Contract No. 6607 Page 114 of 168 206-7 .1.2 Sign Identification. The following notation shall be placed on the lower right side of the back of each sign where the notation shall not be blocked by the sign post or frame: A. PROPERTY OF THE CITY OF CARLSBAD, 8. Name of the sign manufacturer, C. Month and year of fabrication, D. Type of retroreflective sheeting, and E. Manufacturer's identification and lot number of retroreflective sheeting. The above notation shall be applied directly to the aluminum sign panels in 1/4-inch upper case letters and numerals by die-stamp and applied by similar method to the fiberglass reinforced plastic signs. Painting, screening, or engraving of the notation will not be allowed. The notation shall be applied without damaging the finish of the sign. 206-7 .1.3 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.1.4 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Designation D4956 and conforming to the requirements of these special provisions. 206-7.1.5 Sign Panel. Sign paneils shall be fabricated from sheet aluminum in accordance with ASTM Designation 8209. Sheet aluminium shall be pretreated in accordance to ASTM Designation 8449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. 206-7.1.6 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stationary and portable signs. l'\ -~ Revised 8/10/10 Contract No. 6607 Page 115 of 168 206-7 .2.1 General. This work shall consist of furnishing and installing temporary signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7.2.2 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.2.3 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Designation D4956 and conforming to the requirements of these special provisions. 206-7.2.4 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminium shall be pretreated in accordance to ASTM Designation B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation Standard Plans RS 1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements of these special provisions. 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. (~ • ., Revised 8/10/10 Contract No. 6607 Page 116 of 168 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of these special provisions, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7 .2 of these special provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework st1all be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 1 ·1 mm (7 /16") holes on 25 mm ( 1 ") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011", -0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 mm (+0.010") applied to the specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m ( 1 /16 " in 3'). Tolerance for corner radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on corner-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1 m (1 O'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1 /8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(8). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions Outside Tolerance for All Sides at Corners mm (inches) mm (inches) 25 X 25 (1 X 1) 0.13 0.005 32 X 32 (1¼x1¼) 0.15 0.006 38 X 38 (1 1hx1½) 0.15 0.006 44 X 44 (P/4X 1¾) 0.20 0.008 51 X 51 (2 X 2) 0.20 0.008 56 X 56 (23/16 X 23/15) 0.25 0.010 57 X 57 (2 1/4 X 2¼) 0.25 0.010 64 X 64 (2½· X 2½) 0.25 0.010 51 X 76 (2 X 3) 0.25 0.010 l'\ -~ Revised 8/10/10 Contract No. 6607 Page 117 of 168 TABLE 206-8.2(8) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension Squareness(1l Twist Permissible in 900 mm (3") mm (Inches) mm (Inches) mm(2l (lnches)(2l 25 X 25 (1 X 1) 0.15 0.006 1.3 0.050 32 X 32 (1-¼ X 1-¼) 0.18 0.007 1.3 0.050 38 X 38 (1-½ X 1-½) 0.20 0.009 1.3 0.050 44 x44 (1-¾ X 1-¾) 0.25 0.010 1.6 0.062 51 X 51 (2 X 2) 0.30 0.012 1.6 0.062 56 X 56 (2-3/15 X 2-3/15) 0.36 0.014 1.6 0.062 57 X 57 (2-¼ X 2-¼) 0.36 1.014 1.6 0.062 64 X 64 (2-½ X 2-½) 0.38 0.015 1.9 0.075 51 X 76 (2 X 3) 0.46 0.018 1.9 0.075 (1l Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. (2l Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall conform to ASTM B-633, Type Ill Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of - 20°C (-4°F) to +70°C (158°F) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall l'\ •;;"' Revised 8/10/10 Contract No. 6607 Page 118 of 168 be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid--state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre- programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. Add the following section: 206-9.4 Measurement and Payment. The contract unit price PCMS shall be incidental to the traffic control bid item and include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transporting from location to location, and delivery of the signs to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other compensation will be made. SECTION 207-GRAVITY PIPE 207-2 REINFORCED CONCRETE PIPE. 207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designations C 361-95 and C 443-94. Pipe designated in the plans as "pressure pipe", with a 100-year hydraulic grade line at or above the soffit, or identified as pipe to receive water tight joints shall be bell and groove spigot joint with "O" rings conforming to ASTM C-443 and C-361 for the limits shown on the plans. l' •+;' Revised 8/10/10 Contract No. 6607 Page 119 of 168 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 strenqth ASTM 0882 4500q/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 Manufacturinq specifications Heat-set Mylex Messaqe repeat Manufacturinq specifications Every 500 mm(20") Foil Manufacturing specifications Dead soft/annealed Top layer Manufacturing specifications Virgin PET Bottom layer Manufacturing specifications Virgin LOPE Adhesives Manufacturinq specifications >30 percent, solid 1.5#/R Bond strenqth Boilinq H20 at 100 deqrees Celsius Five hours without peel Colors APWA Code See Table 207-25.1 (B) TABLE 207-25.1(6) 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. 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 831.8, 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. {'\ •+;' Revised 8/10/10 Contract No. 6607 Page 120 of 168 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 (K) Abrasive Blast Cleaning to a None Two coats white Roughened, Textured Appearance Emulsion Paint (1) .. (1) acrylic emulsion paint designed for use on exterior masonry. This paint shall comply 1n all respects to Federal Spec1f1cat1on TT-P- 19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CAL TRANS Specification No. PTWB-01 R2. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CAL TRANS Specification No. PTH-02ALKYD. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CAL TRANS Specification No. 8010-004 {Type II). CAL TRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CAL TRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. SECTION 213 -ENGINEERING GEOSYNTHETICS 213-5 GEOTEXTILES AND GEOGRIDS. Add the following section: 213-5.1 General. Geotextile types shall be used for the applications listed in Table 213-5.1 (A) {'\ •+r' Revised 8/10/10 Contract No. 6607 Page 121 of 168 Acrylic Table 213-5.1 (A) GEOTEXTILE APPLICATIONS Application of Geotextile Separation of Soil and Street Structural Section Separation of Soil and Subsurface Aaareqate Drain Reinforcement of Street Structural Section Remediation and Separation of Soil Reinforcement of Soil Drainage at the Interface of Soil Structures Drainage at the Interface of Soil and Structures Rock Slope Protection Fabric for Rock Sizes Below 225 kg(¼ Ton) Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg(¼ Ton) Plant Protection Coverinq Erosion Control Fence with 14 AWG -150 mm x 150 mm (6"x6") Wire and 3 m (10') Post Spacing Erosion Control Fence with 1.8 m (6') Post Spacing and No Wire Fencing Add the following section: Type Designation 90WS 180N 200WS 270WS 270WS N/A N/A 180N 250N 90N 90WS 200WS 213-5.2 EROSION CONTROL SPECIAL TIES. Storm water erosion control plans shall be prepared, implemented, and maintained by individuals with the respective qualifications and certification as specified in the City of Carlsbad Engineering Standards Volume 4. Add the following section: 213-5.3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 lbs) of 19 mm (¾") crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 214-6.4.3 REFLECTIVE PAVEMENT MARKERS Add the following section: 214-6.4.3.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214- 6.4.3.1, or equal thereto. ,, • ., Revised 8/10/10 Contract No. 6607 Page 122 of 168 Type TOM-Temporary Markers TABLE 214-6.4.3.1 TEMPORARY REFLECTIVE PAVEMENT MARKERS Manufacturer of Distributor Overlay Davidson Traffic Control Products, 3110 70th Avenue East, Tacoma, WA 98424, 877) 335-4638 Add the following section: 214-6.4.3.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface- mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam l1eadlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be on1e of the types shown in Table 214-6.4.3.2, or equal thereto. Type Safe-Hit SH336SMA Carsonite "Super Duck" SDR3036 Repo "The Replaceable Post" TABLE 214-6.4.3.2 REFLECTIVE CHANNELIZER Manufacturer of Distributor Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800) 648-7916 Western Highway Products 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. ,, • .., Revised 8/10/10 Contract No. 6607 Page 123 of 168 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 -EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. Add the following: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 REMOVAL AND DISPOSAL OF MATERIALS 300-1.3.1 General. add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. modify as follows: Payment for clearing and grubbing shall be made 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. 300-3 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 l' •+;' Revised 8/10/10 Contract No. 6607 Page 124 of 168 300-3.6 Payment. add the following: Dewatering shall be payed accordingly at a stipulated lump sum price and no additional compensation will be made therefore. 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; ,, •ff Revised 8/10/10 Contract No. 6607 Page 125 of 168 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Consideration Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit, or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised operations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protection Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non-compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be included in the lump sum cost of the specified bid item. Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for 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. 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. l'\ •+;' Revised 8/10/10 Contract No. 6607 Page 126 of 168 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 re~1ularly 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 bHing properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. SECTION 301 -TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgirade. Modify the second and third paragraphs as follows: Change each instance reading "1 fi0mm (6 inches)" to "300 mm (12")". ,, • .., Revised 8/10/10 Contract No. 6607 Page 127 of 168 301-1.3 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-1557-12. 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 302-4.5 Scheduling, Public Convenience and Traffic Control. Add the following: The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9400. The Contractor shall accommodate mail delivery to residences and businesses during the work. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses on which resurfacing shall occur. Obtaining the appropriate addresses shall be the contractor's responsibility. A sample letter shall be provided by the city and the Contractor shall use the city's sample letter with appropriate street names, dates, times, and phone numbers specific to the work inserted in the letter. During resurfacing operations, the Contractor's schedule shall be designed to provide residents and business owners sufficient paved parking within a 900 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contract shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the 72-hour advance notification door hangar which shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the 760 area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall use the sample door hangar provided by the city and submit door hangars to the Inspector for approval. Notices shall not be distributed until approved by the Inspector. l' •ti Revised 8/10/10 Contract No. 6607 Page 128 of 168 The notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 4 inches by 8-1 /2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb card stock. The printing on the notice shall be no smaller than 12 point. The door hangars shall show the street name, date, time, phone numbers, and appropriate information specific to the work inserted. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for "Public Notification of Work" and the Contractor will not be entitled to any additional compensation for work outlined in this section. 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. 302-5.4 Tack Coat. add the following: If the asphalt concrete pavement is being constructed directly upon an existing hard-surfaced pavement, a tack coat of PG 64-10 paving asphalt at a rate of 0.05 gallon per square yard or SS-1 h emulsion at a rate between 0.05 and 0.10 gal/SY shall be uniformly applied upon the existing pavement preceding the placement of the asphalt concrete. The contact surfaces of all cold pavement joints, curbs, gutters, manholes, and the like shall be painted with PG 64-10 paving asphalt, or SS-1h emulsion, immediately before the adjoining asphalt concrete is placed. The Contractor shall place a tack coat between the successive interfaces of existing pavement and new asphalt concrete. 302-5.5 Distribution and Spreading. modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the self-propelled spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control. The automatic screed control shall be 5.5 m (18') minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The Contractor shall provide an on-site backup paving during all paving operations. No conveyor belt systems will be allowed for moving the AC. No AC windrows will be allowed. Only a surge volume/remix material transfer vehicle (MTV) is allowed to receive the AC from the haul trucks and then place it in the self- propelled spreading and finishing machine. If the Engineer determines the use of the MTV is not practical for a portion of the project, the Engineer may waive its requirement for that portion. 302-5.6.1 General. modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. {'\ •+;' Revised 8/10/10 Contract No. 6607 Page 129 of 168 302-5.9 Measurement and Payment. add the following: Payment for asphalt concrete shall be incidental to all items in the contract involving AC work as described in Section 9.4 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-1 CONCRETE STRUCTURES 303-1.2 Subgrade for Concrete Structures. Add the following: If groundwater is encountered, Contractor shall work a minimum 2' deep of ¾" gravel into soil to provide an adequate base for construction of concrete structure. 303-1.11 Payment. Delete the subsection in its entirety and replace with the following: Payment for concrete structures, including but not limited to, modified Type A Curb Inlet per SDRSD standard drawing D-01 and the details shown on the plans, and Type A4 Storm Drain Cleanout SDRSD standard drawing D-09 and the details shown on the plans, will be made as set forth in the Bid Schedule. Payment shall include compensation for furnishing all labor, materials, tools, and equipment necessary to construct the concrete structures complete in place. Items shall include cast-in-place PCC, steel reinforcement, covers, rims, grates, frames, collars, cone and draft sections, bases, steps, clean up; and for all other work necessary to install the concrete structure, complete in place, and no additional compensation will be allowed therefor. 303-2 AIR-PLACED CONCRETE. 303-2.1.1 General. add the following: Modify Regional Standard Drawing D-75 as follows: replace stucco netting with 150mm x 150mm (6" x 6") by No. 10 by No. 10 welded wire mesh. Add the following section: 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.1.1 General. Portland Cement Concrete construction shall include, but not limited to, concrete curb outlet, terrace ditch, and all other miscellaneous PCC construction items as indicated on the plans and per these Specifications. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of 1-1/2 inches. PCC and all other material unsuitable for use as fill, as determined by the Engineer, shall be removed from the right-of-way and disposed of by the Contractor at a site of his own choice and he/she shall pay all costs incidental to the disposal. 6" Curb and Gutter shall conform to SDRSD G-2, the details on the plans, and these specifications. Adjacent AC/AB removal and replacement full depth AC, associated with concrete curb construction, shall be a minimum depth of 6-inches and a minimum width of one foot and shall conform to the requirements established elsewhere in these Specifications. The Contractor shall verify with a "smart level", string line and/or water testing that positive drainage is maintained upon completion of finishing, and any irregularities causing water ponding shall be corrected and refinished. The CITY shall be present to verify the concrete forms, prior to l' • .., Revised 8/10/10 Contract No. 6607 Page 130 of 168 pouring any PCC construction improvements. 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 303-55.2(A) TABLE 303-5.5.2(A) Curb Face Markin s T pe 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. SECTION 306 -OPEN TRENCH CONDUIT CONSTRUCTION 306-3 TRENCH EXCAVATION Add the following: 306-3.1 General. When the actual elevation or position of any existing pipe, conduit, or other underground appurtenances cannot be determined without excavation, the Contractor shall excavate and expose the existing improvement at the location shown on the Plans and any other locations deemed necessary by the Engineer. Such excavation shall be considered as part of the excavation necessary for the work. The Engineer shall be given the opportunity to inspect the existing improvements when it is exposed. Any adjustments in line or grade which may be necessary to accomplish the intent of the plans shall be made at no additional costs. Add the following: 306-3.2 Removal of Surface Improvements. Bituminous pavement, concrete pavement, curbs, sidewalks, or driveways removed in connection with construction shall be removed in accordance with Subsection 300-1.3 of the Standard Specifications and these Special Provisions and reconstructed in accordance with Section 302 or Subsection 303 of the Standard Specification and these Special Provisions. Add the following: 306-3.5 Maximum Length of Open Trench. The first sentence for the first paragraph is hereby deleted and replaced with the following: Except by permission of the Engineer, the maximum length of open trench where prefabricated pipe is used shall be the distance necessary to accommodate the amount of pipe installed in a single day. Add the following section: 306-3. 7 Steel Plate Bridging -With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate ,, •;;' Revised 8/10/10 Contract No. 6607 Page 131 of 168 that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-3. 7 .1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS= [ ADT + EWL +DAYS+ 10 X WEEKEND+ 5 X NIGHTS+ 20 X WEATHER+ SPEED (kmh) + SLOPE X 100] X LANES 1000 8 PS= [ ADT + EWL +DAYS+ 10 X WEEKEND+ 5 X NIGHTS+ 20 X WEATHER+ SPEED (mph)+ SLOPE X 100] X LANES 1000 5 where: PS ADT EWL DAYS WEEKEND NIGHTS WEATHER SPEED SLOPE LANES = plate score. = average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by Supplements 1 and 2. = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by Supplements 1 and 2. = total number of 24 hour periods during which the plates will be utilized at the site being considered. = total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. = total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, l' •;;" Revised 8/10/10 Contract No. 6607 Page 132 of 168 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: 306-3.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the l::ngineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2- 5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. Add the following section: 306-3.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be filled with elastomeric sealant material which may, at the contractor's option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(8) and 203-5.3(A) . Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against 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 ,, •+;' Revised 8/10/10 Contract No. 6607 Page 133 of 168 concrete ramps and maintain and restore the street surface during and after their use. Add the following section: 306-3.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-3.7.4 (A) TABLE 306-3. 7 .4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width (1l Minimum Plate Thickness 0.3 m 10") 13 mm (½") 0.6 m 23") 19 mm (¾") 0.8 m 31 ") 22 mm (7/s") 1.0 m 41") 25 mm (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. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CAL TRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CAL TRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-3.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-7.3.2.3 Field Jointing of Reinforced Concrete Pipe. add the following: The Contractor shall provide Gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans. 306-12 BACKFILL. 306-12.1 General. add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-12.3.2 Compaction Requirements. Delete Section 306-12.3.2 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12") of the street right-of-way, compaction shall be 95 percent. ,, -~ Revised 8/10/10 Contract No. 6607 Page 134 of 168 306-13 TRENCH RESURFACING. 306-13.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-13.2 Permanent Resurfacing. Add the following: Except as provided in section 306-13.1, ''Temporary Resurfacing," the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-15 PAYMENT. 306-15. Basis of Payment for Open Trench Installation. This section is hereby deleted and replaced with the following: The price per linear foot for storm drain in place shall be considered full compensation for all pipe, sawcut, removal and disposal of 1existing PCC and AC pavement, trench excavation, bedding, backfill, over excavation of trench as needed, appurtenances, potholing and support of existing utilities, preparation of subgrade, trench plates, re-establishment of existing pavement markings, striping and raised pavement markers, asphalt concrete, bedding for crossing utilities, and all other work necessary to install storm drain pipe, complete and in place and no additional compensation shall be allowed therefor. SECTION 314-TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-4.3 PAINTED TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314.4.3.1 Painting Traffic Striping, Pavement Markings and Curb Markings. Add the following: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Striping Plans, or for approved temporary traffic control essential for safe contro'I of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 314-4.3.4.1 General. Add the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings ,, -~ Revised 8/10/10 Contract No. 6607 Page 135 of 168 on pavement shall not exceed variations from a uniform plane more than 3 mm (1/s") 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. Add the following section: 314-4.3.5.1 Preparation of Existing Surfaces. The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.1 O') thick asphalt concrete overlay is not permitted. Add the following section: 314-4.3.5.2 Layout, Alignment, and Spotting. The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. Add the following section: 314-4.3.5.3 Application of Paint. The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer and within 72 hours of pavement resurfacing. After one week, a second coat of paint shall be applied to all final, approved striping. The Contractor shall paint the ends of each median nose yellow. If required by the approved traffic control plans, the Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 314-4.3.7 Payment. Delete the section and add the following: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for temporary and final traffic striping, and no additional compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefore. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. ,, •+;' Revised 8/10/10 Contract No. 6607 Page 136 of 168 314-5 PAVEMENT MARKERS 314-5.4 PLACEMENT. Add th13 following. When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 314-5.4.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers th13 same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in section 310- 5. The Contractor shall perform alll layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. ,, •,;' Revised 8/10/10 Contract No. 6607 Page 137 of 168 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 5, PIPELINE SYSTEM REHABILITATION SECTION 500 -PIPELINE, MANHOLE AND STRUCTURE REHABILITATION 500-1 PIPELINE REHABILITATION. 500-1.1 Requirements. 500-1.1.1 GENERAL: ADD the following: Pipeline rehabilitation construction of existing CMP or RCP storm drain shall be conducted the following: 1. Cured-in-place Pipe Liner (GIPP) shall conform to Section 500-1 .4. All structural requirements as they pertain to each specific installation shall be approved by the CITY prior to installation. The CONTRACTOR shall comply with all confined space entry, and other safety regulations, including but not limited to CalOSHA, OSHA and NIOSH. The CONTRACTOR shall demonstrate that a minimum of five (5) miles, on a single project, of work similar in scope, has been successfully performed by the CONTRACTOR using the CONTRACTOR'S proposed rehabilitation system for this project. Should GIPP be utilized, the past project shall have used the proposed resin and felt combination. The Contractor's Project Manager and Superintendent shall be assigned full time to this project and be present in the City while WORK is being performed. The proposed Rehabilitation process shall be proven technology, which is defined as a minimum of 500,000 linear feet of successful wastewater collection system installations in the U.S. and must be documented to the satisfaction of the Owner. The Rehabilitation installation work done under this specification shall be subject to inspection by the CONSTRUCTION MANAGER. All parts of the work shall be accessible to the CONTRACT MANAGER. Defective work shall be corrected to the satisfaction of the CONTRACT MANAGER. ADD Subsection 500-1.1.1.1 DESIGN CRITERIA AND TESTING REQUIREMENTS: All pipe shall be designed per ASTM 1216 and 17 43. All design calculations shall be provided to the Owner in the form of a submittal for review. The lining system utilized shall incorporate a seamless or fused (chemically or heat) seamed liner system between manholes and shall be a tight molded liner with an annulus gap not greater than 1/32 -inch. l' • .., Revised 8/10/10 Contract No. 6607 Page 138 of 168 The cut ends of the mainline liner inside inlets or pipe shall be fully sealed between host pipe and the liner. 500-1.1.2 SUBMITTALS: Add the following: Within 10 days of issuance of Award of Contract, the CONTRACTOR shall submit manufacturer's certificate(s) indicating that the supplied materials meet the requirement of the Specifications, and a certificate of compliance from an independent, third part lab that proposed resin/tube composite meets the chemical resistance requirements of ASTM D5813 and that the creep reduction factor used for the long term flexural modulus calculation has been verified by testing per ASTM D790. The installation of the storm drain lining shall be performed by a CONTRACTOR licensed/certified by the manufacture/owner of the process. The CONTRACTOR is required to submit for all manufacturers for which they are licensed/certified a copy of the license and a letter from the manufacture stating the name, address, point of contact, and telephone number for City's verification. Failure to provide this complete documentation within 10 calendar days of receipt of the Award of Contract will be cause for delay of contract award and will result in the bid being declared non-responsive. Within 10 days of issuance of Award of Contract, the CONTRACTOR shall submit contractual required documentation that a minimum of one (1) miles, on a single project, of work similar in scope for the CIPP rehabilitation methods proposed, has been successfully performed by the CONTRACTOR and its personnel assigned to the liner installation and curing, utilizing the CONTRACTOR'S proposed rehabilitation system for this project. The CONTRACTOR shall identify the employees i.e. Project Manager, Superintendent, Foreman, etc.; that will be assigned to this project and provide reference. The CONTRACTOR'S Project Manager and Superintendent shall be assigned full time to this project and be present in the City while work is being performed. The CONTRACTOR shall have a minimum of three (3) years of continuous experience installing CIPP liners in pipe of a similar size, length and configuration as contained in this contract. Within 1 O days of issuance of Award of Contract, the CONTRACTOR shall submit contractual required documentation of 500,000 linear feet of successful stormwater collection system installations in the U.S. of the proposed rehabilitation system to satisfy the contractual requirement of the products commercial viability and CONTRACTOR capability. Within five (5) days after Award of Contract, the CONTRACTOR shall submit to the City, Design Calculations for the pipe liner for approval. The Design Calculations shall be in accordance with ASTM F1216, Appendix X1 for fully deteriorated pipe. The pipe liner shall be designed to support hydraulic, soil, and live loads based on a minimum 1 O' burial depth to top of pipe and highway loading per AASHTO. If local conditions impose greater loads, the greater loads shall be used. Local conditions may include depth greater than 10 feet, groundwater or other loadings. Prior to rehabilitation, the CONTRACTOR shall submit drawings of construction details and all other submittals per 2-5.3. The shop drawings shall include the location and method of rehabilitation with sufficient detail to assure that the work can be accomplished without damage to the surrounding area. For CIPP Glass Reinforced Plastic (GRP) liner, the shop drawings shall detail short and long term properties (providing all supporting rest data) of all component materials and construction and recommendations for material storage and temperature control, CIPP liner handling, insertion, ,, •+;' Revised 8/10/10 Contract No. 6607 Page 139 of 168 curing, trimming and finishing. The submittal shall also include structural calculations for the liner size, the recommended thicknesses, and the method and equipment used. Provide detail method for addressing sampling requirements, including manufacturer's recommended installation procedures. At each repair location, at least two days prior to commencing the rehabilitation work, the CONTRACTOR shall submit written verification the pipe sections to be rehabilitated are free of obstructions, debris and is suitable for performing the pipe liner restoration repairs. 500-1.1.4 CLEANING AND PRELIMINARY INSPECTION: DELETE the last sentence of the last paragraph and ADD the following: Contractor shall clean and perform preliminary inspection a minimum of two weeks prior to planned installation of liner to allow for grouting and pipeline repairs. Dates of cleaning and preliminary inspection shall be included in schedule. Should hazardous waste material be encountered, the CONTRACTOR shall be responsible for developing a health and safety plan for the handling and disposal of hazardous waste. Any hazardous waste material encountered during the project shall be placed on eight (8) mil plastic sheet and covered with eight (8) mil plastic sheet. The CONTRACTOR shall protect any hazardous waste from contaminating the area due to any surface runoff and/or precipitation. The Contractor shall dispose of the waste at a landfill approved by the City. If temporary stockpiling of hazardous waste is allowed by the Engineer, the CONTRACTOR shall contain the waste in a fenced area that is inaccessible to the general public. The CONTRACTOR shall examine the site conditions to determine if pipeline re-cleaning may be necessary immediately prior to pipeline rehabilitation. Site conditions include, but are not limited to size of pipe, type of pipe, age, and conditions of pipe, grade, flow conditions, weather conditions, locations and number of feeder lines connecting to the line to be rehabilitated and the type of rehabilitation method chosen are all important considerations for determining the maximum allowable time lapse between line cleaning and line rehabilitation. The CONTRACTOR shall examine the site conditions. Site conditions include, but are not limited to size, of pipe, type of pipe, age and condition of pipe, grade, flow conditions, weather conditions, location, and the type of rehabilitation method chosen and are all important considerations for determining the maximum allowable time lapse between line cleaning and line rehabilitation. 500-1.1.5 TELEVISION INSPECTION: ADD the following: The CONTRACTOR shall videotape the pipeline and submit on DVD format for OWNER's review at the following: • Pre-construction of areas adjacent to construction • post cleaning of the storm drain, • post lining of the storm drain • final video shall include: post main lining, post sealing of mainline cut ends at inlets and post sealing of lateral connections. l' • .., Revised 8/10/10 Contract No. 6607 Page 140 of 168 Final videotaping shall be performed after complete system installation and five (5) days prior to the final walk through inspection. Final color video shall be submitted on DVD format. The camera head shall have a rotary head with rotational, pan and tilt movement in order to allow a full circumferential inspection and observe all portions of the pipeline. It shall have a high resolution lens capable of spanning 360 degrees circumference and 270 degrees on a horizontal axis to televise pipelines. Optical focal distance shall be adjustable through a range of 1-inch to infinity. The camera source image capture shall provide a high resolution image with a minimum of 320x240 pixels capture. The camera shall clearly show all conditions and defects. The purpose of the rotating head camera is to view all service connections, and to locate all defects, as well as any pipeline problem conditions. The CONTRACTOR shall stop for at least 15 seconds to properly document the condition of the lateral, size and location, and observed structural defects such as misalignment, offset joints, protruding lateral taps, cracked pipe, roots in pipe, roots from laterals, sages in profile, and other pertinent observations as they are encountered. The camera will pause as necessary and pan/tilUrotate to clearly show manhole condition and structural defects from the channel and lower manhole area to the upper manhole area as viewable by the camera. The video shall be of a high resolution quality, to be viewed on DVD reader system. Lettering 3/8- inch high and internal approval stamps of pipe manufacturers shall be clearly readable on the video. Continuously displayed on the monitors and recorded on the video shall be the date of the survey, number designation of the manhole section being surveyed, identified fault conditions and a continuous forward and reverse read-out of the camera distance from the manhole of the reference. Pipe conditional and fault information tied to pipe location shall also be recorded in the Report Access database record associated with each video. This information shall be in tabular form, and include but not be limited to the following information: pipeline run from upstream to downstream manhole, location of defects in feet from upstream manhole, description of the defect, and other pertinent information. Location records shall also show all lateral connections. The camera operator shall record all fault conditions and other required information as an audio commentary on the tape. The audio portion of the file shall be sufficiently free from electrical interference and/or background noise so that the narration is completely intelligible. The audio shall remain accurate to the original source voice through the digital video processing. The audio narrative shall describe all notable defects found including the location in feet from the upstream manhole and type of each defect. A QA/QC procedure by the CONTRACTOR shall be developed to ensure high quality results from the televising. The CONTRACTOR shall provide reports of inspection results of pipeline televising and conditional assessments utilizing reporting software that is compatible with OWNER format requirements. The reporting software shall utilize a Microsoft Access Database. The inspection reports shall incorporate and utilize a standardized NASSCO PACP rating system to be provided for comprehensive evaluation of pipeline and/or manhole condition, i.e. a standardized listing of facility condition and defect codes. The report shall utilize a Microsoft Access Database. The CONTRACTOR shall provide digital photos of representative pipeline conditions, captured during the CCTV televising. Representative photos of pipeline conditions shall be taken with a l'\ • .., Revised 8/10/10 Contract No. 6607 Page 141 of 168 minimum of four (4) photos for every section of pipeline between manholes. In addition, photos shall be taken of serious defect locations, with these defects to be defined by the OWNER. When these conditions are noted, the CONTRACTOR shall notify the OWNER of the need for emergency repair requirements. The Digital photo files shall be annotated with the pipeline number and station of the defect. Photos shall be attached to the inspection reports to be provided in both hard copy and in an electronic format consistent with OWNER requirements. Within two (2) working days after the television inspection of each individual reach documented on a particular videotape, the CONTRACTOR shall deliver to the ENGINEER the DVD for review. Three (3) working days shall be allowed for the City to judge whether the deficiencies are repairable, in place. If the judgment is made that the deficiencies are non-repairable in place, the affected portion(s) shall be reconstructed. Due to the nature of the work, the CONTRACTOR shall provide a self-propelled camera, capable of extended videotaping lengths and operation in remotely accessed areas without direct vehicular access. The CONTRACTOR shall provide all video (with audio) in digital file format on DVDs. The CONTRACTOR shall provide an initial submittal at the start of televising work demonstrating the typical video and audio quality to be provided for approval by the OWNER. This submittal shall note any proposed changes to the specification listed below regarding video format, data processing compression or other condition for review and approval by the OWNER. One file shall be provided for each manhole to manhole pipe segment (or for each manhole to manhole inspection video). The filename shall incorporate the unique facility identifier (to be provided by the OWNER) and the date of the inspection. The facility identifier numbers will be manhole numbers, with adjacent manhole numbers identifying pipe sections. A single video record on DVD disc shall be provided for each pipe section. The camera source image capture shall provide a high resolution image with minimum of 320x240 pixels capture. The video shall be at least 23.97 frames per second. The video will be captured and compressed so as to reduce file size as much as possible while still meeting the needs of the OWNER. The compression shall be per MPEG-2 format. The video files shall be highly compressed, resulting in an anticipated average file size of 10 MB per minute of video. The compression shall not significantly degrade the still frame quality of the video or audio signal from the original source video, as judged in a side by side viewing under normal viewing conditions. OWNER staff will be responsible for integrating the digital files within applications to facilitate access and vexing of the video files by end users. Continuously displayed and recorded on the final video shall be the actual ID of the newly rehabilitated pipe shown. The pipe size shall be determined by field measurement of the installed system. ,, •ti Revised 8/10/10 Contract No. 6607 Page 142 of 168 500-1.1.6 SAMPLING, TESTING AND INSTALLATION: Add the following: The CONTRACTOR shall perform tests on all rehabilitated facilities and submit test results for the review and approval of the Engineer. Pipe sections for sampling shall be produced by the restrained sample method at a location of convenient access, unless other methods are approved in writing by the Engineer. Pipe liner samples shall be prepared and physical properties tested in accordance with either ASTM F1216, ASTM F1743, and/or ASTM F2019. The flexural properties must meet or exceed the values listed in Table 1 of the applicable ASTM. Wall thickness of samples shall be determined as described in paragraph 8.1.6 of ASTM F1743. Visual inspection of the pipe liner shall be in accordance with ASTM F17 43, Section 8.6. The following parameters shall be assumed for the GRP liner design: 1. Modulus of soil reaction, E's = 1,500 psi (fully deteriorated) 2. Unit weight of soil= 140pcf 3. The minimum ovality for straight runs shall be 2.0 percent 4. ASSHTO H20 traffic loads 5. AREMA E-80 railroad loads 6. No allowance for ground water 7. Factor of Safety, N=2.0 For CIPP using GRP liner, the wall thickness of the material tube shall be ordered to the next standard 1.0 mm incremental thickness above the minimum calculated design thickness. Unless otherwise specified to provide for excess resin migration, the gap thickness of the wetting-out equipment shall be sized to allow an excess of 5 to 10 percent resin to pass during impregnation. The minimum wall thickness shall be determined at a minimum of three locations on a cut section of the GRP flat plate sample using a method of measurement accurate to the nearest 0.005 inch. The cured sample shall be tested by an independent testing laboratory, as recommended by the CIPP liner manufacturer and approved by the Engineer, for the bending and tensile properties, as per ASTM 0790 and ASTM 0638 respectively. Unless otherwise noted, no separate compensation will be paid for testing; the testing costs are to be included in the related pay items. If the work shall fail to pass the tests, it is the Contractor's responsibility to correct the work and re-test with no additional compensation to the City. If within the warranty period, any section of the storm drain system is not acceptable due to subsequent excessive leakage or any other defects, although originally accepted, the Contractor shall repair or replace the affected portion at no cost to the City. It is understood that wrinkles in the finished liner pipe with GRP which cause a backwater of one (1) inch or more or reduce the hydraulic capacity of the pipe (Wrinkles which exceed five (5) percent of the pipe diameter) are unacceptable and shall be removed or repaired by the Contractor at no additional cost to the Owner, Wrinkles in the finished liner pipe that reduce the structural stability of the pipe are unacceptable. If a void between the wrinkle and the pipe exists, the Contractor shall repair or replace that section of the pipe at no additional cost to the Owner. Methods of repair shall be proposed by the Contractor and submitted to the Engineer for review. If the Contractor fails to do such work as required, the Surety shall be liable for said costs of repair or replacement. 500-1.1.9 MEASUREMENT A1ND PAYMENT. Payment for Pre-and Post Cleaning, including high pressure water blasting, cleaning, and testing, / Construction CCTV Inspection and DVD ,, • .., Revised 8/10/10 Contract No. 6607 Page 143 of 168 shall be made at the lump sum price bid, and shall include full compensation for all labor, equipment, materials, and no other compensation will be allowed therefore. 500-1.4.1 GENERAL: Revise the first sentence to Read: GIPP liner for rehabilitation of pipelines shall use an approved vinylester-resin-impregnated flexible tube installed by an inversion method using a hydrostatic head per ASTM F1216 or a pull in method per ASTM F1743, or a resin impregnated fiberglass (GRP) material tube with a plastic coated wearing surface per ASTM F2019 and F1216. GIPP GRP liner shall be Light Stream TM as manufactured by International Pipe Lining Technologies, or approved equal. The minimum thickness for flexible tube shall comply with ASTM F1216, and F2019 and section 500-1.1.6 of these special provisions. 500-1.4.2 MATERIAL COMPOSITION AND TESTING: Add the following: Vinylester resign-impregnated GIPP liner felt shall have the following minimum physical properties: Flexural Strength (ASTMD 790) Flexural Modulus (ASTMD 790) Initial: Long Term: 4,500 psi 250,000 psi 125,000 psi GRP liner shall have the following minimum initial physical properties: Flexural Strength (ASTMD 790) Flexural Modulus (ASTMD790) 25,000 psi 1,300,000 psi The CIPP shall be designed as per ASTM F 1216, Appendix X1, with the following additional requirements: The GIPP design shall assume no bonding the original wall pipe. External Hydrostatic Design -Acceptable third party testing and verification of the enhancement factor, K, (equation 1-ASTM F 1216) shall be submitted the manufacturer and/or liner product. Sections 500-1.2.6, 500-1.4.4 and 500-1.4.6 are hereby added: 500-1.2.6 INSTALLATION and FIELD INSPECTION: Add the following: CIPP using GRP liner installations requirements: The contractor shall not "wet-out" liner at the construction site because of external influences such as heat, no possibilities to control vacuum and correct mixture of resin. {'\ •fi Revised 8/10/10 Contract No. 6607 Page 144 of 168 The Contractor shall ensure that the pressure inside of the GIPP tube exceeds the pressure due to groundwater. The liner shall be installed by the pull/winch method. The contractor shall make sure that at no time resin can come in contact to the groundwater in cause of environmental issues. Preparing the old pipe or inversion of a preliner is part of the installation and is included without any additional costs. Pull/Winch Method: Prior to pulling the liner in, a protective foil has to be installed. The 'liner tube shall be impregnated with resin and lowered into the manhole/inlet. The tube shall then be pulled into position within the existing pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation as determined by the liner manufacturer. The pipe shall then be inflated with air. The inliner has to be inspected immediately before starting the curing process. 500.1.4.4 CHEMICAL RESISTANCE: Add the following: For GRP liner the chemical resistance tests should be completed in accordance with Test Method 0543. Exposure should be for a minimum of one month at 73.4 degrees F. During this period, the GIPP test specimens should lost no more than 20 percent of their initial flexural strength and flexural modulus when tested in accordance with Section 8 of ASTM F 1216 or ASTM F1743, whichever is applicable, when subjected the following solutions: Chemical Solution Concentration, percent Tap Water (pH 6-9) 100 Nitric Acid 5 Phosphoric Acid 10 Sulfuric Acid 10 Gasoline 100 Vegetable Oil 100 Deterqent 0.1 Soap 0.1 Proof of meeting these requirements shall be provided the engineer for approval at least seven (7) days prior to commencement of work. 500-1.4.6 CURING-Add the following: For GIPP using GRP liner, pre-curing video inspection of the inflated liner must be recorder and the entire length of the liner must be recorded including the liner section that the light chain occupies at any one time. Two cameras must be located on the light chain, on the front and one on the rear of the light chain to insure the entire length of the liner has been properly inflated and any liner problems can be identified as the light curing device moves in the curing direction. Curing must be done under UV light only. The curing process shall follow a sep cure or similar approach recommended by the manufacturer and approved by the Engineer, and shall be held at the top step for an adequate length of time as determined by the liner manufacturer to ensure that he design physical properties are attained. ,, •+;' Revised 8/10/10 Contract No. 6607 Page 145 of 168 Pressure temperature and curing process shall be monitored by both, computer and video at any time as determined by the liner manufacturer. A procuring video must be supplied of two views, one view of pre-liner inspection and the other a forward video during the curing process itself. Add the following WATER DISCHARGE: Effluent from the curing process must be disposed of in full compliance with state and federal regulatory requirements at either the City's treatment facility (Encina Wastewater Authority) or an outside recycling facility that will accept effluent from the curing process at no additional cost to Owner. The Contractor shall obtain necessary permits, approval and pay all fees for disposal of effluent from the curing process. In addition, Contractor shall provide written documentation showing that the effluent content complies with acceptable disposal requirements, a copy of which must be submitted to the Owner for each rehabilitated pipeline, or each day of lining work. ADD: 500-1.4.9 Defect Tolerances: During post installation video the new liner shall be examined to determine the existence of liner defects. Liner defects shall include but not be limited to fins, wrinkles, imperfections, areas of uncured resin, or areas of incomplete resin impregnation. A fin or wrinkle shall be defined as a defect when it penetrates inside the pipe more than 1.50 inch from the inside wall curvature of the new liner that is juxtaposed to the fin or wrinkle. A remedial repair and/or replacement action plan shall be submitted by the Contractor to the Owner for review and approval for ANY defect prior to any corrective action. Failure to obtain Owner's approval of the corrective plan may result in rejection of the liner and replacement with a new liner or a new pipe (if required). ,, -~ Revised 8/10/10 Contract No. 6607 Page 146 of 168 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 6 TEMPORARY TRAFFIC CONTROL SECTION 602 -TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 602-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 602-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 602-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers us,ed in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 602-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheeting shall be visible at 300 m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall l'\ •ff Revised 8/10/10 Contract No. 6607 Page 147 of 168 immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 602-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 602-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 602-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 602-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 602-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand- filled crash cushions units as shown on the plans. 602-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 "Paint Systems" and 310 "Painting". Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 602-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CAL TRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM l' -~ Revised 8/10/10 Contract No. 6607 Page 148 of 168 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/s") 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. Add the following section. 602-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CAL TRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment. Each rail unit placed within 3 m (10') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by the MUTCD 2009 California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 602-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite Ill" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CAL TRANS and that the temporary sand-filled crash cushion units meet NCH RP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CAL TRANS Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by the MUTCD 2009 California Supplement shall also be installed at each TSFCC array as shown in CAL TRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF ,, •+;' Revised 8/10/10 Contract No. 6607 Page 149 of 168 array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following section: 602-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing including portable changeable message signs, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for traffic control and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing including portable changeable message signs, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for installation and/or relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. ,, -~ Revised 8/10/10 Contract No. 6607 Page 150 of 168 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 8 LANDSCAPE AND IRRIGATION 800-1 LANDSCAPING MATERIALS Add the following: 800-1.1.1 General. The Contractor shall maintain all landscape and private property surrounding the construction to the greatest extent possible. Any landscape, plants, walls, or steps stones disturbed shall be restored to pre-construction condition. TECHNICAL SPECIFICATION BONDED FIBER MATRIX PART 1-GENERAL SUBMITTALS A. Submit a certificate of compliance for bonded fiber matrix and related tackifier at least 5 business days before application. Certificates of compliance must include: 1. Product label 2. List of applicable nonvisible pollutant indicators for soil amendment and stabilization products 3. Report of acute and chronic toxicity tests on aquatic organisms conforming to EPA methods 4. List of ingredients, including chemical formulation 5. Properties of polyacrylamide in tackifier including (1) percent purity by weight, (2) percent active content, (3) average molecular weight, and (4) charge density PART 2-PRODUCTS MATERIALS A. Fiber 1. Fiber for bonded fiber matrix must be 100 percent wood fiber and comply with the requirements for fiber except the sieve requirement must be at least 50 percent retained on a no. 25 sieve. 2. Fiber must be wood fiber. Wood fiber must be a long strand, whole wood fiber thermomechanically processed from clean whole wood chips. B. Bonded Fiber Matrix Tackifier 1. T ackifier for bonded fiber matrix shall: C. Hydroseed a. Be bonded to the fiber or prepackaged with the fiber by the manufacturer b. Contain a minimum of 10 percent of the combined weight of the dry fiber, activating agents, and additives c. Be an organic, high viscosity colloidal polysaccharide with activating agents or a blended hydrocolloid-based binder Seed for Temporary Disturbed Areas. Hydroseeding Mix for the temporary disturbed (slope) area shall consist of not less than the seed varieties shown in Table A. Table A SE:ED FOR DISTURBED AREAS Seed Variety Application Rate Acmispon glaber, Deerweed Artemisia Californica, California Sag1ebrush Baccharis Pilularis, Coyote Bush Camissonia cheiranthifolia, Beach Evening Primrose Deinandra Fasciculata, Tarweed* Encelia californica, California Encelia lsocoma menziesii var. vernonioides, Coastal Golden brush Heliotropium curassavicum, Heliotrope Lupinus bicolor, Pygmy-Leaved lupine* Lupinus succulentus, Arroyo Lupine* *Annual Species PART 3 -EXECUTION BONDED FIBER MATRIX Average Live Seeds PLS Seed Rate per pound (PLS) lbs./acre 158,840 15.00 1,034,280 5.00 402,150 5.00 2,074,850 6.00 131,200 3.00 48,045 10.00 67,200 6.00 61,125 4.00 85,000 3.00 17,000 3.00 TOTAL: 60.00 A. Bonded fiber matrix must be a hydraulically-applied material composed of fiber and tackifier, and may also include seed and fertilizer if prescribed on the Drawings. B. Apply bonded fiber matrix materials in the locations, rates, and number of applications shown on the Drawings and as follows: 1. Apply in successive passes as necessary to achieve the required application rate. 2. Form a continuous uniform mat with no gaps between the mat and the soil surface as follows: a. Apply in 2 or more directions if necessary. b. Apply in layers as necessary to avoid slumping and aid drying. C. Apply bonded fiber matrix at the rate of 3,500 lb/acre. (This Page is Intentionally Left Blank) {'\ •;;' Revised 8/10/10 Contract No. 6607 Page 154 of 168 ll APPENDIX "A" Door Hanger (This Page is Intentionally Left Blank) ,, •+;' Revised 8/10/10 Contract No. 6607 Page 156 of 168 CITY OF CARLSBAD CARLSBAD BLVD. NORTH OF ISALND WAY CMP STORM DRAIN REPLACEMENT (Name of Contractor) OFFICE# (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear Resident: As a part of the City of Carlsbad's ongoing program to maintain its storm drain system, rehabilitation of the storm drain in Carlsbad Blvd. North of Island Way is scheduled in your area. (Name of Contractor) is the Contractor that will be performing the construction for the city and you may call them at the above phone number if you have any questions regarding the project. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector@ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. Note: Door Hanger must be pre-approved by the City before printing and distribution. ll (This Page is Intentionally Left Blank) ,, •+; Revised 8/10/10 Contract No. 6607 Page 158 of 168 APPENDIX "8" Standard Drawings (This Page is Intentionally Left Blank) l' •+;' Revised 8/10/10 Contract No. 6607 Page 160 of 168 Appendix B CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONAL STANDARD DRAWINGS Note: The minimum allowable concrete mix design for all concrete placed within public right-of-way shall be 560-C-3250 as specified in the Standard Specifications for Public Works Construction DWG. MODIFICAITON D-2 Enlarge curb inlet top to width of sidewalk (not to exceed 5'6") by length of inlet including wings. Existing reinforcing steel shall be extended across enlarged top to clear distances shown. D-20 Delete. D-27 Add: A maximum of three (3) combined outlets in lieu of Std. D-25 D-40 Add: ''T'' dimension shall be a minimum of three (3) times size of rip rap. D-60 Backfill¾" crushed rock up to the spring line of pipe. D-70 Minimum bottom width shall be 6' to facilitate cleaning. D-71 Minimum bottom width shall be 6' to facilitate cleaning. D-75 Delete "Type-A" Add: 6" x 6" x #10 welded wire mesh, instead of stucco netting. E-1 Delete direction burial foundation Add: The light standard shall be pre-stressed concrete round pole. E-2 Grounding per note 2. Attachment of the grounding wire to the anchor bolt shall be below the light standard base plate with an approved connection. G-3 Delete. G-5 Add: Note 4. Tack coat shall be applied between dike and existing asphalt concrete surface as specified in Section 302-5.4 SSPWC G-6 Type 8-1 not used. When specified, Type 8-2 shall have a curb height of 8", width of 6", with a 3:1 batter. When specifically approved by the City Engineer, Type B-3 shall have a curb height of 8", width of 6", a 3:1 batter with the hinge point eliminated. G-11 Add: Remove curb/gutter and sidewalk from score-mark to score-mark or from joint-to-joint or approved combination. CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONAL STANDARD DRAWINGS (CONTINUED) DWG. MODIFICAITON G-12 Add: smooth trowel flow line (typical) 7-1/2" thick with a minimum of 6" of aggregate base per City of Carlsbad Standard GS-17 G-13 Add: smooth trowel flow line (typical) 7-1/2" thick, with a minimum 6" of aggregate base per City of Carlsbad Standard GS-17. G-14 Change: Residential Thickness= 5-1/2" Commercial/Multi-Family Residential Thickness= 7-1/2" G-15 Delete requirement 3 G-24 Replaced with Carlsbad Standard Drawing GS-25 G-25 "Type-C" only (delete "Type-D") G-26 Change thickness from 5-1/2" to 7-1/2" and add minimum 4" Class II base under curb/gutter (to 6" past back of curb). G-33 Delete G-34 "Type-C" only (delete "Type D") G-35 "Type-F" only (delete "Type E") M General" Agency shall be "City of Carlsbad" M-2 Add: to be used only with specific approval of the City Engineer. SEE M-2 FOR MANHOLE FRAME ND COVER • A ~~ #4 n AROUND OPENING TRANSITION TO NORMAL CURB HEIGHT IN 1 Q' SEE D-12 FOR CONTINUOUS GALVANIZED STEEL FACE ANGLE AND -.T C f-~ N~ l +~ XO z w w e T~ I I WING, WHERE OCCURS ON ONE OR BOTH SIDES r~s I ,t------7 I 4" RADIUS---~ ON BOTH SIDES UNLESS OTHERWISE NOTED SEE NOTE 7 C J CURB LINE 6" PROTECTION BAR • A PLAN L~s EDGE OF GUTTER SECTION 8-8 L -LENGTH SHOWN ON Pu~NS SLOPE TO MATCH CURB PROFILE OR AS SHOWN ON P~NS Y IS DETERMINED BY PIPE SIZE -4' MIN, 81 MAX SECTION C-C NOTES 1. SEE D-11A, D-11 B & D-12 FOR ADDITIONAL NOTES AND DETAILS. #4 @ 12· #4 @ 6" 3-#4 Y+10" 1------l X (4' MIN) (SEE NOTE 11) SECTION A-A 2. TYPES ARE DESIGNATED ON P~NS AS FOLLOWS: B (NO WING), 8-1 (ONE WING) or 8-2 (TWO WINGS). 3. MAINTAIN 1-1 /2" CLEAR SPACING BETWEEN REINFORCING AND CONCRETE SURFACE UNLESS OTHERWISE NOTED. 4. STEPS SHALL BE INSTALLED WHEN V EXCEEDS 4'. SEE D-11A FOR DETAILS. 5. CONCRETE GUTTER TO MATCH ADJACENT GUTTERS. 6. AN EXPANSION JOINT SHALL BE P~CED AT THE ENDS OF THE INLET WHERE THE CURB IS TO ADJOIN. 7. PROVIDE 1/4" TOOLED GROOVE IN TOP S~B IN LINE WITH BACK OF ADJACENT CURB. 8. SURFACE OF TOP S~B TO MATCH SIDEWALK FINISH AND SLOPE. 9. IF REQUIRED BY LOCAL AGENCY, EXTEND TOP S~B STEEL REINFORCEMENT 12" INTO ADJACENT SIDEWALK. 10. ELEVATIONS SHALL BE SHOWN ON P~NS WHERE INDICATED BY "O" SYMBOL. LEGEND ON PLANS 11. IF REQUIRED BY LOCAL AGENCY, EN~RGE CURB INLET TOP TO WIDTH OF ADJACENT SIDEWALK (X + T NOT TO EXCEED 5' -6") BY LENGTH OF INLET INCLUDING WING(S). REINFORCING STEEL SHALL BE P:-7 EXTENDED ACROSS EN~RGED TOP TO CLEAR DISTANCES SHOWN. Revision By Approved ORIGINAL Kercheval Reformatted T. Stanton Edited T. Stanton Edited S.S. T. Regello Edited T.R. T. Regello Date 12 75 04/06 02/09 03/11 10/15 RECOMMENDED BY THE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COMMITTEE CURB INLET -TYPE B DRAWING NUMBER 12 17, '2015 D-02 2-#4 BARS #4 BARS PLACED DIAGONALLY A L #4 @ 8" BOTH WAYS BEND DOWN 15" (TYP) TYPE A4 A5 A6 A7 AB BEND DOWN ---~ 15" (TYP) = PLAN PIPE DIAMETER (D 1) X UP TO 39" 4' 42" TO 48" 5' 51" TO 60" 6' 63" TO 66" 7' 69" TO 78" 8' CX) -----,--m.F==r=------+.:;=.,.~-----=::I.J DIAGONAL BARS 2-#4 BARS ------i----.+--' ELEV SHOWN ON PLANS --===::±--------f~-HIL . __jT-1--==-30_D----,-~,--P-(TY_P_) ---ir Ir~ SECTION A-A NOTES 1. SEE D-11A AND 0-118 FOR ADDITIONAL NOTES AND DETAILS. 2. CONCRETE BASE SHALL BE 560-C-3250. f- A J >- f- y (SEE NOTE 8) 4' 4' 4' 4' 4' f- z 6' 6' 6' 7' 8' SEE M-3 FOR MANHOLE FRAME AND COVER SEE D-11A FOR STEP DETAILS 4-#4 AROUND PIPE OPTIONAL CONSTRUCTION JOINT 6" MIN ABOVE INVERT SLOPE FLOOR 12: 1 TOWARDS OUTLET LEGEND ON PLANS =~= 3. ALL PRECAST COMPONENTS SHALL BE REINFORCED WITH 1/4" DIAMETER STEEL, WOUND SPIRALLY ON 4' CENTERS. 4. ALL JOINTS SHALL BE SET IN CLASS C MORTAR. 5. MAINTAIN 1-1 /2" CLEAR SPACING BETWEEN REINFORCING AND CONCRETE SURFACE UNLESS OTHERWISE NOTED. 6. EXPOSED EDGES OF CONCRETE SHALL BE ROUNDED WITH A 1 /2" RADIUS. 7. MANHOLE COVER TO BE MARKED "STORM DRAIN". 8. MODIFICATIONS TO "y" DIMENSION IS REQUIRED IF PIPE (D2) EXCEEDS 39". 9. IF CONSTRUCTED ADJACENT TO SIDEWALK, TOP OF MANHOLE AND SLAB TO MATCH SIDEWALK SLOPE AND FINISH. Revision By Approved Date ~IGINAL Kercheval 12 75 Reformatted T. Stanton 04/06 Edited T. Stanton 02/09 Edited S.S. T. Regello 03/11 Edited T.R. T. Regello 10/15 SAN DIEGO REGIONAL STANDARD DRAWING STORM DRAIN CLEANOUT -TYPE A RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMlffiE DRAWING NUMBER 12 11, '2015 D-09 X iJ..-----T -----------T----.r-SEE TABLE ON D-11 B FOR HORIZONTAL I- >- NOTES i-=. _..£._ ~ ------• I L,-VERTICAL REINFORCING #4 @ 18" MAX (TYP) r • 1-1/2" CLR (TYP ~ 2· (TYP)_j L TYPICAL BOX SECTION 14" STEP DETAIL 1. CONCRETE SHALL BE 560-C-3250 UNLESS OTHERWISE NOTED. AND FLOOR REINFORCEMENT APPROVED STEEL REINFORCED POLYPROPYLENE STEP 2. REINFORCING STEEL SHALL COMPLY WITH THIS DRAWING (D-11A AND D-11 B) UNLESS OTHERWISE SPECIFIED. 3. REINFORCING STEEL SHALL BE INTERMEDIATE GRADE DEFORMED BARS CONFORMING TO LATEST ASTM SPECIFICATIONS. 4. BENDS SHALL BE IN ACCORDANCE WITH LATEST ACI CODE. 5. MINIMUM SPLICE LENGTH FOR REINFORCING SHALL BE 30 DIAMETERS. 6. FLOOR SHALL HAVE A WOOD TROWEL FINISH AND, EXCEPT WHERE USED AS JUNCTION BOXES, SHALL HAVE A MINIMUM SLOPE OF 1 : 12 TOWARD THE OUTLET. 7. DEPTH V IS MEASURED FROM THE TOP OF THE STRUCTURE TO THE FLOWLINE OF THE BOX. 8. WALL THICKNESS AND REINFORCING STEEL REQUIRED MAY BE DECREASED IN ACCORDANCE WITH TABLE ON D-11 B. 9. WALL THICKNESS SHALL BE STEPPED ON THE OUTSIDE OF THE BOX. 10. WHEN THE STRUCTURE DEPTH V EXCEEDS 4', STEPS SHALL BE CAST INTO THE WALL AT 15" INTERVALS FROM 15" ABOVE FLOOR TO WITHIN 12" OF TOP OF STRUCTURE. WHERE POSSIBLE, PLACE STEPS IN WALL WITHOUT PIPE OPENING, OTHERWISE OVER OPENING OF SMALLEST DIAMETER. 11. ALTERNATE STEP MAY BE AN APPROVED STEEL REINFORCED POLYPROPYLENE STEP. 12. UPON APPROVAL OF THE AGENCY, THE USE OF PRECAST STORM STRUCTURES IS ACCEPTABLE AS AN ALTERNATE TO CAST-IN-PLACE. PRECAST UNITS SHALL CONFORM TO ASTM STANDARDS AND BE MANUFACTURED IN A PERMANENT FACILITY DESIGNED FOR THAT PURPOSE. Revision By Approved Date RECOMMENDED BY lHE SAN DIEGO SAN DIEGO REGIONAL ST ANDA RD DRAWING REGIONAL STANDARDS COMMIITTE ORIGINAL Kercheval 12/75 Reformatted T. Stanton 04/06 12 11, '2015 Edited T. Stanton 02/09 INLETS AND CLEANOUTS Edited S.S T. Regello 03/11 NOTES AND DETAILS DRAWING D-11A Edited T.R. T. Regello 10/15 NUMBER BOX SECTION REINFORCEMENT (HORIZONTAL AND FLOOR) MAXIMUM SPAN DEPTH THICKNESS HORIZONTAL AND FLOOR REINFORCEMENT SIZE XOR Y V T AND SPACING 3' TO 4' #4 @ 18" 4'-1" TO 7' 4' 6" #4 @ 12" 7'-1" TO 8' #4 @ 8" 3' TO 4' #4@ 18" 4'-1" TO 5' #4@ 12" 4'-1" TO 8' 6" 5'-1"T06' #4 @ 8" 6'-1" TO 8' #4 @ 6" 3' TO 4' 6" #4 @ 15" 4'-1" TO 5' #4 @ 12" 8'-1" TO 12' 5'-1" TO 6' 8" #4 @ 8" 6'-1" TO 8' #4 @ 6" 3' TO 4' #4 @ 12" 4'-1" TO 5' #4@ 12" 5'-1" TO 6' 12'-1" TO 16' 8" #4 @ 8" 6'-1" TO 7' #4@ 6" 7'-1" TO 8' #5 @ 8" 3' TO 4' 8" #4@ 12" 4'-1" TO 5' #4@ 12" 5'-1" TO 6' 16'-1" TO 20' 1 o" #4 @ 8" 6'-1" TO 7' #4 @ 6" 7'-1" TO 8' #5 @ 8" 3' TO 4' 8" #4@ 12" 4'-1" TO 5' #4 @ 12" 5'-1" TO 6' 20'-1" TO 24' 1 o" #4 @ 8" 6'-1" TO 7' #4@ 6" 7'-1" TO 8' 12" #5 @ 8" Revision By Approved Date RECOMMENDED BY THE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COMMlffiE ~IGINAL Kercheval 12/75 , ·ndd Metric T. Stanton 03/03 J~ 12/17/2015 INLETS AND CLEANOUTS ~ Reformatted T. Stanton 04/06 Chai,;;person R.C.E. 19246 Date Edited S.S. T. Regello 03/11 NOTES AND DETAILS DRAWING D-11B Edited T.R. T. Regello 10/15 NUMBER ~ . . ·. <I .d I . <I • 1 /2" 0 ANCHOR BAR @ 3' OC MAX 10· . <I ~ /,"¢ 3" RADIUS --~ PROTECTION BAR NOTES . 00 I I -<I I I .d -_ 4. I / ~-<ILJ_r. I 7 <I .d . -.d . <I <I <I .d ·,1 <I 4 .d Ll <I I -6" -12" 4" X 3" X 3/8" 1/4" I 1 "0 SUPPORT BOLT <I 4 -I 1. FACE ANGLE SHALL BE CAST CONTINUOUSLY INTO STRUCTURE FOR THE ENTIRE LENGTH "L". 2. ALL EXPOSED METAL PARTS SHALL BE HOT-DIPPED GALVANIZED AFTER FABRICATION. . co II j: c., [iJ :::c llJ a:: ::::, u 1-z w ~ z w :::c 3:: . 0 . N .......... 3. WHEN CURB INLET OPENING HEIGHT (H) EXCEEDS 6", INSTALL 1 "0 STEEL PROTECTION BAR. STEEL PROTECTION BAR SHALL BE EMBEDDED 8" INTO CURB INLET. 4. INSTALL ADDITIONAL BARS AT 3-1 /2" CLEAR SPACING ABOVE FIRST STEEL PROTECTION BAR WHEN OPENING EXCEEDS 13". 5. WHEN CURB INLET OPENING LENGTH EXCEEDS 8' INSTALL 1 "0 STEEL SUPPORT BOLTS SPACED AT NOT MORE THAN 5' OC. Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval Reformatted T. Stanton Edited T. Stanton Edited S.S. T. Regello Edited T.R. T. Regello 12 75 04/06 02/09 03/11 10/15 CURB INLET OPENING DRAWING NUMBER 12 17, '2015 D-12 z 0 i= u'i z z ~ ~ f- C> e:::: Lu I= => 0 A t 3' R NOTES Lu z ::J e:::: Lu I= => 0 ) ~I ffi1 ~I ffi1 I I ~ I -B L ~I TRANSITION FROM AC DIKE TO DITCH SECTION I I I PLAN 1. AC SPILLWAY MAY BE USED WHEN FILL IS 1 O' OR LESS, AND WHERE FILL SLOPE IS 1-1/2:1 OR FLATTER. 2. USE 1 O' MIN LENGTH OF GUTTER TRANSITION ON EACH SIDE OF DOWNDRAIN IN SAG CONDITION. 3. CROSS SECTIONAL AREA OF DITCH (SECTION B-B) MAY BE TRAPEZOIDAL OR SEMI-CIRCULAR; SEMI-CIRCULAR SECTIONAL AREA MUST PROVIDE AN EQUAL FLOW CAPACITY AS TRAPEZOIDAL. SECTION A-A ~ 34" MIN SECTION 8-8 LEGEND ON PLANS SAG CONDITION J-11 RECOMMENDED BY THE SAN DIEGO Revision By Approved Date SAN DIEGO REGIONAL ST ANDA RD DRAWING REGIONAL STANDARDS COMMITTEE )RIGINAL Kercheval 12 7 Reformatted T. Stanton 04/06 12 11. '2015 Edited T. Stanton 02/09 ASPHALT CONCRETE SPILLWAY Date Edited s.s T. Regello 03/11 Edited T.R. T. Regello 10/15 DRAWING D 22 NUMBER - PIPE COLLAR (SEE NOTE 5) 8" (TYP) A l -,-TT ROUNDED PIPE~ 1 11 ENDS PER D-~ NOTE: RIP-RAP NOT SHOWN. 2-#4 REBARS HORIZONTAL AND VERTICAL AROUND FENCE POST (TYP) PLAN ~---SEE NOTE 7 NOTCH 6" FULL DEPTH END SILL PICTORIAL VIEW CONSTRUCTION JOINT AGGREGATE CUTOFF WALL SECTION 8-8 INLET BOX-~5.~ ~ ~ ELEVATION SHOWN ON Pl.AN TOP OF SLAB MIN OF 6" ·· ABOVE CHANNEL N INVERT 8"~ SECTION A-A NOTES 1. DESIGN: EQUIVALENT FLUID PRESSURE (EARTH LOADING) = 60 PCF MAXIMUM OUTLET VELOCITY = 35 FPS 2. CONCRETE SAHLL BE 560-C-3250. CHANNEL INVERT MINIMUM THICKNESS FACING CLASS 18" LIGHT CLASS 30" AGGREGATE SUBBASE BOTTOM AND SIDES 6" THICK FOR FACING CLASS g• THICK FOR LIGHT CLASS 3. REINFORCING SHALL CONFORM TO ASTM DESIGNATION A615 AND MAY BE GRADE 40 OR 60. REINFORCING SHALL BE PLACED TO HAVE 2" OF CONCRETE COVER UNLESS NOTED OTHERWISE. SPLICES SHALL NOT BE PERMITTED EXCEPT AS INDICATED ON THE PLANS. 4. FOR PIPE GRADES NOT EXCEEDING 20%, INLET BOX MAY BE OMITTED. 5. CONSTRUCT PIPE COLLAR AS SHOWN IF INLET BOX IS OMITTED. 6. UNLESS NOTED OTHERWISE, ALL REINFORCING BAI~ BENDS SHALL BE FABRICATED WITH STANDARD HOOKS. 7. EMBED FIVE FOOT HIGH CHAIN LINK FENCING POST 18" DEEP INTO WALLS AND ENCASE WITH CLASS B MORTAR. 8. IN SANDY AND SILTY SOIL: A) RIP-RAP AND AGGREGATE BASE CUTOFF WALL REQUIRED AT THE END OF ROCK APRON. B) FILTER CLOTH (POLYFILTER X OR EQUIVALENT) SHALL BE INSTALLED ON NATIVE SOIL BASE, MINIMUM OF 1 FT OVERLAPS AT JOINTS. 9. RIP-RAP AND SUBBASE CLASSIFICATION SHALL BE: SHOWN ON PLANS. SEE 0-41B FOR DIMENSIONS. Revision By Approved ORIGINAL Kercheval Reformatted T. Stanton Edited T. Stanton Edited S.S. T. Regello Edited T.R. T. Regello Date 12/75 04/06 02/09 03/11 10/15 RECOMMENDED BY THE SAN DIEGO SAN DIEGO REGIONAL ST ANDA RD DRAWING REGIONAL STANDARDS COMMITTEE CONCRETE ENERGY DISSIPATER DRAWING NUMBER 12 /7, '2015 D-41A ', /.s. /,' ~ yi0 1/ w ~' z ~ 0 :\' N * a::: ;.-, ~ w 0 0 0.... w w O'l 0 ~ 0.... _J 0 0.... TRENCH WIDTH (/) _J => _J LL. <( _J 0 §/ _J c;: t: ~ :::::i: ~ I u ::J ~ f-<( w 0.... CD z X u w 0 <( X 0 N * fl :::::i: w ~ I w 0 ½~ u _J O'l z 0 ~0 w 0 ~~ a::: :::::i: f- ft A w I (!) z INVERT ELEVATION z 0 0 N * 0 ~ w w 0 CD 0.... O'l 0::: J_ L4" CLEARANCE (MIN) 3/4" CRUSHED ROCK SECTION NOTES 1. SEE G-24A AND G-24B OR G-25 FOR RESURFACING DETAILS ON IMPROVED STREETS. 2. (*) INDICATES MINIMUM RELATIVE COMPACTION. 3. TOP 12" OF TRENCH BACKFILL IN STREET SECTION SHALL BE 95% RELATIVE COMPACTION UNLESS SPECIFIED OTHERWISE. Revision By Approved Dote 11GINAL Kercheval 12/75 -~eformatted T. Stanton 04/06 Edited S.S. T. Regello 03/11 Edited T.R. T. Regello 10/15 SAN DIEGO REGIONAL STANDARD DRAWING PIPE BEDDING AND TRENCH BACKFILL FOR STORM DRAINS RECOMMENDED BY 1HE SAN DIEGO REGIONAL STANDARDS COMMITTEE DRAWING NUMBER 12. /7, 2015 D-60 3" ~I I_,. ,) ~ CD I -11" -I lYPE A HEIGHT 6", 8", OR 9" AS INDICATED ON PLANS R=1" ! t = N lYPE C 1' I - 1'-4" -I TYPE E (MOUNTABLE DIKE) Level Line ":.,. ~ SLOPE ENO OF DIKE 1,1 · '.7 WHEN NOT JOINING OTHER IMPROVEMENTS ALL lYPES -SIDE VIEW NOTES: R=1" 1. DIKES SHALL BE PLACED ON A 2" SECTION OF A.C. SURFACING, EXTENDING THROUGHOUT THE WIDTH OF THE DIKE. 2. PG-70-10 GRADE ASPHALT TO BE USED FOR ALL DIKES. 3. SHAPE AND COMPACT DIKES WITH AN EXTRUSION MACHINE OR OTHER EQUIPMENT CAPABLE OF SHAPING AND COMPACTING THE MATERIAL TO THE REQUIRED CROSS-SECTION. 4" M 4" co I-13" -I lYPE B l_ -i r-4" ~/ZZZX7 1 1-8 .. -I lYPE D 1'-8" I 2'-2" I' i----• ----• :N TYPE F (MOUNTABLE DIKE) APPROX. DIKE QUANTITIES TYPE REQD PER LIN. FT. A 0.0250 TON B 0.0375 TON C-6" 0.0375 TON C-8" 0.0583 TON C-9" 0.0702 TON D 0.0062 TON E 0.0407 TON F 0.0623 TON LEGEND ON PLANS RECOMMENDED BY THE SAN DIEGO Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANDARDS COMMIITTE 12/75 ORIGINAL KERCHEVAL ADD METRIC T. STANTON 03/03 12. 17. '2015 EFORMATTE T. STANTON 04/06 DIKES -ASPHALT CONCRETE UPDATED MR MR/CV 11/11 DRAWlNG G-05 REVIEWED CV CV 12/15 NUMBER NOTES: 1. A TACK COAT OF ASPHALTIC EMULSION OR PAVING ASPHALT SHALL BE APPLIED TO EXISTING A.C. OR P.C.C. CONTACT SURFACES PRIOR TO RESURFACING PER SSPWC SECTION 302-5. 2. ASPHALT CONCRETE RESURFACING -BASE COURSE: a. MINIMUM TOTAL A.C. THICKNESS SHALL BE ONE INCH GREATER THAN EXISTING A.C. b. A.C. SHALL BE B-PG64-10 FOR BASE COURSE, PER SECTION 203-6 OF SSPWC. c. BASE COURSE SHALL BE LAID DOWN WITH SELF PROPELLED PAVING MACHINE AND AND COMPACTED PER SSPWC SECTION 302-5. 3. ASPHALT CONCRETE RESURFACING (FINISH COURSE): a. PROVIDE 2 INCH DEEP GRIND AND A.C. FINISH COURSE C2-PG64-10 PER SECTION 203-6 OF SSPWC. b. FINISH COURSE FOR RESURFACING SHALL BE LAID DOWN USING A SELF-PROPELLED PAVING MACHINE AND COMPACTED. c. SMOOTHNESS AND COMPACTION OF RESURFACING SHALL MEET THE REQUIREMENTS OF SEC 302-5 SSPWC EXCEPT THAT THE SMOOTHNESS SHALL BE DETERMINED OVER THE LENGTH AND WIDTH OF PAVED AREAS DISTURBED BY THE CONTRACTOR'S OPERATIONS. 4. SURFACE TREATMENT TO MATCH EXISTING PAVEMENT SURFACE (SLURRY, CHIP SEAL, ETC.) 5. SLOUGHING OF TRENCH UNDER PAVEMENT SHALL BE CAUSE FOR REQUIRING ADDITIONAL PAVEMENT AND BASE. EV. APPROVED DATE CITY OF CARLSBAD ....,.....,.....,.,;,,,;,,,.;......;....,iiiioi,,i,...,._.. __ ....,.....,.......,.....,___,....,.ioiiiiiiii,iii,,i_,,_,iiiiiii....., __ __. ~ok..-1--T )J'\,.,,.,~ "'" •. 2 /1 o NOTES FOR ASPHALT CONCRETE CITY ENGIN?ER \j DATE TRENCH RESURFACING SUPPLEMENTAL GS 28 STANDARD NO. - 2" X 1" diamond mat, 1/8" deep 3/ 4" radius lug slot in both sides of rim I. 15" ~ Open position mark, 1/8" deep groove in both sides of rim and cover. 1/16" --Jr-1/16" 1/8" --s;s_·7ttllr -1---1/8" 1/2" ~ 1/2" TOP OF FRAME & COVER Letters 1" high, 3/4 • no other inscription to appear on exposed surfaces. SECTION THROUGH RIM I 23 5/8" outside dia. of cover , I 718 _ V·:ffll mtra Yd, :_?o/t:1• _.' .j • 22" Dia. Clear Opening Machined Surface NOTES SECTION THROUGH FRAME & COVER 5/8" R BOTTOM OF COVER 1. Frame and cover shall be cast iron. Cast iron shall conform to ASHA 48, Class 30. 2. Frame and cover for use in non-traffic area only. 3. Weights: Frame 29 lbs -33 lbs. Cover 95 lbs. -110 lbs. 4. Imported frames and covers shall have the country of origin marked in compliance with federal regulations. @ ':... /,..,,.....L..., _ _____L______L~ ,., ~ ;;;,N ~~-~-----r 1/4" ___j [= 7/8"-l ~ 3 /8" -------i SECTION THROUGH LUG I~ 3/8" SECTION THROUGH RIB AT MID RADIUS FOR Sewer Projects Storm Drain Projects Water Projects MARK Sewer Storm Drain Water Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval 12 7 Delete Metric D. Gerschoffer 05/12 Reviewed D. Gerschoffer 12/ 15 24n MANHOLE FRAME AND COVER LIGHT DUTY DRAWING NUMBER M-02 (This Page is Intentionally Left Blank) APPENDIX "C" Tier 2 Storm Water Pollution Prevention Plan Template (This Page is Intentionally Left Blank) l' •+;' Revised 8/10/10 Contract No. 6607 Paqe 162 of 168 TIER 2 CITY STORM WATER POLLUTION PREVENTION PLAN (TIER 2 SlVPPP) STORM WATER POLLUTION PREVENTION NOTES GENERAL 5/lf MANAGEMENT REOUIR[MENTS THE FOLLO'MNG GENERAL SITE MANAGEMENT REQUIREMENTS SHALL BE ADHERED TO THROUGHOUT THE OURAllDN OF THE CONSTRUCllDN WORK {YEAR ROUND}. 1. IN CASE EMERGENCY WORK IS REQUIRED, CONTACT.· FROM: __ _ AT (TEL.NO.} _______ _ 2. DEVICES SHOWN ON CITY APPROVED PLANS SHALL NOT BE MOVED OR MODIFIED 'MTHOUT THE APPROVAL OF THE ENGINEERING INSPECTOR. J. THE CONTRACTOR SHALL RESTORE ALL EROSION CONTROL DEVICES TO WORKING ORDER TD THE SA llSFACllON OF THE CITY ENGINEER AFTER EACH RUN-OFF PRODUCING RAINFALL. 4. THE CONTRACTOR SHALL INSTALL ADDlnONAL EROSION CONTROL MEASURES AS MAY BE REQUIRED BY THE CITY ENGINEER OU[ TO UNCOMPLETED GRADING OPERA noNS DR UNFORSEEN CIRCUMSTANCES '.111/CH MAY ARISE. 5. THE CONTRACTOR SHALL BE RESPONSIBLE AND SHALL TAKE NECESSARY PRECAUllDNS TO PREVENT PUBLIC TRESPASS ONTO AREAS VtHERE IMPOUNDED WATERS CREATE A HAZARDOUS CONDinON. 6. GRADING AREAS AROUND THE PROJECT PERIMETER MUST DRAIN AWAY FROM THE FACE OF SLOPE AT THE CONCLUSION OF EACH WORKING DAY. 1. ALL REMOVABLE PROTECnVE DEVICES SHALL BE IN PLACE AT THE END OF EACH WORKING DAY VtHEN FIVE (5) DAY RAIN PROBABILITY FORECAST EXCEEDS FORTY PERCENT {40X}. SILT AND OTHER DEBRIS SHALL BE REMOVED AFTER EACH RAINFALL. 8. ALL GRAVEL BAGS SHALL CONTAIN 3/4 INCH MINIMUM AGGREGATE. 9. ALL EXPOSED DISTURBED AREAS MUST HAVE EROSION PROTECT10N BMPs PROPERLY INSTALLED. THIS INCLUDES ALL BUILDING PADS, UNFINISHED ROADS. AND SLOPES. 10. ADEQUATE PERIMETER PROTECllON BMPs MUST BE INSTALLED AND MAINTAINED AND 'MLL BE UPGRADED, IF NECESSARY, TO PROVIDE sumCIENT PROTECnON FROM RUNOFF DURING RAIN EVENTS. 11. ADEQUATE SEDIMENT CONTROL BMPs MUST BE INSTALLED AND MAINTAINED. 12. ADEQUATE BMPs TO CONTROL OFFS/TE SEDIMENT TRACKING MUST BE INSTALLED AND MAINTAINED. 13. A MINIMUM OF 125X OF THE MATERIAL NEEDED TDD INSTALL STANDBY BMPs TO PROTECT THE EXPOSED AREAS FROM EROSION AND PREVENT SEDIMENT DISCHARGES. MUST BE STORED ONSITE. AREAS ALREADY PROTECTED FROM EROSION USING PHYSICAL STAB/LIZA noN DR ESTABLISHED VEGETA noN STAB/LIZA noN BMPs ARE NOT CONSIDERED TO BE "EXPOSED" FOR PURPOSES OF THIS REQUIREMENT. 14. THE OWNER/DEVELOPER/CONTRACTOR MUST FOLLOW "Hf'A THER TRIGGERED" ACllON PLAN AND BE ABLE TO DEPLOY STANDBY BMPs TO PROTECT THE EXPOSED PORllONS OF THE srTE 'MTHIN 48 HOURS OF A PREDICTED STORM EVENT (A PREDICTED STORM EVENT IS DEFINED AS A 40X CHANCE OF RAIN 'MTHIN A 5-DAY NA noNAL Hf'A THER SERVICE FORECAST}. ON REQUEST, THE OWNER/DEVELOPER/CONTRACTOR MUST PROVIDE PROOF OF THIS CAPABILITY. 15. DEPLOYMENT OF PHYSICAL OR VEGETA nON EROSION CONTROL BMPs MUST COMMENCE AS SOON AS SLOPES ARE COMPLETED. THE OWNER/DEVELOPER/CONTRACTOR MAY NOT RELY ON THE ABILITY TO DEPLOY STANDBY Bl.IP MATERIALS TO PREVENT EROSION OF SLOPES THAT HA VE BEEN COMPLETED. 16. THE AREA THAT CAN BE CLEARED, GRADED, AND LEFT EXPOSED AT ONE llME IS LIMITED TO THE AMOUNT OF ACREAGE THAT THE CONTRACTOR CAN ADEQUATELY PROTECT PRIOR TO A PREDICTED RAIN EVENT. FOR LARGER SITES. GRADING SHOULD BE PHASED. IT MAY BE NECESSARY TO DEPLOY EROSION AND SEDIMENT CONTROL BMPs IN AREAS THAT ARE NOT COMPLETED, BUT ARE NOT ACllVELY BEING WORKED BEFORE ADDlnONAL GRADING IS ALLOWED TO PROCEED, AT THE 0/SCREnON OF THE CITY INSPECTOR. 17. ALL DISTURBED AREAS THAT ARE NOT COMPLETED AND/OR NOT BEING ACllVELY GRADED MUST BE FULLY PROTECTED FROM EROSION IF LEFT FOR 14 OR MORE DA l'S THE ABILITY TO INSTALL Bl.IP MATERIALS IN A PROMPT MANNER IS liilI sumc/ENT. BMPs NEED TO BE INSTALLED IN THESE AREAS. 18. BMPs MUST BE STOCKPILED AT VARIOUS LOCA nON THROUGHOUT THE PROJECT SITE THROUGHOUT THE YEAR. VtHENEVER THERE IS A 40X CHANCE OR CREA TER OF A RAIN 'MTHIN A THREE {J) DAY FORECAST, THE INSPECTOR 'MLL VERIFY THAT BMPs ARE ADEQUATELY STOCKPILED. BMPs MUST BE STOCKPILED AND READY FDR DEPLOYMENT VtHEN THERE IS SOX CHANCE OF RAIN 'MTHIN A 48 HOUR FORECAST FAILURE TO COi.iPL Y 'MTH THIS REQUIREMENT COULD RESULT IN THE ISSUANCE OF A STOP WORK NOUCE OR OTHER ENFORCEMENT ACllON. 19. ALL TREATMENT AND EROSION CONTROL BMPs MUST BE INSPECTED Hf'EKLY AND PRIOR TO A FORECASTED RAIN EVENT OF GREATER THAN SOX, AND AFTER A RAIN EVENT. IN ADDlnON, TREATMENT CONTROL BMPs MUST BE SERVICED AS NEEDED THROUGHOUT THE YEAR. 20. IF SELECTED Bl.IP FAILS OUR/NG A RAIN EVENT, IT MUST BE REPAIRED OR IMPROVED OR REPLACED 'MTH AN ACCEPTABLE AL TERNA TE AS SOON AS IT IS SAFE TO DO SO. THE FAILURE OF A Bl.IP /NO/CA TES IT WAS NOT ADEQUATE FOR THE CIRCUMSTANCES IN '.111/CH IT WAS USED. REPAIRS AND REPLACEMENT MUST THEREFORE PUT A MORE ROBUST Bl.IP MEASURE IN PLACE 21. ALL CONSTRUCllON EMPLOYEES MUST BE TRAINED ON THE IMPORTANCE OF STORM WATER POLLUllON PREVENllON AND Bl.IP MAINTENANCE. WEATHER TRIGGERED ACTION PLAN THE DEVELOPER SHALL DEPLOY STANDBY BEST MANAGEMENT PRACllCE MEASURES TO COMPLETELY PROTECT THE EXPOSED PORllONS OF THE SITE 'MTHIN 48 HOURS OF A PREDICTED STORM EVENT { A PREDICTED STORM EVENT IS DEFINED AS A FORECASTED, 40X CHANCE OF RAIN BY THE NAllONAL Hf'ATHER SERVICE}, IN ADDlnON TO BMPs IMPLEMENTED YEAR-ROUND INCLUDING PERIMETER CONTROL, 'MND EROSION CONTROL, TRACKING, NON-STORM WATER CONTROL, WASTE MANAGEMENT, AND MA IFRIALS POLLUllON COI/TROL. THE NA nONAL Hf'A THER SERVICE FORECAST SHALL BE MONITORED AND USED BY THE DEVELOPER ON A DAILY BASIS IF PR[CIPITA noN IS PREDICTED {40X CHANCE OF RAIN}, THEN THE NECESSARY WATER POLLUllON CONTROL PRACllCES SHALL BE DEPLOYED 'MTHIN 48 HOURS AND PRIOR TO THE ONSET OF THE PREC/PITA noN. THE DEPLOYMENT OF THE BMPS SHALL INCLUDE BUT NOT BE LIM/TEO TO GRAVEL BAGS AND SILT FENCES. A MINIMUM OF 125X OF THE MA /FR/AL NEEDED TO INSTALL STANDBY BEST MANAGEMENT PRACllCES MEASURES TO PROTECT THE EXPOSED AREAS FORM EROSION AND PREVENT SEDIMENT DISCHARGES MUST BE STORED ON-SITE. AREAS THAT HAVE ALREADY BEEN PROTECTED FROM EROSION USING PHYSICAL STAB/LIZA ll0/1 OR ESTABLISHED VEGETA noN STAB/LIZA noN BMPS AS DETERMINED BY THE CITY OF CARLSBAD ARE NOT CONSIDERED TD BE "EXPOSED" FOR THE PURPOSES OF "WEATHER TRIGGERED ACllON PLAN'. AN ADEQUATE SOURCE OF EQUIPMENT AND WORKERS SHALL BE AVAILABLE FDR DEPLOYMENT OF "WEATHER TRIGGERED BMPS'. EROSION CONTROi HYDROSffDING Pl ANllNG ANO /RR/GA noN 1. ALL PERMANENT AND TEMPORARY EROSION CONTROL PLANllNG AND /RR/GA noN SHALL BE INSTALLED AND MAINTAINED AS REQUIRED IN SECllON 212 OF THE STANDARD SPECIF/CA noNS AND THE FOLLO'MNG: A HYDROSEEDING SHALL BE APPLIED TO: 1 ALL SLOPES THAT ARE GRADED 6: 1 {HORIZONTAL TO VERllCAL) OR STEEPER VtHEN THEY ARE: a. THREE FEET OR MORE IN HEIGHT AND ADJACENT TO PUBLIC WALL OR STREET. b. ALL SLOPES 4 FEET OR MORE IN HEIGHT 2 AREAS GRADED FLATTER THAN 6: 1 VtHEN ANY OF THE FOLLO'MNG CONDlnONS EXIST.· a. NOT SCHEDULED FOR IMPROVEMENTS {COIISTRUCllON OR GENERAL LANDSCAPING} 'MTHIN 60 DAYS OF ROUGH GRADING. b. IDENllFIED BY THE PARKS AND RECREA noN DIRECTOR AS HIGHLY VISIBLE TO THE PUBLIC. c. HA VE ANY SPECIAL CONDlnON IDENnFIED BY THE CITY ENGINEER THAT WARRANTS IMMEDIATE TREATMENT 8 HYDROSEEDING AREAS SHALL BE /RR/GA TED IN ACCORDANCE 'MTH THE FOLLO'MNG CRITERIA: 1 ALL SLOPES THA T ARE GRADED 6: 1 OR STEEPER AND THA T ARE: a. THREE TO EIGHT FEET IN HEIGHT SHALL BE /RR/GA TED BY HAND WA TERING FROM QUICK COUPLERS/HOSE BIBS OR A COI/VENnOI/AL SYSTEM OF LOW PREC/PITA noN SPRINKLER HEADS PROVIDING IODX COVERAGE b. GREATER THAN 8 FEET IN HEIGHT SHALL BE WATERED BY A COI/VENllOI/AL SYSTEM OF LOW PREC/PITA noN SPRINKLER HEADS PROVIDING IOOX COVERAGE. 2 AREAS SLOPED LESS THAN 6: 1 SHALL BE /RR/GA TEO AS APPROVED BY THE CITY ENGINEER, PRIOR TO HYDROSEEDING. THE DEVELOPER SHALL SUBMIT A PROPOSED SCHEME TO PROVIDE /RR/GA nON TO THE CITY ENGINEER. THE PROPOSAL SHALL BE SPECIFIC REGARDING THE NUMBERS, TYPE, AND COSTS OF THE ELEMENTS OF THE PROPOSED SYSTEM. J /RR/GA noN SHALL MAINTAIN THE MOISTURE LEVEL OF THE SOIL AT THE OPllMUM LEVEL FOR THE GRADING OF THE HYDROSEEDED GROWTH. C HYDROSEEDING MIX SHALL CO/IS/ST OF ALL OF THE FOLLO'MNG: 1 SEED MIX SHALL CO/IS/ST OF NO LESS THAN: a. 20 lbs. PER ACRE OF ROSE CLOVER b. 20 lbs PER ACRE OF ZORRO FESCUE c. Jibs PER ACRE OF E SCHOOL CIA CALIFORNICA d. 4 lbs PER ACRE OF ACH/LLEA MILLEFOLIA e. Jibs PER ACRE OF AL YSSUM {CARPET OF SNOW} f. 1/2 lb. PER ACRE IF 0/MORPHOLECA g. ITEMS C, d, e, AND f OF THIS SUBSECnON MAY BE OMITTED ON VISIBLE FROM EITHER A PUBLIC STREET OR RES/DENllAL STRUCTURES. h. ITEM a OF THIS SUBSECllON MUST BE /NOCULA TED 'MTH A NITROGEN FIXING BACTERIA AND APPLIED DRY EITHER BY DRILLING OR BROADCASING BEFORE HYDROSEEOING. ALL SEED MATERIALS SHALL BE TRANSPORTED TO THE JOBS/TE IN UNOPENED COI/TAINERS 'MTH THE CALIFORNIA DEPARTMENT OF FOOD AND A GR/CUL TUR[ CERllFICA noN TAG A TT.ACHED TO, OR PRINTED ON SAID CONTAINERS. N0/1-PHYTO-TOX/C WEmNG AGENTS MAY BE ADDED TO THE HYDROSEED SLURRY AT THE DISCREnON OF THE CONTRACTOR. 2 TYPE 1 MULCH APPLIED AT THE RA TE OF NO LESS HAN 2000 lbs PER ACRE. TYPE 6 MULCH {STRAW} MAY BE SUBSllTUTEO, VtHEN STRAW IS USED, IT MUST BE ANCHORED TO THE SLOPE BY MECHANICALLY PUNCHING NO LESS THAN SOX IF THE STRAW INTO THE SOIL. J FERllLIZER CONS/SllNG OF AMMO/I/UM PHOSPHATE SULFA TE, 16-20-0 'MTH 15X SULPHUR APPLIED AT THE RATE OF 500 lbs. PER ACRE. D AREAS TO BE HYDROSEEDED SHALL BE PREPARED PRIOR TO HYDROSEEDING: 1 ROUGHENING THE SURFACE TO BE PLANTED BY ANY OR A COMB/NA noN OF: a. TRACK WALKING SLOPES STEEPER THAN 6: 1. b. HARRO'MNG AREAS 6: 1 OR FLATTER THAT ARE sumCIENll Y FRIABLE. 2 AREAS GRADED FLATTER THAN 6: 1 VtHEN ANY OF THE FOLLO'MNG CONDlnONS EXIST· a. ADJJJSnNG THE SURFACE SOIL MOISTURE TO PROVIDE A DAMP BIT NOT SATURATED SEED BED. b. THE ADOinON OF SOIL AMENDMENTS, PH ADJIJSTMENT, LEACHING COVERING SALINE SOILS TO PROVIDED VIABLE CONOlnONS FOR GROWTH. E HYDROSEEDING AREAS SHALL BE MAINTAINED TO PROVIDE A VIGOROUS GROWTH UNllL THE PROJECT IS PERMANENT[ Y LANDSCAPED OR, FOR AREAS VtHERE HYDROSEEOING IS THE PERMANENT LANDSCAPING, UNllL THE PROJECT IS COMPLETED AND ALL BONDS RELEASED. 2. ALL SLOPES SHALL HA VE /RR/GA noN INSTALLED AND BE STABILIZED, PLANTED AND/OR HYDROSEEDED 'MTHIN TEN {10) DAYS OF THE llME VtHEN It,Qf. SLOPE IS BROUGHT TO GRADE AS SHOWN ON THE APPROVED GRADING PLANS. J. SHOULD GERM/NA noN OF HYDROSEEDED SLOPES FAIL TO PROVIDE EFFICIENT COVERAGE OF GRADING SLOPES {90X COVERAGE} PRIOR TO OCTOBER 1, THE SLOPES SHALL BE STABILIZED BY AN APPROPRIATE EROSION COI/TROL MA mNG MA /FR/AL APPROVED BY THE PUBLIC WORKS INSPECTOR. 4. LANDSCAPING SHALL BE ACCOMPLISHED ON ALL SLOPES AND PADS AS REQUIRED BY THE CITY OF CARLSBAD LANDSCAPE MANUAL, THE LANDSCAPING PL.ANS FOR THIS PROJECT OR AS DIRECTED BY THE CITY ENGINEER OF PLANNING DIRECTOR. 5. THE OWNER/APPLICANT SHALL ENSURE THAT ALL CONTRACTORS SHALL COORDINATE THE WORK OF THIS CONSTRUCllON Sl+PPP SHOWN ON ANY GRADING PLANS. LANDSCAPE AND IRRIGA noN PLANS, ANO IMPROVEMENT PLANS AS REQUIRED FOR THIS PROJECT WORK. SW __ CITY OF OCEANSIDE ,. Best Management Practice,.. (BMP) Description ~ CASQA Designation ~ Construction Activity Grading/Soi/ DisturbDnce Trenching/Excavation Stocl5.e.!l!!!._g_ Drillinq/Borinq Concrete/Asphalt Sawcutting Concrete F1atwork Paving Conduit/Pipe Installation Stucco/Mortar Work Waste Disposal Stg_gftig/Lay_ Down Area Equipment Maintenance and Fuelina Hazardous Substance Use/Storaqe Dewaterin_g_ Site Access Across Dirt Other {list): Instructions: BEST MANAGEMENT PRACTICES (BMP) SELECTION TABLE Erosion Control BMPs Sediment Control BMPs Tracking Control BMPs Non-Storm Water Management BMPs Waste Manager.rent and Matena/s Pollution Omtrol BMPs ] ~ -o~ E ! , • t t ] i f 1 ! l § 2 0..9 ~ °' §~ o.. ~ .s ·~ ~ ~ tl ~ ~ ~ ~ ~ ~ g § ~ ~ (: :g,, 0, ~ .s ~ ti') e en g. ~ (: 8 Cl) 8 ~ 2 ·-Cl) CJ :.;:; -~-o-~ ~ ,g ~ :§ ]V1 -~ Cl>~§~g,~g,cn·~c "1:JtZ'"l:J ~ ]<n~] ~ ~~~ ~~<n~~~ ; I ~ i ~ a ! ! 1 ; ! i ii f it H H ~ I H i H H 1 t ! ~ ~ I U H ct~ £ ~ ~ G3cS a ~ ~ a ~ ~ v;g ~ 1nct til ti& ~ct &8 & ~a ~v; ~ ti Jtt~ ~~ ~~ 8~ " ,, ... I " I "' ~ ~ ~ ~ 1-~ ~ -1"' I ... I.,., I"' ~ ~ ~ ~ ~ "I"' ~ ~ C, I bj I g: " ~ ~ "' I " I I ~ ~ <o ~ i iii ... I i "' I i <o I i <o i 1. Check the box to the left of all applicable construction activity (first column) expected to occur during construction. 2· ~~c::/ir~ ~MP's ~~ ti~~ei~ ~~e u~~Pdfro/r~~e d~n~t;tsdu~~ ~~~s th~t\;rs ch°:{:srh:df:a~ ;,t:,~mf~e s:h:e~o~;tieu;u:~/r:fe~i:~t~ ,1~s9:i gM~g~~t~/umber. Choose one 3. Refer to the CASQA construction handbook for information and details of the chosen BMPs and how to apply them to the project. LEGEND {DELETE ITEMS NOT USED ON THE SITE MAP} DESCRIPTION SYMBOL EC-10, VELOCITY DISS/PA nON A SE-1, SILT FENCE -----o------o--5£-5, FIBER ROLL SE-6, GRAVEL BAG = TR-1, STABILIZED CONSTRUCT/ON ENTRANCE ~ NS-8, VEHICLE AND EQUIPMENT CLEANING NS-8 NS-9 NS-10 OWNER'S CERTIFICATION: I UNDERSTAND AND ACKNO'MEDGE THAT I //UST (1) IMPLEMENT BEST MANAGEMENT PRACnCES (BMPs} DURING CONS 'RUCllON ACnVlnES TO THE MAXIMUM EXTENT PRACnCABLE TO A VOID TH, MOB/LIZA noN OF POLLUTANTS SUCH AS SEDIMENT AND TO AVOID THE EXPOSURE OF STORM WA /FR TO CONSTRUCllON RELATED POLLUTANTS; AN,· {2) ADHERE TO, AND AT ALL llMES. COi.iPL Y 'MTH THIS CITY APPROVED nm 2 CONSTRUCnON Sl+PPP THROUGHOUT THE DURAnON OF THE CONSTRUCnON icnVlnES UNnL THE CONSTRUCllON WORK IS COMPLETE AND SIGNED OFF BY THE CITY OF CARLSBAD. OWNER{S)/ OWNER'S AGENT NAME (PR!,Wj DATE VICINITY MAP SHEET INDEX: SHEET 1: TITLE SHEET SHEET 2: EROSION CONTROL PLANS APN: ----------SITE ADDRESS: AREA OF DISTURBANCE AREA OF DISTURBANCE ____ S.F. (THIS AREA INCLUDES BUT IS NOT LIMITED TO OFF-SITE WORK INCLUDING PUBLIC IMPROVEMENTS AND TEMPORARY DISTURBANCE SUCH AS VEHICLE AND EQUIPMENT STAGING AREAS, CONSTRUCTION WORKER FOOT TRAFFIC, SOIL/GRAVEL PILES, UllLITY TRENCHES, BACKFILL CUTS AND SLOPE KEYWA YS} CONSTR UCTJON THREAT CONSTRUCllON THREAT TO STORM WATER QUALITY {CHECK BOX}: D HIGH D MEDIUM OWNER/APPLICANT: NAME: ADDRESS: TELEPHONE NO.: EMERGENCY CONTACT: NAME.· ADDRESS: TELEPHONE NO.: NS-9, VEHICLE AND EQUIPMENT FUELING NS-10, VEHICLE AND EQUIPMENT 4./AINTENANCE WM-1, 4./A TERIAL DELIVERY AND S roRAGE NM-1 WM-2 '½11-5 OWNER{S)/ O'MIER'S AGENT NAME (SIGNA TUR£} -----------,~ CITY OF CARLSBAD ISHEETSI L____l_J ENGINEERING DEPARTMENT 2 DATE WM-2, MATERIAL USE WM-5, SOLID WASTE MANAGEMENT WM-9, SANITARY/SEPTIC WASTE MANAGEMENT BIORETENTION BASIN CONCRETE BROW DITCH WM-9 I,//.,,,,,,,.,,/,,,,,/,,,,,/,,,,,,, <= <= <= NAME OF PREPARER, ___________ _ QUALIFlCATION OF PREPARER,_· ______ _ AOORESS, PHONE NO.,------------STAMP IF APPLICABLE CITY STORII WATER POU.UTION PREVENTION PLAN (SWPPP) TIER2 PROJECT NAME __________ _ TITLE SHEET SIGNATVRc R.c.,.;c'Rciio. uc. EXP. DAfc ~ 1 I PROJECT 10 II ORA~NG NO.I 1 L------------------------------------------------------------------------------~------------- 5£-1 APN 156-351-04 APN 156-351-03 TIER 2 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) / r~---* ---. 5£-5) ! \ />-~-5£-5 / ,,* : I ·1· /'////// I ,/ // ·11 / l, I//) / / 1 t2J ---'»! ""---sE 6 • / --f{w; ,--""' • -/ I .· 5E-5_J . 5£-5~ . I ll ~ ·7 !~I, .-'.~f~ ... -o ~-..i-.:1-c-.::--o~SE-1 --:.,. / -. [WM-9i 7 _/~ --.// C J-· ! SE-5 . . 5£-5_).) -----~ i N5-8 WM-! I i ; NS-9 WM-2 j NS-10 W/,/-5 . . APN 156-351-05 -\\ \ ~ .. I . APN 156-350-11 I-PROJECT BOUNDAR)' EXISTING HOUSE . ,~::N 156-357-06 I • 5E-5~ I I -~ • I \L ---·---·-• I \ ; ,. I j ----! , 5E-6 C {DJ>) --e ~ -a 'IT 3--..,... :.t-a-c-c-_ ,-·-\" -.. -c -a.--a ....,. sE~,y· -0·=---~=---\__ PROJECT BOUNDARY APN 156-351--07 ,4 ,-._ u ::1 o::l ~ ~ __ _,, g2 ...... ~ Q 0 u ...... ~ ... 0 ...... ~ APN ,..\,P~1 APN J1PN ~ CITY OF CARLSBAD I SHEETS I l___u ENGINEERING DEPARTMENT 2 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) TIER2 PROJECT NAME: ___________ _ EROSION CONTROL PLAN DWNB§: I CHKD BY1 __ _ RVWD BY1 __ _ PROJECT NO. II DRA"1NG NO I l' •+;' Revised 8/10/10 APPENDIX "D" Signing and Striping Notes Contract No. 6607 Page 163 of 168 (This Page is Intentionally Left Blank) l~ ... r,_ .. :---1 n/Af"\/Af"\. GENERAL NOTES: Appendix D Signing and Striping Notes 1. The contractor is responsible for installation of all signing and striping. 2. All signing, striping and pavement markings shall conform to the California Manual on Uniform Traffic Control Devices (latest version), the Caltrans Standard Plans and Specifications (latest version), these plans and the Special Provisions. 3. All signing and striping is subject to the approval of the Public Works Director (for CIP projects and "City Engineer" for Development Projects) or his/her representative, prior to installation. 4. Any deviation from these signing and striping plans shall be approved by the Public Works Director (for CIP projects and "City Engineer" for Development Projects) or his/her representative prior to any change in the field. 5. All striping shall be reflective per Caltrans specifications. Striping shall be repainted two weeks after initial painting. 6. All permanent signage shall be reflective per ASTM Designation D4956 and shall use Type IV prismatic reflective sheeting (High Intensity Prismatic or equal) unless otherwise specified. R1-1 "STOP", R1-2 "YIELD", R2-1 "SPEED LIMIT" and street name signs shall use Type IX prismatic cube-corner reflective sheeting (Diamond Grade VIP or equal). 7. Prior to final acceptance of street improvements, all street striping and markings within a 500' perimeter of the construction project will be restored to a "like new" condition, in a manner meeting the approval of the City Inspector. 8. Exact location of striping and stop limit lines shall be approved by the Public Works Director (for CIP projects and "City Engineer" for Development Projects) or his/her representative prior to installation. 9. Contractor shall remove all conflicting painted lines, markings and pavement legends by grinding. Debris shall be promptly removed by the contractor. 10. All pavement legends shall be the latest version of the Caltrans stencils. 11. Limit lines and crosswalks shall be field located. Crosswalks shall have 10' inside dimension unless otherwise specified. 12. All crosswalks, limit lines, stop bars, pavement arrows and pavement legends including bike lane legends and arrows shall be thermoplastic unless otherwise specified. Preformed thermoplastic arrows and legends shall not be acceptable. 13. Size of signs shall be based upon the recommended sign sizes found in the California Manual on Uniform Traffic Control Devices unless otherwise specified. 14. Sign posts shall be square perforated steel tubing with breakaway base per San Diego Regional Standard Drawing M-45. 15. When a sign is attached to a pole, it shall be mounted using a standard City of Carlsbad approved mounting bracket with straps. Page 1 of 2 Appendix D Signing and Striping Notes 16. Existing signs removed by the contractor shall be delivered by the contractor to the City of Carlsbad Public Works Yard at 405 Oak Avenue. 17. All signs shown on these plans shall be new signs provided and installed by the contractor except those signs specifically shown as existing to be relocated or to remain. 18. Fire hydrant pavement markers shall conform to the California MUTCD and San Diego Regional Standard Drawing M-19. **USE THE FOLLOWING NOTES ONLY WHEN APPLICABLE** 19. Lettering on ground-mounted street name signs on streets with a speed limit of 25 mph or less shall be 4" upper case and 3" lower case. Lettering on all other ground-mounted street name signs shall be 6" upper-case and 4.5" lower-case. Supplemental lettering such as suffixes, block numbers and directional arrows shall be at least 3" high. Street name signs for public streets shall have white lettering on a green background. Street name signs for private streets shall have black lettering on a white background. 20. Street name sign blanks shall be flat (non-extruded) and street name posts shall be a minimum 12-gage, 1¾" square tubing per San Diego Regional Standard Drawing M-45. 21. Where R6-1 "ONE WAY" signs are installed in a raised median, the bottom of the sign shall be 18" above the finished surface of the median. 22. Where OM1-3 object markers are installed in a raised median, the bottom of the sign shall be 24" above the finished surface of the median. 23. Where R4-7 sign and OM1-3 object marker are to be installed in a median less than 3 feet wide, the R4- 7 sign shall be 18"x24" and the OM1-3 object marker shall be 12"x12". 24. All median noses and flares shall be painted yellow. 25. Existing "STOP" and "STOP AHEAD" signs and pavement legends shall not be removed until traffic signals are operational or until directed by the Public Works Director (for GIP projects and "City Engineer" for Development Projects) or his/her representative. 26. New "SIGNAL AHEAD" signs and pavement legends shall not be installed until traffic signals are operational or until directed by the Public Works Director (for GIP projects and "City Engineer" for Development Projects) or his/her representative. Page 2 of 2 APPENDIX "E" Bioclean Round Curb Inlet Catch Basin with Media Filtration Device Or approved equal as determined by engineer ,, -~ Revised 8/10/10 Contract No. 6607 Page 165 of 168 (This Page is Intentionally Left Blank) Section [ l Stormwater Catch Basin Filtration Device PART 1 -GENERAL 01.01 .00 Purpose The purpose of this specification is to establish generally acceptable criteria for devices used for filtration of stormwater runoff captured by catch basins with curb openings. It is intended to serve as a guide to producers, distributors, architects, engineers, contractors, plumbers, installers, inspectors, agencies and users; to promote understanding regarding materials, manufacture and installation; and to provide for identification of devices complying with this specification. 01.02.00 Description Stormwater Catch Basin Filtration Devices (SCBFD) are used to filter stormwater runoff captured by catch basins. The SCBFD is a filter system composed of a filtration basket, media filtration boom and a shelf system. SCBFDs are used to remove various pollutants from stormwater by means of screening, separation and media filtration. 01.03.00 Manufacturer The manufacturer of the SCBFD shall be one that is regularly engaged in the engineering, design and production of systems developed for the treatment of stormwater runoff for at least ( 10) years, and which have a history of successful production, acceptable to the engineer of work. In accordance with the drawings, the SCBFD(s) shall be a filter device manufactured/distributed by Bio Clean Environmental Services, Inc., or assigned distributors or licensees. Bio Clean Environmental Services, Inc. can be reached at: Corporate Headquarters: 2972 San Luis Rey Road Oceanside, CA 92058 Phone: (760) 433-7640 Fax: (760) 433-3176 www.biocleanenvironmental.net 01.04.00 Submittals 01.04.01 01.04.02 01.04.03 Shop drawings are to be submitted with each order to the contractor and engineer of work. Shop drawings are to detail the SCBFD, its components and the sequence for installation, including: • SCBFD configuration with primary dimensions • Various SCBFD components • Any accessory equipment Inspection and maintenance documentation submitted upon request. 01.05.00 Work Included 01.05.01 01.05.02 Specification requirements for installation of SCBFD. Manufacturer to supply SCBFD(s): • Filtration Basket • Shelf System -Trough and Weir • Media Filtration Boom Stormwater Catch Basin Filtration Device Page I of 6 01.05.03 Media Filtration Boom shall be provided with each Filtration Basket housed in nylon netting and securely fastened entrance to the Filtration basket. Each media boom shall contain polymer beads to permanently absorb hydrocarbons. 01.06.00 Reference Standards ASTM E2016-99(2004)e1 Standard Specification for Industrial Woven Wire Cloth ASTM A240 Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications ASTM F 716 Testing Sorbent Performance of Absorbents ASTM F 726 Sorbent Performance of Absorbents ASTM 03787 -07 Standard Test Method for Bursting Strength of Textiles-Constant-Rate-of-Traverse (CRT) Ball Burst Test ASTM 02690-98 Standard Test Method for lsophthalic Acid in Alkyd and Polyester Resins ASTM C 582-02 Standard Specification for Contact-Molded Reinforced Thermosetting Plastic (RTP) Laminates for Corrosion-Resistant Equipment ASTM D 638 Standard Test Method for Tensile Properties of Plastics ASTM D 790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical lnsulatinq Materials ASTM D 648 Standard Test Method for Deflection Temperature of Plastics Under Flexural Load in the Edgewise Position ASTM D 2583 Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol lmpressor ASTM D 4097 Standard Specification for Contact-Molded Glass-Fiber-Reinforced Thermoset Resin Corrosion-Resistant Tanks ASTM 03409 Standard Test Method for Adhesion of Asphalt-Roof Cement to Damp, Wet, or Underwater Surfaces IFI 114 Break Mandrel Blind Rivets PART 2 -COMPONENTS 02.01 .00 Shelf System Components 02.01 .01 02.01 .02 02.01 .03 Main Trough System & Weir shall be manufactured of 100% marine grade polyester resin and fiberglass strands. • The entire fiberglass structure must be coated with a polyester gel coating with ultra violet inhibitors incorporated into the coating for maximum ultra violet protection. • Fiberglass must have a minimum thickness of 3/16". Mounting Hardware shall be 100% non-corrosive metals. • Nuts and Bolts • Rivets • Support Brackets • Concrete Anchors Concrete Filler and Sealant shall be made of Acrylic Emulsion and have a minimum service temperature range of -30°F to 150°F. Stormwater Catch Basin Filtration Device Page 2 of 6 02.02.00 Filter Basket Components 02.02.01 02.02.02 02.02.03 02.02.04 Filter Housing shall be manufactured of 100% marine grade polyester resin and fiberglass strands. • The entire fiberglass structure must be coated with a polyester gel coating with ultra violet inhibitors incorporated into the coating for maximum ultra violet protection. • Fiberglass must have a minimum thickness of 3/16". Screens shall be manufactured of 304 stainless steel mesh constructed per ASTM E2016-99(2004). Handles shall be manufactured entirely of aluminum and be mounted to the filter housing using mounting hardware per section 02.01 .02 Media Filtration Boom • Filter Boom media shall be made up of granulated oil absorbing polymers that have been tested in accordance with section 11.2 of ASTM F 716.07. Filter media must be proven to absorb 180% of its weight within a 300 second contact time, and at this absorption percentage the physical increase in the size of the granules is not more that 50%. • Filter netting shall be 100% polyester with a number 16 sieve size, and strength tested per ASTM D 3787. PART3-PERFORMANCE 03.01 .00 General 03.01 .01 03.01 .02 Function -The SCBFD has no moving internal components and functions based on gravity flow, unless otherwise specified. The SCBFD is composed of a Shelf System and a Filter Basket. Runoff enters the SCBFD from a curb opening and flows into the Shelf System which is mounted under the face of the curb opening. It then flows horizontally inside the Shelf Systems Trough to the Weir which holds the Filtration Basket. This Shelf System positions the Filtration Basket directly under the catch basin access point (manhole cover, grate or hatch). The Filtration Basket can be removed through the access point without disassembly. The Filtration Basket can also be cleaned without entering the access point by using a vacuum truck. Along the top perimeter of the Filter Basket is a tray containing a Media Filtration Boom. Water flows through and over the filtration boom and downward into the filtration basket. Stormwater enters the inside of the filtration basket and flows downward toward the bottom portion of the basket. Stormwater flow up to the peak treatment flow rate is processed through the filtration screens. These screens provide capture of TSS, sediment, particulate metals, hydrocarbons, nutrients, organics trash and debris. During the heaviest flows the basket fills with water and spills over the top to bypass directly into the bottom of the catch basin, while previously captured debris and solids are contained by a upper screen guard which prevents re-suspension. Pollutants -The SCBFD will remove and retain debris, sediments, metals, nutrients, oxygen demanding substances, bacteria and hydrocarbons entering the filter during frequent storm events and specified flow rates. For pollutant removal performance see section 03.02.00. Stonnwater Catch Basin Filtration Device Page 3 of 6 03.01 .03 Treatment Flow Rate -The SCBFD operates using gravity flow. The SCBFD treatment flow rate varies by size and is provided on the drawings for each model. 03.01 .04 Bypass Flow Rate -The SCBFD is designed to fit within the catch basin in a way not to affect the hydraulics. The area over the top of the Shelf System and Filter Basket is always greater than the curb opening area and/or the area of the outflow pipe. Therefore, the SCBFD does not create a critical point of restriction. 03.01 .05 Pollutant Load -The SCBFD must be designed to have minimum storage capacity as documented on the drawing for each particular size and model. 03.01 .06 Performance Protocol and Results -All lab testing on filtration media must be performed by an independent third party consultant and testing lab. 03.02.00 Test Performance At a minimum, the SCBFD shall be tested, according to section 03.01 .05, and meet these performance specifications: 03.02.01 Filter Pollutant Removal Table REMOVAL POLLUTANT EFFICIENCY TSS-( down to 100 microns) 93% 03.02.02 Maintenance Performance Table Maintenance Activity Poor Fair Excellent 1 2 3 4 5 Ease of Attachment/Reattachment to Drain X Ease of Handling and Entry Through Manhole X Ease of Cleaning and Filter Media Replacement X Prevention of Debris Loss During Removal From Drain X Overall Maintenance Turn-Around Time - 5 Ratinq = 15 Minutes or Less X Total Score 22 PART 4 -EXECUTION 04.01 .00 General The installation and use of the SCBFD shall conform to all applicable national, state, municipal and local specifications. 04.02.00 Installation The contractor shall furnish all labor, equipment, materials and incidentals required to install the (SCBFD) device(s) and appurtenances in accordance with the drawings, installation manual, and these specifications, and be inspected and approved by the local governing agency. Installation contractor should possess a Confined Space Entry Certification Permit, pursuant to OSHA standards. Any damage to catch basin and surrounding infrastructure caused by the installation of the SCBFD is the responsibility of the installation contractor. Stormwater Catch Basin Filtration Device Page 4 of 6 04.02.01 04.02.02 Shelf System will be installed in accordance with manufactures' recommendations. The Trough component will be installed the complete width of the curb opening, or underneath any wings as to provide 100% coverage of incoming stormwater. The Weir component of the Shelf System must be located directly under the manhole opening or other access point (not including the curb opening) regardless of its position relative of the curb opening. The Shelf System must be properly mounted and assembled inside the catch basin with drive pins and pop rivets per manufacture's recommendations. Once the Shelf System is secured to the walls of the catch basin all seams must be filled with sealant per section 02.01 .03. Filter Basket will be inserted through the manhole opening or access point of the Shelf System directly without entry into the basin. The Filtration Basket shall be fully visible from finish surface while looking into the access point for ease of inspection and maintenance. The curb opening itself is not a point of access as maintenance personnel cannot enter. 04.03.00 Shipping, Storage and Handling 04.03.01 04.03.02 Shipping -SCBFD shall be shipped to the contractor's address and is the responsibility of the contractor to transport the unit(s) to the exact site of installation. Storage and Handling-The contractor shall exercise care in the storage and handling of the SCBFD(s) and its components prior to and during installation. Any repair or replacement costs associated with events occurring after delivery is accepted, and unloading has commenced shall be born by the contractor. The SCBFD(s) and its components shall always be stored indoors and transported inside the original shipping container(s) until the SCBFD(s) are ready to be installed. The SCBFD shall always be handled with care and lifted according to OSHA and NIOSA lifting recommendations and/or contractor's workplace safety professional recommendations. 04.04.00 Maintenance and Inspection 04.04.01 04.04.02 Inspection -After installation, the contractor shall demonstrate that the SCBFD has been properly installed at the correct location(s), elevations, and with appropriate supports and fasteners. All components associated with the SCBFD and its installation shall be subject to inspection by the engineer of work, governing agency, and the manufacture at the place of installation. In addition, the contractor shall demonstrate that the SCBFD has been installed per the manufacturer's specifications and recommendations. SCBFD(s) shall be physically inspected regularly in accordance to owner's Stormwater Pollution Prevention Plans (SWPPP) and manufacture's recommendations. An inspection record shall be kept by the inspection operator. The record shall include the condition of the SCBFD and its appurtenances. The most current copy of the inspection record shall always be copied and placed in the owner's SWPPP. Maintenance -Routine maintenance and cleaning time of the SCBFD shall take no more than 15 minutes. Routine maintenance and cleaning time shall be field test certified by a third party per section 03.01 .05. SCBFD(s) must be completely maintained from outside the catch basin. The SCBFD(s) shall be inspected, maintained and cleaned 2 to 4 times a and/or in accordance to owner's Stormwater Pollution Prevention Plans (SWPPP). The maintenance shall be preformed by someone qualified. A Maintenance Manual is available upon request from the manufacturer. The manual has detailed information Stormwater Catch Basin Filtration Device Page 5 of 6 04.04.03 regarding the maintenance of the SCBFD. A Maintenance Record shall be kept by the maintenance operator. The Maintenance Record shall include any maintenance activities preformed, amount and description of debris collected, and the condition of the filter. The most current copy of the Maintenance Record shall always be copied and placed in the owner's SWPPP. Material Disposal -All debris, trash, organics, and sediments captured and removed from the SCBFD shall be transported and disposed of at an approved facility for disposal in accordance with local and state regulations. Please refer to state and local regulations for the proper disposal of toxic and non-toxic material. PART 5 -QUALITY ASSURANCE 05.01 .00 Warranty The manufacturer shall guarantee the SCBFD against all manufacturing defects in materials and workmanship for a period of (8) years from the date of delivery to the contractor. The manufacturer shall be notified of repair or replacement issues in writing within the warranty period. The SCBFD is limited to recommended application for which it was designed. 05.02.00 Performance Certification The SCBFD manufacturer shall submit to the Engineer of Record a "Statement of Compliance" stamped by a registered engineer certifying the SCBFD is capable of achieving the specified removal efficiency for suspended solids. SCBFD not accompanied by a "Statement of Compliance" will not be accepted. The "Statement of Compliance" can be for any State or County entity that requires at least 80% removal down to 100 microns. [End of This Section] Stormwater Catch Basin Filtration Device Page 6 of 6 ROUND GIBB HIGH CAPACITY WITH EASY MAINTENANCE SHELF SYSTEM 'JR USE IN CURB INLETS SHELF SYSTEM POSfflONS GISB RLTER DIRECTLY UNDER MANHOLE OPENING OF EASY MAINTENANCE REMOVABLE STORM BOOM SKIMMER FIGURE 1: DETAIL OF PARTS FIGURE 4: DETAIL OF PROFILE DRAWING: GISB HIGH CAPACITY DETAILS TREATMENT FLOW RATE: 2.47 CFS WARRANTY: 5 YEAR MANUFACTURERS BIO CLEAN ENVIRONMENTAL SERVICES, INC. PO BOX 869 OCEANSIDE, CA 92049 PHONE: 760-4JJ-7640 FAX: 760-4JJ-J176 DATE: SCALE.· NTS DRAFTER: J.R.H. UNllS = INCHES SHELF SYSTEM TROUGH WEIR HEIGHT GISB ROUND OUTLET PIPE FIGURE J: DETAIL OF MOUNTING PATENTED MODEL /" BC-RGISB-22-24 PRWECT: REVISIONS: DATE: REVISIONS: DATE: REVISIONS: DATE: REVISIONS: DATE: FIGURE 2: DETAIL OF CONFIGURATION NOTES: 1. SHELF SYSTEM PROVIDES FOR ENTIRE COVERAGE OF INLET OPENING SO TO ONERT Al.1 FLOW TO 84SKET. 2. SHELF SYSTEM MANUFACTURED FROM MARINE GRADE RBERGLASS, GB. COATED FOR W PROTECTION. J. SHELF SYSTEM ATTACHED TO THE CATCH 84SIN WITH NON-CORROSIVE HARDWARE. 4. RLTRATlON 84SKET STRUCTURE MANUFACTURED OF MARINE GRADE RBERGLASS, GEL COATED FOR W PROTECnON. 5. RLTRAnDN BASKET RNE SCREEN AND COARSE CONTAINMENT SCREEN MANUFACTURED FROM STAINLESS STEEL 6. RLTRATlON 84SKET HOLDS BOOM OF ABSORBENT MEDIA TO CAPTURE HYDROCARBONS. BOOM IS EASILY REPLACED WITHOUT REMOVING MOUNnNG HARDWARE. 7. RLTRATlON 84SKET LOCAnON IS DIRECTLY UNDER MANHOLE FOR EASY MAINTENANCE. 8. LENGTH OF TROUGH CAN VARY FROM 2' TO JO' WWW.BIOCLEANENVIRONMENTAL.COM PAGE 1 MODEL I GISB-22-24 ROUND HIGH CAPACITY GISB ALTER EASILY INSERTED AND REMOVED FROM MANHOLE OPENING WITHOUT NEED OF ANY EQUIPMENT HYDROCARBON STORM BOOM 24 MANHOLE OPENING WITH 24" FRAME AND COVER FIGURE 1: DETAIL OF INSTALLATION 2i,; 2 ¢221 2 FILTER FLANGE ¢1fir, 2 FILTER HOUSING ¢10 BOTTOM SCREEN TRASH SCREEN FLA TEN ED EXPANDED STAINLESS STEEL 3/4" X 1-3/4" COARSE SCREEN STAINLESS STEEL 4 X 4 MESH MEDIUM SCREEN STAINLESS STEEL FITS 23" AND GREATER DIA. THROUGH HOLE FIGURE 2: DETAIL OF DIAMETERS 10 X 10 SCREEN ~!!!::"'-<-I----FINE MESH SCREEN FIGURE 3: DETAIL OF PARTS DRAWING: G/SB HIGH CAPAC/Tr' DETAILS STAINLESS STEEL 14 X 18 SCREEN BOTTOM FINE MESH SCREEN STAINLESS STEEL 35 MESH SCREEN FLOW RATES -GISB FILTER TRE'ATM£NT FLOW RATE: 2.47 cts• INCLUDES >75Jt CLOGGING FACTOR ••now RATES CALCULATED USING THE FOLLOWING EQUATION Q=SO*cd*A ,l2*g*h c d = cg~w= of = .60 PATENTED SEE PAGE 1 FOR NOTES TREATMENT FLOW RATE: 2.47 CFS MODEL /-BC-RGISB-22-24 Bl~Cf.EAN" WARRANTY': 5 YEAR MANUFACTURERS BIO CLEAN ENVIRONMENTAL SERVICES, INC. PO BOX 869 OCEANSIDE, CA 92049 PHONE: 760-433-7640 FAX: 760-433-3176 DATE: SCALE: NTS DRAFTER: J.R.H. UNITS = INCHES PROJECT: REVISIONS: DATE: REVISIONS: DATE: REVISIONS: DATE: WWW.BIOCLEANENVIRONMENTAL.COM REVISIONS: DATE: PAGE 2 ROUND GIBB HIGH CAPACITY WITH EASY MAINTENANCE SHELF SYSTEM OR USE IN CURB INLETS WITH WINGS SHELF SYSTEM POSmONS GISB ALTER DIRECTLY UNDER MANHOLE OPENING OF EASY MAINTENANCE REMOVABLE STORM BOOM SKIMMER FIGURE 1: ABERGLASS DMRTER TO CIW{NEL ALL WATER FROM WING TO TROUGH SHELF SYSTEM TROUGH DETAIL OF PARTS t-;; .. ~:•a -~:-~." \--:: . •-'• ,-.... --,..._. '• .~: _; -.':' " {{t T\>:i'.ti-'.£{{.;_1+.!A~rf i FIGURE 4: DETAIL OF PROFILE DRAWING: GISB HIGH CAPACITY DETAILS TREATMENT FLOW RATE: 2.47 CFS WARRANTY: 5 YEAR MANUFACTURERS BIO CLEAN ENVIRONMENTAL SERVICES, INC. PO BOX 869 OCEANSIDE, CA 92049 PHONE: 760-433-7640 FAX: 760-433-3176 DATE: SCALE· NTS ABERGLASS DMRTER TO CIW{NEL ALL WATER FROM WING TO TROUGH WING WEIR HEIGHT GISB ROUND OUTLET PIPE SHELF SYSTEM TROUGH STl/tl/£5S S1ffi ~;~,:~_\:;. DRIVE PIN ··.' ,:<:-._;·:: \-t+t:· ,.· FIGURE J: DETAIL OF MOUNTING PATENTED MODEL /' BC-RGISB-22-24 PROJECT: REVISIONS: DATE: REVISIONS: DATE: REVISIONS: DATE: DRAFTER: J.R.H. UNllS = INCHES REVISIONS: DATE: FIGURE 2: DETAIL OF CON FIGURA T/ON NOTES: 1. SHELF SYSTEM PROVIDES FOR ENTIRE COVERAGE OF INLET OPENING SO TO DMRT ALL FLOW TO ~KET. 2. SHELF SYSTEM MANUFACTURED FROM MARINE GRADE ABERGLASS, GEL COATED FOR W PROTECnON . 3. SHELF SYSTEM ATTACHED TO THE CATCH OOIN WITH NON-CORROSIVE HARDWARE 4. ALTRAnON OOKET STRUCTURE MANUFACTURED OF MARINE GRADE ABERGLASS, GEL COATED FOR W PROTECnON. 5. ALTRAnON OOKET ANE SCREEN AND COARSE CONTAINMENT SCREEN MANUFACTURED FROM STAINLESS STEEL 6. ALTRAnON OOKET HOLDS BOOM OF ABSORBENT MEDIA TO CAPTURE HYDROCARBONS. BOOM IS EASILY REPLACED WITHOUT REMOVING MOUNTING HARDWARE 7. ALTRAnON OOKET LOCAnON IS DIRECTLY UNDER MANHOLE FOR EASY MAINTENANCE 8. LENGTH OF TROUGH CAN VARY FROM 2' TO JO' WWW.BIOCLEANENVIRONMENTAL.COM PAGE 3 -------- ROUND GISB MEDIA FILTER WITH EASY MAINTENANCE SHELF SYSTEM FOR USE IN CURB INLETS SHELF SYSTEM POSmONS GISB ALTER DIRECTLY UNDER MANHOLE OPENING OF WY MAINTENANCE REMOVABLE STORM BOOM SKIMMER FIGURE 1: DETAIL OF PARTS MANHOLE SHELF SYSTEM TROUGH GISB ROUND MEDIA ALTER OUTI.ET PIPE FIGURE 4: DETAIL OF PROFILE SHELF ;;g:fft ~[}J%t> STAINLESS STEEL , ··-.1·--.. · ,, , . DRM PIN .•. ,., .•.. ·, ',-j":~:::t ,.· DRAWING: GISB MEDIA ALTER SYSTEM TREATMENT FLOW RATE: 0.12 CFS WARRANTY: 5 YEAR MANUFACTURERS BIO CLEAN ENVIRONMENTAL SERVICES, INC. PO BOX 869 OCEANSIDE, CA 92049 PHONE:760-433-7640 FAX:760-433-3176 DATE: SCAL£· SF = 15 DRAFTER: J.R.H. UNITS = INCHES FIGURE 3: DETAIL OF MOUNTING PATENTED MODEL /-BC-RGISB-MF-22-24 PROJECT: REVISIONS: DATE: REVISIONS: DATE: REVISIONS: DATE: REVISIONS: DATE: FIGURE 2: DETAIL OF CONFIGURATION NOTES: 1. SHELF SYSTEM PROVIDES FOR ENTIRE COVERAGE OF INLET OPENING SO TO DIVERT ALL FLOW TO BASKET. 2. SHELF SYSTEM MANUFACTURED FROM MARINE GRADE ABERGLASS, GEL COATED FOR W PROTECTION. J. SHELF SYSTEM ATTACHED TO THE CATCH BASIN WITH NON-CORROSM HARDWARE 4. ALTRATION BASKET STRUCTURE MANUFACTURED OF MARINE GRADE ABERGLASS, GEL COATED FOR W PROTECTION. 5. ALTRATION BASKET ANE SCREEN AND COARSE CONTAINMENT SCREEN MANUFACTURED FROM STAINLESS STEEL 6. ALTRATION BASKET HOWS BOOM OF ABSORBENT MEDIA TO CAPTURE HYDROCARBONS. BOOM IS EASILY REPLACED WITHOUT REMOVING MOUNTING HARDWARE 7. ALTRATION BASKET LOCATION IS DIRECTLY UNDER MANHOLE FOR EASY MAINTENANCE 8. LENGTH OF TROUGH CAN VARY FROM 2' TO JO' WWW.BIOCLEANENVIRONMENTAL.COM PAGE 1 MODEL I BC-RGISB-MF-22-24 ROUND MEDIA FILTER G/SB ALTER EASILY INSERTED AND REMO'(ED FROM MANHOLE OPENING WITHOUT NEED OF ANY EQUIPMENT MANHOLE OPENING WITH 24" FRAME AND CO'(ER FIGURE 1: DETAIL OF INSTALLATION HYDRRCARBON STORM BOOM BioMedioGREEN REMOVAL EFRCIENCIES TOTAL SUSPENDED SOUDS 85% "SIL-CO-SIL 106" TOTAL PHOSPHORUS 69% ORTHO PHOSOPHORUS 41% DISSOL'(ED COPPER 79% DISSOL '(£0 LEAD 98% DISSOL lifD ZINC 78% FECAL COUFORM BACTERIA 68% TPH 99% FIGURE J: DETAIL OF PARTS DRAWING: GISB MEDIA ALTER DETAILS PATENTED ¢2i,, 2 ALTER RANGE ¢ 1 El,,, 2 ALTER HOUSING ¢ab BOTTOM SCREEN ATS 20-3/8" DIA. THROUGH HOLE STORM BOOM FIGURE 2: ¢1~ THROAT OPENING DETAIL OF DIAMETERS FIGURE 4: DETAIL OF MEDIA PACK REMOVABLE SCREEN TOP ALTER FABRIC 1.5" THICK BioMedioGREEN 3.5" THICK BIOSORB 1• THICK BOTTOM SCREEN UNDERDRAIN FLOW RATES -GISB MEDIA FILTER •MEDIA PACK TREATMENT FLOW RATE rr •.75 = 1.16 SF 11.875 IN **TRASH SCREEN TREATMENT FLOW RATE SURFACE AREA At4X HEAD OPEN AREA f/SI/li~ 2.0 CFS .94 SF 5.50 IN 62% RECTANGULAR BMG DENOTES BioMedioGREEN *ALTER FLOW RATE CALCULATED USING A HYDRAUUC-CONDUCTMTY FLOW CALCULATOR {DARCIAN FLOW). HYDRAUUC CONDUCTMTY OF BioMedioGREEN VER/RED IN LABORATORY EVALUAnON. VARIABLES USTED ABO'(£ ••SCREEN FLOW RATE CALCULATED USING THE FOLLOWING EQUAnON Q=SO*cd*A -/2*g*h c d = C&Ffli/f:l/'= .67 SEE PAGE 1 FOR NOTES TREATMENT FLOW RATE: 0.12 CFS MODEL /: BC-RGISB-MF-22-24 WARRANTY: 5 YEAR MANUFACTURERS BIO CLEAN ENVIRONMENTAL SERVICES, INC. PO BOX 869 OCEANSIDE, C4 92049 PHONE: 760-433-7640 FAX: 760-433-3176 DATE: SC4LE: SF = 15 DRAFTER: J.R.H. UNITS = INCHES PROJECT: REVISIONS: DATE: REVISIONS: DATE: REVISIONS: DATE: WWW.BIOCLEANENVIRONMENTAL.COM REVISIONS: DATE: PAGE 2 !----- ROUND GIBB MEDIA FILTER WITH EASY MAINTENANCE SHELF SYSTEM FOR USE IN CURB INLETS WITH WINGS SHELF SYSTEM POSmONS GISB ALTER DIRECTLY UNDER MANHOLE OPENING OF £4SY MAINTENANCE REMOVABLE STORM BOOM SKIMMER GISB ROUND MEDIA ALTER FIGURE 1: DETAIL OF PARTS SHELF SYSTEM WEIR RBERGLASS DNERTER TO CHANNEL ALL WATER FROM WING TO TROUGH RBERGLASS DNERTER TO CHANNEL ALL WATER FROM WING TO TROUGH WING .. --1...---WEIR HEIGHT FIGURE 4: DETAIL OF PROFILE DRAWING: GISB MEDIA ALTER SYSTEM TREATMENT FLOW RATE: 0.12 CFS WARRANTY: 5 >'fAR MANUFACTURERS BIO CLEAN ENVIRONMENTAL SERVICES, INC. PO BOX 869 OCEANSIDE, CA 92049 PHONE.·760-433-1640 FAX: 160-433-3116 DATE: SCALE: SF = 15 DRAFTER: J.R.H. UNITS = INCHES GISB ROUND MEDIA ALTER OUTLET PIPE SHELF SYSTEM TROUGH srAJNJ.£SS srm ~',t;'+, ... ~·"'· ~. ·.• .·.: DRNE PIN · •. ' ,:;:.·.-._;-. ~/[)fi· FIGURE J: DETAIL OF MOUNTING PATENTED MODEL /: BC-RGISB-MF-22-24 PROJECT: REVISIONS: DATE: REVISIONS: DATE: REVISIONS: DATE: REVISIONS: DATE: FIGURE 2: DETAIL OF CONFIGURATION NOTES: 1. SHELF SYSTEM PROVIDES FOR ENTIRE COVERAGE OF INLET OPENING SO TO DNERT ALL FLOW TO BASKET. 2. SHELF SYSTEM MANUFACTURED FROM MARINE GRADE RBERGLASS, GEL COATED FOR UV PROTECTION. J. SHELF SYSTEM ATTACHED TO THE CATCH BASIN WITH NON-CORROSNE HARDWARE. 4. RLTRATION BASKET STRUCTURE MANUFACTURED OF MARINE GRADE RBERGLASS, GEL COATED FOR UV PROTECTION . 5. RLTRATION BASKET RNE SCREEN AND COARSE CONTAINMENT SCREEN MANUFACTURED FROM STAINLESS STEEL. 6. RLTRATION BASKET HOLDS BOOM OF ABSORBENT MEDIA TO CAPTURE HYDROCARBONS. BOOM IS WILY REPLACED WITHOUT REMOVING MOUNTING HARDWARE. 7. RLTRATION BASKET LOCATION IS DIRECTLY UNDER MANHOLE FOR £4SY MAINTENANCE. 8. LENGTH OF TROUGH CAN VARY FROM 2' TO JO' WWW.BIOCLEANENVIRONMENTAL.COM PAGE J APPENDIX "F" Tencate Mirafi Miramesh GR Facing Geogrid Soil Reinforcement Or approved equal as determined by engineer ,, •+;' Revised 8/10/10 Contract No. 6607 Page 167 of 168 (This Page is Intentionally Left Blank) TE E TENCATE GEOSYNTHETICS Americas Short Specification Miramesh® GR Facing Geogrid Soil Reinforcement Geosynthetic reinforcement shall consist of facing geog rid manufactured specifically for facing soil reinforcement applications to retain soil backfill and promote vegetation growth using virgin resin and one hundred percent made in America. Facing geogrid shall be weaved from high tenacity monofilament polypropylene yarns to produce an open mesh geogrid with aperture size of 0.08 inches. Facing geogrid shall be TenCate Miramesh® GR facing geogrid and meet the following: Facing geogrid shall have life expectancy of 75 years exposed to sunlight extrapolated on average half life based on ASTM D7238 QUV Testing. UV Resistance at 500 hours shall be 90 percent retained based on ASTM D4355. Facing geogrid shall have green color. Ta, Long Term Allowable Tensile Design Strength of the geog rid shall be as determined as follows and a minimum of 407 lbs/ft: Ta= Tult / (RFcr x RFd x RFid) Ta shall be evaluated based on 75-yr design life. Tult, Ultimate Tensile Strength in accordance with ASTM D6637 based on minimum average roll values (MARV). Tult shall be 1440 lbs/ft minimum in both directions. RFcr, Reduction Factor for Long Term Tension Creep in accordance with ASTM D5262 based on 10,000-hr creep testing. RFcr shall be 3.0 for Miramesh. RFd, Reduction Factor for Durability shall be determined by FHWA durability testing covering the range of expected soil environments. RFd = 1.1 O minimum for facing geogrid in typical soil backfill. RFid, Reduction Factor for Installation Damage shall be 1.05 minimum for facing geogrid. Facing geogrid manufacturer shall meet all the following quality control measures: Manufacturing quality control testing by a laboratory in the production facility accredited by ISO 9001, GAi-LAP and A2LA for facing geogrid. Ultimate Tensile Tests at frequency meeting ASTM D4354. Current certificates shall be submitted with facing geogrid certification data sheet. Facing geogrid installation shall be in accordance with the construction drawings and geogrid manufacturer's installation guidelines. TENCATE West Region Office, 22421 Gilberto, Suite F Rancho Santa Margarita, California 92688 Copyright© 2013 Nicolon Corporation. Mob 949 632 9963 www.mirafi.com p.frankenberger@tencate.com irafi · 1TENCATE Mirafi TENCATE GEOSYNTHETICS Americas Miramesh® GR Erosion Soil Protection Reinforcement Miramesh® GR is composed of green high-tenacity monofilament polypropylene yarns that are woven together to produce an open mesh geotextile. Miramesh® GR is inert to biological degradation and resistant to naturally encountered chemicals, alkalis, and acids. Miramesh Facing Geogrids are used as secondary reinforcement for surficial stability to promote vegetation growth in MSE structures such as; geosynthetic wrapped faced walls, wire faced walls and steepened slopes. Miramesh is also used as a separation screen layer under permeable pavers and stream channel blocks. Minimum Average Roll Values (MARV) shown below are based on QC Testing per a defined lot not to exceed 12 months. Testing Frequency follows ASTM 04354, Table 1. (move to table) Minimum Average Mechanical Properties Test Method Unit Roll Value MD CD Tensile Strength (at ultimate) ASTM 04595 lbs/ft (kN/m) 1440 (21.0) 1733 (25.3) Creep Reduced Strength ASTM 05262 lbs/ft (kN/m) 471 (6.9) 566 (8.3) Long Term Allowable Design Load1 GRI GT-7 lbs/ft (kN/m) 407 (5.9) 490 (7.2) Typical Value UV Resistance (at 500 hours) 100 UV Resistance (at 2000 hours) ASTM 04355 % strength 97 UV Resistance (at 5000 hours) retained 90 Mass/Unit Area ASTM 05261 oz/yd2 (g/m2) 5.8 (196.6) Minimum Test Value Design Life See Note2 Years 75 1 Long Term Allowable Design values are for sand, silt and clay. Creep Reduction Factor based on 75-year design life. 2 Extrapolated from the average half life based on ASTM 07238 (QUV). Data also found in the Mirafi® UV Durability Technical Note. Physical Properties Unit Roll Characteristic Color --Green Aperture Size (machine direction) in (mm) 0.08 (2) Aperture Size (cross machine direction) in (mm) 0.08 (2) Roll Dimensions (width x length) ft (m) 8 X 150 (2.4 X 45.7) Roll Area yd2 (m2) 133(110) Estimated Roll Weight lbs (kg) 51 (23) Long Tern Allowable Design Load (GRI GT-7), Creep Reduced Strength (ASTM D5262) and Life Expectancy (ASTM D7238) are not covered by our current A2LA accreditation. Disclaimer: TenCate assumes no liability for the accuracy or completeness of this information or for the ultimate use by the purchaser. TenCate disclaims any and all express, implied, or statutory standards, warranties or guarantees, including without limitation any implied warranty as to merchantability or fitness for a particular purpose or arising from a course of dealing or usage of trade as to any equipment, materials, or information furnished herewith. This document should not be construed as engineering advice. Mirafi® is a registered trademark of Nicolon Corporation. FGS000084 ETQR22 Copyright© 2013 Nicolon Corporation. All Rights Reserved. GAI-LAP-25-97 Testing Lab 1291.0l & !291.02