Loading...
HomeMy WebLinkAboutLedcor Construction Inc; 2010-05-13; PWS10-31UTIL Part 1 of 5CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 BID NO. PWS10-31UTIL BOOK1 OF 2 oRevised 06/10/09 Contract No. 3686 Page 1 of 116 Pages ******'MPORTANT NOTE***** REQUEST FOR BIDS JOINT FIRST RESPONDER TRAINING FACILITY To bid on this project as a general/prime contractor, your organization must have successfully completed the previous prequalification process. The prequalification process is complete and the companies eligible to bid as general contractors are listed below. Subcontractors and suppliers are not required to be prequalified. Companies Qualified to Bid as General Contractors: Barhart, Inc. Bernards Builders Cox Construction Co. DJM Construction Company Inc. Edge Development Inc. Erickson Hall Construction Company Highland Partnership Inc. Jaynes Corporation Ledcor Construction, Inc. Lusardi Construction Company PCL Construction Services Inc. Pinner Construction Company Inc. ProWest Constructors PWCI Reno Contracting Inc. ROEL Construction Company S.J. Amoroso Construction Company, Inc. Soltek Pacific Construction Company Suffolk Construction Company Inc. T.B. Penick & Sons, Inc. The Whiting Turner Contracting Company Webcor Builders TABLE OF CONTENTS Item Page Notice Inviting Bids 11 Contractor's Proposal 15 Bid Security Form 23 Bidder's Bond to Accompany Proposal 24 Guide for Completing the "Designation Of Subcontractors" Form 26 Designation of Subcontractor and Amount of Subcontractor's Bid Items 27 Bidder's Statement of Technical Ability and Experience 28 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 29 Bidder's Statement Re Debarment 30 Bidder's Disclosure of Discipline Record 31 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 33 Contract Public Works 34 Labor and Materials Bond 40 Faithful Performance/Warranty Bond 42 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 44 Revised 06/10/09 Contract No. 3686 Page 2 of 116 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 47 1-2 Definitions 48 1-3 Abbreviations 52 1-4 Units of Measure 55 1-5 Symbols 56 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 57 2-2 Assignment 57 2-3 Subcontracts 57 2-4 Contract Bonds 58 2-5 Plans and Specifications 59 2-6 Workto be Done 63 2-7 Subsurface Data 63 2-8 Right-of-Way 63 2-9 Surveying 63 2-10 Authority of Board and Engineer 67 2-11 Inspection 68 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 68 3-2 Changes Initiated bytheAgency 68 3-3 Extra Work 70 3-4 Changed Conditions 72 3-5 Disputed Work 74 Section 4 Control of Materials 4-1 Materials and Workmanship 76 4-2 Materials Transportation, Handling and Storage 81 Section 5 Utilities 5-1 Location 81 5-2 Protection 82 5-3 Removal 82 5-4 Relocation 83 5-5 Delays 83 5-6 Cooperation 84 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 84 6-2 Prosecution of Work 89 6-3 Suspension of Work 90 6-4 Default by Contractor 90 6-5 Termination of Contract 91 6-6 Delays and Extensions of Time 91 6-7 Time of Completion 92 6-8 Completion, Acceptance, and Warranty 93 6-9 Liquidated Damages 93 6-10 Use of Improvement During Construction 93 Revised 06/10/09 Contract No. 3686 Page 3 of 116 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 94 7-2 Labor 94 7-3 Liability Insurance 94 7-4 Workers' Compensation Insurance 94 7-5 Permits 95 7-6 The Contractor's Representative 95 7-7 Cooperation and Collateral Work 95 7-8 Project Site Maintenance 96 7-9 Protection and Restoration of Existing Improvements 98 7-10 Public Convenience and Safety 99 7-11 Patent Fees or Royalties 105 7-12 Advertising 106 7-13 Laws to be Observed 106 7-14 Antitrust Claims 106 Section 8 Facilities for Agency Personnel 8-1 General 106 8-2 Field Office Facilities 107 8-3 Field Laboratories 108 8-4 Bathhouse Facilities 108 8-5 Removal of Facilities 108 8-6 Basis of Payment 108 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 108 9-2 Lump Sum Work 109 9-3 Payment 109 9-4 Bid Items 113 APPENDIX A Resident Notification Example APPENDIX B AT&T Requirements and Specifications for Installation of Conduits APPENDIX C Standard Drawings Carlsbad Engineering Standard Drawings Standard Sewer Manhole S-1 Manhole Frame & Cover S-4 Pipe Bedding and Trench Backfill for Sewers S-5 Sewer Lateral S-7 Typical Trench Section W-2 1" Water Service Connection W-3 2" Water Service Connection W-4 Above Surface 1 & 2" Air-Vacuum Valve Assembly & Appurtenances W-7 Outlets on A.C. or P.V.C. Main W-8 Fire Hydrant assembly W-12 Valve Box Assembly W-13 Concrete Thrust blocks For Non-Restrained Joints W-15 Gate Valve Installation W-16 2 Inch and Under Backflow Installation W-20 3 Inch and Above Backflow Installation W-21 Above Ground Double Check Valve Detector Assembly W-22 Zinc Anode and Connectors W-25 oRevised 06/10/09 Contract No. 3686 Page 4 of 116 Pages San Diego Regional Standard Drawings (SDRSD) Masonry Retaining Wall Type 4 C-4 General Notes for Masonry Retaining Wall C-7 Details for Masonry Retaining Walls C-8 Curb Inlet-Type B D-2 Catch Basin - Type G D-8 Storm Drain Cleanout - Type A D-9 Inlets and Cleanouts Notes and Details D-11A & D-11B Curb Inlet Opening D-12 Drainage Structure Gate D-15 Rip Rap Energy Dissipater D-40 Pipe Bedding and Trench Backfill for Storm Drains D-60 Pipe Collar D-62 Concrete Lug D-63 Drainage Ditches D-75 Curbs and Gutter - Separate G-1 Curb & Gutter - Combined G-2 Sidewalk - Typical Sections G-7 Sidewalk Joint Locations G-9 Concrete Joint Details G-10 APPENDIX D Geotechnical Update Investigation, Proposed Carlsbad First Responded Joint-Use Training Facility, Carlsbad, California, July 21, 2008. INFORMATION FOR CONTRACTOR (Questions pertaining to the plans and contract documents) Contact: Deputy City Engineer, William Plummer Telephone: (760) 602-2768; Email: bill.plummer@carlsbadca.gov Revised 06/10/09 Contract No. 3686 Page 5 of 116 Pages TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01010 Project General requirements 01040 Coordination 01090 Definitions and Reference Standards 01120 Interpretation of Contract Documents (Prior to Bid) 01130 Substitutions 01210 Allowance for Blasting 01370 Schedule of Values 01400 Quality Requirements 01585 Project Signs 01610 Seismic Requirements for Non-Structural Components 01615 Material and Equipment 01700 Execution Requirements 01720 Project Record Documents 01780 Closeout Submittals DIVISION 02 - SITE WORK 02085 Interceptors 02150 Shoring and Underpinning 02210 Subsurface Investigations 02223 Trenching, Excavation, Backfilling, and Compacting 02225 Demolition 02230 Site Clearing 02300 Earthwork 02320 Trenching, Backfilling, and Compacting 02372 Storm Water Pollution Prevention 02630 Storm Drainage 02751 Cement Concrete Pavement 02764 Pavement Joint Sealants 02783 Concrete Pavers 02810 Irrigation Systems 02820 Ornamental Steel Gates 02821 Chain-Link Fences and Gates 02830 Free Standing Trellis Fence 02835 Gate Operators 02870 Site Amenities 02923 Sodding 02930 Exterior Plants DIVISION 03 - CONCRETE 03100 Formwork 03200 Concrete Reinforcement 03300 Cast - in-Place Concrete 03356 Concrete Floor Finishing 03451 Architectural Precast Concrete 03460 Precast Concrete Sewer Manholes DIVISION 04 - MASONRY 04200 Concrete Masonry Units 04816 Masonry Veneer m¥ Revised 06/10/09 Contract No. 3686 Page 6 of 116 Pages DIVISION 05 - METALS 05120 Structural Steel 05310 Steel Deck 05500 Metal Fabricators 05505 Metal Fabrications 05510 Metal Stairs 05515 Ladders 05520 Handrails and Railings 05580 Formed Metal Fabrications 05810 Expansion Joint Cover Assemblies DIVISION 06 - WOOD AND PLASTICS 06100 Rough Carpentry 06190 Prefabricated Wood l-Joists 06200 Finish Carpentry 06400 Architectural Casework DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07110 Membrane Waterproofing 07140 Fluid-Applied Waterproofing 07190 Water Repellents 07212 Board and Batt Insulation 07265 Under-Slab Vapor Barrier 07311 Asphalt Shingles 07411 Roofing and Siding Panels 07420 Plastic Wall Panels 07480 Fiber Cement Siding 07510 Built-Up Asphalt Roofing 07620 Sheet Metal Flashing and Trim 07631 Gutters and Downspouts 07720 Roof Accessories 07900 Joint Sealants DIVISION 08 - DOORS AND WINDOWS 08110 Steel Doors and Frames 08305 Special Doors 08310 Access Doors and Panels 08331 Overhead Coiling Doors 08410 Aluminum Entrances and Storefronts 08520 Aluminum Windows 08710 Finish Door Hardware and Schedules 08800 " Glazing 08805 Glazing - Shooting Range DIVISION 09 - FINISHES 09206 Metal Lath 09220 Portland Cement Plaster 09260 Gypsum Board Assemblies 09300 Tile •^ Revised 06/10/09 Contract No. 3686 Page 7 of 116 Pages 09511 Suspended Acoustical Ceilings 09545 Decorative Metal Ceiling 09650 Resilient Flooring 09680 Carpet Tile 09870 Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipeline 09900 Paints and Coatings 09901 Painting and Coating Water Piping System 09902 Petrolatum Wax Tape Coating 09986 Plastic Coated Wall Panels DIVISION 10 - SPECIALTIES 10100 Visual Display Boards 10170 Toilet Compartments 10210 Wall Louvers 10350 Flagpoles 10400 Identification Devices 10500 Lockers 10523 Fire Extinguishers, Cabinets and Accessories 10651 Operable Panel Partitions 10800 Toilet, Bath and Laundry Accessories DIVISION 11 - EQUIPMENT 11132 Motorized Projection Screens 11450 Residential Equipment 11890 Shooting Range Equipment DIVISION 12 - FURNISHINGS 12100 Vinyl Art Work 12366 Quartz Surfacing Countertops 12486 Floor Mats 12490 Window Treatments DIVISION 13 - SPECIAL CONSTRUCTION 13000 Interior Structural Fire Trainers 13020 High Temperature Lining Systems 13030 Electrical Panel Fire Simulator 13050 Smoke Distribution System 13070 Exterior Gas Meter Prop 13075 Bullet Resistant Fiberglass Armor 13080 Structural Live Fire Car Trainer DIVISION 14 - CONVEYANCE SYSTEMS 14201 Passenger Elevators 14205 Elevator Doors at Training Building 14600 Wall Mounted Jib Crane DIVISION 15 - MECHANICAL 15000 General Piping System and Appurtenances 15010 Basic Mechanical Requirements Revised 06/10/09 Contract No. 3686 Page 8 of 116 Pages 15041 Disinfection of Piping 15043 Testing Gravity Sewer Pipelines 15044 Hydrostatic Testing of Pressure Pipelines 15056 Ductile-Iron Pipe and Fittings 15057 Copper Tubing, Brass and Bronze Pipe Fittings 15063 Polyvinyl Chloride (PVC) Gravity Sewer Pipe 15064 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings (AWWA C900) 15074 Blow-Off Assemblies 15092 Miscellaneous Couplings, Pipe and Appurtenances 15099 Process Valves, Regulators, and Miscellaneous Valves 15100 Resilient Wedge Gate Valves 15102 Butterfly Valves 15108 Air Release Valves, Air and Vacuum valves, and Combination Valves 15112 Backflow Preventers 15121 Piping Expansion Compensation 15139 Fire Hydrants 15140 Supports and Anchors 15190 Mechanical Identification 15245 Vibration Isolation 15260 Piping Insulation 15290 Ductwork Insulation 15330 Wet-Pipe Sprinkler System 15375 Standpipe and Fire Hose System 15410 Plumbing Piping 15430 Plumbing Specialties 15440 Plumbing Fixtures 15450 Plumbing Equipment 15535 Refrigeration Piping and Specialties 15781 Packaged Roof Top Air Conditioning Units 15783 Split Type Air Conditioning Units 15875 Ventilators and Exhaust Fans 15885 Air Cleaning 15890 Ductwork 15910 Ductwork Accessories 15920 Sound Attenuators 15940 Air Outlets and Inlets 15950 Energy Management Control System 15990 Testing, Adjusting, and Balancing DIVISION 16 - ELECTRICAL 16010 Basic Electrical Requirements 16111 Conduit 16114 Ladder Rack 16123 Building Wire and Cable 16130 Boxes 16140 Wiring Devices 16160 Cabinets and Enclosures 16170 Grounding and Bonding 16180 Equipment Wiring Systems 16190 Supporting Devices 16195 Electrical Identification 16421 Utility Service Entrance 16426 Switchboards m¥ Revised 06/10/09 Contract No. 3686 Page 9 of 116 Pages 16440 Disconnect Switches 16450 Secondary Grounding 16470 Panelboards 16480 Motor Control 16481 Enclosed Motor Controllers 16485 Contactors 16510 Interior Luminaries 16532 Site Lighting 16611 Static Uninterruptible Power Supply 16640 Cathodic Protection by Sacrificial Anodes 16710 Voice / Data Systems 16721 Fire Alarm 16725 Campus Security System 16750 Data / Communication Cabling System 16770 Training Sound System 16775 Paging System 16781 Television System DIVISION 17 - COMMUNICATIONS 17000 Audio Visual System Revised 06/10/09 Contract No. 3686 Page 10 of 116 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS IMPORTANT NOTE: Bids for this project will be accepted ONLY from those contractors who have participated in. and have been qualified by. the City of Carlsbad in the previous prequalification process. Subcontractors and suppliers do not require prequalification. A list of qualified general contractors is available at www.carlsbadca.gov. UNTIL 2:00 PM ON MARCH 16, 2010, 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: Construct three masonry buildings consisting of a 36,697 square foot (SF), two story, Shooting Range/Classroom Building containing a police firing range (25 yard handgun and 100 yard rifle), a 6,558 SF, four story, training tower Commercial Burn Prop, and a 2,246 SF, two story, Residential Burn Prop, plus police and fire training grounds including car extrication area, trench rescue area, an underground confined space rescue area, artwork site, site lighting, masonry perimeter security wall, landscaping, and onsite water, sewer, recycled water, and storm drain pipelines. JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 BID NO. PWS10-31UTIL 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 Engineering 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. (edit as needed: some projects may not be based on the Greenbook Am¥ Revised 06/10/09 Contract No. 3686 Page 11 of 116 Pages The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. 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. Non-Collusion Affidavit 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 $15,000,000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A-General Engineering; and B - General Building. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% 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 $90 per set. If plans and specifications are to be mailed, the cost for postage should be added. Revised 06/10/09 Contract No. 3686 Page 12 of 116 Pages INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the 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. THE PAYMENT OF PREVAILING WAGES IS NOT REQUIRED The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. The City Council has determined that it is not in the best interest of the city to require the payment of prevailing wages for this project. Payment of prevailing wages is at contractor's discretion. PRE BID MEETING A pre-bid meeting and tour of the project site will be held at 10:00 AM, February 18, 2010 at the Safety Center Conference Room located at the City's Public Safety and Service center Building 2560 Orion Way, Carlsbad, California 92010. 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. 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. Revised 06/10/09 Contract No. 3686 Page 13 of 116 Pages BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2009-280, adopted on the 3RD day of November, 2009. February 1, 2010 Date Deputy Cify Clerk A•^ Revised 06/10/09 Contract No. 3686 Page 14 of 116 Pages CITY OF CARLSBAD JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 CONTRACTOR'S PROPOSAL I OPENED, WITNESSED AND gfcpORDED:City Council ^ y City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California92008 --*—-—r— „ . „ ...„—DATE SIGNATURE 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. 3686 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE A - BASE BID (Includes the entire project as detailed on the plans in accordance with Drawing No. 463-1) Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) A-1 Furnish & install gravel bags 2,000 EACH $ /. —-" $ 3 OO&.^ for bio-swales, check dams, inlet protection, and other miscellaneous locations in accordance with CASQA BMP's SE-4, SE-6 & SE-10 at (Unit Prie€ in Words) A-2 Furnish & install silt fence 1,000 LF $ L_ including all stakes for perimeter protection, toe of slopes, and repair and replacement in accordance with CASQA BMP SE-1 at in Words) m¥ Revised 06/10/09 Contract No. 3686 Page 15 of 116 Pages Item No. Description A-3 A-4 A-5 A-6 A-7 Furnish & install straw blanket bio-degradable single net for slope protection in accordance wittvCASQA BMP EC-7 f-£>ff-0*e e^^lJL _ (Unit Price in Words) Furnish & install straw blanket bio-degradable double net for bio-swale protection in accordance with CASQA BMP EC-7 f C-f- It, (Unit Price in Words) A-8 Furnish & install filter fabric for drop drain protection in accordance with CASQA BMP SE-10at (Unit Price in Words) Revised 06/10/09 Approximate Quantity and Unit 7,000 SF $_ (Unit Price in Words) Furnish & install fiber rolls for wind rows and behind curb in accordance with CASQA BMP SE-5 at (Unit Price in Words) Furnish & install plastic covers (sheeting) to protect swales, detention basin, dirt piles, and material storage in accordance with CASQA BMP EC-7 at T e^t<- g/> /!^f^v~<itr (Unit Price in Words) Construct stabilized construction entrance/exit 50' x 20" with tire wash rack in accordance with CASQA BMP TC-1 at 5,000 SF Unit Price (Figures) Total Amount (Figures) $ .3. 1.000SF $ 1.000LF $ $ 1 EACH 500 SF it?$ IOO. Contract No. 3686 Page 16 of 116 Pages Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) A-9 "Storm Water Pollution LS $. Prevention" including preparation of SWPPP and all BMP's required in the SWPPP excluding those described in Bid Items A-1 through A-8 per Technical Specification Section 02372 at (Lump Sum Price in Words) A-10 Structural excavation and 27,000 CY $ !_•_ backfill at locations shown on sheet C-6 of the plans in conformance with Technical Specification Section 02300 (Unit Priced Words) A-11 Mobilization, demobilization, LS $ ££> OO&. and preparatory work at a lump sum of T f~.i /~ (Not to exceed $20,000) A-12 Prepare and submit LS $ 30.000 Construction schedule at a stipulated lump sum of Thirty Thousand Dollars (Stipulated Amount: Do Not Change) A-13 Furnish Record Drawings at a LS $ 20.000 stipulated lump sum of Twenty Thousand Dollars (Stipulated Amount: Do Not Change) Revised 06/10/09 Contract No. 3686 Page 17 of 116 Pages Item No. Description A-14 Joint First Responder Training Facility per Drawing No. 463-1 at Approximate Quantity and Unit LS (Lump Sum Price in Words) Note: Bid Item A-14 shall include all work required for construction of the project, but exclude the work identified in Bid Items A-1 through A-13. Unit Price (Figures) Total Amount (Figures) $ n.O°re>.o£)O. Total amount of bid in words for Schedule "A": £ Total amount of bid in numbers for Schedule "A": $ //. B-1 B-2 SCHEDULE B - DEDUCTIVE ALTERNATE BID ITEMS Item No. Description Deductive Alternate #1 , all building improvements for Building "C", the Commercial Burn Prop Building, in accordance with Technical Specification Section 01010 <W/7 10 f\ Approximate Quantity and Unit 1 LS Unit Price (figures) Total Amount (figures) (Lump Sum price in words) Deductive Alternate #2, all building improvements for Building "R", the Residential Burn Prop Building, in accordance with Technical Specification Section 01010 (Lump Sum price in words) 1 LS $ Revised 06/10/09 Contract No. 3686 Page 18 of 116 Pages Total amount of bid in words for Schedule "B":f>t (-kf- Total amount of bid in numbers for Schedule "B": $ lf PROCEDURE FOR AWARD OF CONTRACT The lowest responsible bidder will be determined based on Schedule "A" only. The Contractor is required to enter an amount for Bid Items No. B-1 and B-2. The City will determine if the work described for Bid Item No. B-1 , or B-2, or both B-1 and B-2 shall be deducted from the project. The "Total Amount" written by the Contractor for Bid Item No. B-1 and/or Item No. B-2 in Schedule "B" will . be used to determine the amount to deduct from Schedule "A" at time of award of contract by the City Council. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) Note). 1 > 2> 3 - 4 _ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the 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 817882 _ , classification A + B _ which expires on March 31, 2011 _ , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.1 5(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 "Bidders Bond" _ (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. Revised 06/10/09 Contract No. 3686 Page 19 of 116 Pages Check a License or Home Improvement Salesperson (HIS) Registration - Contractors State ... Page 2 of 2 License Number: Business Information: Entity: Issue Date: Expire Date: License Status: Additional Status: Classifications: Bonding: 817882 Extract Date: 03/16/2010 LEDCOR CONSTRUCTION INC 6405 MIRA MESA BLVD SUITE 100 SAN DIEGO, CA 92121 Business Phone Number: (858) 527-6400 Corporation 03/07/2003 03/31/2011 This license is current and active. All information below should be reviewed. Click here for Complaint Disclosure information. CLASS DESCRIPTION B A GENERAL BUILDING CONTRACTOR GENERAL ENGINEERING CONTRACTOR CONTRACTOR'S BOND This license filed Contractor's Bond number 6326513 in the amount of $12,500 with the bonding company FIDELITY AND DEPOSIT COMPANY OF MARYLAND. Effective Date: 05/26/2008 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. This license filed Bond of Qualifying Individual number 6324228 for DAVID CECIL JAMES in the amount of $12,500 with the bonding company FIDELITY AND DEPOSIT COMPANY OF MARYLAND. Effective Date: 01/31/2007 BQI's Bonding History 2. This license filed Bond of Qualifying Individual number 6329382 for MICHAEL ANGELO VITELLO in the amount of $12,500 with the bonding company FIDELITY AND DEPOSIT COMPANY OF MARYLAND. Effective Date: 05/11/2009 This license has workers compensation insurance with the ZURICH AMERICAN INSURANCE COMPANY Workers' Compensation: Policy Number: 368645204 Effective Date: 12/01/2009 Expire Date: 12/01/2010 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. PerSSwieltist 'i||i::OtherLicenses.': Corriflifint CJfedosure Conditions of Use | Privacy Policy Copyright © 2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicense/LicenseDetail.asp 03/16/2010 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) fciarne under which business is conducted (2) Signature^gTvenand surname) of proprietor (3) Place of Business City and State (4) Zip Code Telephone No. (5) E-Mail (Street and Number) IF A PARTNERSHIP. SIGN HERE: (1) NametjR4er which business is conducted, (2) Signature (given andIsuTname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business. City and State (4) Zip Code (5) E-Mail (Street and Number) . Telephone No. Revised 06/10/09 Contract No. 3686 Page 20 of 116 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted Ledcor Construction Inc. (2), (Signature) Russell Hamilton, Regional Manager, San Diego (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of Washington (4) Place of Business 6405 Mira Mesa Blvd., #100 (Street and Number) City and State San Diego, CA (5) Zip Code 92121 Telephone No. 858-566-6030 (Q) E-Mail russell. hamiltonoledcor . com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED Revised 06/10/09 Contract No. 3686 Page 21 of 116 Pages ALL-PIUKPOSE State of California County of San Diego On March 16, 2010 before me Kathleen Marie Callahan, Notary Public Date Here Insert Name and Title of the Officer personally appeared Russell Hamilton- Name(s) of Signer(s) KATHLEEN MA*E(>iU*WlL COMM. §1734432 2 NOTARY PUBLIC •CMJFOIWM § SAN OffGO COUNTY who proved to me on the basis of satisfactory evidence to be the person(s} whose name(e)- is/are- subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity (ies), and that by his/hor/their signature(s) on the instrument the person(s)-, or the entity upon behalf of which the person(sf acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Public OPTIONAL the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description dKAttached Document Title or Type of Docum Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual Corporate Officer — Title(s): u Partner — G Limited Q General G Attorney in Fact G Trustee G Guardian or Conservator G Other: Signer Is Representing: G Corpoi'ste Officer — Title(s): u Partner — j>4Jmited u General G Attorney in Fact\, G Trustee \.^ G Guardian or Conservatorx\ G Other:^__ Signer Is Representing: 82007 National Notary Association • 9350 De Soto Ave.. P.O.Box 2402-Chatswortn, CA 91313-2402 •www.NalionalNotarv.org Hem *S907_|jeorder: Call Toil-Free 1-800-876-6827 ORIGINAL 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: President Vice President Vice President Vice President Vice President Vice President Vice President Vice President Secretary Scott Lyons Douglas Corbett David James Barry Johnson Jim Logan Rod Nevs Eric Tessem John Thistlewood Thomas Lofaro Revised 06/10/09 Contract No. 3686 Page 22 of 116 Pages BID SECURITY FORM (Check to Accompany Bid) JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 FE: The following form shall be used if check accompanies bid.) Accompanying mf&^proposal is a "Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum dk, VJ i A dollars ($_J, this amount being ten percent (10%)x)f the total amount of the bid. The proceeds of this check shall become the property of the City providecNhis proposal shall be accepted by the City through action of its legally constituted contracting authoritiesxarjd the undersigned shall fail to execute a contract and furnish the required Performance, Warranty arXPayment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shalNie returned to the undersigned. The proceeds of this check shall also become the property of the City ifafce undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set fbi^the opening thereof, unless otherwise required by law, and notwithstanding the award of the contractte^nother bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) oRevised 06/10/09 Contract No. 3686 Page 23 of 116 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 Bond No. 6316851-U-23 KNOW ALL PERSONS BY THESE PRESENTS: Fidelity and Deposit That we, Ledcor Construction Inc. , as Principal, and Company of Maryland , 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 for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Revised 06/10/09 Contract No. 3686 Page 24 of 1 16 Pages Executed by PRINCIPAL this 23rd day of.February .2010 . PRINCIPAL: Ledcor Construction Inc. (print name here) Goo (print name VP (K (title and organization of signatory) 23rd Bv: Vf?£/^J& Executed by SURETY this of February , 2010 . SURETY: .day (Title and Organization of SjgnaJpry) By:. Fidelity and Deposit Company of Maryland {name of Surety) 600 Red Brook Blvd., 4th Floor Owing Mills, MD 21117 (address of Surety) (416) 586-2971 (telephone rjumber of Surety) By-'.(signature of Attorney-in-Fact) KD Conrad (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: RONALD R. BALL City Attorney B.JGJU f5eputy City Attorney Revised 06/1 0/09 Contract No. 3686 Page 25 of 116 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On March 11, 2010 before me Kathleen Marie Callahan, Notary Public Date Here Insert Name and Title of the Officer John Helliwell and Thomas Lofaropersonally appeared COMM. #1734432NOTARY PUBLIC* CALIFORNIA ft SAN DIEGO COUNTY VMVUyWWWVWWWN who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) -is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in liio/hor/their authorized capacity(ies), and that by bie/hof/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description orAttached Document Title or Type of Document Document Date:Number of Pa Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Individual ers Name: Lvidual _; Corporate Officer — Title(s):D Corporate Officer — Title(s): Partner — G Limited LJ General G Attorney in Fact G Trustee G Guardian or Conservator Other: LJ Partner — rSLLimited U General G Attorney in G Trustee G Guardian or Conservator D Other: TOD of thumb here Signer Is Representing:Signer Is Representing: ©2007 National Notary Association- 9350 De Solo Ave., PO.Sox 2402-Chatswonh, CA 91313-2402-www.NationalNotary.org Item 45907 Reorder:Call Tcll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On February 23. 2010 before me, Simone Gerhard. Notary Public, personally appeared KD Conrad who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ate subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hts/her/theiF authorized capacity(ies), and that by bls/her/tbefc 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. SIMONE GERHARD Commission # 1784570 Notary Public • California Los Angeles County MyComm. Expires Dec 9,2011 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, whick-ftft set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, dee^(f^e^l^Jirf™riate, constitute and make, execute, seal undertakings in intents and purposes, as if they ompany at its office in Baltimore, Md., in appoint KD CONRAD, of Los Angeles, California, its true and lawful, and deliver, for, and on its behalf as surety, and as its act i pursuance of these presents, shall be as binding uj had been duly executed and acknowledged.^ their own proper persons. The said Assistant rS®^agv^^ereb>^rS^i^uib%xtract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-BdwVm said GzfiSSaimJjrid4s'now in force. IN WITNESS WH§£BOJ3fClhe said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate^SeSTof the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 7th day of August, A.D. 2003. ATTEST:FIDELITY AND DEPOSIT COMPANY OF MARYLAND T. E. Smith By: Assistant Secretary Paul C. Rogers Vice President State of Maryland Baltimore County ss: On this 7th day of August, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ^5W»r Dennis R. Hoyden Notary Public My Commission Expires: February 15, 2013 POA-F 012-3265T EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,. ..and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution r-f the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called anC held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanica'ly reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, jbrJl be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, FEB 2 3 201Qthis day of , . Assistant Secretary LEDCOR CONSTRUCTION INC. U.5. HMD OfllCE 6405 Mira Mesa Blvd. Suite 100 San h'ego. CA USA 92121 Telephone: (858) 527-MW Facsimile: (858) 527-MM May 7,2010 VIA HANDDELIVERY Mr. Kevin Davis City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 Re: Carlsbad First Res~onder Traininn Facilitv - Proiect # 3686 To Whom It May Concern: By way of introduction, I am the Vice President, US Legal & Corporate Secretary of Ledcor Construction Inc. (the "Companyw)._ In this capacity, I hereby confirm that John Helliwell is Chief Operating Officer of the Company. In such position, John is authorized to execute Owner-Contractor Agreements on behalf of the Company. Should you have any questions, please do not hesitate to contact me. Sincerely, ;~2kzs Legal & Corporate Secretary WMONTON hONOLlllU 50N NE!? I€AlTLE Ids VEa% JANCCWW Company Profile Page 1 of 1 Company Profile FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1400 AMERICAN LANE, 19TH FLOOR TOWER 1 SCHUAMBURG, 1L 60196-1056 800-382-2150 Agent for Service of Process KAREN HARRIS, 2730 GATEWAY OAKS DRIVE SUITE 100 SACRAMENTO, CA 95833 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 39306 NAIC Group #: 0212 California Company ID #: 2479-4 Date authorized in California: January 01, 1982 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: MARYLAND Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - June 26, 2009 05:53 PM Copyright €> California Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb_ co_prof_utl.get_co_prof?p_EID=6217 03/16/2010 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 preformed 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. 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 06/10/09 Contract No. 3686 Page 26 of 116 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business Subcontractor's License No. and Classification* Amount of Work by, Subcontractor in Dollars* PACIFIC LA D£~-A- ELm PA as. PC dA -?jfa i 6 PACIFIC. ^T 3Q9 °° Vl^TA Page i of 7" 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 06/10/09 Contract No. 3686 Page 27 of 116 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business Subcontractor's License No. and Classification* Amount of Work by Subcontractor in Dollars* 6o Klo£9-. OA -cue gffse tSLI UjDftyjc ^ Co, Page Q\ of r~ 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." A Revised 06/1 0/09 Contract No. 3686 Page 27 of 116 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location 'of Business Subcontractor's. License No. and £ Classification* Amount of Work by, Subcontractor in Dollars* mzr&i rue -ping CAfi£&£fT| / QJLTfiL C^- iJl/ 5=a 661i<f- mm ATTICA Lb. Page o of S/- 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 06/10/09 Contract No. 3686 Page 27 of 116 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business Subcontractor's License No! and Classification* Amount of Work by, Subcontractor- in Dollars* OAK '7x3 (1ASTA AfYV.r> tU.LLrd.S.^F diL. ff J&I Page ^-r of ^j" 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." oRevised 06/10/09 Contract No. 3686 Page 27 of 116 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 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 Contract Completed \ \ \N Name and Address of the Employer \ \ \ \ \ \ Name and Phone No. of Person to Contract \ \ \ \ \ N Type of Work fv\\\\N Amount of Contract \ \ \ Revised 06/10/09 Contract No. 3686 Page 28 of 116 Pages BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 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: W Comprehensive General Liability H Automobile Liability M Workers Compensation C8 Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Revised 06/10/09 Contract No. 3686 Page 29 of 116 Pages ACORD* CERTIFICATE OF LIABILITY INSURANCE Page 1 PRODUCER 877-945-7378 Willis Insurance Services of California, Inc. 26 Century Blvd. P. 0. Box 305191 Nashville, TN 37230-5191 INSURED Ledoor Holdings (USA) Ltd. and all subsidiaries 6405 Mira Mesa Blvd., Suite 100 San Diego, CA 92121 THIS CERTIFICATE IS ISSUED AS A ONLY AND CONFERS NO RIGHTS HOLDER. THIS CERTIFICATE DOES ALTER THE COVERAGE AFFORDED of 3 DATE (MM/DD/YYYY) 04/29/2010 MATTER OF INFORMATION UPON THE CERTIFICATE NOT AMEND, EXTEND OR BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURERA: Zurich American Insurance Company INSURERS: INSURER C: INSURER D: INSURERS: NAIC# 16535-002 COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRLTR A A A A ADD'LNSRC X X TYPE OF INSURANCE GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY | CLAIMS MADE | X I OCCUR GEN'LAGGREGATE LIMIT APPLIES PER: POLICY fxl JPECT LOC AU X — — — GA rOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS RAGE LIABILITY ANY AUTO EXCESS / UMBRELLA LIABILITY | OCCUR | 1 CLAIMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE [Tjn OFFICER/MEMBER EXCLUDED? L?LJ(Mandatory in NH) If yes, describe under SPECIAL PROVISIONS below OTHER POLICY NUMBER GL0368645104 AOS BAP368644904 AOS WC368645204 WI WC368645304 POLICY EFFECTIVEDATE (MM/DD/YYYY) 12/1/2009 12/1/2009 12/1/2009 12/1/2009 POLICY EXPIRATIONDATE (MM/DD/YYYY) 12/1/2010 12/1/2010 12/1/2010 12/1/2010 LIMITS EACH OCCURRENCE DAMAGE TO RENTEDPREMISES (Ea occurence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE(Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN ^' ^^ AUTO ONLY: AGQ EACH OCCURRENCE AGGREGATE WC STATU- OTH-X TORY LIMITS ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ 2,000,000 $ 1,000,000 $ 10,000 $ 2,000,000 $ 4,000,000 $ 4,000,000 S 1,000,000 $ S $ $ $ $ $ $ $ $ $ $ 1,000,000 $ 1,000,000 $ 1,000,000 THIS VOIDS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE DATED: 4/26/2010 WITH ID: 14122514 Re: City of Carlsbad, Evidence of Insurance. CERTIFICATE HOLDER CANCELLATION City of Carlsbad Attn: Kevin Davis 1635 Faraday Carlsbad, CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL KHOXSaBKXKMAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFfXBJHXJfii&KKSXMjaCBHUfLL BK^XiH^iXi^i&KBKXiXaiXKXXJtHXKiKrX Kg£Kr56Xli5XH«XX AUTHORIZED REPRESENTATIVE f. * •(jA^Ukj C fi^^L ACORD 25 (2009/01)Coll:3001754 Tpl:1077401 Cert: 14146990 ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Willis PRODUCER INSURED 1 CERTIFICATE OF LIABILITY INSURANCE Page 2 877-945-7378 Willis Insurance Services of California, Inc. 26 Century Blvd. P. O. Box 305191 Nashville, TN 37230-5191 Ledcor Holdings (USA) Ltd. and all subsidiaries 6405 Mira Mesa Blvd., Suite 100 San Diego, CA 92121 THIS CERTIFICATE IS ISSUED AS A ONLY AND CONFERS NO RIGHTS HOLDER. THIS CERTIFICATE DOES ALTER THE COVERAGE AFFORDED of 3 DATE 04/29/2010 MATTER OF INFORMATION UPON THE CERTIFICATE NOT AMEND, EXTEND OR BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURERA: Zurich American Insurance INSURERS: Company INSURER C: INSURER D: INSURER E: NAIC# 16535-002 It is hereby understood and agreed that the policy to which this Certificate refers may not be canceled, materially changed, nor the amount of coverage thereof reduced until ten (10) days after receipt of written notice of cancellation or reduction in coverage by the City Clerk of the City of Carlsbad. It is agreed that City of Carlsbad, its officials, employees and volunteers are included as Additional Insureds as respects to General and Auto Liability. It is further agreed that such insurance as is afforded shall be Primary and Non-contributory with any other insurance in force for or which may be purchased by the Additional Insureds. Coll:3001754 Tpl:1077401 Cert:14146990 Page 3 of 3 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25(2009/01) Coll:3001754 Tpl:1077401 Cert: 14146990 Additional Insured - Automatic - Owners, Lessees Or Contractors ZURICH Policy No. GL0368645104 Exp. Date of Pol. 12/1/2010 Eff. Date of End. 12/1/2009 Agency No. 18757-000 Addl. Prem. SO Return Prem. SO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Ledcor Holdings (USA) Ltd. 6405 Mira Mesa Blvd. Suite 100 San Diego, CA 92121 Additional Insured: City of Carlsbad This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II - Who Is An Insured is amended to include as an insured any person or organization who you are re- quired to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to the additional insured person or organization applies only to "bodily injury", "property damage" or "personal and advertising injury" covered under SECTION I - Coverage A - Bodily Injury And Prop- erty Damage Liability and Section I - Coverage B - Personal And Advertising Injury Liability, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; and resulting directly from: a. Your ongoing operations performed for the additional insured, which is the subject of the written contract or written agreement; or b. "Your work" completed as included in the "products-completed operations hazard", performed for the addi- tional insured, which is the subject of the written contract or written agreement. C. However, regardless of the provisions of paragraphs A. and B. above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or organiza- tion in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy; or Includes copyrighted material of Insurance Services Office, Inc., with its permission^U-GL-1175-BCW (3/2007) Page 1 of 2 b. The Limits of Insurance you are required to provide in the written contract or written agreement. D. The insurance provided to the additional insured person or organization does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured, if the written contract or written agree- ment requires that this coverage be primary and non-contributory. F. For the coverage provided by this endorsement: 1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section IV - Com- mercial General Liability Conditions: This insurance is primary insurance as respects our coverage to the additional insured person or organization, where the written contract or written agreement requires that this insurance be primary and non-contributory. In that event, we will not seek contribution from any other insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV - Com- mercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same "occurrence", claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-1175 B CW (3/2007) Pai>e 2 of 2 POLICY NUMBER: BAP368644904 COMMERCIAL AUTO CA2001 0306 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Ledcor Holdings (USA) Ltd. and all subsidiaries Endorsement Effective Date: Countersignature Of Authorized Representative Name: Title: Signature: Date: SCHEDULE Insurance Company: Zurich American Insurance Policy Number: BAP368644904 Expiration Date: Company | Effective Date: Named Insured: Address: Additional Insured (Lessor): Address: Designation Or Description Of "Leased Autos": Coverages Liability Comprehensive Collision Specified Causes Of Loss Limit Of Insurance $ Each "Accident" Actual Cash Value Actual Cash Value $ Actual Cash Value Information required to complete this Schedule, Or Cost Of Repair Whichever Is Less, Minus Deductible For Each Covered "Leased Auto" Or Cost Of Repair Whichever Is Less, Minus Deductible For Each Covered "Leased Auto" Or Cost Of Repair Whichever Is Less, Minus Deductible For Each Covered "Leased Auto" if not shown above, will be shown in the Declarations. A. Coverage 1. Any "leased auto" designated or described in the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow. 2. For a "leased auto" designated or described in the Schedule, Who Is An Insured is changed to include as an "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: a. You; b. Any of your "employees" or agents; or c. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. 3. The coverages provided under this endorsement apply to any "leased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a "leased auto". 2. The insurance covers the interest of the lessor unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor, we will obtain his or her rights against any other party. C. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is not liable for payment of your premiums. E. Additional Definition As used in this endorsement: "Leased auto" means an "auto" leased or rented to you, including any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor. © ISO Properties, Inc. ©ISO Properties, Inc. BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes 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: Ledcor Construction Inc. (name erf Contractor) By: &W ' /" (sign here) Russell Hamilton, Regional Manager (print name/title) Page I of I pages of this Re Debarment form Revised 06/10/09 Contract No. 3686 Page 30 of 116 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? x yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? x yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? x yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? 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 I of i^, pages of this Disclosure of Discipline form Revised 06/10/09 Contract No. 3686 Page 311 of 116 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Ledcor Construction Inc. _ _ . __ (sign here) Russell Hamilton, Regional Manager (print name/title) Page J^. of _^_ pages of this Disclosure of Discipline form Revised 06/10/09 Contract No. 3686 Page 32 of 116 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 ) ss. State of California County of San Diego ) Ledcor Construction Inc. (Name of Bidder) and says that he or she is Regional Manager, San Diego _, being first duly sworn, deposes (Title) of Ledcor Construction Inc. (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that 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, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that atl statements contained in the bid are true; and, further, that 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, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the 16th day of March , 2Q10 . Signature of Bidder Russell Hamilton Subscribed and sworn to before me on the 16th day of March ,2010 (NOTARY SEAL) r §WS3«H NOTARY PU8UC*-iVAfc^V/ s/WOfGO COUNTY i c Signature of Notary §* Revised 06/10/09 Contract No. 3686 BEST ORIGINAL 3 of 116 Pages CONTRACT PUBLIC WORKS / r)This agreement is made this /v" day of _ r) a^i _ _ 20 t, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Ledcor Construction Inc. whose principal place of business is 6405 Mira Mesa Blvd. Suite 100 San Diego CA 92121 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 (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, Non-Collusion Affidavit, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are 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 Revised 06/10/09 Contract No. 3686 Page 34 of 1 16 Pages 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 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. (B) Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. (C) Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time 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. 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. Revised 06/1 0/09 Contract No. 3686 Page 35 of 1 1 6 Pages 9. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance 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. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. 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. Revised 06/10/09 Contract No. 3686 Page 36 of 116 Pages (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. 10. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public 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. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of 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. Revised 06/10/09 Contract No. 3686 Page 37 of 116 Pages (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 10 above. 11. 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. 12. 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. 13. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. Revised 06/10/09 Contract No. 3686 Page 38 of 116 Pages 14. 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: L &&C (print name andtitle) Vice President, US Legal ^A Co/Tofr3i*\/\ / & Corporate S(print name and title) CITY the St; 'al corporation of 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: RONALD R. BALL City Attorney Revised 06/10/09 Contract No. 3686 Page 39 of 116 Pages Bond No.: 6331811 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2010-083, adopted April 13, 2010, has awarded to Ledcor Construction Inc. (hereinafter designated as the "Principal"), a Contract for: JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to 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, LEDCpR CONSTRUCTION INC., as Principal, (hereinafter designated as the "Contractor"), and Fidelity and Deposit Company of Maryland as Surety, are held firmly bound unto the City of Carlsbad in the sum of Eleven Million Two Hundred Sixty Thousand Eight Hundred Seventy Dollars ($11,260,870), 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 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 06/10/09 Contract No. 3686 Page 40 of 116 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this day of Apr .7 20 IO Executed by SURETY this of APril 28th .day _, 20.10 CONTRACTOR: (name oHDontractor) By:... (sign here) SURETY: Fidelity and Deposit Company of Maryland (name of Surety)1400 American Lane Schaumburg, IL 60196-1056 (address of Surety) 818-409-2800 (print name here) Coo (title and organization of signatory) number of Surety) An lere) Thomas J. Lofaro & Corporate Secretary By: KD Conrad, Attorney-in-Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By:DHLDeputy City Attorney Revised 06/10/09 Contract No. 3686 Page 41 of 116 Pages ALL-PURPOSE State of California County of San Diego QnApril 27, 2010 before me, Kathleen Marie Callahan, Notary Public Data Here Insert Name and Title of the Officer personally appeared John Helliwell and Thomas J. Lofaro Name(s) of Signer(s) "KATHLEEN MARIE COMM.f 1734442 NOTARY PUBLIC •CAUWRMA | ! ,«„*JM..2QLII "*********™ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) -is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Nctary Seal Above Signature of Notary Public OPTIONAL the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description bfJUtached Document Title or Type of Documfet^: Document Date:Number of Pages Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: __ Q Individual G Corporate Officer — Title(s):G Corporate Officer — Title(s): ' G Partner—XL Limited G General G Attorney in Fac Q Trustee G Guardian or Conservato G Other: Signer Is Representing:Signer Is Representing; LJ Partner — G Limited G General ._„ G Attorney in Fact G Trustee G Guardian or Conservator s G Other: ©2007 National Notary Association • 9350 De Soto Ave.. P.O.Box 2402 -Chatsworth. CA 91313-2402-'Mvw.NationalNotany.org item *5907 Reorder Gail Tell-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles APR ? & 2flinOn rt> " *• o *-v Iu before me, Simone Gerhard. Notary Public, personally appeared KD Conrad who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in Ws/her/tkei* authorized capacity(ies), and that by bis/her/theit 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. SIMONE GERHARD Commission # 1784570 Notary Public - California Los Angeles County My Comm. Expires Dec 9,2011 Bond No.: 6331811 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2010-083, adopted April 13, 2010, has awarded to Ledcor Construction Inc. (hereinafter designated as the "Principal"), a Contract for: JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, LEDCOR CONSTRUCTION INC., as Principal, (hereinafter designated as the "Contractor"), and Fidelity and Deposit Company of Maryland as Surety, are held firmly bound unto the City of Carlsbad in the sum of Eleven Million Two Hundred Sixty Thousand Eight Hundred Seventy Dollars ($11,260,870), 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 above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 06/10/09 Contract No. 3686 Page 42 of 116 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this day of April , 20 lo . CONTRACTOR: Executed by SURETY this. April 28th .,20. day of 10 (name of Contractor) By: (sign here) SURETY: Fidelity and Deposit Company of Maryland (name of Surety) 1400 American Lane Schaumburg, IL 60196-1056 (address of Surety) 818-409-2800 (print name here) Coo By: (Title and Organization of Signatory) (telephone number of Surety)w , (signature of Attorney-in-Fact) KD Conrad, Attorney-in-Fact (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) iro Vice President, US Legal & Corporate Secretary (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Deputy City Attorney ~ \ Revised 06/10/09 Contract No. 3686 Page 43 of 116 Pages CALIFORNIA ALL-PURPOSE ACKMQWLEDGMIEMT State of California County of San Diego On April 27, 2010 before me Kathleen Marie Callahan, Notary Public Date Here Insert Name and Title of the Officer personally appeared John Helliwell and Thomas J. Lofaro Name(s) of Signer(s) COM* #1734432 NOTARY PUBLIC •CALIFORNIA | SANWEGOCOUNTY ?Commission Expires jto. 26..20 jj-juwjinjuuuuuwvyww^ft"*"""""^ Place Notany Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hio/hor/their authorized capacity(ies), and that by his/hor/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. Signature Signature of Notary Public OPTIONAL the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. /'' Description oNVJrtached Document Title or Type of Documertk Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Number of Page's: er's Name: u Inofatdual CorporaresDfficer — Title(s): I] Partner — Ljbknited Q General I] Attorney in Fact li Trustee G Guardian or Conservator :.J Other: Signer Is Representing: Signer's Name: Q Individual G Corporate Officer — Title(s): G Partner — Q Limited Q General u Attorney in Fact Q Trustee G Guardian or Conservator G Other: Signer Is Represeptffig: ffl 2007 National Notan/ Association • 9350 De Soto Ave., P.O.Sox 2402-Chatsworth, CA 91313-2402 • www.NationalNotary.org Item *5907 Reorder: Call Tell-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles APR 2 ft 2fl1f)On m r\ to o tmu before me, Simone Gerhard. Notary Public, personally appeared KD Conrad 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 ke/she/they executed the same in Ws/her/thew authorized capacity(ies), and that by Ws/her/thew 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. SIMONE GERHARD I Commission # 1784570 & Notary Public - California \ Los Angeles County ' MyComm. Expires Dec 9,2011 » Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, whjcb-ijift set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, deestfSreS^iisSfflinate, constitute and appoint KD CONRAD, of Los Angeles, California, its true and lawM^as&aS^a^^saKj-ii^Eze^C^) make, execute, seal and deliver, for, and on its behalf as surety, and as its act and^e^^aty^^A^noy^ati^t^^ti^ngs and the execution of such bonds or undertakings in pursuance of these ^^^^a^^^asbj^ax^^^^ijSKompany, as fully and amply, to all intents and purposes, as if they had b^e^^d^y^^yi»a4na^ckn^^^^By-S?e regularly elected officers of the Company at its office in Baltir The said Assistant Section 2, of the By- IN WITNESS W affixed the Corporat A.D. 2003. ATTEST: stract set forth on the reverse side hereof is a true copy of Article VI, now in force. he said Vice-President and Assistant Secretary have hereunto subscribed their names and Seal" of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 7th day of August, FIDELITY AND DEPOSIT COMPANY OF MARYLAND T. E. Smith By: Assistant Secretary Paul C. Rogers Vice President State of Maryland City of Baltimore ss: On this 7th day of August, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Dennis R. Hayden Notary Public My Commission Expires: February 1, 2005 POA-F 012-3265T EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this day of 8 Assistant Secretary 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 Ledcor Construction, Inc. whose address is 6405 Mira Mesa Blvd. Suite 100 San Diego, CA 92121 hereinafter called "Contractor" and California Bank & Trust whose address is 525 B Street. San Diego, CA 92101 hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of 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 JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 in the amount of 11,261,000.00 dated 4/13/2010 (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least 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. 18mW Revised 06/10/09 Contract No. 3686 Page 44 of 116 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:Title FINANCE DIRECTOR Name Signature. For Contractor: Address 1635 Faraday Avenue. Carlsbad. CA 92008 Title COO _ Name For Escrow Agent: Signature Addres Title _ . ?bO At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. Revised 06/10/09 Contract No. 3686 Page 45 of 116 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City:Title MAYOR Name Address 12D(T®arlsbad ViHaq For Contractor: For Escrow Agent: Title COO Name Jo A Signature Address Title Name Revised 06/10/09 Contract No. 3686 Page 46 of 116 Pages GENERAL PROVISIONS FOR JOINT FIRST RESPONDER TRAINING FACILITY CONTRACT NO. 3686 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS - Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. Revised 11/13/09 Contract No. 3686 Page 47 of 116 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 •K Revised 11 /13/09 Contract No. 3686 Page 48 of 116 Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. 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. Revised 11/13/09 Contract No. 3686 Page 49 of 116 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, 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. Revised 11/13/09 Contract No. 3686 Page 50 of 116 Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". 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. 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. Revised 11/13/09 Contract No. 3686 Page 51 of 116 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APIS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONG Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation Revised 11/13/09 Contract No. 3686 Page 52 of 116 FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIF Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB , Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL . Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R .Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RGB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR , Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent Revised 11/13/09 Contract No. 3686 Page 53 of 116 SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction STHWY State highway STA Station STD Standard SIR Straight SIR GR Straight grade STRUC Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing TOPO Topography TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TW Top of wall TYP Typical UE Underground Electric USA Underground Service Alert VAR Varies, Variable VB Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH Work Area Traffic Control Handbook Wl Wrought iron WM Water meter WPJ Weakened plane joint XCONN Cross connection XSEC Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey Revised 11/13/09 Contract No. 3686 Page 54 of 116 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1 -4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (urn) 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 (fr), 0.0929 square meter (rrr) 1 square yard (yd ) 0.8361 square meter (m)1 cubic foot (ft ) 0.0283 cubic meter (nr) 1 cubic yard (yd ) 0.7646 cubic meter (m ) 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 (Ib) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal second (Pa s) 1 centistoke (cs) 1 square millimeters per second (mm /s) 1 pound force (Ibf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J)1 foot-pound force per second ([ft-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 = (1.8x°C) + 32 °C = (°F- 32)71.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A)1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Revised 11/13/09 Contract No. 3686 Page 55 of 116 Common Metric Prefixes kilo(k) 103 ,-2centi (c) 10' milli(m) 10'3 micro (p.) 10"6 nano (n) 10" pico(p) 10'12 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes Inches or seconds1 Number / per or (between words)0 Degree PL Property line CL Centerline SL Survey line or station line •K Revised 11/13/09 Contract No. 3686 Page 56 of 116 SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Revised 11/13/09 Contract No. 3686 Page 57 of 116 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 25 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. The City does hereby identify the following items of work as "Specialty Items" for this bid: 1. Masonry, including concrete footings; 2. Metals; 3. Wood and Plastics, rough and finish; 4. Doors and Windows; 5. Mechanical systems and equipment; 6. Electrical Systems and Equipment; 7. Landscaping and irrigation systems, including soils preparation, planting of shrubs, groundcover, and trees. 8. Earthwork Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. A*¥ Revised 11 /13/09 Contract No. 3686 Page 58 of 116 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, Technical Specifications, and Carlsbad Engineering Standards (CES). The construction plans consist of one set. The set is designated as City of Carlsbad Drawing No. 463-1 and consists of 248 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the 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. Revised 11/13/09 Contract No. 3686 Page 59 of 116 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 6) Technical Specifications 7) Plans. 8) 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). 9) Standard Specifications for Public Works Construction, as amended. 10) Reference Specifications. 11) 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 10) above. Detailed plans and plan views shall have precedence over general plans. 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 •K Revised 11 /13/09 Contract No. 3686 Page 60 of 116 Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Revised 11/13/09 Contract No. 3686 Page 61 of 116 Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Title Subject 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 304-2.1 306-2.1 306-3.1 306-3.4 306-6 306-8 307-4.3 Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wiring Diagrams Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic 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 Technical Specifications. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per Technical Specifications Section 02751 Cement Concrete Pavement, and Section 03300 Cast-ln-Place Concrete, as applicable. 7) Asphalt concrete mix designs per Greenbook Section 203-6.2. 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. A Revised 11/13/09 Contract No. 3686 Page 62 of 116 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 delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in Bid Item A-13 and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 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, Revised 11 /13/09 Contract No. 3686 Page 63 of 116 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 (81/2" by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. •K Revised 11/13/09 Contract No. 3686 Page 64 of 116 TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Street Centerline Clearing Slope Fence Rough Grade Cuts or Fills > 10m (33') Final Grade (includes top of: Basement soil, subbase and base) Asphalt Pavement Finish Course Drainage Structures, Pipes & similar Facilities®, ® Curb Traffic Signal © Signal Poles & Controller © Junction Box © Conduit © Minor Structure © Abutment Fill Stake Description ® SDRS M-10 Monument Lath in soil, painted line on PCC & AC surfaces RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake, Blue- top in grading area RP, paint on previous course RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Stake RP + Marker Stake + Line Stake Centerline or Parallel to Centerline Spacing®, © <1000', Street Intersections, Begin and end of curves, only when shown on the plans lath - Intervisible, < 50' on tangents & < 25' on curves, Painted line - continuous Intervisible and < 50' < 200' on tangents, < 50' on curves when R> 1000' & 25' on curves when R< 1000' <50' < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' < 25' or as per the intersection grid points shown on the plan whichever provides the denser information intervisible & < 25', beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines < 25', BC & EC, at 1/4A, 1/2A & y'A on curb returns & at beginning & end Vertical locations shall be based on the ultimate elevation of curb and sidewalk at each pole & controller location at each junction box location < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1000' or where grade < 0.30% for catch basins: at centerline of box, ends of box & wings & at each end of the local depression ® < 50' & along end slopes & conic transitions Lateral Spacing (D, © on street centerline at clearing line Grade Breaks S<25' N/A ( constant offset) N/A <22' edge of pavement, paving pass width, crown line & grade breaks as appropriate ( constant offset) as appropriate as appropriate as appropriate as appropriate as appropriate Setting Tolerance (Within) 0.02' Horizontal, also see Section 2-9.2.1 herein 1' Horizontal 0.1 'Verticals Horizontal 0.1' Horizontal 0.1' Verticals Horizontal J/8" Horizontal & V4" Vertical %" Horizontal & VV Vertical V Horizontal & V Vertical J/8" Horizontal & V4" Vertical V Horizontal & V Vertical J/8" Horizontal & V4" Vertical J/s" Horizontal & when depth cannot be measured from existing pavement V4" Vertical J/8" Horizontal & V Vertical (when vertical data needed) 0.1 'Verticals Horizontal Revised 11/13/09 Contract No. 3686 Page 65 of 116 Feature Staked Wall© Major Structure ® Footings, Bents, Abutments & Wingwalls Superstructures Miscellaneous ® Contour Grading © Utilities ®, ® Channels, Dikes & Ditches © Signs ® Subsurface Drains © Overside Drains © Markers © Railings & Barriers © AC Dikes © Box Culverts Pavement Markers© Stake Description ® RP + Marker Stake + Line Point +Guard Stake RP + Marker Stake + Line Point +Guard Stake RP RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Point +Guard Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP Centerline or Parallel to Centerline Spacing®, © < 50' and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns 10' to 33' sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns <50' < 50' on tangents & curves when R> 1000' & < 25' on curves when R < 1 000' or where grade < 0.30% intervisible & < 100', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities At sign location intervisible & < 50', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities longitudinal location for asphalt street surfacing < 50' on tangents & curves when R> 1000' & < 25' on curves when R< 1000'. At beginning & end and < 50' on tangents & curves when R > 1000' & < 25' on curves when R< 1000' At beginning & end 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert 200' on tangents, 50' on curves when R > 1000' & 25' on curves when R < 1000'. For PCC surfaced streets lane cold joints will suffice Lateral Spacing ®, © as appropriate as appropriate as appropriate along contour line as appropriate as appropriate Line point as appropriate At beginning & end At marker location(s) at railing & barrier location(s) as appropriate as appropriate at pavement marker location(s) Setting Tolerance (Within) 74" Horizontal & V4" Vertical V Horizontal & 74" Vertical J/8" Horizontal & 74" Vertical 0.1 'Verticals Horizontal %" Horizontal & 74" Vertical 0.1' Horizontal & 74" Vertical 0.1 'Verticals Horizontal 0.1' Horizontal & 74" Vertical 0.1' Horizontals 74" Vertical '/41' Horizontal J/s" Horizontal & Vertical 0.1' Horizontal & VerticalJ/8" Horizontal & 74" Vertical 74" Horizontal © Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature ® Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table ® Perpendicular to centerline. ® Some features are not necessarily parallel to centerline but are referenced thereto ® Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature © > means greater than, or equal to, the number following the symbol. < means less than, or equal to, the number following the symbol. ® 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. Revised 11/13/09 Contract No. 3686 Page 66 of 116 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(6) TABLE 2-9.2.2(6) Survey Stake Color Code for Construction Staking Type of Stake Horizontal Control Vertical Control Clearing Grading Structure Drainage, Sewer, Curb Right-of-Way Miscellaneous Description Coordinated control points, control lines, control reference points, centerline, alignments, etc. Bench marks Limits of clearing Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Bridges, sound and retaining walls, box culverts, etc. Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Fences, R/ W lines, easements, property monuments, etc. Signs, railings, barriers, lighting, etc. Color* White/Red White/Orange Yellow/Black Yellow White Blue White/Yellow Orange * Flagging and marking cards, if used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The 6oard 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 6oard. Revised 11/13/09 Contract No. 3686 Page 67 of 116 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. 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. Revised 11/13/09 Contract No. 3686 Page68of116 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. The provision requiring the total arithmetic quantity changes, both additive and deductive to not exceed 50 percent of the quantity in the "Contractor's Proposal" shall not apply to bid items A-1, A-2, A-3, A-4, A-5, A-6, A-7, A-8, and A-10. For Bid Items A-1 through A-8, it is the intent that the Contractor will be paid at the unit price stipulated in the Contractor's Proposal for the actual final quantity furnished and installed, and for Bid Item A-10 the actual final quantity excavated and recompacted, which total quantity may be more or less than the quantity stipulated for each of the bid items listed in the "Contractor's Proposal. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less 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. jr^i Revised 11 /13/09 Contract No. 3686 Page 69 of 116 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. 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). Revised 11/13/09 Contract No. 3686 Page 70 of 116 (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or 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. Revised 11/13/09 Contract No. 3686 Page 71 of 116 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials ............................. 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures ... 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1 . Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1 . Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and Revised 1 1 /1 3/09 Contract No. 3686 Page 72 of 11 6 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 III disposal site in accor- dance 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 1 2650-1 2655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: _ Title: _ Date: _ Company Name: _ The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days Revised 1 1 /1 3/09 Contract No. 3686 Page73of116 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 with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. Revised 11 /13/09 Contract No. 3686 Page 74 of 116 (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (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. Revised 11 /13/09 Contract No. 3686 Page 75 of 116 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place m¥~ Revised 11/13/09 Contract No. 3686 Page 76of 116 or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing 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 Revised 11 /13/09 Contract No. 3686 Page 77 of 116 or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. Revised 11 /13/09 Contract No. 3686 Page 78 of 116 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in 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. *¥ Revised 11/13/09 Contract No. 3686 Page 79 of 116 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or Revised 11 /13/09 Contract No. 3686 Page 80 of 116 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the con- tradiction, the assignable party, the Agency or the Contractor, shall bear all costs asso- ciated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assign- able 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. 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. Revised 11/13/09 Contract No. 3686 Page 81 of 116 The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer 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. Revised 11/13/09 Contract No. 3686 Page 82 of 116 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, 2009 Edition. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. Revised 11/13/09 Contract No. 3686 Page 83 of 116 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 10 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1 .2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the Revised 1 1/13/09 Contract No. 3686 Page 84 of 1 16 precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. Revised 11 /13/09 Contract No. 3686 Page 85 of 116 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not Revised 11/13/09 Contract No. 3686 Page 86 of 116 submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. Revised 11/13/09 Contract No. 3686 ' Page 87 of 116 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment. Construction Schedule will be paid for at the stipulated lump sum price of thirty thousand dollars ($30,000). The stipulated lump sum price paid for Construction Schedule shall include full compensation for furnishing all labor, materials including, but not limited to, the computer hardware and software, tools, equipment, and incidentals; and for doing all the work involved in attending meetings, preparing, furnishing, updating, revising the tabular, bar and flow chart Construction Schedules and narrative reports required by these supplemental provisions and as directed by the Engineer. The Engineer's determination that each and any construction schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be precedent to each and any payment for the Construction Schedule. Payments for Construction Schedule will be made as per Sections 6-1.8.1 through 6-1.8.3. Revised 11 /13/09 Contract No. 3686 Page 88 of 116 6-1.8.1 Initial Payment. Ten thousand dollars ($10,000.00) of the stipulated lump sum bid for the Construction Schedule will be made when the Engineer has accepted a Construction Schedule for this project 6-1.8.2 Monthly Updated Construction Schedule Payments. Monthly Updated Construction Schedule Payments of one thousand dollars ($1,000.00) will be made subsequent to the initial payment for the Construction Schedule for each monthly Construction Schedule, updated as required herein, that the Engineer has accepted as sufficient within the month that the monthly progress payment pertains. No payment shall be made, nor shall any payment accrue, for any monthly updated construction schedule that is not marked "Accepted" by the Engineer on or before the twentieth working day of the month such monthly updated construction schedule is due per Section 6-1.3 Preparation of Schedule Updates and Revisions. The sum of the amounts paid for Construction Schedule during the initial and subsequent payment periods, or extensions to the contract, shall not exceed the stipulated lump sum price for Construction Schedule. 6-1.8.3 Concluding Payment. A Final payment of two thousand dollars ($2,000.00) for the Construction Schedule will be made when both one hundred percent of the contract work is completed and the Engineer has accepted a final construction schedule update prepared and submitted by the Contractor as required herein that shows the actual beginning and ending dates and all other data that is required for baseline and update schedules for each activity shown on the baseline construction schedule and updates thereto that the Engineer accepted for this project. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes site grading and drainage, installation of storm drains, water pipelines, sewer pipelines, electrical and gas lines, concrete paving, construction of buildings, concrete walkways, security lighting, perimeter walls, and site preparation and finish grading for landscape irrigation and planting. Revised 11/13/09 Contract No. 3686 Page 89 of 116 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 material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. Revised 1 1 /1 3/09 Contract No. 3686 Page 90 of 1 1 6 If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 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. Am¥ Revised 11/13/09 Contract No. 3686 Page 91 of 116 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 400 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor associa- tion, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 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 tinfie 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 Revised 11/13/09 Contract No. 3686 Page 92 of 116 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 the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Two Thousand Dollars ($2,000.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that $2,000.00 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. Revised 11 /13/09 Contract No. 3686 Page 93 of 116V SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before Revised 11/1 3/09 Contract No. 3686 Page 94 of 116 execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. There are no Resource Agency permits for this Project. 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. Revised 11/13/09 ' Contract No. 3686 Page 95 of 116 The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Revised 1 1/13/09 Contract No. 3686 Page 96 of 1 16 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 sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. The Contractor shall prepare a Storm Water Pollution Prevention Plan (SWPPP) in accordance with Technical Specification Section 02372. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Revised 11 /13/09 Contract No. 3686 Page 97 of 116 Water Quality Control Board, San Diego Region. All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans for this project and coordination with the City and the Regional Water Quality Control Board, San Diego Region, shall be included as part of the contract price bid. The lump sum amount for Bid Item No. A-9 shall include all work required to prepare a SWPPP for the project and inclusion of any BMP's required by the SWPPP, but shall exclude the work in Bid Items A-1 through A-8. The lump sum cost for Bid Item No. A-9 shall also reference Attachment "O", titled Water Pollution Control Cost Breakdown, which is obtained from the California Stormwater Quality Association (CASQA) Stormwater Best Management Practice Handbook - Construction. Contractor shall follow the "Instructions" on Attachment "O" from the Handbook. Attachment "O" is not required to be submitted at time of bid opening, but shall be submitted with the SWPPP. The City prepared and filed a Notice of Intent (NOI) with the State Water Resources Control Board. The Contractor will provide the City all information necessary for the NOI within ten (10) calendar days of Contract award. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1 .5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. Revised 1 1/13/09 Contract No. 3686 Page 98 of 1 16 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. 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. Revised 11 /13/09 Contract No. 3686 Page 99 of 116 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 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that 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. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. m¥ Revised 11 /13/09 Contract No. 3686 Page 100 of 116 After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer (760) 602-2720 2) Carlsbad Fire Department Dispatch (760) 931-2197 3) Carlsbad Police Department Dispatch (760) 931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937) (760) 438-2980 5) Carlsbad Traffic Signals Operations (760) 602-2752 6) North County Transit District (760) 967-2828 7) Waste Management (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities 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 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the 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.Let 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 Revised 11/13/09 Contract No. 3686 Page 101 of 116 signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 6-feet, nor operate equipment within 2-feet from any traffic lane occupied by traffic. For equipment the minimum acceptable shy distance, 2-feet shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one paved traffic lane, not less than 12-feet wide, shall be open for use by public traffic in each direction of travel. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavatfon 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 A•K Revised 11/13/09 Contract No. 3686 Page 102 of 116 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 2003 Revision 1, as amended for use in California) published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20- day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the Revised 11 /13/09 Contract No. 3686 Page 103 of 116 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 prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefore. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for 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. Additional requirements regarding blasting are included in Technical Specffication Section 01210 and Section 02300. 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. Revised 1 1/13/09 Contract No. 3686 Page 104 of 116 The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit- required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. Revised 11/13/09 Contract No. 3686 Page 105 of 116 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. All facilities provided for Agency personnel shall be at suitable locations approved by the Engineer. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. A Class "A" Field Office in accordance with Section 8-2.1 shall be provided at any offsite plant facility furnishing pipe subject to Agency inspection during manufacture. A Field Laboratory in accordance with Section 8-3.1 shall be provided at any offsite or project site plant facility furnishing Portland cement concrete or asphalt paving material. Any other facilities for Agency personnel shall be provided only when required by the Specifications. Offices and laboratories at plants may be used concurrently by inspection personnel of other agencies provided such use does not seriously conflict with Agency use. When facilities are shared in this manner, at least one locker provided with a hasp for a padlock must be available for the exclusive use of Agency inspectors. Otherwise any facilities furnished are for the exclusive use of Agency personnel. All facilities shall conform to the applicable codes, ordinances, and regulations of the local jurisdiction and of the State of California, and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. Revised 11/13/09 Contract No. 3686 - Page 106 of 116 The Contractor shall provide janitorial and other maintenance services in all types of facilities provided. Such services shall include the supply of the appropriate paper products and dispensers. Trash receptacles shall be provided and emptied by the Contractor at weekly intervals or sooner as required. The trash shall be removed from the project site. All costs to furnish, maintain, service, and remove the specified facilities at the project site shall be included in the price bid for such facilities. If no bid item is provided in the proposal, costs shall be included in other items for which bids are entered. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. 8-2.1 Class "A" Field Office. Contractor shall furnish the Engineer a "Class A" Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals that the Engineer may designate. The field office shall be a separate structure from any other office facility. The Contractor shall maintain the field office throughout the entire duration of the contract unless the Engineer shall otherwise direct. This office shall have a minimum floor space of 600 ft2. All doors and windows shall be provided with screens. Furniture shall be provided as follows: two plan tables, one standard 5 feet long double-pedestal desk with a drawer suitable for holding files, three chairs, two drafting stools, one 5 drawer file cabinet, and one plan rack. Electric power shall be provided to include a minimum of four duplex convenience outlets. The office shall be illuminated at the tables and desk. An outdoor lighting fixture with a 300-watt bulb shall be installed. Heating and air conditioning of sufficient capacity shall be provided at no expense to the Agency. The Contractor shall provide drinking water within the office and integral sanitary facilities directly adjoining. Sanitary facilities shall include a toilet and wash basin with hot and cold running water. Extended area, non-coin-operated telephone service shall be provided within the office area. The installation shall include sufficient extension cord to serve the plan table and desk. Additionally the "Class A" Field Office shall be provided with: one (1) electrostatic copier and supplies, copier shall be Xerox Model Document Centre 545, or equal, one (1) FAX machine, Canon Model Faxphone B640 Bubble Jet Facsimile, or equal, one (1) refrigerator, one (1) microwave oven, and one water cooler with hot and chilled water. The integral sanitary facilities may be separate enclosed toilets per Section 7-8.4. Furnishings are subject to agency approval. The field office shall be located at a site satisfactory to the Engineer and within or immediately adjacent to the limits of work. Access and three parking spaces for the exclusive use of the Engineer and his/her designees that are convenient and satisfactory to the Engineer shall be provided by the Contractor. The field office shall have a 24" by 36" sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Engineer. Revised 11 /13/09 Contract No. 3686 Page 107 of 116 CITY OF CARLSBAD ENGINEERING INSPECTION 8-3 FIELD LABORATORIES. 8-3.1 Offsite at Manufacturing Plant, (not required) 8-3.2 At Project Site, (not applicable) 8-4 BATHHOUSE FACILITIES, (not required) 8-5 REMOVAL OF FACILITIES. Field offices at the project site shall be removed upon completion of the Work. Buildings and equipment furnished by the Contractor at the project site under the provisions of this section are the property of the Contractor. 8-6 BASIS OF PAYMENT. All costs incurred in furnishing, maintaining, servicing, and removing field office(s) required at the project site shall be included in the bid item for furnishing such facilities. If such facilities are required by the Plans or Specifications and no bid item is provided in the proposal, the costs shall be included in other items for which bids are entered. Such costs incurred in connection with offices and laboratories at plants shall be borne by the plant owners. Payment for field office will be made at the monthly price bid and will include full compensation for installing and removing the field office, relocating it as may be necessary to facilitate the project, obtaining all permits, property rental, providing utilities including, but not limited to, high speed internet service, electrical, telephone, potable water and sanitary facilities, and maintenance. The monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Engineer and on the project excepting when the Engineer has ordered that the field office be removed from the project. SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Revised 11713/09 Contract No. 3686 Page 108 of 116 Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Revised 11/13/09 Contract No. 3686 Page 109 of 116 Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6- 10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper m¥ Revised 11 /13/09 Contract No. 3686 Page 110 of 116 payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. A•K Revised 11/13/09 Contract No. 3686 Page 111 of 116 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 Technical 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. 9-3.4 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 twenty thousand dollars ($20,000.00) 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 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 lump sum amount entered for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the lump sum amount stipulated for mobilization and preparatory work will be allowed therefore. Revised 11 /13/09 Contract No. 3686 Page 112 of 116 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 the project site. 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 construction schedule(s). 3. Establishment of all offices, buildings, construction yards, sanitary facilities, and any other facilities necessary for work at the project site. 4. Posting all OSHA required notices and establishment of safety programs. 5. Posting all Department of Labor required notice, regulations and prevailing wages. 6. The movement of personnel, equipment, supplies, and incidentals to the project site. 7. Developing and installing construction water supply. 8. Notification of residents and businesses. 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. 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 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 Descriptions: Bid Item A-1: Furnish & install gravel bags for bio-swales, check dams, inlet protection, and other miscellaneous locations in accordance with CASQA BMP's SE-4, SE-6 & SE-10. Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for installing gravel bags as shown on the plans and additions or replacement of gravel bags as required. Bid Item A-2: Furnish & install silt fence including all stakes for perimeter protection, toe of slopes, and repair and replacement in accordance with CASQA BMP SE-1. Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for installing silt fencing as shown on the plans and additions or replacement of silt fencing as required. Bid Item A-3: Furnish & install straw blanket bio-degradable single net for slope protection in accordance with CASQA BMP EC-7. Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for installing Revised 11/13/09 Contract No. 3686 Page 113 of 116 straw blanket bio-degradable single net as shown on the plans and additions or replacement of straw blanket bio-degradable single net as required. Bid Item A-4: Furnish & install straw blanket bio-degradable double net for bio-swale protection in accordance with CASQA BMP EC-7. Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for installing straw blanket bio-degradable double net as shown on the plans and additions or replacement of straw blanket bio-degradable double net as required. Bid Item A-5: Furnish & install fiber rolls for wind rows and behind curb in accordance with CASQA BMP SE-5. Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for installing fiber rolls as shown on the plans and additions or replacement of fiber rolls as required. Bid Item A-6: Furnish & install plastic covers (sheeting) to protect swales, detention basin, dirt piles, and material storage in accordance with CASQA BMP EC-7. Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for installing plastic covers as shown on the plans and additions or replacement of plastic covers as required. Bid Item A-7: Construct stabilized construction entrance/exit 50' x 20' with tire wash rack in accordance with CASQA BMP TC-1. Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for installing construction entrance/exit 50' x 20' with tire wash rack as shown on the plans. Bid Item A-8: Furnish & install filter fabric for drop drain protection in accordance with CASQA BMP SE-10. Price shall constitute full compensation for providing but not limited to materials, transportation, equipment, tools, labor, and all incidentals for installing filter fabric as shown on the plans. Bid Item A-9: Storm Water Pollution Prevention (lump sum) - Price shall constitute full compensation for providing water pollution control and shall include furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in installing, constructing, maintaining, removing and disposing of control measures, including those shown on the project plans, as specified in Technical Specification Section 02372, the Storm Water Pollution Prevention Plan, and as directed by the Engineer for all work shown on the plans, but exclude the work included in Bid Items A-1 through A-8. Bid Item A-10: Structural excavation and backfill at locations shown on sheets C-6 of the plans in conformance with Technical Specifications Section 02300, and Geotechnical Update Investigation, Proposed Carlsbad First Responder's Joint-use Training Facility, Carlsbad, California, dated July 21, 2008. Price shall constitute full compensation for items including but not limited to disposal of surplus and unsuitable materials, stockpiling, re-compaction, mixing, final grading, backfilling, associated surveying, scarification, moisture adjustments, and all incidentals as described in Technical Specification Section 02300. Bid Item A-11: Refer to General Provisions Section 9-3.4.1 Mobilization and Preparatory Work. Bid Item A-12: Refer to General Provisions Section 6-1.8 Measurement and Payment. Bid Item A-13: Refer to General Provisions Section 2-5.4 RECORD DRAWINGS. Payment will Revised 11 /13/09 Contract No. 3686 Page 114 of 116 be made upon completion and submittal of the Record Drawings to the City upon completion of project construction. Bid Item A-14: This bid item shall include all work required for construction of the project in conformance with Drawing No. 463-1, the contract documents and Technical Specifications, but exclude the work contained in Bid Items A-1 through A-13. Bid Item B-1: Refer to Technical Specification Section 01010 Project General Requirements, Part 1.01 Work Covered by Contract Documents, Item 4 a. Deductive Alternate #1. Bid Item B-2: Refer to Technical Specification Section 01010 Project General Requirements, Part 1.01 Work Covered by Contract Documents, Item 4 b. Deductive Alternate #2. m¥ Revised 11 /13/09 Contract No. 3686 Page 115 of 116 APPENDIX "A" CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be resurfaced with asphalt concrete over the existing roadway surface. This construction will require the closing of your street to through traffic for one day. Your street, from XYZ St. to DEF Ave. will be closed to through traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE: XX/XX/XX from 7:OOA.M. to 5:00 P.M. If you don't plan to leave your home by 7:00 A.M. on the above date please park your car on an adjacent street in your neighborhood that will not be resurfaced. Streets scheduled for resurfacing can be determined by calling either the Contractor or the City of Carlsbad's Project Inspector. When walking to and from your car, remember not to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overlaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at the above phone number if you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. Revised 11/13/09 Contract No. 3686 Page 116 of 116 APPENDIX B AT&T REQUIREMENTS AND SPECIFICATIONS FOR INSTALLATION OF CONDUITS DETAIL 'A' TYPICAL CONDUIT CONDUIT TERMINATION AT PEDESTAL GROUPINGS TELCO TO f^C)\ PLACE PEDESTAL I O / ,— 24' RADIUS 6' ^ / FINAL GRADE T * JilsX' 24' MINIMUM 1. USE 24' RADIUS SWEEPS WHEN BRINGING 4' CONDUIT UP AT PEDESTAL LOCATIONS, 2, MAINTAIN 3' SEPARATION FROM POWER TERMINATORS (SEE DETAILS 'B' 8. 'E') 3, TRIM CONDUITS AT 6' ABOVE FINAL GRADE AND STRAP TOGETHER 4. PLACE WEATHERPROOF CAPS ON ALL CONDUITS, MARK OR RECORD STUB LOCATION. DETAIL 'B' TRANSFORMER MAIN PAD TRENCH \\,3' / / \ BY-PASS TRENCH / DETAIL VC' FINAL j i 1 GRADE 24' _i_ MIN. V 12' SAND 1' SAND KA*U ?:?:•.:::::::?:?:!: " I KLNLI I ULIA1L DETAIL 'D' ±FINAL GRADE MIN. j 12' SAND *\/*j>T © — 3' SAND BASE ^^^S^^ DETAIL -E' GROUND LEVEL 1. TYPIt TRAN DEVE 2. DEVE GROU TELC SDG8.E TRANSFORMER -=Y^ JV ^ TELEPHONE PEDESTAL 10' DR LESS | | * n I #6 AWG GND UI/7/V\ [24',m •=^ ^5: ^^. ^^L T "" " """> )T"GRDtJND WIRE PLACED^. X~ JOINT TRENCH\S BY DEVELOPER \X POWER TELCD CONDUIT CONDUIT :AL BONDING DRAWING BETWEEN S.D.G.8.E. SFDRMER AND TELCO PEDESTAL USING LDPER PROVIDED CONDUIT SYSTEM, ILOPER TO PROVIDE NOT LESS THAN tt6 SOLID AWG ND WIRE BETWEEN POWER TRANSFORMER AND D PEDESTAL, ft.* DETAIL T' GRADE 1 A-•; t OVERHEAD VIEW 1 1-4' CONDUIT ^^-i — v^S' CONCRETE "•**. *+-^ E CONDUIT TERM DEVELOPER TOi 1, MAINTAIN 3' SEPARAT] 2. PLACE WEATHERPROOF 3, STRAP CONDUIT TO P[ CONDUIT MUST BE VEf LEVEL. CONDUITS NO INTO POLE ARE NOT A 4. VERIFY POLE QUADRA INCASEMENT INATIQN AT POLE ON FROM OTHER UTILITIES ON CAP DN END OF CONDUIT 3LE ABOVE GROUND LINE. 5TICAL TD POLE AT GROUND T TOUCHING POLE DR ANGLING CCEPTABLE, NT WITH TELCD INSPECTOR. POLE. AT8.T UNDERGRDUND SPECiriCATIONS I ' ' mf[f> ' 1. RIGID STEEL OR APPROVED PLASTIC IS SPECIFIED IN UNDERGRDUND CDNSTRUCTIDN. CDNDULETS, PLUMBER'S FITTINGS, WATER AND GAS PIPES MUST NOT BE USED, 2. TYPICAL PLASTIC CDNDUITi 2'. PTS66 OR EQUIV. DB120 4'i PTS77 3. ALL CONDUIT BENDS TO HAVE MINIMUM RADIUS IN FEET EQUAL TO DIAMETER OF CONDUIT IN INCHES l,e, 2' DIA. = 24' RADIUS. SEE DETAIL 'A' EXCEPTION. 4. NO CONDUIT RUN TO HAVE OVER TWO 90 BENDS. IT NECESSARY TO HAVE OVER TWO 90 BENDS, INSERT ACCESSIBLE PULL BOX IN RUN (MINIMUM 17' x 30'X CONTACT TELCO INSPECTOR FOR PULL BOX SIZING. 5. A) ALL CONDUIT SHALL BE LEFT CLEAN, DRY, AND FREE DF DEBRIS DR OTHER OBSTRUCTIONS. B) ANY RADIUS 80' OR UNDER REQUIRES A 5-SACK CONCRETE 3' ENCASEMENT. C> ALL 90 BENDS INTO PEDESTALS, ETC., REQUIRE A 5-SACK, 3' CONCRETE ENCASEMENT. D) TWO-INCH CONDUIT MUST HAVE 3/8' POLY PULL RDPE AND FOUR-INCH CONDUIT MUST HAVE 3/8' PDLY PULL RDPE. E) SEE DETAIL 'A' FDR CLUSTERING OF CONDUITS AT PEDESTAL LOCATIONS. 6. FINAL GRADE MUST BE ESTABLISHED AT ALL PEDESTAL LOCATIONS BEFORE TELCO CABLE AND PEDESTALS ARE PLACED, 7. MAINTAIN MINIMUM COVER OF 24'. SEE DETAIL %C' AND 'D' FOR PROPER SHADING AND SEPARATION. 8. MAINTAIN MINIMUM 12' SEPARATION FROM ALL TRENCH OCCUPANTS EXCEPT C.A.T.V, PER C.P.U.C. GENERAL ORDER 128. NO COMMUNICATIONS ALLOWED WITH WET UTILITIES. 9. ALL TRENCH BACKFILL MATERIAL TO BE CLASS 'B' AND COMPACTION TO BE IN ACCORDANCE WITH MUNICIPAL/COUNTY SPECIFICATIONS, 10. TRENCH TO BE INSPECTED AND ACCEPTED BY TELEPHONE COMPANY INSPECTOR PRIOR TO BACKFILL. CALL DAVE HUNTER ON (858)546-3639 48 HOURS PRIOR TO INSPECTION REQUEST. 11. VERIFY ALL SUBSTRUCTURE LOCATIONS BEFORE EXCAVATING. (CALL USA 1-800-422-4133.) BIC #. GED. CD.DB-19 CARLSBAD LA COSTAEXCHANGE. ENGINEER JILL SCDTT TEL. NO. (85B)£6B-67gg ARC VDKIFOVJO TYPE DF CONST. DEVELOPER SPECIFICATIONS GROUNDING REQUIREMENTS TAKE A #6 AWG SOLID COPPER WIRE FROM THE COMMON GROUND ELECTRODE TO THE AT&T BACKBOARD. PLACE THE GROUND WIRE IN A r CONDUIT OR STRAP SECURELY TO A WALL. THE GROUND WIRE IS FDR AT&T ONLY. 2, IF A CDMMDN GROUND ELECTRODE IS NDT ACCESSIBLE, A NIPPLE CAN BE PLACED DN THE MAIN ELECTRICAL CABINET - SEE METHOD BELOW METHOD OF GROUNDING AT POWER PANEL LOCATIONS MATERIAL REQUIRED' 1' METALLIC NIPPLE - 3' LONG 2-1' LOCK NUTS ALL LABOR AND MATERIAL TO BE FURNISHED BY ELECTRICAL CONTRACTOR. MAIN ELECTRICAL PANEL !• Nlpple-3' Long Plus End of Nipple KithCaulking or Cap !• Lock Nut: I. J ' t\ ooo Mln 5 Threads•Ide TD COMMON GROUND ELECTRODE METHOD DRILL OR PUNCH A r HOLE THROUGH THE SIDE PANEL PLACE THE 1' NIPPLE THROUGH THE SIDE PANEL SECURE THE NIPPLE BY ATTACHING A 1' LOCK NUT DN EACH SIDE OF A NON-REMOVABLE PANEL ALLOWING 2' PROJECTION DN DUTSIDE. AT&T BACKBOARD DETAIL CENTER DF BACK- BOARD MUST BE AT 48'. CONDUIT MUST BE SECURED TD BACK- BOARD- #6 AWG <SOLID) COMMON GROUND ELECTRODE TD INSIDE TERMINATIONS ALL TELCO CONDUITS MUST TERMINATE AT BACKBOARD AND BE SECURELY ATTACHED. IF CONDUIT CANNOT MEET BACKBOARD, DEVELOPER MUST PLACE 3/4' x 6' WIDE STRAPPING BOARD FROM END OF CONDUIT TD BACKBOARD. AT&T WILL NOT ATTACH CABLE TO DRYWALL OR PLASTER BOARD. OUTSIDE CABINETS ALL OUTSIDE CABINETS MUST BE U.L. APPROVED, WEATHERPROOF, AND HAVE A HINGED DOOR. PACIFIC BELL CANNOT USE OVERSIZED JUNCTION BOXES. W=£4.25'H=£5,5' 0=1.25' EQUIPPED WITH 3/4' BACKBOARD INSIDE WIRE ALL RESIDENTIAL PREWIRE MUST BE TAKEN TO TELCO BACKBOARD, TERMINATED ON 66-TYPE BLOCKS AND IDENTIFIED WITH UNIT NUMBER. BUILDING/INTERIOR SPECIFICATIONS THE AT&T BACKBOARD MUST BE SIZED AS SHOWN IN THE DETAIL ABOVE. ALL CONDUITS MUST TERMINATE ON THE BACKBOARD AT LEAST 6'. SIDEWALLS IN SHALLOW CLOSETS ARE NOT ACCEPTABLE. ALL EXPOSED- CONDUITS TD BE RIGID METAL TUBING WITH A 3/16' POLY PULL LINE. A 36' UNOBSTRUCTED WORK AREA MUST BE MAINTAINED IN FRONT OF BACKBOARD. OVERHEAD LIGHTING MUST BE AT LEAST 30 FDDTCANDLES AT FLOOR LEVEL. MINIMUM CEILING HEIGHT IN TERMINAL ROOM IS 8'6'. PENETRATION OF FIRE RATED WALLS, MASONRY, AND METAL WALLS OR FLOORS AND ALL FIRESTOPPING IS THE RESPONSIBILITY OF THE BUILDING OWNER. 110-120V DUPLEX RECEPTACLE SEPARATELY FUSED ADJACENT TD BACKBOARD (ALL COMMERCIAL BUILDINGS). FIBER FED BUILDINGS WILL REQUIRE A DEDICATED 208V/220V, 30 AMP CIRCUIT WITHIN 2' DF FIBER MUX EQUIPMENT. 9. TELEPHONE ROOMS THAT SUPPORT FIBER MUX EQUIPMENT WILL REQUIRE ENOUGH AIR CONDITIONING TD HANDLE 6000 BTU AND MAINTAIN AN AMBIENT TEMPERATURE NOT TD EXCEED 77 DEGREES FAHRENHEIT. 2. 3. 4. 5.6, 8 1' RADIAL CLEARANCE,SUPPLY SERVICE DROPS 0-750 VOLTS NOT LESS THAN 2' RADIAL CLEARANCE BETWEEN THE POINT AND POLE MAINTAIN 18' CLEARANCE FROM OVER STREETS OR ALLEY TELCO CONDUIT MUST BE AT LEAST ONE FOOT FROM CABLE TV OR ELECTRICAL RISERS. AT BUILDING ATTACHMENTS, ONE FOOT RADIAL CLEARANCE FROM POWER SERVICE DROPS. BUILDING ATTACHMENTS MUST NEVER BE LESS THAN 18' ABOVE STREET DR ALLEY TO ALLOW CLEARANCE FOR TRAFFIC. INSPECTION NOTES THE AT&T INSPECTOR RESERVES THE RIGHT TO REFUSE CONDUIT THAT DEVIATES FROM PLANS AND SPECIFICATIONS. DESIGN CHANGES WILL BE EVALUATED AND MAY RESULT IN A BILLING TO THE PROJECT. REMEMBER' CHECK THE CODES. MANY CITIES AND COUNTIES HAVE EXISTING CODE DR ORDINANCES WHICH PROHIBIT THE INSTALLATION DF EXPOSED TELEPHONE WIRING ABOVE SUSPENDED CEILINGS WHEN THE SPACE IS USED FOR AIR HANDLING. SOME CITIES PROHIBIT THIS PRACTICE IN ANY SUSPENDED CEILING SPACE. PROJECT ADDRESSES TO BE PROVIDED. UNIT ADDRESSES, IF APPLICABLE, TO BE PROVIDED. AT&T INSPECTION MUST BE PASSED 30 DAYS PRIOR TO NEED FOR DIAL TONE, FIRE ALARMS, ETC. FOR QUESTIONS OR CHANGES, CALL ENGINEER. IF UTILITY ROOMS ARE TO BE LOCKED WITH SDG&E MASTER KEY, DEVELOPER MUST NEGOTIATE WITH TELCO INSPECTOR FOR INSTALLATION DF TELCD LOCK BOX. DAVE HUNTER . TWO INSPECTOR. CALL C858)546-3639 DR DAYS BEFORE INSPECTION REQUIRED. TWO DAYS BEFORE YOU DIG CALL U.S.A. <TQLL FREE) 1-800-433-4133 BIC tt PENDING DB-19GED. CD._ EXCHANGE CARLSBAD LA CDSTA ENGINEER JILL SCOTT ARC voKirovjo TEL. NO. CS58)g6B-6722 TYPE DF CONST. DEVELOPER SPECIFICATIONS RO/EST NO. _7_496g4e_ DWG g OF g P504 DEVELOPER TO PLA CNDTS FROM EXIST/NG AT4TP TO TELCO ROO/Y\ APPENDIX C STANDARD DRAWINGS STANDARD CAST IRON MANHOLE FRAME & COVER - SEE DWG. NO. S4. 12" WIDE X 6" THICK PAVEMENT OR FINISH GRADE. 12" CLASS 560-C-3250 CONCRETE COLLAR WITH 3" ASPHALT CONCRETE OVERLAY (TYPICAL). RINGS AS REQUIRED. MAX.=11", MIN.=5", TOP=2-2 1/2" RINGS. VARIABLE JOINT DETAILS SEE DWG S1A MIN. SLOPE WIDTH SHALL EQUAL PIPE DIA. SECTION A-A 6-INCHES OF 3/4" CRUSHED. ROCK BASE SECTION C-C NOTES: CAST IN PLACE CONCRETE FOR BASE SHALL BE TYPE 560-B-3250. ALL PIPE IN MANHOLE SHALL BE PVC AND SHALL BE INCLUDED AS PART OF MANHOLE. MANHOLE SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM C-478. STUB OUTS SHALL HAVE A MINIMUM LENGTH OF 3 FEET BEYOND MANHOLE. SDR 35 PVC PIPE MAY BE INSTALLED IN STRAIGHT-THROUGH MANHOLES WITH NO JUNCTIONS. THE TOP SECTION OF PIPE SHALL BE REMOVED FLUSH WITH TOP OF SHELF. CUTS SHALL BE NEAT AND DRESSED MINIMIZING BURRS AND ROUGH EDGES. EACH SHAFT AND RISER JOINT SHALL BE SEALED PER JOINT DETAIL ON DWG S-1A WITH BUTYL RUBBER SEALANT ROPE. WHEN MANHOLE FORMS THE JUNCTION OF SEWERS AND/OR AN ANGLE IN MAIN ALIGNMENT, SPECIAL CARE SHALL BE ' USED IN FORMING THE CHANNELS TO FACILITATE THE FLOW OF SEWAGE. INVERTS SHALL BE TRUE TO GRADE AND ALIGNMENT AND FINISHED WITH SMOOTH SURFACE. PLAN B-B NOT TO SCALE APPROVED DATE CITY OF CARLSBAD STANDARD SEWER MANHOLE CITY ENGINEER ', 7//o/og DATE SUPPLEMENTAL STANDARD NO.S- HALF PLAN FRAME & COVER INNER COVER TOP SIDE 1 5/8" I 1/8"-* 6"': J h H< ^39 3/4"D 38 5/8"D [38 3/8"D [L__ ^ 1/4" CH 38 1/8"D 24"D _ 24"D 22"D>J ^ 11/2" <WFER 26"D 26 1/2"D "" 6^8- 1/4" 3^4' J| 1 3/8"MIN. ^7 1 5/8"MIN. |j/ 3" Y/ T DETAIL ja EBOTTOM SIDE HALF SECTION FRAME & COVER NOTES: 1 1/2" WEIGHTS: INNER COVER OUTER COVER FRAME =155 LBS. =300 LBS. =330 LBS. 2. 3. 4. 5. MATERIAL: CAST IRON. MACHINE SEATS TO PREVENT NOISE. FILLET RADII TO BE 12". IMPORTED COVERS AND FRAMES SHALL HAVE CONTRY OF ORIGIN MARKING IN COMPIANCE WITH FEDERAL REGULATIONS.SECTION A-A REV.APPROVED DATE CITY OF CARLSBAD MANHOLE FRAME & COVER CITY ENGINEI SUPPLEMENTAL STANDARD NO.S-4 TYPICAL TRENCH SECTION WITH DIMENSIONS AND COMPACTION ZONES TRENCH ZONE MAX. ALLOWABLE SLOPE OF EXCAVATION PER REQUIREMENTS OF CAL/OSHA. 4 MIN. TO 8 MAX. BENEATH PIPE OR 1" MIN. BENEATH BELL, WHICHEVER IS GREATER.P.V.C. PIPE PIPE ZONE NOTES: 1. PERCENTAGES SHOWN EQUAL MINIMUM RELATIVE COMPACTION. 2. MINIMUM DEPTH OF COVER FROM TOP OF PIPE TO FINISH GRADE FOR ALL SANITARY SEWER INSTALLATIONS SHALL BE 3 FEET. FOR COVER LESS THAN 3', SPECIAL DESIGN AND APPROVAL REQUIRED. 3. TRENCH ZONE BACKFILL SHALL BE PER SECTION 02223. NO ROCKS LARGER THAN 4" IN ANY DIMENSION WILL BE ALLOWED IN BACKFILL. ASPHALT OR CONCRETE CHUNKS WILL NOT BE ALLOWED.5/4" CRUSHED ROCK REV.APPROVED DATE CITY OF CARLSBAD PIPE BEDDING AND TRENCH BACKFILL FOR SEWERS CITY ENGINEER SUPPLEMENTAL STANDARD NO. '. 7//Q/CL DATE S-5 CLEAN-OUTS IN YARD TO BE COVERED WITH 10" PLASTIC COVER BY CARSON PART NO. 910 O.A.E. CLEAN-OUTS IN CONCRETE TO HAVE CONCRETE BOX WITH TRAFFIC LID BY J&R OR BROOKS PART NO. 3-R-T. SEWER CLEAN-OUT RISERS TO BE FITTED WITH MALE SCREW IN PLUG. OPTIONAL WYE (WHEN APPROVED). WYE WITH 1 FOOT STUB AND PLUG OPTIONAL 90' ELBOW WHEN APPROVEDWYE (TO BE SET AT 45 DEGREE ANGLE). OR BEDDING AND TRENCH COMPACTION SEE DWG. NO. S5. SECTION STAMP CURB FACE "SS" PLAN VIEW NOTES: 1. THE LATERAL SHALL BE BEDDED THE SAME AS THE MAIN LINE SEWER. 2. IN NO CASE SHALL A LATERAL CONNECT TO THE SEWER MAIN DIRECTLY ON TOP OF THE PIPE. 3. SEWER LATERALS SHALL HAVE A 2% MINIMUM SLOPE. ALL JOINTS ON SEWER LATERAL PIPE SHALL BE 4. COMPRESSION TYPE OR APPROVED SOLVENT WELD. 5- AS-BUILT SEWER LATERAL LOCATIONS SHALL BE FURNISHED TO THE CITY INSPECTOR ON FORMS PROVIDED PRIOR TO FINAL APPROVAL OF WORK. 6- ALL LATERAL TRENCHES TO PROPERTY LINE AND SEWER MAIN TRENCHES TO BE COMPACTED PER S5. 1- CLEAN-OUT TO BE ADJUSTED TO GRADE AFTER FINAL FINISH GRADING. 8- FOR BACKFILL AROUND CLEANOUT RISER SEE DWG. S-5, NOTE 3. 9- MAINTENANCE OF THE SEWER LATERAL FROM THE SEWER MAIN TO THE BUILDING IS THE RESPONSIBILTY OF THE PROERTY OWNER. REV.APPROVED DATE CITY OF CARLSBAD SEWER LATERAL (WITH OPTIONAL WYE) Ww»> CITY ENGINEER SUPPLEMENTAL STANDARD NO. DATE S-7 TRENCH WIDTH AT TOP OF TRENCH VARIES TOP OF BACKFILL TO BE SAME AS ORIGINAL GROUND AND MATCH ADJACENT UNDISTURBED GROUND TRENCH WIDTH IN PIPE ZONE AXIMUM ALLOWABLE SLOPE OF EXCAVATION PER REQUIREMENTS OF CAL/OSHA (T) BACKFILL TRENCH ZONE WITH NATIVE EARTH BACKFILL OR IMPORTED MATERIAL 90% RELATIVE COMPATION* 0BACKFILL PIPE BASE AND PIPE ZONE WITH IMPORTED SAND 90% RELATIVE COMPATION HAUNCHING LIMITED A PIPE DIAMETER 1" THROUGH 8" 10" THROUGH 16" 18" THROUGH 24" 27" THROUGH 36" MIN. 6" 8" 10" 12" MAX. 9" 12" 18" 24"*IN PAVED AREA, TRENCH ZONE SHALL BE COMPACTED TO 95% MIN. NO SCALE ITEM DESCRIPTION SPEC/DWG BEDDING AND BACKFILL MATERIAL SECT 02223 REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT TYPICAL TRENCH SECTION CITY ENGINEER DATE STANDARD DWG. NO.W-2 SIDEWALK CURB & GUTTER METER. BALL VALVE BY DISTRICT CONNECT TO OUTLET ASSY. NOTES: 1. CONTRACTOR SHALL ADJUST ANGLE VALVE & METER BOX TO F.G. AFTER SIDEWALK IS INSTALLED & APPROVED 2. DISTRICT WILL SET METER AND BALL VALVE 3. ALL COPPER JIONTS SHALL BE SILVER SOLDERED IN CONFORMANCE WITH SPECIFICATIONS. 4. TAP TO MAIN TO BE MINIMUM OF 24" FROM NEAREST COUPLING, FITTING, VALVE, BELL OR OTHER TAPS. POSITON ANODE MIDWAY BETWEEN DETAIL NON-CONTIGUOUS SIDEWALK & CURB 5. 6. PIPELINE AND METER BOX. INTERIOR OF METER BOX SHALL BE CLEAR OF DEBRIS TO DEPTH OF 12" CORP STOP FULLY EXPOSED AND ITEM DESCRIPTION SPEC/DWG COPPER. (TYPE '«' . SOFT) OUTLET ON PVC PRESSURE PIPE OUTLET ON AC PIPE W-8 OUTLET ON CML&C STEEL PIPE W-9 OUTLET ON DUCTILE IRON PIPE W-9 1" ANGLE METER STOP 7 METER BOX AND COVER (TRAFFIC AREA) 8 METER BOX AND COVER (NON-TRAFFIC AREA) 50 LB. ZINC ANODE WITH ANODE LEAD WIRE W-25 REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT WATER SERVICE CONNECTION FOR 5/8", 3/4" & I" METERS i V> CITY ENGINE^DATE STANDARD DWG. NO.W-3 FLANGED BALL VALVE 1. DISTRICT WILL SET METER AND BALL VALVE 2. ALL COPPER JIONTS SHALL BE SILVER SOLDERED IN CONFORMANCE WITH SPECIFICATIONS. 3. TAP TO MAIN TO BE MINIMUM OF 18" FROM NEAREST COUPLING OF TAP. 4. POSITION ANODE MIDWAY BETWEEN PIPELINE AND METER BOX. 5. FOR NON-CONTIGUOUS SIDEWALK SEE DETAIL DRAWING W3. SPEC/DWGITEMDESCRIPTION 2" COPPER SERVICE PIPE OUTLET ON PVC PRESSURE PIPE W-8 OUTLET ON ACP PIPE W-8 OUTLET ON CML&C STEEL PIPE W-9 OUTLET ON DUCTILE IRON PIPE W-9 2" ANGLE METER STOP 7 METER BOX AND COVER (TRAFFIC AREA) 8 METER BOX AND COVER (NON-TRAFFIC AREA) 2" C X C 90' ELL (SILVER SOLDERED). 10 30 LB. ZINC ANODE WITH ANODE LEAD WIRE W-25 REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT 2" WATER SERVICE CONNECTION FOR I I/2" & 2" METERS CITY ENGINE , 7//Q/P6 DATE STANDARD DWG. NO.W-/* 30 LB. ZINC ANODE WITH ANODE LEAD WIRE PER STD. DWG. NO. 25 — SEE SPECIFICATIONS FOR SOLDERING REQUIREMENTS. 2. SEE SPECIFICATIONS FOR PAINTING REQUIREMENTS. 3. SEE IMPROVEMENT PLANS FOR ASSEMBLY SIZE. 4. ALL VALVES AND FITTINGS SHALL BE SAME SIZE AS AIR VENT INLET. 5. POSITON ANODE MIDWAY BETWEEN PIPELINE AND VALVE BOX. ITEM DESCRIPTION SPEC/DWG ITEM DESCRIPTION SPEC/DWG 1" COPPER, (TYPE 'K' , SOFT), 2" COPPER SEP. PIPE. (TYPE "K" SOFT 14 OUTLET ON PVC PRESSURE PIPE W-8 2" COPPER ADATER, COPPER SOLDER JOINT x MALE IPT, 0-500 PSI OUTLET ON AC PIPE W-8 15 OUTLET ON CML&C STEEL PIPE W-9 2" FLARED TUBE STR CPLG, COPPER x MALE IPT. 0-150 PSI OUTLET ON DUCTILE IRON PIPE W-9 16 1" OR 2" ANGLE METER STOP CONCRETE ANCHOR BLOCK WITH 2 CUBIC FEET METER BOX & COVER (TRAFFIC AREA) 17 2" CL 125 CAST BRONZE 90' ELBOW WITH FEMALE IPT METER BOX & COVER (NONTRAFFIC AREA) 18 2" BRASS PIPE, REGULAR WALL WITH MALE IPT 1" OR 2" HEAVY DUTY 19 30"x30"x6" CONCRETE PAD 10 COMBINATION AIR RELEASE. 1" OR 2" BRASS STREET "L" 20 2" COMB. AIR RELEASE AND VACUUM VALVE, FEMALE IPT 11 1" OR 2" X 6" BRASS NIPPLE 21 AVE ASSEMBLY ENCLOSURE 12 1" OR 2" SCHEDULE 40 PVC 13 BRASS METER COMPANION FLANGE. fBRASS NUTS AND BOLTS ON 2") 22 1" OR 2" METER STOP 23 2" BRONZE BALL VALVE REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ABOVE SURFACE I & 2" AIR-VACUUM VALVE ASSEMBLY & APPURTENANCE CITY ENGINE DATE STANDARD DWG. NO.-J A.C. MAIN P.V.C. MAIN FOR WATER SERVICE CONNECTION ( TYP. ) ITEM DESCRIPTION SPEC/DWG DOUBLE BAND BRASS SERVICE SADDLE. BRONZE DOUBLE STRAP SERVICE SADDLE. CORP. STOP 1" WATER SERVICE.W-3 CORP. STOP 2 WATER SERVICE.W-4 CORP. STOP 1" AIR VACUUM VALVE ASSEMBLY.W-7 CORP. STOP 2" AIR VACUUM VALVE ASSEMBLY W-7 MANUAL AIR RELEASE ASSEMBLY W-5 T BLOW-OFF MANUAL AIR RELEASE ASSEMBLY.W-5&6 2" MANUAL BLOW-OFF / AIR RELEASE ASSEMBLY.W-6&7 REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT OUTLETS ON A.C. OR P.V.C. MAIN FOR I INCH THRU 2 INCH ASSEMBLIES CITY ENGIN Js/tv^y. EER DATE STANDARD DWG. NO.W-8 NOTES: 1. FIRE HYDRANT BASE - 5 EA. 13/16" DIA. HOLES. 2. BOLTS & NUTS - 3/4" X 3" HEX HEADS. 3. INSTALL BOLTS WITH NUTS ON TOP OF FLANGE. 4. SEE SPECIFICATION FOR PAINTING REQUIREMENTS. (BEGIN PAINT AT SCORE IN BREAK-OFF SPOOL). 5. SEE SPECIFICATION FOR BURIED FLANGE REQUIREMENTS. 6. SEE IMPROVEMENT PLANS FOR FIRE HYDRANT LOCATIONS. 7. A 3' CLEAR SPACE SHALL BE MAINTAINED AROUND THE CIRCUMFERENCE OF F.H. EXCEPT AS OTHERWISE REQUIRED OR APPROVED. * 36" BEHIND FACE OF CURB FOR NON-CONTIGUOUS / OR NO SIDEWALK. 8. ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SPEC. 09902 CNl CURB & GUTTER 7 ITEM DESCRIPTION SPEC/DWG A.C.P. - RT X FL TEE. DUCTILE IRON PIPE - D.I. TEE WITH 6 FL OUTLET. ( PJ OR MJ X FL) STEEL PIPE - 6" STEEL FL OUTLET. ASBESTOS CEMENT PIPE - RT X FL TEE WITH 6 OUTLET. 6" FL X PJ GATE VALVE. 6" CLASS 150 PVC PRESSURE PIPE. 6 X 50 PJ X FL BURYELL ( 6 HOLE PATTERN ). 8 6" VARIABLE LENGTH FL. BREAK OFF SPOOL. ( GROOVED BOTH ENDS ). 6" FIRE HYDRANT. 10 POLYETHYLENE ENCASEMENT 11 VALVE BOX ASSEMBLY. 12 THRUST BLOCK REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT FIRE HYDRANT ASSEMBLY CITY ENGINE DATE STANDARD DWG. NO. ^ " I 2 REST ON BONNET OF VALVE. (2" MIN. CLEARANCE). SECTION A-A DOMESTIC WATER SECTION B-B RECLAIMED WATER NOTES: 1. IN NON-ROAD AREAS PLACE MARKER POST NEXT TO VALVE BOX ASSEMBLY AS DIRECTED BY THE ENGINEER. ( SEE DRAWING NO. 23 ). 2. ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SPEC. 09902 3. SEE DRAWING NO. 23 FOR GATE VALVE EXTENSION. 4. UPPER SIDE OF LID TO RECIEVE 2 COATS OF PAINT. SEE SPECIFICATIONS FOR PAINTING REQUIREMENTS, ( PAGE 4 ). ITEM DESCRIPTION SPEC/DWG VAL BOX & COVER WITH NON-SKID C.I. COVER AND LIFT HOLE. MARKED "WATER" VAL. BOX & COVER FOR NORMALLY CLOSED VALVE. VAL. BOX & COVER MARKED "RECYCLED WATER". 8" C900 PVC OR ASPHALT COATED WELL CASING. CONCRETE COLLAR IDENTIFY CONC. BY CLASS 560-C-3250 POLYETHYLENE ENCASEMENT REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT VALVE BOX ASSEMBLY CITY ENGINEER Jf> 7/A/gfi ^ DATE STANDARD DWG. NO.W-I3 FITTING OR COUPLING. 59" MAX. (RIGID PIPE) CAP.REINFORCING STEEL DETAIL. END CAP BLOCK. A=111/4< )221/2'1 VERTICAL BEND.TEE (TOP VIEW). -ir-zSLrr A=111/4*,221/2', 45>,50',60'. Tor HORIZONTAL & VERTICAL BEND. NOTES: TEE (SIDE VIEW). 1. FITTINGS SHALL BE DUCTILE IRON FOR D.I.P. & P.V.C.; CAST IRON FOR A.C.P. (CEMENT LINED SHORT BODY). ' LENGTH INTO AND OUT OF ALL FITTINGS. 3. CONCRETE SHALL BE 6 SACK, (3250 P.S.I.). A MIN. 3 DAY CURING TIME BEFORE 6 ALL BUR,ED NUTS AND BOLTS SHALL BE HYDROSTATIC TEST. WAX TApE COATED p£R $ECT 09go2 4. SEE DWG'S. NO. 17 & 18 FOR REDUCER, PLUG, & BUTTERFLY VALVE THRUST BLOCKS. MAX- 5. ENGINEER TO PROVIDE CALCULATIONS FOR THRUST/ANCHOR BLOCK SIZE. ITEM DESCRIPTION SPEC/DWG CONCRETE THRUST BLOCK. (560-C-5250) POLYETHYLENE ENCASEMENT. NO. 4 REINFORCING STEEL VALVE BOX ASSEMBLY. PL X RT OR PL X MJ GATE VALVE. REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT CONCRETE THRUST BLOCKS FOR NON-RESTRAINED JOINTS 7/Q CITY ENGINER DATE STANDARD DWG. NO.W-I5 FINISHED NOTES: 1. SEE SPECIFICATIONS FOR BURIED FLANGE AND VALVE REQUIREMENTS. 2. SEE DRAWING N0.19 FOR THRUST BLOCK BEARING AREAS. 3. ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SECT. 09902. TRENCH ELEVATION PVC PIPE REINFORCING STEEL DETAIL. TRENCH SECTION (TYPICAL) TRENCH ELEVATION STEEL PIPE ITEM DESCRIPTION SPEC/DWG GATE VALVE POLYETHYLENE ENCASEMENT NO. 4 REINFORCING STEEL. 4 CONCRETE THRUST/ANCHOR BLOCK. (3250 P.S.I.) 560-C-3250 W-19 VALVE BOX ASSEMBLY.W-13 REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT GATE VALVE INSTALLATION P.V.C., & STEEL PIPE. CITY ENGINEE < 7]ty_ DATE STANDARD DWG. NO. NOTES: 1. THERE SHALL BE NO FITTINGS OR CONNECTIONS BETWEEN THE METER AND BACKFLOW ASSEMBLY. 2. CONSTRUCT 2' HIGH RETAINING WALL ON 3 SIDES OF BACKFLOW PREVENTER WHEN INSTALLED ON 4:1 OR GREATER SLOPE. OPEN END SHALL BE AT DOWNHILL SIDE OF SLOPE. PROVIDE 2' HORIZONTAL CLEARANCE BETWEEN WALL AND BACKFLOW PREVENTER. 3. DO NOT INSTALL IN AREA SUBJECT TO FLOODING. 2' MAX MBTER I ! J PUBLIC ± 12" MIN. 36" MAX. 36" MAX. PRIVATE CONSUMERS RESPONSIBILITY TO BE INSTALLED PURSUANT TO MUNICIPAL CODE BOOK 14.08.010,4001-SEC.5 & TITLE 17 OF THE CALIFORNIA ADMINISTRATIVE CODE. ITEM DESCRIPTION SPEC/DWG METER AND VALVE ( BY DISTRICT ). TYPE K HARD OR TYPE L HARD COPPER OR BRASS RISER.W-9 COPPER OR BRASS 90' ELBOW ( SOLDER JOINTS OR THREADED FITTINGS ), COPPER OR BRASS NIPPLE. BRASS UNION. APPROVED BACKFLOW PREVENTER ASSEMBLY. CONGRETE THRUST BLOCK METER BOX ( BY DISTRICT ). REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT 2 INCH AND UNDER BACKFLOW INSTALLATION CITY ENGINER DATE STANDARD DWG. NO.W-20 INLET SENSING LINE REDUCED PRESSURE ZONE CONSUMERS RESPONSIBILITY TO BE INSTALLED PURSUANT TO MUNICIPAL CODE BOOK 14.08.010,4001-SEC. 5 & TITLE 17 OF THE CALIFORNIA ADMINISTRATIVE CODE. NOTE: ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SECT. 09902 ITEM DESCRIPTION SPEC/DWG APPROVED CHECK VALVE AND BACKFLOW PREVENTER (RP) ASSEMBLY. FL 90' BEND (SIZE X TYPE) PER PLAN. 4 INCH THICK CONCRETE PAD (2000 PSI). METER BOX (BY DISTRICT). FL 10 GA CML&C C-150 STEEL SPOOL WITH S.O.W.O. FLANGE. THRUST BLOCKING (3250 PSI). 560-C-3250 W-19 VALVE AND METER (BY DISTRICT). 8 POLYETHYLENE ENCASEMENT REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT 3 INCH AND ABOVE BACKFLOW INSTALLATION T.L)Av^>Jn CITY ENGINEER " DATE STANDARD DWG. NO.W-2I BYPASS METER* W/ DOUBLE CHECK VALVE NOTE: ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SPEC. 09902 'BYPASS METER TO BE PURCHASED FROM CITY FLG CONNECTION FOR 4" X 2 1/2" X 2 1/2" FDC AND CHECK VALVE J" MIN.(TYP.) -U_c[LN_GR- ZlLCONDUIT TO ALARM PANNEL AS REQUIRED BY FIRE MARSHAL CONSUMERS RESPONSIBILITY THIS DRAWING SHOWS MINIMUM REQUIREMENTS BY CMWD FOR THE DDCV ASSEMBLY. MODIFICATIONS MAY BE REQUIRED FOR FIRE MARSHAL'S APPROVAL ITEM DESCRIPTION SPEC/DWG APPROVED DOUBLE CHECK VALVE AND DETECTOR ASSEMBLY. FL 90' BEND OR TEE WITH HOSE FITTINGS 2A DEPENDING ON THE PIPELINE MATERIAL SHOWN ON PLANS, 90' BEND CAN BE FLXPO OR FLXMJ 4 INCH THICK CONCRETE PAD (2000 PSI). FL. 10 GA CML&C C-150 STEEL SPOOL WITH S.O.W.O. FLANGE. THRUST BLOCKING (5250 PSI). 560-C-3250 W-19 POLYETHYLENE ENCASEMENT 6" MINIMUM DIAMETER - REDUCE DIAMETER IN RISER. ABOVE FINISH GALV. PIPE SUPPORT; FEE & MASON FIG. 291 TAMPER SWITCH REQUIRED BY FIRE MARSHAL REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ABOVE GROUND DOUBLE CHECK VALVE DETECTOR ASSEMBLY CITY ENGINER I/ "DATE STANDARD DWG. NO.W-22 ZINC ANODE ANODE LEAD ABOVE GRADE CONNECTION ABOVE GRADE CONNECTION NOTES: 1. RISER PIPE SHALL BE WIRE BRUSHED TO CLEAN BRIGHT METAL 2. PIPE CLAMP SHALL BE LOCATED ON RISER PIPE. 3. WIRE INSULATION SHALL BE STRIPPED TO A MINIMUM LENGTH TO CONNECT WIRE TO PIPE CLAMP. PACKAGED BACKFILL COMPOSITION: 75% GYPSUM 20% BENTONITE 5% SODIUM SULFATE INGOT WEIGHT: 30 LBS. PKGD. WEIGHT: 70 LBS. APPROX. ITEM DESCRIPTION SPEC/DWG ANODE LEAD N0.12 AWG STRD. COPPER WIRE W/ THW INSULATION. HEAT SHRINKABLE SLEEVE. SILVER SOLDER CONNECTION. 1/4" DIAMETER GALVANIZED STEEL CORE. 2"X2"X30" ZINC ALLOY INGOT. CLOTH BAG. PACKAGED BACKFILL 8 BRASS OR COPPER RISER PIPE. BRASS OR COPPER PIPE CLAMP WITH SCREW TERMINAL. REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ZINC ANODE AND CONNECTORS FOR I" AND 2" WATER SERVICE CITY ENGINER DATE STANDARD DWG. NO. /r</ ,\_/_ H ? « "it3t 1•si r-tvv_* i"E UT TY ove Stmn"' 1 Ia tS C2^"*" ,£? t _S *». eC p'$«|a L* i i i i~O6s— s nrr v ^ rr -|.» c2 T"p"£«SI EN*. IfT«•-• E jr. "r-1 JS•~T ^\CSXN\ 3C5Srern (12") W 51mm -{2*5 s I 1-1/2:1 stopin 12K(X» (250 pS sufchcrge /—Mortar Cap —..#13 (#4) tolol 2 ^SJ«s«j (2") ^-*15 (1*)tote* 2 **~~ (§)8ef* '- X- K.«y — 51mm (2*) -<§>8ar* •—#13 ((JF4) lota ij -•: ' f •^/r-^XXXXV'XJ'i''X 1\ i ^/^/^////////////////A^//, PLAN i tMOCXfiil Of f) five lood H«5.62m" <9-O II II I 1 1 ' 1 q --~^-i--__j„ n ir i iiII JM •^ 1II II il 1,1,1 Ii. '6mm (3"<;*r )-' LayOu t Ltrte '— — Es-ge pi Footing 1 — 1/2:1 sloping backfill or 12Kf>o (250 psf) five iood -~jr surcharge // :^K. / -/r-**ortQr C°P (y~r> 1 ||i fh K ul ELEVATION Horizontal refnf. II I ,1 ii i""i-*- — r III 1 1 • ^-*Ttf (#4) ^ not shown x. \ 5imm (2")—- I*. |13 (|4) tolol 2*" . ' © Bors -I K«y -\ L. **^>\ t" '* C^ 15<-« tfHXAftmm --trr,,,-, -" --,--- -_- g 4j* if!• ''j ^ B *^ i t- se (12-) TYPICAL SECTOM 1,12m (.3' -8") max PICAL SECTION r 1,12m C3'-8*} D PENSIONS AND REINFORCING STEEL H (max) { 1,S3m (5 '-4") T (min) S 254mm (0'-1€«") W (min) | 1.22m (4'~0M) © 8ars 1 # 1 3(f 4)0406m m ( 1 6") (Dears I £lS(f6)©4G6rnm(16**) Su»"<:h<irge| sioplxj ©Bars 1 f 19{f 63@203mrn(8") ft<____™.«^^ ™ .... Toe Press. 1294 Kpg (2700 psf} 91 NOTES: 1. See Standard Drawings C--7 and 2. FiB all bkssk cells with grant. 8a«tkm |Sy %pro'»iad Date ORKS^li MJ Uttrfc j FfefatirjOitca Fari<iftsof?. 32/9- T. Sscrscr. OJ/03 T. Steven 04/08 1 - <:AM nipmOMri L/1CU% • ifACA.llMASON 1 (LIVE LOAD live lood :(|6)@406mm(i6'*) 33mm (0'— 8") Kpa (1900 psO C~8 for ctsditional 1.12m (S'-a") 203mrn <0'-8") SI 4mm (3*-0") #13 (#4)«406mm (16")_____ step 305mm f«g liva oSnOTT^T "fisc^)® (I'-Ol 203mr 81,4 Kps (1700 psf) 65.5 Kp< *03mm(16~f n (0'-8") i (1*39 psf) notes and details. y REGIONAL STANDARD DRAWING li*t1i|Jjut_rT*" SY RETAINING WALL TYI SURCHARGE OH SLOPING BA JET it s_j?r""^^*• * <*s6p«f»«« (tc j CKF1LLJ DRA1NGURHLLJ MUM8ER t tHE SAM 0£CO ?Kr_wff-as . 132<6 &it« C-4 DESIGN CONDITIONS: Walls are to be used for the loading conditions shown for each type wall. Design H shall not be exceeded. Footing key is required except as shown otherwise or when found unnecessary by the Engineer. Special footing design is required where foundation material is incapable of supporting toe pressure listed in table. DESIGN DATA: Reinforced Concrete: Fc=8.3 Mpa (1200 psi) F'c=20.7 Mpa (3000 psi) n=10 Fm=1.4 Mpa (200 psi) Fs=138 Mpa (20,000 psi) Reinforced Masonry: F'm=41.4 Mpa (600 psi) Fs=138 Mpa (20,000 psi) n=50 Earth=1922 kg/cu m (120 pcf) and Equivalent Fluid Pressure=1.76 kg/sq m (36 psf) per 305mm (foot) of height. Walls shown for 1 1/2:1 unlimited sloping surcharge are designed in accordance with Rankline s formula for unlimited sloping surcharge with a 9 - 33* 13m(42'). REINFORCEMENT: Intermediate grade, hard grade, or rail steel deformation shall conform ASTM A615, A616, A617. Bars shall lap 40 diameters, where spliced, unless otherwise shown on the plans. Bends shall conform to the Manual of Standard Practice, A.C.1. Backing for hooks is four diameters. All bar embedments are clear distances to outside of bar. Spacing for parallel bars is center to center bars. MASONRY: FENCING: Safety fencing shall be installed at the top of the wall as required by the agency. INSPECTIONS: Call for inspections as follows: A. When the footing has been formed, with the steel tied securely in final position, and is ready for the concrete to be placed. B. Where cleanout holes are not provided: (1) After the blocks have been laid up to a height of 1.22m_(4') or full height for walls up to 1.52m (5'), with steel in place but before the grout is poured, and (2) After the first lift is properly grouted, the blocks have been laid up to the top of the wall with the steel tied securely in place but before the upper lift is grouted. Where cleanout holes are provided: After the blocks have been laid up to the top of the wall, with the steel tied securely in place, but before grouting. C. After grouting is complete and after rock or rubble wall drains are in place but before earth backfill is placed. D. Final inspection when all work has been completed. CONCRETE GROUT AND MORTAR MIXES: All reinforced masonry retaining walls be constructed of regular or light weight standard units conforming to the "Standard Specifications for Public Works Construction." JOINTS: Vertical control joints shall be placed at 9.75m (32') intervals maximum. Joints shall be designed to resist shear and other lateral forces while permitting longitudinal movement. Vertical expansion joints shall be placed at 29.3m (96') intervals maximum. CONCRETE: Footing concrete shall be 332 kg/MLC-22Mpa (560-C-3250), using Type B aggregate when placing conditions permit. BACKFILL: No backfill material shall be placed against masonry retaining walls until grout has reached design strength or until grout has cured for a minimum of 28 days. Compaction of backfill material by jetting or ponding with water will not be permitted. Each layer of backfill shall be moistened as directed by the Engineer and thoroughly tamped, rolled or otherwise compacted until the relative compacting is not less than 90%. Concrete grout shall attain a minimum compressive strength of 13.8 Mpa (2,000 psi) in 28 days and mortar shall attain 12.4 Mpa (1,800) psi in 28 days. All cells shall be filled with grout. Rod or vibrate consolidation. Bring grout within 10 minutes of pouring to insure grout to a point 51mm (2") from the top of masonry units when grouting of second lift is to be continued at another time. MORTAR KEY: To insure proper bonding between the footing and the first course of block, a mortar key shall be formed by embedding a flat 2x4 flush with and at the top of the freshly poured footing. The 2x4 should be removed after the concrete has started to harden (approximately 1 hour). A mortar key may be omitted if the first course of block is set into the fresh concrete when the footing is poured, and a good bond is obtained. WALL DRAINS: Wall drains shall be provided in accordance with Standard Drawing C-8. SOIL: All footings shall extend at least 305mm (12") into undisturbed 'natural soil or approved compacted fill. Soil should be dampened prior to placing concrete in footings. Revision ORIGINAL Add Metric By A. Kercheval Approved T. Stanton Date 12/75 03/03 SAN DIEGO REGIONAL STANDARD DRAWING GENERAL NOTES FOR MASONRY RETAINING WALLS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE halrperson R.C.E. 19246 Dote DRAWING NUMBER C-7 I -H £ 8 >O E c | (M p 1e. JL i / /H No surcharge loads within this arej for level backfill design. p , — filter Material. 25.4mm (1 / aggregate, 0.113 cu m ( / 102mm (4") dia. drain 01 / (1 cu. ft.) per 305mm H / head joints. — fe^Q i | ^ "^ 102mm (4") dia. drain v Une of undisturbed natural soil. cu. ft.) per or one horizontal row of open head joints. TYPICAL SECTION Mortar or cast-in-place concrete • Finished Ground Line Vertical Reinf. Grout filled block cells Horizontal reinf. thru bond beam block 133mm (5 1/4 8" Block Wall Vertical Reinf. Top of Footing 51mm (2") X 102mm (4") (nominal) Key CAP DETAIL KEY DETAIL NOTES: 1. All masonry retaining walls shall be constructed with cap, key and drainage details as shown hereon. 2. 102mm (4") diameter drain may be formed by placing a block on it's side. Revision ORIGINAL Add Metric By Approved Kercheval T. Stanton Date 12/75 03/03 SAN DIEGO REGIONAL STANDARD DRAWING DETAILS FOR MASONRY RETAINING WALL RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 310112003 Chairperson R.C.E. 19246 Date DRAWING NUMBER C-8 Manhole frame and cover see drawing M-2 13 (#4) PI around opening Transition to normal curb height in 3m (10') on both sides unless otherwise noted See note 7c Galv. steel angle continuous and protection bar. See Std.Dwg.- D-12 #13C-r@152mm (|4Cr@6") PLAN 152mm (6") mm. of Gutter #13 (#4)§152mm (6") #13 (#4)§304mm (12") 457mm (1'-6") SECTION B-B Y+254mm (Y+10") -Curb Line 254mm (10") otherwii 76mm (3") dr. 191mm (7-1/2") 4-#13 (#4) around pipe rU' Slope floor 12:1 towards outlet Rounded pipe ends see drawing 0-61 lerwise L305mm O'-o") Determined by pipe size—1.22m (4') min., 2.44m (8')max. SECTION A-ASECTION C-C NOTES I.See Standard Drawings D-11 & D-12 for additional notes and details. 2. Types are designated as follows: (no wing)B, (one wing)B-1, (two wings)B-2. 3. Maintain 38mm (1-1/2") clear spacing between reinforcing and surface unless otherwise noted. 4. When V exceeds 4' steps shall be installed. See Standard Drawing 0-11 for details. 5. Concrete gutter to match adjacent gutters. 6. An expansion joint shall be placed at the ends of the inlet where the curb is to adjoin. 7. Provide 6.35mm (1/4") tooled groove in top slab in line with back of adjacent curb. 8. Surface of top slab shall be sidewalk finished to drain toward street at a slope of 6.35mm (1/4") per foot. 9- Maintain 38mm (1-1/2") clear spacing between reinforcing and surface unless otherwise noted. LEGEND ON PLANS Revision ORIGINAL Add Metric Reformatted By Approved Kercheval T. Stanton T. Stanton Date 12/75 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING CURB INLET - TYPE B RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.C.E. 19246 Date DRAWING NUMBER D-2 152mm 914mm (3-_0") 152mm #13 (#4)9 305mm <mi= (12") both ' Slope floor 12:1 towards outlet. -A ELEVATION #13 (#4) 305mm (12") both ways NOTES 1. See Standard Drawing 0-11 for additional notes and details. 2. When V exceeds 1.22m (*'), steps shall be installed. See Standard Drawing D-11 for details. 3. Maintain 38mm (1-1/2") clear spacing between reinforcing and surface. 4. Increase in allowable depth subject to approval by Agency. 5. Section A-A shows 3 sizes and shall not imply that an interior wall is to be built for the structures with with double or triple frame and grate. 6. Exposed edges of concrete shall be rounded with radius of 13mm (1/2"). 7. Designate types as follows: Single G-1, Double G-2 and Triple G-3. 8. Only end bearing grates shall be used. See Std. Drawing D-15. 152mm (6") 889mm (2-11") single .52m (5'-Q") double For frame and grate details, see dwgs. D-13, D-15. Rounded pipe end; See drawing D-61 Elev shown on plans LEGEND ON PLANS SECTION A-A Revision ORIGINAL Add Metric Reformatted By Approved Kercheval T. Stanton T. Stanton Date 12/75 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING CATCH BASIN - TYPE G RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE airperson R.C.E. 19246 Dote DRAWING NUMBER D-8 2-|13 (#4) bars #13 (#4) Bars placed diagonally L #13 (#4) @ 203mm (8") both ways Bend Down 381mm (15") (Typ.)PLAN TYPE A 4 A 5 A 6 A 7 A 8 PIPE OIA. up to 991mm (39") 1.1m (42") to 1.22m (48") 1.30m (51") to 1.50m (60") 1.60m (63") to 1.80m (72") 1.90m (75") to 2.13m (84") X 1.22m (41) 1.52m (5') 1.83m (61) 2.13m (71) 2.44m (8') Y 1.22m (41) 1.22m (41) 1.22m (41) ^1.22m (V) 1.22m (4') Z 1.83m (61) 1.83m (6') 1.83m (61) 2.13m (7') 2.44m (8') 51mm Bend Down 15" (Typ) E Diagonal Bars 2-f13 (#4) bars Elev. shownon plans QUmrffT (3-0") Rounded Pipe Ends See Drawing D-61 _127mm (5") "Manhole Frame and Coversee Standard Drawing M-3 For step details, see Standard Drawing D-11 4-#13 (#4) Around pipe Slope floor 12:1 towards outlet NOTES SECTION A~A 1. See Standard Drawing D-11 for additional notes and details. 2. Concrete base shall be 332kg/M3-C-22Mpa (560-C-3250) 3. All precast components shall be reinforced with 6.35mm (1/4") diameter steel, wound spirally on 102mm (4") centers. 4. All joints shall be set in Class C mortar. 5. Maintain 38mm (1 1/2") clear spacing between reinforcing and surface unless otherwise noted. 6. Exposed edges of concrete shall be rounded with a radius of 13mm (1/2"). 7. Manhole cover to be designated "Storm Drain". LEGEND ON PLANS fol Revision ORIGINAL Add Metric Reformatted By Approved Kerch eval 12/75, T. Stanton T. Stanton Date 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING STORM DRAIN CLEANOUT - TYPE A RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.C.E. 19246 Date DRAWING NUMBER D-9 Vertical reinforcing #13 (#4) @ 457mm (18") max. for horizontal reinforcing, see table on page D-11B. —38mm 1(-1/2") Clearance, Typ 13mm (2") Typical TYPICAL BOX SECTION ilcal—j 102mm (4" 254mm (10")356mm (14") R fl \r, Approved steel reinforced polypropylene step STEP DETAIL NOTES 1. Concrete shall be 332kg/M?-C-22-Mpa (560-C-3250) unless otherwise noted. 2. Reinforcing steel shall comply with this drawing 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 above. 9. Wall thickness shall be stepped on the outside of the box. 10. When the structure depth V exceeds 1.21m (4'), steps shall be cast into the wall at 381mm (15") intervals from 381mm (15") above floor to within 305mm (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 and the Engineer, as defined by Section 6703 of the Business and Professions Code, 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 ORIGINAL Add Metric Reformatted By Approved Kercheval T. Stanton T. Stanton Date 12/75 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING INLETS AND CLEANOUTS NOTES AND DETAILS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 3IO)IS003 Chairperson R.C.E. 19246 Dote DRAWING NUMBER D-11A Revision ORIGINAL Add Metric Reformatted By / T 1 BOX SECTION REINFORCEMENT MAXIMUM SPAN X or Y 914mm 1.24m 2.16m 914mm 1.24m 1.55m 1.85m 914mm 1.24m 1.55m 1.85m 914mm 1.24m 1.55m 1.85m 2.13m 914mm 1.24m 1.55m 1.85m 2.13m 914mm 1.24m 1.55m 1.85m 2.13m \pproved (ercheval . Stanton . Stanton (3'-0 ") to 1.22m (4'-0") (4'-1") to 2.13m (7'-0") (7-1 (3'-0 ') to 2.44m (8'-0") ') to 1.22m (4'-0") (4'-1") to 1.52m (5'-0") (5-1 °) to 1.83m (6'-0") (6'-1") to 2.44m (8'-0") (3'-0 (4'-1 (5-1 (6-1 (3-0 ') to 1.22m (4'-0") ") to 1.52m (5'-0") ') to 1.83m (6'-0") ') to 2.44m (8'-0") ') to 1.22m (4'-0") (4'-1") to 1.52m (5'-0") (5'-1 ') to 1.83m (6'-0") (6'-l") to 2.13m (7'-0") (7'-1 (3'-0 (4'-1 (5-1 ') to 2.44m (8'-0") ') to 1.22m (4'-0") ') to 1.52m (5'-0") ") to 1.83m (6'-0") (6'-1") to 2.13m (7'-0") (7'-1 (3-0 (4'-1 ') to 2.44m (8'-0") ') to 1.22m (4'-0") ') to 1.52m (5'-0") (5'-1") to 1.83m (6'-0") (6'-1") to 2.13m (7'-0") (7'-1 Date 12/75 03/03 04/06 ') to 2.44m (8'-0") DEPTH V 1.22m (4 u ; 1.24m to 2.44m (4'-1"to 8'-0") 2.46m to 3.66m (8'-r to 12'-0") 3.68m to 4.88m (12'-1" to 16'-0") 4.90m to 6.10m (16'-1" to 20'-0") 6.12m to 7.32m (20'-1" to 24'-0") THICKNESS T 152mm (6") 152mm (6") 152mm (6") 152mm (6") 152mm (6") 152mm (6") 152mm (6") 152mm (6") 203mm (8") 203mm (8") 203mm (8") 203mm (8") 203mm (8") 203mm (8") 203mm (8") 203mm (8") 203mm (8") 254mm (10") 254mm (10") 254mm (10") 254mm (10") 203mm (8") 254mm (10") 254mm (10") 254mm (10") 305mm (12") HOR. & FLR. RBNF. #13 (#4) 9 457mm (18") #13 (#4) 9 305mm (12") #13 (#4) & 203mm (8") #13 (#4) 9 457mm (18") #13 (#4) 9 305mm (12") #13 (#4) 9 203mm (8") #13 (#4) 9 152mm (6") #13 (#4) 9 381mm (15") #13 (#4) 9 305mm (12") #13 (#4) 9 203mm (8") #13 (#4) 9 152mm (6") #13 (#4) 9 305mm (12") #13 (#4) 9 305mm (12") #13 (#4) 9 203mm (8") #13 (#4) 9 152mm (6") #13 (#5) 9 203mm (8") #13 (#4) 9 305mm (12") #13 (#4) 9 305mm (12") #13 (#4) 9 203mm (8") #13 (#4) @ 152mm (6") #13 (#5) 9 203mm (8") #13 (#4) 9 305mm (12") #13 (#4) @ 305mm (12") #13 (#4) @ 203mm (8") #13 (#4) @ 152mm (6") #13 (#5) @ 203mm (8") HORIZONTAL REINFORCING SAN DIEGO REGIONAL STANDARD DRAWING INLETS AND CLEANOUTS NOTES AND DETAILS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ^J^P/fe^tT 3 lOt 18003 Chairperson R.C.E. 19246 Date DRAWING n no NUMBER u~ ' ld 245mm (10") 102mm (4") X 102mm (3") X 9.53mm (3/8") 13mm (1/2") <t> Anchor bar 1m (3') o.c. max. 13mm (1/2") Radius 25mm0 (1"0) Support Bolt NOTES 1. Face angle shall be cast into structure continuous for the full length "L". 2. All exposed metal parts shall be hot—dipped galvanized after fabrication. 3. When curb inlet opening height (H) exceeds 152mm (6") install 25mm (1"0) steel protection bar. 4. Install additional bars at 89mm (3—1/2") clear spacing above first bar when opening exceeds 330mm (13"). 5. When curb inlet opening length exceeds 2.44m (8') install 25mm (1"0) steel support bolts, spaced at not more than 1.52m (5') o.c. Revision ORIGINAL Add Metric Reformatted By Approved Kercheval 12/75 T. Stanton T. Stanton Date 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING CURB INLET OPENING RECOMMENDED BY THE SAN DIECO REGIONAL STANDARDS COMMITTEE rrfiirperson R.C.E. 19246 Date DRAWING NUMBER D-12 142mm 102mm 5-5/8") (4")9.53mm0 (3/8"0) Bar 63.5mm (2 1/2")x 9.53mm (3/8") End Bars 89mm (3-1/2") x 6.35mm (1/4") bars 1.02m (3'-4") 4.76mm (3/16") fillet weld outside bar & every 3rd terminal bar. PLAN 3.20mm 9.53mm0 (3/8"«>) Bar Typ- 64mm (1/2") 9.53mm (3/8") End Bars ISO> I00 to U SECTION A 63.5mm (2-1/2") x 9.53mm (3/8") End Bars SECTION B NOTES 1. Hot dip galvanize all parts after fabrication. 2. Dimensions to centerline of bars unless otherwise noted. 3. Weight: 64kg (143 pounds). 4. Not to be used in pedestrian areas. Revision ORIGINAL Add Metric Reformatted Approved Kercheval 12/75 T. Stanton T. Stanton Date 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING DRAINAGE STRUCTURE GRATE RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.C.E. 19246 Date DRAWING NUMBER D-15 2D OR 2 W (min.)Endwoll (typical) PLAN Concrete Channel D min. 3 (min.) SECTION B-B Design Velocity m/sec (ft/sec)* 1.8-3 (6-10) 3-3.7 (10-12) 3.7-4.3 (12-14) 4.3-4.9 (14-16) 4.9-5.5 (16-18) Rock Classification No. 2 Backing 220 kg (1/4 ton) 450 kg (1/2 ton) 900 kg (1 ton) 1.8 tonne (2 ton) T (min) 320mm (1.1ft) 823mm (2.7ft) 1.1m (3.5ft) 1.3m (4.4ft) 1.6m (5.4ft) *over 5.5 mps (18 fps) requires special design 0 = Pipe Diameter W = Bottom Width of Channel .51 (min.)#13 (#4) Bars Flow -Rlter Blanket -152mni (6")\ Sill, Class 249kg/ml -C-13Mpa (420-C-2000) Concrete SECTION A-A (T). NOTES 1. Plans shall specify: A) Rock Class and thickness B) Rlter material, number of layers and thickness. 2. Rip rap shall be either quarry stone or broken concrete (if shown on the plans.) Cobbles are not acceptable. 3. Rip rap shall be placed over filter blanket which may be either granular material or filter fabric (woven filter slit film fabric shall not be used). 4. See Regional Supplement Amendments for selection of filter blanket. 5. Rip rap energy dissipators shall be designated as either Type 1 or Type 2. Type 1 shall be with concrete sill; Type 2 shall be without sill. Revision ORIGINAL Add Metric Add Rip Rap Table By Approved Kerchevol 12/75 T. Stanton S. Brady Date 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING RIP RAP ENERGY DiSSIPATOR RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 04/27/2006 Chairperson R.C.E. 19246 Dote DRAWING NUMBER D-40 T~1—102mm (4") Clearance (min.) 19mm (3/4") Crushed Roc SECTION NOTES: 1. For trenching on improved streets see Standard Drawing G-24 or G-25 for resurfacing details. 2. (*) indicates minimum relative compaction. Revision ORIGINAL Add Metric Reformatted By Approved Parkinson T. Stanton T. Stanton Date 2/95 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING PIPE BEDDING AND TRENCH BACKFILL FOR STORM DRAINS RECOMMENDED BY THE SAN DIEGOREGIONAL STANDARDS COMMITTEE Chirperson R.C.E. 19246 Date DRAWING D.60 ELEVATION 76mm (3") Max gap 152mm (6") Overlap Finish smooth with Class C mortar > ,152mm (6") Min overlap on each pipe e -E- - Cut pipe end 7 SECTION A-A NOTES 1. Pipe collar does not have to be finished if covered. 2. Concrete shall be332 kg/M3-C-22Mpa (560-C-3250) 3. Where gap exceeds 76mm (3") but is not more than 152mm (6" ) an internal form shall be used. LEGEND ON PLANS Revision ORIGINAL Add Metric Reviewed By Approved Kercheval 12/75 T. Stanton T. Stanton Date 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING PIPE COLLAR RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 310112003 Chairperson R.C.E. 19246 Date DRAWING NUMBER D-62 152mm (6") min — JO" Vnax 1 PUN SKEWED CONNECTION — 152mm (6") min PLAN Rounded pipe ends, see drawing D-61. Rounded pipe ends, see drawing D—61. 1 c2 £ I c £ E SECTION A-A SECTION B-B NOTES 1. The end of connecting pipe shall not project into the waterway of the larger pipe. 2. The larger pipe shall not be less than 610mm (24") ID. 3. The smaller pipe shall not be more than 2/3 the size of the larger pipe. 4. Concrete shall be279kg/M3-C-14-Mpa (470-C-2000). LEGEND ON PLANS Revision ORIGINAL Add Metric Reviewed By Approved Kercheval 12/75 T. Stanton T. Stanton Date 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING CONCRETE LUG RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.C.E. 19246 Date DRAWING NUMBER D-63 305mm (12") 152mm 610mm (24"min) (6") -o / - J^& ""^ .£ 0> EoCN| o C- XO E ^ Bottom may be rounded at the option of the contractor. — TYPE A 3"279kg/M3-C-14-Mpa (470-C-2000) concrete or 76mm (3") 17 Mpa (2500psi), air placed concrete with 38mm (1-1/2") x 38mm (1-1/2") 17 gage stucco netting. BROW DITCH TYPE B 152mm (6") 610mm (2')min 914mm (3') min 152mm (O. Bottom may be rounded at the option of the contractor. - TYPE C ^ 470-C-2000 concrete or 3" 2500 psi, air placed concrete with 38mm (1 1/2")x38mm (1-1/2") 17 gage stucco netting. TYPE D TERRACE DITCH NOTES 1. Longitudinal slope of lined ditch shall be 2% minimum. 2. Over slope down ditches shall employ 152mm (6") thickened edge section at both sides of ditch. LEGEND ON PLANS Revision ORIGINAL Add Metric Reviewed By Approved Kercheval 12/75 T. Stanton T. Stanton Date 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING DRAINAGE DITCHES RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 3IOIIS003 Chairperson R.C.E. 19246 Date DRAWING NUMBER D-75 13mm (1/2") R-51mm (2") Weakened Plane Joint 203mm (8") 13mm (1/2") R.51mm (2") Weakened Plane Joint 152mm (6") CURB Area=0.083m (0.89 Sq. Ft.) 203mm (8") CURB Area=0.1m (1.09 Sq. Ft.) Existing Curb — 13mm (1/2") 152mm (6 ) Weakened Plane Joint 38mm (1-1/2") except where elevations shown indicate otherwise GUTTER NOTES: 1. Concrete shall be 308kg/M3-C-17-MPa (520-C-2500). 2. See Standard Drawings G-9 and G-10 for joint details. 3. Slope top of curb 6.35mm (1/4") per foot toward street. LEGEND ON PLANS 152mm (6") curb Revision ORIGINAL Add Metric Reformatted By Approved Kercheval 12/75 T. Stanton T. Stanton Date 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING CURBS AND GUTTER - SEPARATE RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 310112003 Chairperson R.C.E. 19246 Dote DRAWING NUMBER G-1 152mm (6") 51mm (2") Weakened Plane Joint 13mm (1/2") R TYPE G H W 610mm (24") 762mm (30") *AREA 0.124sq. m (L34sq ft.) O.ISOsq. m (1.61sq ft.) * with 152mm (6") Curb Face NOTES: 1. Concrete shall be 308kg/MJ-C-17-MPa (520-C-2500). 2. See Standard Drawings G-9 and G-10 for joint details. 3. Slope top of curb 6.35mm (1/4") per foot toward street.LEGEND ON PLANS Revision ORIGINAL Add Metric Reformatted By Approved Kercheval 12/75 T. Stanton T. Stanton Date 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING CURB AND GUTTER - COMBINED RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.C.E. 19246 Date DRAWING NUMBER G-2 Varies Width as shown on plan r 51mm (2") Weakened Plane Joint-1 L J NON-CONTIGUOUS Width as shown on plan 13mm (1/2") R / I L 102mm (4') 6mm (1/4") per ft 51mm (2") Weokened Plane Joint - 13mm (1/2") R CONTIGUOUS NOTES: 1. Concrete shall be 308kg/M 3-C-17-MPa (520-C-2500). 2. See Standard Drawings G-9 and G-10 for joint details. LEGEND ON PLANS Revision ORIGINAL Add Metric Reformatted By Approved Kercheval 12/75 T. Stanton T. Stanton Date 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING SIDEWALK - TYPICAL SECTIONS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE OVairperson R.C.E. 19246 Date DRAWNG NUMBER G-7 Mid Point of Curb Return 1.52m (5') typ .. . NOTES: 1. Expansion joints at curb returns, adjacent to structures and at 13.7m (45') intervals. (See Standard Drawing G-10). 2. Weakened Plane Joints at mid point of curb return, when required, and at 4.57m (15') intervals from P.C.R.'s (See Standard Drawing G-10). 3. 6.35mm (1/4") grooves with 6.35mm (1/4") radius edges at 1.52m (5') intervals. Revision ORIGINAL Add Metric Reformatted By Approved Kercheval T. Stanton T. Stanton Date 12/75 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING SIDEWALK JOINT LOCATIONS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 310112003 Chairperson R.C.E. 19246 Date DRAWING NUMBER G-9 6mm (1/4") -i Expansion Joint Filler Material 3mm (1/8") R 3mm (1/8") R 13mm (1/2") (Pavement) 9.5mm (3/8") (Sidewalk) EXPANSION JOINT I— 13mm (1/2") x 610mm (24") Smooth, Greased or Oiled Bar, 762mm (30") center to center. CONTACT JOINT 3mm (1/8") R 38mm (1-1/2") -,3mm (1/8") •4.8mm (3/16") WEAKENED PLANE JOINT CURB AND SIDEWALK -41mm (1-5/8") KEYED JOINT Revision ORIGINAL Add Metric Reformatted By Approved Parkinson T. Stanton T. Stanton Date 2/95 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING CONCRETE JOINT DETAILS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 310112003 Chairperson R.C.E. 19246 Date DRAWING NUMBER G-10 APPENDIX D GEOTECHNICAL UPDATE INVESTIGATION, PROPOSED CARLSBAD FIRST RESPONDER'S JOINT-USE TRAINING FACILITY, CARLSBAD, CALIFORNIA, JULY 21, 2008 GEOTECHNICAL UPDATE INVESTIGATION, PROPOSED CARLSBAD FIRST RESPONDER'S JOINT-USE TRAINING FACILITY, CARLSBAD, CALIFORNIA Prepared For: RRM Design Group 232 Avenida Fabricante, Suite 112 San Clemente, CA 92672 Project No. 602256-001 July 21, 2008 RECEIVED AUG 0 * 2008 CITY OF CARLSBAD PLANNING DEPT A LEIGHTON GROUP COMPANY Leighton Consulting, inc. A LEIGHTON GROUP COMPANY July 21,2008 Project No. 602256-001 To:RRM Design Group 232 Avenida Fabricante, Suite 112 San Clemente, CA 92672 Attention: Mr. Don Her A.I.A. Subject: Geotechnical Update Investigation, Proposed Carlsbad First Responder's Joint- Use Training Facility, Carlsbad, California In accordance with your request and authorization, we have conducted a geotechnical update investigation of the proposed Carlsbad First Responder's Joint-Use Training Facility, located at 2560 Orion Way in Carlsbad, California. Based on the results of our study, it is our professional opinion that the site is suitable for a proposed development and improvements provided that the recommendations presented herein are incorporated into the design, grading, and construction of the site. The accompanying report presents a summary of our investigation and provides preliminary geotechnical conclusions and recommendations relative to the proposed site development. If you have any questions regarding our report, please do not hesitate to contact this office. We appreciate this opportunity to be of service. Respectfully submitted, LEIGHTON CONSULTING, INC. William D. Olson, RCE, 4528 Associate Engineer Distribution: (6) Addressee Wagnef, CEG 1612 rincipal Geologist 3934 Murphy Canyon Road, Suite B205 a San Diego, CA 92123-4425 858,292,8030 » Fax 858,292,0771 602256-001 TABLE OF CONTENTS Section Page 1.0 INTRODUCTION 1 1.1 PURPOSE AND SCOPE 1 1.1.1 Scope of Work 1 1.2 SITE LOCATION AND DESCRIPTION 3 1.3 PREVIOUS SITE DEVELOPMENT 3 1.4 PROPOSED DEVELOPMENT 3 2.0 SUBSURFACE EXPLORATION AND LABORATORY TESTING 5 3.0 SUMMARY OF GEOTECHNICAL CONDITIONS 6 3.1 GEOLOGIC SETTING 6 3.2 SITE-SPECIFIC GEOLOGY 6 3.2.1 Artificial Fill - nonstructural (Map Symbol -Afn) 6 3.2.2 Topsoil/ Colluvium (Map Symbol-Qcol) 7 3.2.3 Lusardi Formation (Map Symbol-KI) 7 3.3 GEOLOGIC STRUCTURE 8 3.4 SURFACE AND GROUND WATER 8 3.5 LANDSLIDES 8 3.6 FLOOD HAZARD 9 3.7 ENGINEERING CHARACTERISTICS OF ON-SITE SOILS 9 3.7.1 Expansion Potential 9 3.7.2 Excavation Characteristics 9 3.7.3 Earthwork Shrinkage and Bulking 11 3.7.4 Soil Corrosivity 12 4.0 FAULTING AND SEISMIOTY 13 4.1 FAULTING 13 4.2 SEISMIOTY 13 4.2.1 Shallow Ground Rupture 13 4.2.2 Liquefaction 14 4.2.3 Earthquake-Induced Settlement 14 4.2.4 Lateral Spread 14 4.2.5 Tsunamis and Seiches 15 4.2.6 Building Code Seismic Parameters 15 5.0 CONCLUSIONS 16 6.0 RECOMMENDATIONS 18 6.1 EARTHWORK 18 6.1.1 Site Preparation 18 6.1.2 Removal and Recompaction 18 602256-001 TABLE OF CONTENTS Section Page 6.1.3 Excavations and Oversize Material 19 6.1.4 Fill Placement and Compaction 19 6.1.5 Transition Mitigation 20 6.1.6 Expansive Soils and Selective Grading 20 6.1.7 Import Soils 21 6.2 SURFACE DRAINAGE AND EROSION 21 6.3 FOUNDATION AND SLAB CONSIDERATIONS 21 6.3.1 Foundations 22 6.3.2 Slabs 22 6.3.3 Settlement 23 6.3.4 Lateral Pressures and Shoring Design 24 6.4 PRELIMINARY PAVEMENT DESIGN 25 6.5 CONSTRUCTION OBSERVATION AND TESTING AND PLAN REVIEW 26 7.0 LIMITATIONS 27 TABLES TABLE 1 - EARTHWORK SHRINKAGE AND BULKING ESTIMATES - PAGE 12 TABLE 2 - CBC SEISMIC DESIGN PARAMETERS - PAGE 15 TABLE 3 - STATIC EQUIVALENT FLUID WEIGHT (PCF) - PAGE 24 TABLE 4 - PRELIMINARY ASPHALT PAVEMENT DESIGN - PAGE 25 FIGURE FIGURE 1 - SITE LOCATION MAP - PAGE 2 FIGURE 2 - GEOTECHNICAL MAP - REAR OF TEXT APPENDICES APPENDIX A - REFERENCES APPENDIX B - BORING LOGS AND EXPLORATION TRENCH LOGS APPENDIX C - LABORATORY DATA ANALYSIS APPENDIX D - SEISMIC REFRACTION SURVEY APPENDIX E - GENERAL EARTHWORK AND GRADING SPECIFICATIONS -11- 602256-001 1.0 INTRODUCTION 1.1 Purpose and Scope This report presents the results of our geotechnical update investigation of the proposed Carlsbad First Responder's Joint-Use Training Facility located at 2560 Orion Way in the City of Carlsbad, California, (see Figure 1). Our investigation included geotechnical exploration of the site, laboratory testing of selected soil samples, geotechnical analysis of the data collected, and preparation of this report. The purpose of our geotechnical investigation was to evaluate existing geotechnical conditions present at the site and to provide preliminary conclusions and geotechnical recommendations relative to the proposed development of the property. 1.1.1 Scope of Work As part of our geotechnical investigation, we performed the following: • Review of available pertinent, published, and unpublished geotechnical literature maps, and aerial photographs (Appendix A). • Review of the previous investigation and as-graded reports (Leighton, 2001), and conceptual site development plans by RRM Design Group (RRM, 2008). • Field reconnaissance of the existing onsite geotechnical conditions. • Coordination with Underground Services Alert (USA) to locate potential underground utilities on or adjacent to the site. • Subsurface exploration consisting of the excavation, logging, and sampling of 9 hollow-stem auger borings. The approximate borings are shown on the Geotechnical Map (Figure 2). The logs of the borings are presented in Appendix B. • Laboratory testing of representative soil samples obtained from the subsurface exploration. Results of these tests are presented in Appendix C, with the exception of moisture/density determinations, which are provided on the boring logs (included in Appendix B). • Compilation and analysis of the geotechnical data obtained from the field investigation and laboratory testing (including the prior seismic refraction survey presented in Appendix D). -1- Base Map: AerialsExpress, GDT-Teleatlas Street Data Spring 2005 Approximate Site Boundary Project No. 602256-001SITE LOCATION MAP Carlsbad First Responder's Joint-UseTraining Facility City of Carlsbad, California \\GIS\Adminislralion\ArcGISTBmplales\NEW_GDT_SiteLocalionMap.mxd 602256-001 Review local and regional seismicity, and provide seismic parameters for the site in accordance with 2007 California Building Code (CBC). Preparation of this report presenting our findings, conclusions, and geotechnical recommendations with respect to the proposed design, site grading and general construction considerations. 1.2 Site Location and Description The site, which is bounded by Orion Way on the north, south and east sides, and Orion Street to the west is located in the east-central portion of Carlsbad, California (Figure 1). Currently, the site is being used as an athletic field (baseball and soccer) with minor fill slopes at the north-eastern and south-western corners. At the eastern end of the site, there is an elevated grassy area with trees and large exposed landscape boulders. Topography of the athletic field is generally flat with elevations ranging from approximately 351 feet to 357 feet mean sea level (msl) at the western and eastern ends, respectively. The elevation of the elevated grassy area is approximately 365 feet msl. 1.3 Previous Site Development The original mass-grading of the general site was performed in 1985 and generally consisted of cuts and fills for the existing buildings and parking areas, and infilling of the previously existing canyon located in the southeast portion of the Carlsbad Public Works Facility. Reportedly, uncontrolled artificial fill containing oversize materials (i.e. boulders) was placed at the subject site (the athletic field and the elevated grassy area) within the area bounded by Orion Way and Orion Street. In 1988, rough grading for the existing City of Carlsbad Fire Station No. 5 and the existing skate park located at the southern portion of the site was performed. As background, the grading operations for the existing fire station were performed during July and August, 1988 under the observation of Leighton and Associates, Inc. (Leighton, 1988). 1.4 Proposed Development Based on our review of the conceptual site development plans, prepared by RRM, dated May 2008, we understand that the proposed development consists of a total area of approximately 4.3 acres. The proposed training facility will consist of four major elements: a Residential Burn Prop Structure, a Commercial Burn Prop Structure (with a multi-story training tower), a classroom and shooting range building, and a one- to two- story Fire Administration building. -3- 602256-001 We are assuming that the buildings and training structures will be constructed with masonry or concrete walls. Other proposed improvements consist of training pavement areas adjacent to the buildings, court yards, sidewalks, underground utilities, and landscape areas. Proposed grades of the development are assumed to remain at or near the present elevations. -4- 602256-001 2.0 SUBSURFACE EXPLORATION AND LABORATORY TESTING Our recent subsurface investigation consisted of the excavation of nine (9) small-diameter exploratory borings. The purpose of these excavations was to evaluate the engineering characteristics of the onsite soils with regard to the proposed development. The borings allowed evaluation of the onsite soils, including those likely to be encountered at the proposed foundation elevations and provided representative samples for laboratory testing. The exploratory excavations were logged by a representative from our firm. Representative bulk and relatively undisturbed samples were obtained at frequent intervals for laboratory testing. The approximate locations of the borings are shown on the Geotechnical Map (Figure 2). Subsequent to logging and sampling, the borings were backfilled with bentonite in general accordance with the County of San Diego, Department of Environmental Health (DEH) requirements. Laboratory testing was performed on representative samples to evaluate moisture and density, soil strength parameters, hydraulic conductivity (permeability), and geochemical characteristics of the subsurface soils. A discussion of the laboratory tests performed and a summary of the laboratory test results are presented in Appendix C. In-situ moisture and density test results are provided on the boring logs (Appendix B). It should be noted that a previous subsurface investigation and geotechnical study of the site and an area north of the site was performed by Leighton in 2001. As part of that previous study, two trenches, T-3 and T-4, were excavated, sampled and logged in the vicinity of the currently proposed improvements. Depths of trenches ranged from 5 to 8 feet below the existing ground surface (bgs). Trench logs are presented in Appendix B. In addition, a seismic refraction survey was performed by Subsurface Surveys for the previous study. The refraction survey consisted of eight seismic traverses, of which four seismic traverses (Lines 5, 6, 7 and 8) are within the current study area (Leighton, 2001). The seismic refraction survey report is presented in Appendix D. The approximate locations of the previous trenches and seismic traverses are shown on the Geotechnical Map (Figure 2). -5- 602256-001 3.0 SUMMARY OF GEOTECHNICAL CONDITIONS 3.1 Geologic Setting The subject site is located in the coastal section of the Peninsular Range Province, a geomorphic province with a long and active geologic history throughout Southern California. The area known as the "San Diego Embayment" has undergone several episodes of marine inundation and subsequent marine regression, resulting in the deposition of a thick sequence of marine and nonmarine sedimentary rocks on the basement rock of the Southern California batholith. Gradual emergence of the region from the sea occurred in Pleistocene time, and numerous wave-cut platforms, most of which were covered by relatively thin marine and nonmarine terrace deposits, formed as the sea receded from the land. Accelerated fluvial erosion during periods of heavy rainfall, coupled with the lowering of the base sea level during Quaternary time, resulted in the rolling hills, mesas, and deeply incised canyons which characterize the landforms we see in the general site area today. 3.2 Site-Specific Geology Based on our subsurface exploration, and review of pertinent geologic literature and maps, the site is generally overlain by undocumented artificial fill soils which is underlain by topsoil/colluvium and/or bedrock material consisting of the Lusardi Formation. A brief description of the geologic units as encountered on the site is presented below. The approximate aerial distributions of these units are shown on the Geotechnical Map (Figure 2). 3.2.1 Artificial Fill - nonstructural (Mao Symbol -AfrO Based on our review of the as-graded geotechnical report for the site, we understand that placement of uncontrolled nonstructural artificial fill was generally limited to the present ball field and grassy area within the area bounded by Orion Way and Orion Street. The approximate limits of uncontrolled nonstructural fill are shown on the Geotechnical Map (Figure 2). As encountered during our investigation, the nonstructural fill soils generally consist of dry to moist; loose to dense; clayey, silty sand with scattered gravel. Nonstructural fill soils were encountered to depths ranging from approximately 2 to 5 feet bgs in the Borings and previous Trenches T-3 and T-4 (Appendix B); however, deeper fills may exist and could be encountered during site grading. -6- 602256-001 Note that it is our understanding that this area was also utilized for stockpiling oversize materials during grading and that the stockpile was covered with uncontrolled fill near the completion of grading (Geocon, 1985). These non- structural fill soils are considered potentially compressible in their current state and will require complete removal and recompaction within the limits of site grading. These soils appear to be suitable for use as fill provided they are relatively free of rocks (larger than 8-inches in maximum dimension) organic material, and deleterious debris. Special handling recommendations for oversize material are included in Appendix E. 3.2.2 Topsoil/Colluvium fMap Symbol-Pco!) As encountered, the topsoil/colluvium on the site consists of dark gray, dark brown to brown and yellow, moist to damp, stiff sandy clay and loose to very dense, slightly clayey silty sand with some organic debris. Observations also indicated that the lower portion of this unit was locally porous. In general, the topsoil/colluvium was found to be generally indistinguishable in the upper portion of this unit. This material was found underlying undocumented fill soils in Trenches T-3 and T-4 and is likely to be present in other areas of the site. In general, the topsoil/colluvial soils were found to range from 1 to 3.5 feet in thickness. However, the deeper accumulation of this unit could be encountered. To supplement our previous 2001 subsurface investigation, a seismic refraction survey was performed, as described in Section 3.7.2 of this report. The results of the seismic refraction survey within the subject site indicate the thickness of the uncontrolled fill and topsoil/colluvium varies from approximately 3 to 12 feet in the vicinity of Line 5 through 8 (Appendix D). In general, the topsoil/colluvium is considered potentially compressible and not suitable for support of the proposed improvements. This material will need to be removed to competent formational material in areas of proposed improvements. It should also be noted that the clayey portions of this material may have a high expansion potential (Leighton, 2001). 3.2.3 Lusardi Formation (Map Symbol-KI) The Cretaceous-aged Lusardi Formation underlies the site at depth and is considered to be the primary bedrock unit at the site. The Lusardi Formation is generally composed of light brown to gray brown, and orange to red-brown; very dense; gravel to cobble and boulder conglomerate with a medium to coarse sandstone matrix. The gravel to boulder clasts in this unit are predominately -7- 602256-001 composed of granitic material derived from the underlying granitic bedrock. The Lusardi Formation generally mantels the underlying granitic bedrock and locally contains large to very large (up to 10 to 20 feet in diameter) granitic boulders. These granitic boulders are commonly very dense and, if encountered, may cause excavation difficulties during grading. Although not believed to be common, local beds of claystone and siltstone may also be encountered in this unit. The Lusardi Formation is generally expected to exhibit favorable engineering properties. Excavation of this material may be difficult in areas; however, based on our review of the proposed site plans, deep cuts in this unit are not anticipated. If oversized materials are generated during grading they should be handled in accordance with the recommendations presented herein and in Appendix E of this report. 3.3 Geologic Structure The Lusardi Formation bedrock encountered on the site was generally massive with no apparent bedding. 3.4 Surface and Ground Water No indication of surface water or evidence of surface ponding was encountered during our field investigation. However, surface water may drain as sheet flow across the sheet- graded pad during rainy periods and accumulate in lower elevations of the site. Ground water was not observed in the borings during our investigation; however, perched ground water should be anticipated on top of the Lusardi Formation and may fluctuate during periods of precipitation. In addition, saturated areas and seepage along the northern perimeter of the site (i.e., at the toe of the existing slope) may develop during rainy periods. It should be noted that laboratory testing of the remolded fill soils (sample remolded to approximately 90 percent relative compaction of ASTM 1557) indicate a hydraulic conductivity on the order of 0.000021-cm/sec. 3.5 Landslides No ancient landslides have been mapped on the subject site. In addition, no evidence of landsliding was encountered during our site investigation. Based on the flat nature of the site and our experience with similar conditions in the project vicinity, the potential for landsliding is considered low. 602256-001 3.6 Flood Hazard According to a Federal Emergency Management Agency (FEMA) flood insurance rate map (FEMA, 1997), the site is not located within a flood zone. Based on review of dam inundation and topographic maps per SANGIS, the site is not located downstream from dam inundation areas. 3.7 Engineering Characteristics of On-site Soils Based on the results of our geotechnical investigation, previous geotechnical investigations of the site by others, laboratory testing of representative on-site soils, and our professional experience on adjacent sites with similar soils, the engineering characteristics of the on-site soils are discussed below. 3.7.1 Expansion Potential The majority of the onsite soils are expected to have a low to moderate expansion potential. However, clayey portions of the existing topsoil/colluvium were previously tested to be highly expansive (Leighton, 2001). Geotechnical observation and/or laboratory testing upon completion of the graded pads is recommended to determine the actual expansion potential of finish grade soils on the graded building pads. These materials should be placed at depths greater than 5 below pad grade and at least 3 feet below parking/drive areas, streets and/or hardscape areas. 3.7.2 Excavation Characteristics As part of the previous investigation for the site, a seismic refraction field study was conducted on August 10, 2001. A total of 1,816 linear feet of data was collected along eight seismic refraction lines. The purpose of these surveys was to evaluate the approximate seismic velocities of the Lusardi Formation material in order to provide a rough estimate of the rippability characteristics of the formational materials. The approximate locations of the seismic survey lines are presented on the Geotechnical Map (Figure 2) and the results presented in Appendix D. The seismic refraction method uses first-arrival times of refracted seismic waves to determine the thickness and seismic velocities of subsurface materials. The seismic waves were initiated at the ends of each survey line by striking an aluminum plate with a 20-pound hammer. Seismic waves generated at the ground surface were -9- 602256-001 reflected and refracted from boundaries separating materials of contrasting velocities (or densities) and were detected by a series of twenty-four surface geophones placed along the survey line. The waves detected by the geophones were recorded with a Bison 9024, 24 channel seismograph. Time-distance plots and associated geophysical interpretations of the seismic data from the eight survey lines were then prepared and analyzed. The data is provided in Appendix D. It should be noted that the measured seismic velocities presented on the plots represent average velocities of the subsurface materials, and significant local variations due to buried boulders (or "floaters"), localized hard or cemented zones concretions, or other anomalies may be present. In order to categorize the subsurface materials in terms of excavation characteristics, the following classifications are utilized. This five-fold classification scheme is based on our experience with similar rocks in the San Diego County area, and assumes the use of a single shank D9L Dozer (or equivalent equipment). The rippability characteristics of the site materials are classified as follows: Calculated Seismic Velocity Up to 2000 feet per second 2000 to 4000 feet per second 4000 to 5500 feet per second 5500 to 7000 feet per second Greater than 7000 feet per second General Excavation Characteristic Easy ripping Moderately difficult ripping Difficult ripping, possible localized blasting Very difficult ripping, probable local to general blasting Blasting required "Difficult ripping" refers to rocks, in which it becomes difficult to achieve tooth penetration, sharply reducing ripping production. Local blasting may be necessary in order to maintain a desired ripping production rate. "Very difficult ripping" refers to rocks in which the use of heavy construction equipment is likely to cease being a cost-effective method of excavation (necessitating the use of explosives to maintain a desired excavation rate). It should be emphasized that the cutoff velocities of this classification scheme are approximate and rock characteristics (such as fracture or joint spacing and orientation) play a significant role in determining rock rippability. These characteristics may also vary with location and depth in the rock mass. -10- 602256-001 The average seismic velocities of the underlying Lusardi Formation along the four seismic survey lines varies from approximately 4585 to 5502. Based on the results of the seismic refraction study, it appears that near surface materials are rippable with heavy-duty construction equipment in good working order (i.e. a single shank D9L Dozer or equivalent). Difficult ripping and possible localized blasting may be required and should generally be limited to areas of deep utility excavations. However, deep cuts into the Lusardi Formation are not anticipated during the grading operations. If a significant amount of oversize material (typically rock over 8 inches in maximum dimension) is generated, it should be placed in accordance with Section 6.1.2 of this report and Appendix E. 3.7.3 Earthwork Shrinkage and Bulking Based on the results of our investigation and our professional experience with similar projects in the general vicinity of the site, we have estimated bulking and shrinkage of the on-site soils. The thickness of uncontrolled artificial fill is unknown but anticipated to be on the order of 2 to 5 feet in depth. In addition, topsoil/colluvial soils may underlie the uncontrolled artificial fill, and are generally anticipated to be on the order of 1 to 4 feet thick. The volume change of excavated onsite materials upon recompaction as fill is expected to vary with materials and location. Typically, the surficial soils and bedrock materials vary significantly in natural and compacted density, and therefore, accurate earthwork shrinkage/bulking estimates cannot be determined. However, the following factors (based on the results of our investigation, geotechnical analysis and professional experience with similar materials) are provided on Table 1 as guideline estimates. If possible, we suggest an area where site grades can be adjusted (during the later portion of the site grading operations) be provided as a balance area. -11- 602256-001 Table 1 Earthwork Shrinkage and Bulking Estimates Geologic Unit Undocumented Fill Topsoil/Colluvium Lusardi Formation Estimated Shrinkage/bulking 5 to 1 5 percent shrinkage 0 to 10 percent shrinkage 4 to 12 percent bulking 3.7.4 Soil Corrosivitv A preliminary corrosive soil screening for the on-site fill soil was performed to evaluate the potential effect on concrete and ferrous metals. Laboratory testing was performed on one representative sample to evaluate pH, minimum electrical resistivity, and chloride and soluble sulfate contents. The sample tested had a measured pH of 7.39, and a measured minimum electrical resistivity of 6,000 ohm-cm. Test results also indicated that the sample had a chloride content of 84 ppm, and a soluble sulfate content of 180 ppm. -12- 602256-001 4.0 FAULTING AND SEISMICTTY 4.1 Faulting Our discussion of faults on the site is prefaced with a discussion of California legislation and state policies concerning the classification and land-use criteria associated with faults. By definition of the California Mining and Geology Board, an active fault is a fault which has had surface displacement within Holocene time (about the last 11,000 years). The state geologist has defined a potentially active fault as any fault considered to have been active during Quaternary time (last 1,600,000 years). This definition is used in delineating Earthquake Fault Zones (EFZ) as mandated by the Alquist-Priolo Earthquake Faulting Zones Act of 1972 and as most recently revised in 1997 (Hart, 1997). The intent of this act is to assure that unwise urban development and certain habitable structures do not occur across the traces of active faults. Based on our review, the site is not located within an EFZ, (COS, 2003). A review of available geologic literature pertaining to the subject site indicates that there are no known active regional faults that transect the subject site (Appendix A). The nearest known active regional fault is the Rose Canyon Fault located approximately 7 miles west of the site (Blake, 2000). 4.2 Seismicitv The principal seismic considerations for most structures in southern California are surface rupturing of fault traces and damage caused by strong ground shaking or seismically induced ground settlement. Historically, the San Diego region has been spared major destructive earthquakes. The site is considered to lie within a seismically active region, as can all of Southern California. The effect of seismic shaking may be mitigated by adhering to the California Building Code (see Section 4.2.6 of this report for CBC seismic parameters) or state-of-the-art seismic design parameters of the Structural Engineers Association of California. Secondary effects associated with severe ground shaking following a relatively large earthquake can include shallow ground rupture, soil liquefaction, lateral spreading, earthquake-induced settlement, and tsunamis/seiches. These secondary effects of seismic shaking are discussed in the following sections. 4.2.1 Shallow Ground Rupture No active or potentially faults are mapped transecting the site, and the site is not located within a mapped EFZ (COS, 2003). The nearest mapped active fault is the -13- 602256-001 Rose Canyon Fault located approximately 7 miles west of the site. Ground cracking due to shaking from distant seismic events is not considered a significant hazard at the site, since the site is underlain at depth by dense sedimentary formation and there are no significantly high slopes on the site or adjacent to the site. 4.2.2 Liquefaction Liquefaction and dynamic settlement of soils can be caused by strong vibratory motion due to earthquakes. Both research and historical data indicate that loose, saturated, granular soils are susceptible to liquefaction and dynamic settlement. Liquefaction is typified by a total loss of shear strength in the affected soil layer. Liquefaction may be manifested by sand boils, excessive settlement, and bearing failure. Bedrock materials at the site are not considered liquefiable due to either their high density or unsaturated conditions. Surficial materials including undocumented fill and topsoil/ colluvium are recommended for removal and replacement with compacted engineered fill material. Properly compacted engineered fill is not considered to be liquefiable. 4.2.3 Earthquake-Induced Settlement Granular soils tend to density when subjected to shear strains induced by ground shaking during earthquakes. Simplified methods were proposed by Tokimatsu and Seed (1987) and Ishihara and Yoshimine (1991) involving SPT N-values used to estimate earthquake-induced soil settlement. Due to the low susceptibility of the site to liquefaction, the potential for earthquake-induced settlements is considered to be low during strong ground shaking. Earthquake-induced settlements tend to be most damaging when differential settlements result. Earthquake-induced total and differential settlement are expected to be negligible. 4.2.4 Lateral Spread Empirical relationships have been derived by Youd and others (Youd, 1993; Bartlett and Youd, 1995; and Youd et. al., 1999) to estimate the magnitude of lateral spread due to liquefaction. These relationships include parameters such as earthquake magnitude, distance of the earthquake from the site, slope height and angle, the thickness of liquefiable soil, and gradation characteristics of the soil. -14- 602256-001 Since the potential for liquefaction at the site is low, the susceptibility to earthquake-induced lateral spread is also considered to be low. 4.2.5 Tsunamis and Seiches Based on the distance between the site and large, open bodies of water, barriers between the site and the open ocean, and the elevation of the site with respect to sea level, the possibility of seiches and/or tsunamis is considered to be nil. 4.2.6 Building Code Seismic Parameters The following table below presents geotechnical design parameters that have been determined in accordance with the 2007 CBC (CBSC, 2007). Table 2 CBC Seismic Design Parameters Description Site Class Short Period Spectral Acceleration 1 -Second Period Spectral Acceleration Short Period Site Coefficient 1 -Second Period Site Coefficient Adjusted Short Period Spectral Acceleration Adjusted 1 -Second Period Acceleration Design Short Period Spectral Response Parameter Design 1 -Second Period Spectral Response Parameter Values C Ss ' Si Fa Fv SMS SMI SDS SDI 1.300 0.491 1.0 1.309 1.300 0.642 0.866 0.428 CBC Reference Table 1613.5.2 Figure 1613.5(3) Figure 1613.5(4) Table 1613.5.3(1) Table 1613.5.3(2) Equation 16-37 Equation 16-38 Equation 16-39 Equation 16-40 -15- 602256-001 5.0 CONCLUSIONS Based on the results of our geotechnical investigation of the site, it is our professional opinion that the proposed development of the site is feasible from a geotechnical standpoint, provided the following conclusions and recommendations are incorporated into the design, grading, and construction of the project. The following is a summary of the geotechnical factors that may affect development of the site. » Based on our reference review, subsurface exploration, and laboratory testing, uncontrolled nonstructural artificial fill was placed during the 1985 rough grading of the site. In addition, potentially compressible topsoil/colluvium was left-in-place and currently underlies the uncontrolled fill in various areas. The uncontrolled fill, topsoil/colluvium are considered potentially compressible in their current state and will require complete removal to competent formational material in areas of proposed settlement sensitive improvements. • In general, the on-site soils appear to be suitable for reuse as fill provided they are relatively free of rocks (larger than 8-inches in maximum dimension) organic material, and deleterious debris. • Near surface materials are considered rippable with heavy-duty construction equipment in good working order (i.e. a single shank D9L Dozer or equivalent). Difficult ripping and possible localized blasting may be required and should generally be limited to areas of deep utility excavations. Excavations exceeding 10 feet within the Lusardi Formation may require very heavy ripping and probable local to general blasting. However, deep cuts into the Lusardi Formation are not anticipated during the grading operations. • Oversized material (requiring specialized handling) may be generated during demolition of the existing improvements, excavation within the Lusardi Formation, and grading operations within uncontrolled (nonstructural) fill areas. • The uncontrolled fill soils and soils of the Lusardi Formation are anticipated to have a low to medium expansion potential. • Clayey topsoil and colluvial soils may be moderately to highly expansive and are not recommended for use as compacted fill below proposed building areas, as subgrade material for the parking and drive areas, or as retaining wall backfill. • Laboratory test results indicate that fill soil present on the site have a negligible potential for sulfate attack concrete and a relatively mild or low potential for corrosion to buried uncoated metal conduits. Additional laboratory testing should be performed during grading. -16- 602256-001 Ground water was not encountered during our investigation. Although not encountered during our investigation, perched ground water may occur locally on top of the Lusardi Formation, particularly after periods of heavy rainfall or irrigation. Groundwater is not expected to significantly impact the proposed development provided the recommendations regarding drainage outlined in this report are implemented. The site is located in an area underlain by the Lusardi Formation that is known to contain both permeable and impermeable layers which can transmit and perch ground water in unpredictable ways. Therefore, given the site geologic conditions, Low Impact Development (LID) measures may impact down gradient area, which include existing improvements (buildings and utilities) and potential future developments adjacent properties. Therefore, the use of some LID measures may not be appropriate for this project. -17- 602256-001 6.0 RECOMMENDATIONS 6.1 Earthwork We anticipate that earthwork at the site will consist of site preparation, minor cuts and fills and underground utility excavation. We recommend that earthwork on the site be performed in accordance with the following recommendations and the General Earthwork and Grading Specifications for Rough Grading included in Appendix E of this report. In case of conflict, the following recommendations shall supersede those in Appendix E of this report. 6.1.1 Site Preparation Prior to grading, all areas to receive structural fill or engineered structures should be cleared of surface and subsurface obstructions; including any existing utilities, debris, and nonstructural, undocumented or loose fill soils, and stripped of vegetation. Removed vegetation and debris should be properly disposed off site. Holes resulting from removal of buried obstructions that extend below finish grades should be replaced with suitable compacted fill material. All areas to receive fill and/or other surface improvements should be scarified to a minimum depth of 6 inches, brought to at least 2 percent above near-optimum moisture conditions, and recompacted to at least 90 percent relative compaction (based on ASTM Test Method D1557). 6.1.2 Removal and Recompaction The existing undocumented fills, nonstructural fill soils, and topsoil/colluvium are considered potentially compressible and are not suitable for support of the proposed improvements. Where not removed by the planned grading, these soils should be excavated to competent formational material bedrock as determined by Leighton. The removal bottom should be moisture-conditioned and recompacted to a minimum 90 percent relative compaction (based on ASTM Test Method D1557) prior to placing fill. The removal limit should be established by a 1:1 projection from the edge of fill soils supporting settlement-sensitive structures downward and outward to competent material identified by the geotechnical consultant. In general, we anticipate the depth of removals to be on the order of 2 to +10 feet across the site, and may be deeper in localized areas. All removal bottoms should be reviewed by the geotechnical consultant prior to fill placement. -18- 602256-001 6.1.3 Excavations and Oversize Material Shallow excavations of the onsite materials may generally be accomplished with conventional heavy-duty earthwork equipment. Based on the results of the seismic refraction study and our review of previous geotechnical reports, excavations exceeding 10 feet with the Lusardi Formation may require very heavy ripping and/or blasting and may result in the generation of some oversize material. In addition, cemented zones and granitic floaters may likely be encountered in deeper excavation within this unit. Due to the high-density characteristics of the onsite Lusardi Formation, temporary excavations such as utility trenches with vertical sides in these units should remain stable for the period required to construct the utility, provided they are free of adverse geologic conditions. Undocumented and nonstructural artificial fill and topsoil/colluvial soils present on site may cave during trenching operations. In accordance with OSHA requirements, excavations deeper than 5 feet should be shored or be laid back if workers are to enter such excavations. Temporary sloping gradients should be determined in the field by a "competent person" as defined by OSHA. For preliminary planning, sloping of surficial soils at 1 to 1 (horizontal to vertical) may be assumed. Excavations greater than 20 feet in height will require an alternative sloping plan or shoring plan prepared by a California registered civil engineer. Excavation safety is the responsibility of the contractor. We anticipate that oversize material may be generated during demolition of existing improvements, excavation within the Lusardi Formation, and grading operations within uncontrolled (nonstructural fill areas). Recommendations for treatment of oversize material are included in the attached General Earthwork and Grading Specifications for Rough Grading (Appendix E). Excavated materials with oversize boulders derived from the Lusardi Formation would necessitate selective grading measures. In general, oversize material may be utilized in approved surface applications or hauled off site. 6.1.4 Fill Placement and Compaction The onsite granular soils are generally suitable for use as compacted fill provided they are free of organic material, debris, and rock fragments larger than 8 inches in maximum dimension. All fill soils should be brought to at least 2 percent above optimum moisture conditions and compacted in uniform lifts to at least 90 percent relative compaction based on laboratory standard ASTM Test Method D1557. For parking areas, we recommend that the upper 12 inches of subgrade soils be compacted to at least 95 percent (based on ASTM Test Method D1557). The optimum lift thickness required to produce a uniformly compacted fill will depend -19- 602256-001 on the type and size of compaction equipment used. In general, fill should be placed in lifts not exceeding 8 inches in thickness. The onsite soils typically possesses a moisture content below optimum and may require moisture conditioning prior to use as compacted fill. Localized areas of overly wet material should be anticipated in previously landscaped areas or within clayey colluvial soils. In general, overly wet material should be dried back and/or replaced with granular import soils. Placement and compaction of fill should be performed in general accordance with the current City of Carlsbad grading ordinances, sound construction practice, and the General Earthwork and Grading Specifications for Rough Grading presented in Appendix E. 6.1.5 Transition Mitigation We anticipate that a transition from cut to fill may be developed beneath the proposed classroom/shoot range building and the Fire Administration building. In order to reduce the potential for differential settlement, we recommend that the entire cut portion of transition within the building pad areas be overexcavated to a minimum depth of 2 feet below the lowest proposed footing elevation and replaced with properly compacted fill of very low to low expansion potential. The overexcavation and recompaction should laterally extend a minimum of 5 feet beyond the building perimeter. The base of the overexcavated portion of the building pad should slope at approximately 2 percent toward the fill side to mitigate the potential for accumulation that may result from surface infiltration. Similar treatment should be anticipated for proposed buildings that overlie backfilled cavities following demolition activities. As an alternative to overexcavation beneath the building pad, all footings may be extended a minimum depth of 12 inches into competent bedrock under the observation of the geotechnical consultant. 6.1.6 Expansive Soils and Selective Grading The onsite soils are expected to have a low to very high expansion potential. If expansive soils are utilized at grade, typical expansive soil-related distress (such as cracked flatwork and stucco, poor vegetation growth, etc.) may be expected over the life of the project. Accordingly, we recommend that high or very high expansive soils encountered during grading operations be placed in fill areas below a minimum depth of 5 feet measured from the finish grade of the proposed building pads and 3 feet in drive/parking areas, streets, and hardscape and not -20- 602256-001 within 15 feet of the face of any slope. Expansive soils exposed at finish pad elevations should likewise be removed to a depth of 5 feet and replaced with low expansion potential compacted fill unless special foundation design recommendations for expansive soil are implemented. 6.1.7 Import Soils If import soils are necessary to bring the site up to proposed grade, these soils should be granular and have an Expansion Index less than 50 per ASTM Test Method D4829 (i.e. a very low to low expansion potential). Please contact this office for further evaluation of the borrow site prior to import. 6.2 Surface Drainage and Erosion Surface drainage should be controlled at all times. The proposed structure should have an appropriate drainage system to collect roof runoff. Positive surface drainage should be provided to direct surface water away from the structure toward the street or suitable drainage facilities. Planters should be designed with provisions for drainage to the storm drain. Ponding of water should be avoided adjacent to the structure. Regarding Low Impact Development (LID) measures, we are of the opinion that bioswales, infiltration basins, and other onsite retention and infiltration systems can potentially create adverse perched ground water conditions both on-site and off-site. In particular, this site is underlain by Lusardi Formation that is known to contain both permeable and impermeable layers which can transmit and perch ground water in unpredictable ways. Therefore, given the site geologic conditions and project type, some LID measures may not be appropriate for this site and project. 6.3 Foundation and Slab Considerations Foundations and slabs should be designed in accordance with structural considerations and the following recommendations. These recommendations assume that the soils encountered within 5 feet of pad grade have a low to medium potential for expansion. Additional expansion testing should be performed as part of the fine grading operations. If highly expansive soils are encountered and selective grading cannot be accomplished, additional foundation design may be necessary. -21- 602256-001 6.3.1 Foundations We anticipate that the proposed structures can be supported by isolated spread and/or continuous footings. Footings should extend a minimum of 24 inches beneath the lowest adjacent finish grade. At these depths, footings may be designed for a maximum allowable bearing pressure of 2,500 pounds pounds square foot (psf) if founded entirely in properly compacted fill soils. An allowable capacity increase of 250 psf for every 6 inches of additional width and embedment depth may be used, not exceeding 3,500 psf. Where all building foundations are extended to competent bedrock, an allowable bearing pressure of 4,000 psf may be used. The bearing pressure for site walls should be limited to 2,000 psf. The allowable pressures may be increased by one-third when considering loads of short duration such as wind or seismic forces. The minimum recommended width of footings is 18 inches for continuous footings and 24 inches for square or round footings. Footings should be designed in accordance with the structural engineer's requirements and have a minimum reinforcement of four No. 5 reinforcing bars (two top and two bottom). We recommend a minimum horizontal setback distance from the face of slopes for all structural footings and settlement-sensitive structures. This distance is measured from the outside edge of the footing, horizontally to the slope face (or to the face of a retaining wall) and should be a minimum of FI/2, where H is the slope height (in feet). The setback should not be less than 10 feet. Please note that the soils within the structural setback area possess poor lateral stability, and improvements (such as retaining walls, sidewalks, fences, pavements, etc.) constructed within this setback area may be subject to lateral movement and/or differential settlement. 6.3.2 Slabs In general, slab-on-grade floors (excluding those subjected to heavy truck or forklift loading) should have a minimum thickness of 5 inches and be reinforced with No. 4 rebars 18 inches on center (each way) placed at mid- height in the slab. If heavy vehicle or equipment loading is proposed for the slabs, greater thickness and increased reinforcing may be required. In addition, interior slab-on-grade floors for the training tower and burn props structures may be subjected to a variety of unknown loading and environmental conditions, such as, heat and potentially chemicals that need to be evaluated by designers. Slabs should also have crack joints at spacings designed by the structural engineer. Columns should be structurally isolated from slabs. We emphasize -22- 602256-001 that it is the responsibility of the contractor to ensure that the slab reinforcement is placed at slab mid-height. Interior floor slabs should be underlain by a 2-inch layer of clean sand (sand equivalent greater than 30), underlain by a 10-mil (or heavier) moisture barrier (visqueen), which is in turn is underlain by 2 inches of clean sand. All penetrations through the moisture barrier and laps should be sealed. All slabs should be constructed with a reinforced thickened edge. A base coefficient of friction should not be applied to slab-on-grade where the visqueen is present. Our experience indicates that use of additional reinforcement in slabs and foundations can generally reduce the potential for drying and shrinkage cracking. However, some cracking should be expected as the concrete cures. Minor cracking is considered normal; however, it is often aggravated by a high water content, high concrete temperature at the time of placement, small nominal aggregate size, and rapid moisture loss due to hot, dry, and/or windy weather conditions during placement and curing. Cracking due to temperature and moisture fluctuations can also be expected. The use of low slump/water content concrete can reduce the potential for shrinkage cracking. Moisture barriers can retard, but not eliminate, vapor migration from the underlying soils up through the slab. We recommend that the floor coverings contractor test the moisture vapor flux rate through the slab prior to attempting the application of moisture-sensitive floor coverings. "Breathable" floor coverings or special slab sealants should be considered if vapor flux rates are high. Slip sheets should be considered if crack-sensitive floor coverings are planned on the slab. 6.3.3 Settlement The recommended allowable-bearing capacity is based on a maximum total and differential settlement of 3/4 inch and 1/2 inch, respectively. Since settlements are in part a function of footing size and contact bearing pressures, some differential settlement can be expected between adjacent columns or walls where a large differential loading condition exists. However for most cases, differential settlements are considered unlikely to exceed 1/2 inch and should generally be less than 1/4 inch. With increased footing depth/width ratios, differential settlement should be less. These values may be increased by one- third for short-term wind or seismic loads. -23- 602256-001 6.3.4 Lateral Pressures Lateral loads may be resisted by assuming a passive pressure of 300 psf per foot of depth and coefficient of friction of 0.30 between concrete and soil. The lateral resistance may be taken as the sum of the passive and frictional resistance, provided the passive resistance does not exceed two-thirds of the total resistance. For design purposes, the recommended equivalent fluid pressure in each case for walls founded above the static ground water table (with level backfill) and backfilled with onsite or import soils of very low to low expansion potential (Expansion Index less than 50 per ASTM Test Method 4829) is shown on below. Table 3 Static Equivalent Fluid Weight (pcf) Condition Active At-Rest Passive Level 40 55 300 (Maximum of 3 ksf) 2:1 Slope 60 75 The above values assume free-draining conditions. If conditions other than these covered herein are anticipated, the equivalent fluid pressure values should be provided on an individual case basis by the geotechnical engineer. Construction traffic, compaction equipment, heavy equipment and vehicular traffic should be kept a minimum distance of 5 feet or retaining wall height, whichever is greater, from the retaining wall unless these surcharges are utilized in the design of the retaining walls. A surcharge load for a restrained or unrestrained wall resulting from automobile traffic may be assumed to be equivalent to a uniform lateral pressure of 75 psf which is in addition to the equivalent fluid pressure given above. For other uniform surcharge loads, a uniform lateral pressure equal to 0.35q should be applied to the wall (where q is the surcharge pressure in psf). All retaining wall structures should be provided with appropriate drainage and waterproofing. Wall drainage should be designed in accordance with the minimum recommendations shown on Figure 5. This may require special consideration with regard to providing adequate outlet for the drainage of the below grade parking structure. Wall backfill should be compacted by mechanical methods to at least 90 percent relative -24- 602256-001 compaction (based on ASTM Test Method D1557) and at least 2 percent over the optimum moisture content. Wall footing design and setbacks should be performed in accordance with the previous foundation design recommendations and reinforced in accordance with structural considerations. Soil resistance developed against lateral structural movement can be obtained from the passive pressure value provided above. If wall rotation (A/H) is smaller than 0.04, a factor of safety of 2.5 should be used for the passive resistance. The upper 1 foot of passive resistance should be neglected unless the soil is confined by pavement or slab. 6.4 Preliminary Pavement Design The appropriate pavement section will depend on the type of subgrade soil, shear strength, traffic load, and planned pavement life. Since an evaluation of the actual subgrade soils cannot be made at this time, we have used an R-value of 5 and Traffic Indices (TT) of 5, 6, and 7. The range of pavement sections presented on Table 4 is to be used for preliminary planning purposes only. Final pavement designs should be completed in accordance with the City of Carlsbad design criteria after R-value tests have been performed on actual subgrade materials. Table 4 Preliminary Asphalt Pavement Designs Traffic Index 5 6 7 Preliminary Pavement 3 4 4 inches inches inches AC AC AC over over over 10 12 16 rnches inches inches Class Class Class Section 2 2 2 Aggregate Aggregate Aggregate Base Base Base Asphalt Concrete (AC) and Class 2 aggregate base should conform to and be placed in accordance with the latest revision of California Department of Transportation Standard Specifications. Prior to placing the pavement section, the subgrade soils should have a relative compaction of at least 95 percent to a minimum depth of 12 inches (based on ASTM Test Method D1557). Aggregate Base should be compacted to a minimum of 95 percent relative compaction (based on ASTM Test Method D1557) prior to placement of the AC. Concrete pavement areas subjected to fire truck traffic loading and heavy concentrated loads, such as, the areas surrounding the training tower and burn prop structures, require special consideration. We recommend a minimum section of 8 inches of Portland cement concrete (PCC) over 4 inches of Class 2 aggregate base. The PCC pavement section should be provided with appropriate crack-control joints as designed by the project structural -25- 602256-001 engineer. If sawcuts are used, they should be a minimum depth of 1A the slab thickness and made within 8 hours of concrete placement. We recommend that PCC pavement utilize a concrete mix design with a minimum 28-day strength of 3,250 psi. The upper 12 inches of subgrade soils should be compacted to at least 95 percent relative compaction based on ASTM Test Method D1557 prior to placement of aggregate base. The aggregate base layer should be compacted to at least 95 percent relative compaction as determined by ASTM Test Method Dl557. PCC and Class 2 base materials should conform to and be placed in accordance with the latest revision of the California Department of Transportation Standard Specifications (Caltrans) and American Concrete Institute (ACI) codes. 6.5 Construction Observation and Testing and Plan Review The geotechnical consultant should perform construction observation and testing during the fine, and post grading operations, future excavations and foundation or retaining wall construction at the site. Additionally, footing excavations should be observed and moisture determination tests of the slab subgrade soils should be performed by the geotechnical consultant prior to the pouring of concrete. Foundation design plans should also be reviewed by the geotechnical consultant prior to excavations. -26- 602256-001 7.0 LIMITATIONS The conclusions and recommendations presented in this report are based in part upon data that were obtained from a limited number of observations, site visits, excavations, samples, and tests. Such information is by necessity incomplete. The nature of many sites is such that differing geotechnical or geological conditions can occur within small distances and under varying climatic conditions. Changes in subsurface conditions can and do occur over time. Therefore, the findings, conclusions, and recommendations presented in this report can be relied upon only if Leighton has the opportunity to observe the subsurface conditions during grading and construction of the project, in order to confirm that our preliminary findings are representative for the site. -27- HOLOCATIOK OSHH OF FU. (M nXT), TOTM. RFMitHFEEt) LEGEND 9 Af n .LINE 8, MVMMMMie LOCUTION OF B8SMCLME8 T-4 OEOTCCHMICAL HAP CARLSBAD FIRST RESPONDERS JOMT^tSETRAINING FACUTrCITY OF CARLSBAD, CAUFORNIA CONCEPTUAL SITE PLAN r CITY OF CARLSBAD )LICE AND FIRE DEPT.JOINT FIRST RESPONDERS TRAINING FACILITY rrmdesigngroupi. COPY 602256-001 APPENDIX A REFERENCES Bartlett, S.F. and Youd, T.L., 1995, Empirical Prediction of Liquefaction-Induced Lateral Spread, Journal of Geotechnical Engineering, Vol. 121, No. 4 , April 1995. Blake, 2000, EQFAULT, Version 3.0. California Geologic Survey (COS), 2003), Probabilistic Seismic Hazard Analysis Map, June 2003. California Building Standards Commission (CBSC), 2007, California Building Code (CBC). Geocon, Inc., 1982, Soil Investigation and Geologic Reconnaissance for Civic Operations Center, Carlsbad, California, File No. P-2751-J01, dated June 14, 1982. , 1984, Updated Geotechnical Investigation for City of Carlsbad Safety Center, Carlsbad, California, File No. D-2751-J02, dated September 12, 1984. , 1985, Final Report of Testing and Observation Services During Mass Grading Operations for Carlsbad Safety Center, Carlsbad, California, File No. D-2751-J03, dated June 17, 1985. Hart, 1997, Fault Rupture Hazard Zones in California, Alquist-Priolo Special Studies Zones Act of 1972 with Index to Special Study Zone Maps, Department of Conservation, Division of Mines and Geology, Special Publication 42, revised 1997. Hannan, D., 1975, Faulting in the Oceanside, Carlsbad and Vista Areas, Northern San Diego County, California in Ross, A. and Dowlens, R.J., eds., Studies on the Geology of Camp Pendleton and Western San Diego County, California: San Diego Association of Geologists, pp. 56-59. Ishihara, K., and Yoshimine, M., 1992, Evaluation of Settlements in Sand Deposits Following Liquefaction during Earthquakes, Soils and Foundations, Vol. 32, No. 1, pp: 173- 188. Leighton and Associates, Inc., 1988, As-Graded Report of Rough Grading Operations, City of Carlsbad Fire Station No. 5, Carlsbad Safety Center, Carlsbad, California, Project No. 8871838-04, dated September 8,1988. A-l 602256-001 APPENDIX A (Continued) , 2001, Update Geotechnical Investigation, Proposed Carlsbad Public Works Center Facility Expansion, Orion Way and Orion Street, Carlsbad, California, Project No. 040448-001, dated September 4, 2001. RRM Design Group, 2008, Conceptual Site Development Plan, Joint First Responders Training Facility, dated May 2008. Youd, T.L., 1993, Liquefaction-Induced Lateral Spread Displacement, NCEL Tech. Note 1862, Naval Civil Engineering Laboratory, Port Hueneme, California. Youd, T.L., Hanson C.M., and Bartlett, S.F., 1999, Revised MLR Equations for Predicting Lateral Spread Displacement, Proceedings of the 7th U.S.-Japan Workshop on Earthquake Resistant Design of Lifeline Facilities and Countermeasures Against Soil Liquefaction, November 19, 1999, pp. 99-114. A-2 GEOTECHNICAL BORING LOG KEY Date Project KEY TO BORING LOG GRAPHICS Drilling Co. Hole Diameter Elevation Top of ElevatiorT Sheet 1 of 1 Project No. - Type of Rig Drive Weight Location Drop ElevationFeet |r SAM) S S R R B B T T 1 U 'S.0' 5 N S 0 — ^M *S- •5 . , t A 7 20 — 25 — in — — J% * jl 4,YfVlP <f^* °rs%0^ ^\°, mfc •^ O% Yc/-,V.;.•; V . "B £*/Vy* • £ 'LE TYPES: PUT SPOON ING SAMPLE ULK SAMPLE UBE SAMPLE Attitudesdz 0)a (0w B-l C-l G-l R-l SH-1 S-l & ^" Inn a. a»tJoa a MoistureContent, % |1 CL CH OL ML MH ML-CL GW GP GM GC SW SP SM SC DESCRIPTION Logged By Sampled By Asphaltic concrete Portland cement concrete Inorganic clay of low to medium plasticity; gravelly clay; sandy clay; silty clay; lean clay Inorganic silt; clayey silt with low plasticity Inorganic silt; diatomaceous fine sandy or silty soils; elastic silt Clayey silt to silty clay Well-graded gravel; gravel-sand mixture, little or no fines Poorly graded gravel; gravel-sand mixture, little or no fines Clayey gravel; gravel-sand-clay mixture Well-graded sand; gravelly sand, little or no fines Poorly graded sand; gravelly sand, little or no fines Silty sand; poorly graded sand-silt mixture Bedrock Ground water encountered at time of drilling Bulk Sample Core Sample Grab Sample Modified California Sampler (3" O.D., 2.5 I.D.) Shelby Tube Sampler (3" O.D.) Standard Penetration Test SPT (Sampler (2" O.D., 1.4" I.D.)Type of TestsTYPE OF TESTS: ^to, G GRAB SAMPLE DS DIRECT SHEAR SA SIEVE ANALYSIS ^mSr SH SHELBY TUBE MD MAXIMUM DENSITY AT ATTERBURG UMITS ^Sft CN CONSOLIDATION El EXPANSION INDEX ^»E9 CR CORROSION RV R-VALUE ^T LEIGHTON GEOTECHNICAL BORING LOG B-1 Date Project 6-30-08 ict Carlsbad/JFRTF ng Co. Baja Excavation Diameter 8 in. ition Top of Elevation 355' Drive Weight Location 140 pound hammer See Geotechnical Map Sheet 1 of 1 Project No. 602256-001 Type of Rig CME-75 Drop 30"Elevation 1Feet ]355 350 345 340 335 330- ||^ - in 15- 20 — 25 — 0 •So)S-o2-Jo 4 S . • . . .. •^ . • :'••'••' '.' . ' • '• .:.'.Attitudes325 ju SAMPLE TYPES: S SPLIT SPOON R RING SAMPLE B BULK SAMPLE T TUBE SAMPLE dzaa. 1GO B-lo'-y R-l R-2 -*•»WO5°^J- CQo>Q. 50/6" 50/4" 'w 0*0QQ- L.Q 107.7 MoistureContent, %9.1 id |l SM SP SM DESCRIPTION Logged By BP Sampled By BP Grass surfaceARTIFICIAL FILL@ 0'-2': Fine to medium grained silty SAND: Dark brown, moist @ 2': Light brown, damp LUSARDLFORMATION @ 5': Fine to coarse grained SAND: Orangish brown, damp, verydense, cemented conglomerate, slightly undisturbed @10': Difficult drillingFine to coarse grained silty SAND: Light brown to organish brown,damp, very dense, cemented conglomerate, little recovery\Refusal at 11 feet fTotal Depth = 11 FeetNo ground water encountered at time of drillingBackfilled on 6/30/08 ype of TestsI- TYPE OF TESTS: <|fc G GRAB SAMPLE DS DIRECT SHEAR HC HYDRAULIC CONDUCTIVITY ^^WF SH SHELBY TUBE MD MAXIMUM DENSITY AT ATTERBURG LIMITS ^9B^ CN CONSOLIDATION El EXPANSION INDEX ^VK& CR CORROSION RV R-VALUE . "^F LEIGHTON GEOTECHNICAL BORING LOG B-2 Date 6-30-08 set Carlsbad/JFRTF ng Co. Baja Excavation Diameter 8 in. ition Top of Elevation 355' Drive Weight Location 140 pound hammer See Geotechnical Map Sheet 1 of 1 Project No. 602256-001 Type of Rig CME-75 Drop 30"Elevation 1Feet355 350 345 340 335 330 £*• $ - 5— 10 — 15 — — , 20 — 25— o 2o>o-o2-JO V S rr • ;.; •. . /. '•' .*• , •/• '."*AttitudesJJ.3 JU SAMPLE TYPES: S SPLIT SPOON R RING SAMPLE B BULK SAMPLE T TUBE SAMPLE o"z 0) Q. raU) B-l 0'-5' R-l R-2 R-3B-215' +*wo5 O 0"-«x *••CQO)0. 50/4" 50/4" 50/3" & '35CH- Q)ODO. >, Q 100.7 MoistureContent, %10.8 w-r-WOT Sod OT=> SM DESCRIPTION Logged By BP Sampled By BP Grass surface ARTIFICIAL FELL @ 0': Fine to medium grained silty SAND: Light brown, moist LUSARDI FORMATION @ 5': Fine to coarse grained silty SAND: Light brown to orangish brown, moist, very dense, conglomerate, slightly disturbed @ Iff: Damp, little recovery @ 15': Little recovery •\(a), 19': Hard drilling, refusal /- Total Depth = 19 Feet No ground water encountered at time of drilling Backfill on 6/30/08 ype of Testsh- TYPE OF TESTS: ^^b, G GRAB SAMPLE DS DIRECT SHEAR HC HYDRAULIC CONDUCTIVITY ^Sfer SH SHELBY TUBE MD MAXIMUM DENSITY AT ATTERBURG LIMITS ^BE CN CONSOLIDATION El EXPANSION INDEX ^J^S CR CORROSION RV R-VALUE ^T LEIGHTON GEOTECHNICAL BORING LOG B-3 Date 6-30-08 set Carlsbad/JFRTF ng Co. Baja Excavation Diameter 8 in. ition Top of Elevation 366' Drive Weight Location 140 pound hammer See Geotechnical Map Sheet 1 of 1 Project No. 602256-001 Type of Rig CME-75 Drop 30"Elevation 1Feet |365 360 355- 350 345- 340 SAMF || 5— 10— 15 — - 25 — in O '•CD)D-O e> N S '•\ :'; v •. '.' • "•" '•' '•" •.'• •.' •'. •.' '•'. •',AttitudesRETYPES: dz "5. mv> B-l 0'-5' R-l R-2B-215' R-3 jflS 0"- CQoJ0. 50/4" 50/1" 50/5" 70/6" '55 Q)O QCL 1_ Q MoistureContent, % ||? SM SP DESCRIPTION Logged By BP Sampled By BP Grass surface ARTIFICIAL FILL @0': Fine to medium grained silty SAND: Dark brown, moist, somerock/cobbles/difficult drilling 2 to 4 feet @ 5': No sample recovery @ 10': Fine to medium grained silty SAND: Dark brown, moist, very _^ dense, disturbed _^ LTJSARD1 FORMATION @ 15': Fine to coarse grained silty SAND with cobbles and gravel, upto 1/2 inches in diameter, subangular, light brown to orgamshbrown, damp, very dense, disturbed - difficult drilling at 17 to 18 feet @ 20': Fine to coarse grained SAND: Light brown to orangish brown,damp, very dense, cemented conglomerate@21': Difficult drilling -\Retusal at 22 feet f Total Depth = 22 feetNo ground water encountered at time of drillingBackfilled on 6/30/08 Type of TestsCR TYPE OF TESTS: -2!fe S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR HC HYDRAULIC CONDUCTIVITY ^SBlP R RING SAMPLE SH SHELBY TUBE MD MAXIMUM DENSITY AT ATTERBURG LIMITS SSfr B BULK SAMPLE CN CONSOLIDATION El EXPANSION INDEX ^RQ& T TUBE SAMPLE CR CORROSION RV R-VALUE ^T LEIGHTON GEOTECHNICAL BORING LOG B-4 Date 6-30-08 Project Carlsbad/JFRTF Drilling Co. Baja Excavatio Sheet 1 of 1 Project No. Type of Rig 602256-001 CME-75 Hole Diameter 8 in. Elevation Top of Elevation 364' Drive Weight Location 140 pound hammer Drop 30" See Geotechnical Map co !Ja> LU 360- 355- 350 345 J4U 335 +3*% S"® QU. 0— _ - 5 - - 10 — 15 — 20 — 25— u •CO)Q-O O J S ^ • •' ; • '. '. ^ • . '•' f[ . f\ _-. *f* •; • . •_ ;•• •.. '• '• ..•'• f- •/ :'. :'. ,| /. • • f • • * ; • W0)TJ3•4-» 1 30- 6z 0> Q. (0 B-l 0'-5' R-l R-2 B-2 15 B-3 20 R-3 <flSSj O &*- 0. 39 50/3" 50/2" 50/2" 50/4" '55CK-0>UDO. ^ 130.4 106.1 a*1" w>5OC O 10.0 8.7 fr* — (5O • 03 SM SP SM DESCRIPTION Logged By BP Sampled By BP Grass surface ARTIFICIAL FELL @ 0': Fine to medium grained silty SAND: Dark brown, moist @ 3': Fine to medium grained silty SAND: Light brown, damp with cobbles, up to 1/2 inches in diameter, subangular @ 5': No recovery, 1st resample, rock in shoe, 2nd time, no sample, 3rd - recovery Fine to coarse grained silty SAND: Dark brown to reddish brown, damp, medium dense LUSARDI FORMATION @ 10': Fine to coarse grained SANU: Light brown to orgarush brown, cemented conglomerate, disturbed, damp, very dense @ 15': No recovery @ 20': Fine to medium grained silty SAND: Brown, damp, very dense, from shoe and disturbed sample @ 25': Fine to coarse grained silty SAND: Light brown to reddish brown with cobbles up to 1/2 inches in diameter, subangular, cemented conglomerate ^@ 28': Hard drilling and refusal, no sample recovery ^ Total Depth = 28 Feet No ground water encountered at time of drilling Backfilled on fi/30/08 0>t- offift DS SAMPLE TYPES: TYPE OF TESTS: ^^jfc S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR HC HYDRAULIC CONDUCTIVITY ^^Hr R RING SAMPLE SH SHELBY TUBE MD MAXIMUM DENSITY AT ATTERBURG LIMITS fflB* B BULK SAMPLE CN CONSOLIDATION El EXPANSION INDEX ^^S T TUBE SAMPLE CR CORROSION RV R-VALUE ^T LEIGHTON GEOTECHNICAL BORING LOG B-5 Date Project 7-1-08 set Carlsbad/JFRTF ng Co. Baja Excavation Diameter 8 in. ition Top of Elevation 356' Drive Weight Location 140 pound hammer See Geotechnical Map Sheet 1 of 1 Project No. 602256-001 Type of Rig CME-75 Drop 30"ElevationFeet355- 350 345 340 335i 330- n 0 — - e 10 — - 15 — 20 — — 25 — "S.™ * S f ' * •_ '•' •i • /. • •• ': . •, •[ •'. '•• ;AttitudesJU SAMPLE TYPES: S SPLIT SPOON R RING SAMPLE B BULK SAMPLE T TUBE SAMPLE oz "o. re R-lB-l 0'-5' R-2 K-J R-4 w'o3 O 03 oiQ. 50/4" 50/6" jO/i 50/5" i Cit- Q)UQQ. i_ 103.4 MoistureContent, %6.0 "03(0s1-- SM DESCRIPTION Logged By BP Sampled By BP Grass surfaceARTIFICIAL FELL@ 0': Fine to medium grained silty SAND: Dark brown, moist LUSARDI FORMATION @ 5': Fine to coarse grained silty SAND: Light brown to organishbrown, damp, very dense conglomerate @ 10': Disturbed sample @ 15': No recovery @ 20': Difficult drilling, disturbed sample -\Refusal at 24 feet /- Total Depth = 24 feet below ground surface No ground water encountered at time of drilling Backfilled with bentonite on 7/1/08 </>+•! V) £H-o 0>SK TYPE OF TESTS: ^J^ G GRAB SAMPLE DS DIRECT SHEAR HC HYDRAULIC CONDUCTIVITY .^fiS^ SH SHELBY TUBE MD MAXIMUM DENSITY AT ATTERBURG LIMITS fSf- CN CONSOLIDATION El EXPANSION INDEX ^U^S CR CORROSION RV R-VALUE ^T LEIGHTON GEOTECHNICAL BORING LOG B-6 Date 7-1-08 set Carlsbad/JFRTF ng Co. Baja Excavation Diameter 8 in. ition Top of Elevation 351' Drive Weight Location 140 pound hammer See Geotechnical Map Sheet 1 of 1 Project No. 602256-001 Type of Rig CME-75 Drop 30" $*ng|u- TjLJJ -xcn.JjU 345- 340 335 330 325 £« S : 5 — 1 A10 — |Clo 20 — 25— tf\ o ^o>0-0z°0 H S • :". ;'• . •_ • . . . . • .'• * . i •/ B . [ •' . '. ^ tf)0)•o 31 JU SAMPLE TYPES: S SPLIT SPOON Oz 0)"5. (Q(O R-lB-l0'-5' R-2 R-3 4-tWOzo 0"- CQaJo_ 42 50/2" 50/1" 50/1" >,+j'55c»-0)O DO->, 110.0 «s? 3^(00) 'ocS°o 11.7 ri~? «d 3*'s&(/}•—' SM DESCRIPTION Logged By BP Sampled By BP Dirt/gravel surface ARTIFICIAL FELL @ 0': Fine to coarse grained silty SAND: Dark brown, wet, medium dense @ 7': Change to light brown, moist, in cuttings LUSARDI FORMATION@ 10': Fine to coarse grained silty SAND: Light brown to orgamshbrown, very dense, damp @15': Conglomerate, disturbed @ 25': Fine to coarse grained silty SAND: Light brown to organish brown, very dense, damp, conglomerate, small amount of sample\ from shoe / \@26': Refusal, difficult drilling /lotal Depth = 26 Jbeet No ground water encountered at time of drilling Backfilled with bentonite on 7/1/08 £tfl £s-O 0)0.>,H TYPE OF TESTS: ^fc G GRAB SAMPLE DS DIRECT SHEAR HC HYDRAULIC CONDUCTIVITY ^^fcSSP R RING SAMPLE SH SHELBY TUBE MD MAXIMUM DENSITY AT ATTERBURG LIMITS 29^ B BULK SAMPLE CN CONSOLIDATION El EXPANSION INDEX ^>S9 T TUBE SAMPLE CR CORROSION RV R-VALUE ^T LEIGHTON GEOTECHNICAL BORING LOG B-7 Date 7-1-08 Project Carlsbad/JFRTF Drilling Co. Baja Excavation Sheet 1 of _J Project No. 602256-001 Type of Rig CME-75 Hole Diameter 8 in. Elevation Top of Elevation 352' Drive Weight 140 pound hammer Location Drop 30" See Geotechnical Map Elevation 1Feet |'IAS.JtJ 340 335- 330 325- n - « —J - 10— 15— 20— 25— IA u Q-O 5 N S y• ." • .• •;." '• •'. •'. .". :'; '•'_ '•'_ •• • p- ./• '•. , .'• .• • ,- •; ." .' -.' \ • • .', • • •' * ,• '•'. . m t ' • • ';Attitudes 1JU SAMPLE TYPES: S SPLIT SPOON R RING SAMPLE B BULK SAMPLE dz 0) a raCO B-l 0'-5' R.If\. I R-2 R-3 R-4 B-2 20' U)O 5° a. 36 50/3" 50/6" 50/2" '55Cl-oua a. b. 122.6 Moisture |Content, % I10.5 a>=^ SM DESCRIPTION Logged By BP Sampled By BP Grass surface ARTIFICIAL FELL @ 0': Fine to medium silty SAND: Medium brown, damp to moist @ 5': Fine to coarse silty SAND: Dark reddish brown, moist, medium dense @ 7': Cuttings change to light brown LUSARDI FORMAITON @ 10': Fine to coarse grained silty SAND: Light brown to orangish brown, damp, very dense, conglomerate @ 15': Light brown, organish brown to dark brown @ 20': Fine to coarse silty SAND: Light brown to organish brown, damp, very dense, conglomerate -\(& 23': Refusal, difficult drilling /- Total Depth = 23 Feet No ground water encountered at time of drilling Backfilled with bentonite on 7/1/08 ype of Testsh- TYPE OF TESTS: ^^fc G GRAB SAMPLE DS DIRECT SHEAR HC HYDRAULIC CONDUCTIVITY ,^SS& SH SHELBY TUBE MD MAXIMUM DENSITY AT ATTERBURG LIMITS ^9K> CN CONSOLIDATION El EXPANSION INDEX ^flEfi T TUBE SAMPLE CR CORROSION RV R-VALUE ^T LEIGHTON GEOTECHNICAL BORING LOG B-8 Date Project 7-1-08 >ct Carlsbad/JFRTF ng Co. Baja Excavation Diameter 8 in. ition Top of Elevation 354' Drive Weight Location 140 pound hammer See Geotechnical Map Sheet 1 of 2 Project No. 602256-001 Type of Rig CME-75 Drop 30"Elevation 1Feet |350 345 340 335 330 325 1% - e — 10- - _ 15 — 20— 25— in O JJJOJ S3 O M S *^ • • * :'. :. :' •f f . *t • , • • • p • • ."• / • • *. • • •' •° •' • '. \ •' -. *B '• •' .' ;• ;• * f • t' •'. ••"• • '.* . ; •'. B ; •* '•" V •/ • • . - • *Attitudes 1JU SAMPLE TYPES: oz 0) Q. ma) B-l 0'-5' R-l R-2 R-3 R-4 R-5B-2 25' WO 0. 50/5" 50/5" 50/3" 50/4" 50/3" '55Ot- Q)OQQ. Q Moisture 1Content, % 10^"oriOT— ' SM DESCRIPTION Logged By BP Sampled By BP Grass at surface ARTIFICIAL FILL @ 0': Fine to medium grained silty SAND: Dark brown, moist @ 2': Light brown, damp LUSARDI FORMATION @ 5': Fine to medium grained silty SAND: Light brown, damp, very dense @ 10': Fine to coarse grained silty SAND: Light brown to orangish brown, damp, very dense, conglomerate, disturbed, shoe sample ontop @ 15': Fine to medium grained silty SAND: Light brown to organish brown, damp, very dense, less coarse than previous @20': Cemented @25': Rock in sample ype of Testsh- TYPE OF TESTS: ^fc S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR HC HYDRAULIC CONDUCTIVITY ,^^SF R RING SAMPLE SH SHELBY TUBE MD MAXIMUM DENSITY AT ATTERBURG LIMITS ^9£ B BULK SAMPLE CN CONSOLIDATION El EXPANSION INDEX ^^9 T TUBE SAMPLE CR CORROSION RV R-VALUE ^T LEIGHTON GEOTECHNICAL BORING LOG B-8 Date 7-1-08 ict Carlsbad/JFRTF ng Co. Baja Excavation Diameter 8 in. ition Top of Elevation 354' Drive Weight Location 140 pound hammer See Geotechnical Map Sheet 2 of 2 Project No. 602256-001 Type of Rig CME-75 Drop 30"ElevationFeet 1320 315 310 305 300 295 S*1Is 30 — : 35— - - — 45— - 50 — - 55— f.n — *l •_ . o EQ.£a '.* 0)o_J •_ •'. •'. '•' • S •Attitudeso'z 2.a. ra CO R-6 wo tf*. o. 50/4" 50/0"ry Densitypcf |O Moistureon tent, %u UpCO"" SM DESCRIPTION Logged By BP Sampled By BP @ 30': Fine to medium grained silty SAND: Dark brown to orangish brown, damp, very dense @ 35': No sample, drilled to 40 feet @38': Difficult drilling Vto recovery, refusal f Total Depth = 40 Feet No ground water encountered at time of drilling Backfilled with bentonite on 7/1/08 pe of Testsf? SAMPLE TYPES: S SPLIT SPOON R RING SAMPLE B BULK SAMPLE T TUBE SAMPLE G GRAB SAMPLE SH SHELBY TUBE TYPE OF TESTS: OS DIRECT SHEAR MO MAXIMUM DENSITY CN CONSOLIDATION CR CORROSION HC HYDRAULIC CONDUCTIVITY AT ATTERBURG LIMITS El EXPANSION INDEX RV R-VALUE LEIGHTON GEOTECHNICAL BORING LOG B-9 Date Project 7-1-08 jet Carlsbad/JFRTF ng Co. Baja Excavation Diameter 8 in. ition Top of Elevation 352' Drive Weight Location 140 pound hammer See Geotechnical Map Sheet 1 of 1 Project No. 602256-001 Type of Rig CME-75 Drop 30" !«CO«"-03 350 345- 340 335- 330 325 & 0 — - — - 10— - 15— - 20 — 25— ->rt o E rnS-0'«_i N • _- , '• • '•' _•. • •° ' •. SAMPLE TYPES: S SPLIT SPOON R RING SAMPLE B BULK SAMPLE T TUBE SAMPLE S ; -• •'. .' • V)0>T331 Oz Q)"5. (0CO R-l B-l 0'-5' MO C0<5 Q. 50/6" Ct-Q)OQQ. b. Q 104.4 «* P^waj '5cS°0 7.9 wS? _eo DESCRIPTION Logged By BP Sampled By BP Unpaved dirt surface, loose at surface ARTIFICIAL FILL @ 0': tine to medium grained silty SAND: Light brown, damp, some rocks encountered during drilling 0 to 3 feet @ 3': Cuttings change to dark brown LUSARDI FORMATION \@5': Fine to coarse grained silty SAND: Light brown to orgarush j \ brown to dark brown, damp, very dense conglomerate / Total Depth = 5 JH'eet No ground water encountered at time of drilling Backfilled with bentonite on 7/1/08 2M0) *-O 0)£H HC TYPE OF TESTS: ^%E G GRAB SAMPLE DS DIRECT SHEAR HC HYDRAULIC CONDUCTIVITY ^^Sr SH SHELBY TUBE MD MAXIMUM DENSITY AT ATTERBURG LIMITS 29^ CN CONSOLIDATION El EXPANSION INDEX ^E« CR CORROSION RV R-VALUE ^T LEIGHTON