Loading...
HomeMy WebLinkAboutAdvantage Reline Services Inc; 2021-11-01; PWS22-1571UTILDocuSign Envelope ID: F8804282-D965-4C2B-882F-805BC76C2095 RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 Notice is hereby given that: DOC# 2022-0236600 111111111111 lllll 111111111111111 lllll lllll 1111111111111111111111111111 Jun 06, 2022 09:40 AM OFFICIAL RECORDS Ernest J. Dronenburg Jr SAN DIEGO COUNTY RECORDER FEES: $0.00 (SB2 Atkins: $0.00) PAGES: 1 Space above this line for Recorder's use. PARCEL NO: n/a -~--------- NOTICE OF COMPLETION 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned is Carlsbad Municipal Water District (CMWD), a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on April 25, 2022. 6. The name of the contractor for such work or improvement is Advantage Reline, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. 3904-E (PWS22-1571UTIL), Carrillo Way Water Main Rehabilitation Project. 8. The street address of said property is along Carrillo Way and Terraza Portico in the City of Carlsbad. CARLSBAD MUNICIPAL WATER DISTRICT ~\(vLr- Geoff Patnoe, Assistant Executive Manager VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Municipal Water District, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the Assistant Executive Manager of said Board on V\N)i i \ . 20il, accepted the above described work as completed and ordered that a Notice of Comple~on be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on tv\ ~ i \ , 201,,2-, at Carlsbad, California. ) CARLS~ WATER DISTRICT KAYLIN MCCAULEY Deputy Secretary \\FILES01V\Departments\Public Works\PW Common\CAPITAL-ACTIVE\3904-E Carrillo Way Water Main Rehabilitation Project\NOC 3904-E.doc DocuSign Envelope ID: F88O4282-D965-4C2B-882F-805BC76C2095 CARLSBAD MUNICIPAL WATER DISTRICT ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Advantage Reline, Inc. has completed the contract work required for Project No. 3904-E (PWS22-1571UTIL), Carrillo Way Water Main Rehabilitation Project. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS VALUE Rehabilitation of approximately 530 linear feet of pipe $184,949 between Carrillo Way and Terraza Portico CERTIFICATION OF COMPLETION OF IMPROVEMENTS 5/30/2022 Babaq Taj, Engineering Manager Date EXECUTIVE MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The Secretary to the Board of Directors is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The Carlsbad Municipal Water District is hereby directed to commence maintaining the above described improvements. Geoff Patnoe, Assistant Executive Manager APPROVED AS TO FORM: CELIA BREWER, General Counsel By:~ AssistantGenal Counsel Date IIFILES01V\Oepartments\Public Worlcs\PW Common\CAPITAL-ACTIVE\3904-E Carrillo Way Water Main Rehabilitation Project\API 3904-E.doc Project: 3904-E, Carrillo Way Water Main Rehabilitation Project Change Order No. 1 - FINAL CARLSBAD MUNICIPAL WATER DISTRICT CONTRACT CHANGE ORDER NO. 1 - FINAL PROJECT: 3904-E, BID NO. PWS22-1571UTIL, Carrillo Way Water Main Rehabilitation Project CONTRACT NO. 3904-E P.O. NO. P140632 ACCOUNT NO. 505 7000 9060 39041 9066 CONTRACTOR: Advantage Reline Services, Inc. ADDRESS: 33175 Temecula Parkway Temecula, CA 92592 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the Board and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the Executive Manager and/or the President of the Board or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Increase Bid Item 6, Install Pipe Rehabilitation System for installation of additional 38 LF of pipe lining material. Increase the contract duration by 0 working days. Increase to contract cost……….…………………………………………..…….$4,226.25 TOTAL INCREASE TO CONTRACT COST………………...………….…………………$4,226.25 DocuSign Envelope ID: 762CF047-C05C-4985-A3AE-5B01426DF8D4 DocuSign Envelope ID: 762CF047-C05C-4985-A3AE-5B01426DF8D4 5/9/2022 5/12/2022 5/12/2022 5/16/2022 5/17/2022 5/17/2022 Revised 6/12/18 Contract No. 3904-E Page 1 of 140 CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR CARRILLO WAY WATER MAIN REHABILITATION PROJECT CONTRACT NO. 3904-E BID NO. PWS22-1571UTIL Signed: 9/13/21 Revised 6/12/18 Contract No. 3904-E Page 2 of 140 TABLE OF CONTENTS Item Page Notice Inviting Bids ................................................................................................................ 6 Contractor's Proposal ........................................................................................................... 12 Bid Security Form ................................................................................................................ 16 Bidder’s Bond to Accompany Proposal ................................................................................ 17 Guide for Completing the “Designation of Subcontractors” Form ......................................... 18 Designation of Subcontractor and Amount of Subcontractor’s Bid Items ............................. 20 Bidder's Statement of Technical Ability and Experience ....................................................... 21 Bidder’s Certificate of Insurance for General Liability, Employers’ Liability, Automotive Liability and Workers’ Compensation ................................................................................... 22 Bidder’s Statement Re Debarment ....................................................................................... 23 Bidder's Disclosure of Discipline Record …………………………………………… ................. 24 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ........................ 26 Contract Public Works .......................................................................................................... 27 Labor and Materials Bond .................................................................................................... 34 Faithful Performance/Warranty Bond ................................................................................... 36 Optional Escrow Agreement for Surety Deposits in Lieu of Retention .................................. 38 Revised 6/12/18 Contract No. 3904-E Page 3 of 140 GENERAL PROVISIONS Section 1 Terms, Definitions, Abbreviations and Symbols 1-1 Terms .......................................................... ................................................ 41 1-2 Definitions .................................................... ................................................ 41 1-3 Abbreviations ............................................... ................................................ 46 1-4 Units of Measure .......................................... ................................................ 49 1-5 Symbols ....................................................... ................................................ 50 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract ................. ................................................ 51 2-2 Assignment .................................................. ................................................ 51 2-3 Subcontracts ................................................ ................................................ 51 2-4 Contract Bonds ............................................ ................................................ 52 2-5 Plans and Specifications .............................. ................................................ 53 2-6 Work to be Done .......................................... ................................................ 57 2-7 Subsurface Data .......................................... ................................................ 57 2-8 Right-of-Way ................................................ ................................................ 57 2-9 Surveying ..................................................... ................................................ 57 2-10 Authority of Board and Engineer .................. ................................................ 58 2-11 Inspection .................................................... ................................................ 59 Section 3 Changes in Work 3-1 Changes Requested by the Contractor ........ ................................................ 60 3-2 Changes Initiated by the Agency .................. ................................................ 60 3-3 Extra Work ................................................... ................................................ 61 3-4 Changed Conditions .................................... ................................................ 64 3-5 Disputed Work ............................................. ................................................ 65 Section 4 Control of Materials 4-1 Materials and Workmanship ......................... ................................................ 71 4-2 Materials Transportation, Handling and Storage ........................................... 75 Section 5 Utilities 5-1 Location ....................................................... ................................................ 76 5-2 Protection .................................................... ................................................ 76 5-3 Removal ...................................................... ................................................ 77 5-4 Relocation .................................................... ................................................ 77 5-5 Delays .......................................................... ................................................ 78 5-6 Cooperation ................................................. ................................................ 78 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work ................................... 79 6-2 Prosecution of Work ..................................... ................................................ 81 6-3 Suspension of Work ..................................... ................................................ 84 6-4 Default by Contractor ................................... ................................................ 84 6-5 Termination of Contract................................ ................................................ 85 6-6 Delays and Extensions of Time .................... ................................................ 85 6-7 Time of Completion ...................................... ................................................ 86 6-8 Completion, Acceptance, and Warranty ....... ................................................ 87 6-9 Liquidated Damages .................................... ................................................ 88 Revised 6/12/18 Contract No. 3904-E Page 4 of 140 6-10 Use of Improvement During Construction .... ................................................ 88 Section 7 Responsibilities of the Contractor 7-1 Contractor’s Equipment and Facilities .......... ................................................ 89 7-2 Labor ........................................................... ................................................ 89 7-3 Liability Insurance ........................................ ................................................ 89 7-4 Workers' Compensation Insurance .............. ................................................ 89 7-5 Permits ........................................................ ................................................ 90 7-6 The Contractor’s Representative .................. ................................................ 90 7-7 Cooperation and Collateral Work ................. ................................................ 91 7-8 Project Site Maintenance ............................. ................................................ 92 7-9 Protection and Restoration of Existing Improvements ................................... 93 7-10 Public Convenience and Safety ................... ................................................ 94 7-11 Patent Fees or Royalties .............................. .............................................. 100 7-12 Advertising ................................................... .............................................. 100 7-13 Laws to be Observed ................................... .............................................. 100 7-14 Antitrust Claims ............................................ .............................................. 100 Section 8 Facilities for Agency Personnel 8-1 General ........................................................ .............................................. 101 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work .......................................... 102 9-2 Lump Sum Work .......................................... .............................................. 102 9-3 Payment ...................................................... .............................................. 102 9-4 Bid Item Descriptions ................................... .............................................. 106 SUPPLEMENTAL PROVISIONS TO PART 2 AND 3 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-1 Rock Products ............................................. .............................................. 108 200-2 Untreated Base Materials ............................. .............................................. 109 Section 201 Concrete, Mortar and Related Materials 201-1 Portland Cement Concrete ........................... .............................................. 110 201-3 Expansion Joint Filler and Joint Sealants ..... .............................................. 110 Section 203 Bituminous Materials 203-6 Asphalt Concrete ......................................... .............................................. 112 203-11 Asphalt Rubber Hot Mix (ARHM) Wet Process ........................................... 113 Section 207 Pipe 207-9 Iron Pipe and Fittings ................................... .............................................. 113 207-10 Steel Pipe .................................................... .............................................. 113 207-25 Underground Utility Marking Tape ................ .............................................. 114 Section 212 Landscape and Irrigation Materials 212-1 Landscape Materials .................................... .............................................. 115 212-2 Irrigation System Materials ........................... .............................................. 120 212-3 Electrical Materials ....................................... .............................................. 122 Section 213 Engineering Fabrics 213-2 Geotextiles ................................................... .............................................. 124 213-3 Erosion Control Specialties .......................... .............................................. 124 Revised 6/12/18 Contract No. 3904-E Page 5 of 140 Section 215 Fencing 215-1 Environmental Fencing ................................ .............................................. 124 PART 3 Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing ................................................................................ 125 300-2 Unclassified Excavation .............................................................................. 125 300-3 Structure Excavation and Backfill ................................................................ 127 300-4 Unclassified Fill ........................................................................................... 127 300-9 Geotextiles for Erosion Control and Water Pollution Control. ...................... 127 300-13 Storm Water Pollution Prevention Plan ....................................................... 128 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301-1 Subgrade Preparation ................................................................................. 131 Section 302 Roadway Surfacing 302-5 Asphalt Concrete Pavement ....................................................................... 132 302-11 Asphalt Pavement Repairs and Remediation .............................................. 132 Section 306 Underground Conduit Construction 306-1 Open Trench Operations ............................................................................. 133 306-5 Abandonment of Conduits and Structures ................................................... 136 Section 313 Temporary Traffic Control Devices 313-1 Temporary Traffic Pavement Markers ......................................................... 137 313-2 Temporary Traffic Signing ........................................................................... 138 313-3 Temporary Railing (Type K) and Crash Cushions ....................................... 138 Appendix A .................................................................... .............................................. 140 Appendix B .................................................................... .............................................. 141 Appendix C .................................................................... .............................................. 144 Appendix D .................................................................... .............................................. 168 Technical Specifications ...................................................... .............................................. 171 Revised 6/12/18 Contract No. 3904-E Page 6 of 140 CARLSBAD MUNICIPAL WATER DISTRICT, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on September 15, 2021, the Carlsbad Municipal Water District shall accept bids via electronic format via the City of Carlsbad Electronic Bidding Site, PlanetBids, which may be accessed at https://www.carlsbadca.gov/services/depts/finance/contracting/default.asp, for performing the work as follows: approximately 530 lineal feet of 10-inch pipe rehabilitation via trenchless installation, extending between Carrillo Way and Terraza Portico, access pit installation, connections to existing mains; and all incidental work including, but not limited to, utility locating, potholing, storm water and non-storm water pollution prevention, excavation support systems, earthwork, site restoration and coordination with City of Carlsbad and Carlsbad Municipal Water District. CARRILLO WAY WATER MAIN REHABILITATION PROJECT CONTRACT NO. 3904-E PWS22-1571UTIL ELECTRONIC FORMAT RECEIPT AND OPENING OF BIDS: Bids will be received in electronic format (eBids) EXCLUSIVELY at the City of Carlsbad’s electronic bidding (eBidding) site, at: https://www.carlsbadca.gov/services/depts/finance/contracting/default.asp and are due by the date and time shown on the cover of this solicitation. BIDDERS MUST BE PRE-REGISTERED with the City’s bidding system and possess a system-assigned Digital ID in order to submit an electronic bid. The City’s electronic bidding (eBidding) system will automatically track information submitted to the site including IP addresses, browsers being used and the URLs from which information was submitted. In addition, the City’s bidding system will keep a history of every login instance including the time of login, and other information about the user's computer configuration such as the operating system, browser type, version, and more. Because of these security features, Bidders who disable their browsers’ cookies will not be able to log in and use the City’s bidding system. The City’s electronic bidding system is responsible for bid tabulations. Upon the bidder’s or proposer’s entry of their bid, the system will ensure that all required fields are entered. The system will not accept a bid for which any required information is missing. This includes all necessary pricing, subcontractor listing(s) and any other essential documentation and supporting materials and forms requested or contained in these solicitation documents. BIDS REMAIN SEALED UNTIL DUE DATE AND TIME eBids are transmitted into the City’s bidding system via hypertext transfer protocol secure (https) mechanism using SSL 128-256-bit security certificates issued from Verisign/Thawte which encrypts data being transferred from client to server. Bids submitted prior to the Due Date and Time are not available for review by anyone other than the submitter, who will have until the Due Date and Time to change, rescind or retrieve its bid should they desire to do so. BIDS MUST BE SUBMITTED BY DUE DATE AND TIME Once the deadline is reached, no further submissions are accepted into the system. Once the Due Date and Time has passed, bidders, proposers, the general public, and City staff are able to Revised 6/12/18 Contract No. 3904-E Page 7 of 140 immediately see the results online. City staff may then begin reviewing the submissions for responsiveness, compliance and other issues. RECAPITULATION OF THE WORK Bids shall not contain any recapitulation of the Work. Conditional Bids may be rejected as being non-responsive. Alternative proposals will not be considered unless called for. BIDS MAY BE WITHDRAWN by the Bidder prior to, but not after, the time set as Due Date and Time. Important Note: Submission of the electronic bid into the system may not be instantaneous. Due to the speed and capabilities of the user’s internet service provider (ISP), bandwidth, computer hardware and other variables, it may take time for the bidder’s submission to upload and be received by the City’s eBidding system. It is the bidder’s sole responsibility to ensure their bids are received on time by the City’s eBidding system. The City of Carlsbad is not responsible for bids that do not arrive by the Due Date and Time. ELECTRONIC SUBMISSIONS CARRY FULL FORCE AND EFFECT The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this proposal are true and correct. The bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the bidder certifies that the bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting the eBid as its bid proposal, the bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents. BIDS ARE PUBLIC RECORDS Upon receipt by the City, bids shall become public records subject to public disclosure. It is the responsibility of the Bidder to clearly identify any confidential, proprietary, trade secret or otherwise legally privileged information contained within the proposal’s General references to sections of the California Public Records Act (PRA) will not suffice. If the Bidder does not provide applicable case law that clearly establishes that the requested information is exempt from the disclosure requirements of the PRA, the City shall be free to release the information when required in accordance with the PRA, pursuant to any other applicable law, or by order of any court or government agency, and the Bidder agrees to hold the City harmless for any such release of this information. INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the Carlsbad Municipal Water District and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities Revised 6/12/18 Contract No. 3904-E Page 8 of 140 may be substituted for any obligation required by this notice or for any monies withheld by the District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water District or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City of Carlsbad on file with the Public Works Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, all hereinafter designated “SSPWC”, as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The Carlsbad Municipal Water District encourages the participation of minority and women-owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. 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 (at time of Bid submit PDF copy via PlanetBids / All Bidders). Bid Bond (Original) within two (2) business days of bid Opening / three (3) Apparent Low Bidders. 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor’s Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder’s Statement Re Debarment 9. Bidder's Disclosure of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER’S ESTIMATE All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $170,000. Revised 6/12/18 Contract No. 3904-E Page 9 of 140 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 District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with 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 use federal funds. The following classifications are acceptable for this contract: A - General Engineering. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained from the City of Carlsbad website at https://www.carlsbadca.gov/services/depts/finance/contracting/default.asp. Paper copies will not be sold. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. BIDDER’S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Graham Jordan, Contract Administrator graham.jordan@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. The cutoff date to submit questions is September 1, 2021 at 5 p.m. No questions will be entertained after that date. Revised 6/12/18 Contract No. 3904-E Page 10 of 140 The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project no later than September 8, 2021. REJECTION OF BIDS The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the District’s "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. MANDATORY PRE-BID MEETING A mandatory pre-bid meeting at the project site will be held, beginning at the access road on Carrillo Way, across from 2978 Carrillo Way, Carlsbad, California on August 30, 2021 at 2 p.m. Bidders are advised that portions of the work site are inaccessible to the public and arrangements to view the site at other dates and times will not be made. 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. ADDENDA Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the District until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: · ' 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the District may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the lnsuran·ce 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 co.ntract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The District does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. · The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the District is contingent upon the Contractor submitting the· required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the District may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. August 18, 2021 Date Deputy City Clerk ,, •+;' Revised 6/12/18 Contract No. 3904-E Page 11 of 140 r ' '-.., __ / CARLSBAD MUNICIPAL WATER DISTRICT CARRILLO WAY WATER MAIN REHABILITATION PROJECT CONTRACT NO. 3904-E CONTRACTO~SPROPOSAL Board of Directors Carlsbad Municipa! Water District 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3904-E 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" Approximate Item Quantity Unit Price Total Amount No. DescriQtion And Unit (Figures) (Figur~ 1 Mobilization (not to exceed .1. LS ~qf:cf)<P $ 9,0CV 00 5% of Total Bid) 2 Storm Water Pollution 2_LS ~z,,oodJ ~zcc/e, $ -Prevention Plan (SWPPP) 3 -Excavation Support System 2-Ls ~qcr;,o-o $ J<gC:Cx:)~ 4 Demolition z LS $y JSOo:> $ '6;3t:O-=- 5 Cleaning and Inspection of j__ LS 1t(o(oCC>~ $ 6/::J(X)eO Host Pipe ~ $1 \q~7G-o S30Ls -'iL 6 Install Pipe Rehabilitation System 1,,,5'C J_ co 7 Connection to Existing Water LS $ 7~-ZS Main, Station 35+51 4',~z~ 8 Connection to Existing Water l LS $ ,~zr:co Main, Station 30+25 ,, •;;' Revised 6/12/18 Contract No. 3904-E Page 12 of 140 California Secretary of State Electronic Filing Officers (cont'd): c. Chief Financial Officer: 4. Director: Number of Vacancies on the Board of Directors: 5. Agent for Service of Process: 6. Type of Business: DAVID ASAY 33175 TEMECULA PKWY, STE A701 . TEMECULA, California 92592 United States of America DAVID ASAY 33175 TEMECULA PKWY, STE A701 TEMECULA, California 92592 United States of America 0 JOSHUA L. GRONER 20501 VENTURA BLVD, SUITE 262 WOODLAND HILLS, California 91364 United States of America CONSTRUCTION By signing this document, I certify that the information is true and correct and that I am authorized by California law to sign. Electronic Signature: DAVID ASAY Use bizfile.sos.ca.gov for online filings, searches, business records, and resources. r--N r--0 0 > (_I) 0 ~ C a, E :::J (.) 0 0 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Arizona County of Maricopa } } on September 10, 2021 before me, Kymber Rudd, Notary {Here insert name and title of the officer) personally appeared Alec Kleiner, Attorney-In-Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public Signature (Notary Public Seal) INSTRUCTIONS FOR COMPLETING THIS FORM ADDITIONAL OPTIONAL INFORMATION This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE A TT ACHED DOCUMENT if needed, should be completed and attached to the document. Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary Bidder's Bond + POA law. (Title or description of attached document) (Tifle or description of attached document continued) Number of Pages _2_ Document Date 9/10/2021 CAPACITY CLAIMED BY THE SIGNER □ Individual (s) □ Corporate Officer (Title) □ Partner(s) Iii Attorney-in-Fact □ Trustee(s) □ Other _________ _ • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they, is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. ❖ Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. ❖ Indicate title or type of attached document, number of pages and date. ❖ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. ( GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Farm" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor. by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the District of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the Board of Directors in conformance with the provisions of the contract l' •+' Revised 6/12/18 Contract No. 3904-E Page 18 of 140 documents and the various supplemental provisions. The decision of the Board of Directors shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. ,, •+; Revised 6/12/18 Contract No. 3904-E Page 19 of 140 /--~\ '\__ ____ ) BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CARRILLO WAY WATER MAIN REHABILITATION PROJECT CONTRACT NO. 3904-E 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. Bidder shall demonstrate at least five years' experience successfully completing potable water pipeline rehabilitation projects, with at least three projects involving trenchless construction using the rehabilitation lining system specified for this Contract in water distribution system work. Bidder shall also submit the qualifications of its Representative in accordance with Section 7-6. The proposal shall be deemed non-responsive if the required technical ability and experience for the Bidder or it's Representative is not demonstrated. Name and Phone '\' '. [)ate. Col"!.tract , Name and Address No. of., Re[~on to TyJ?,e of 1 Amc:>unt of Complete,d of,1h_e E~pl?YE!t · ,, .-~ ..... ,'!i'l'~ii{' ' Work ' d9ntract ' .. .;'_·•· -.. CJ;1nttsa~t+: ' ·• ' ,%·.· . ' ft;/ tz/ l ') J/Wtl:"5 'l)A--v1.5 -'Du ro~ ~ o-,;lf~trf~~ tS l:f ::;-zo, 0 OD Z-00 foWf>t:f2. M,1/,L j?,,tyKJ.s VI f Uf/1 I t\l <r'f': .!7 pe-:3O-z.-Ci1s::·j<-tB-l ~·· (iJ" rz-' ,· q !fo , . r12-G/z1 Ct ,Y o,=-l!.a-;.,,fo<.... /°'D C1v1e-~ f/c.-a '>MW\,~"' f'JZ,/;Vl-V> J,,z...c., 600 0 Ai'I ,,., ... ., A A, q-j,,., l Sb,<"" -~ , <g-71<>1 /O fr _ <t /<?" l 1-0 C. t fl ~ :fr P~ 1- '(.,I A-1l:il<-,f j"<}Wb'(l_ ~~ f7i$PeTZ--5-"t!N' '1f;7.. ·Z-"I'!.-? ".h fS'"' /}-1P1VJ ti" .:/( J'{,'P. D-00 /'1_00 ~lu(j'(" -('IA,J =s,r-((IVL- i/Js/' '1 5)kf,.rrlr lll\t11t,o'lti'Z11l't-Pl'-'--wewrrY1L... f"i2-li'-"-\l I 4lb w-,se-o """~ DI :::>11Jt,f" au ci _ ..,s--"7 -(.51.'i i.&ut l\+J'f\fJ.f,;) f'f,:_wt 0\l ,7 A --.,.. • ,, ...J\ ,-, MA f_h(//ll ftl. ~ 57'1/z..t GlfY or--JJ~fov-r 7'/N'l /lOtJGffZ.> /Z}A JI /'-{o, ~ ls~ '71"( -,r;ci 001--z.. iel"i"I w . il ,. .. sr 1,rw fv,tJ. g~~ ~ r j?'/Z·llV\c/}"" Cf -iv" 'J "I( Z-1'{\ <I<' 'j)u1""-(t' I. -A..A,'/1 $CJ a 1 r ~oVA-t.., ~lC:.,i-,~ lo" 1F '3C. g-t 6C)t'} ,...,.,,..,... P-I Z, If V l(...t.M.l,~ pc: fi'ZtM<l 1"1'&'03 ,, •fi Revised 6/12/18 Contract No. 3904-E Page 21 of 140 COMMERCIAL GENERAL LIABILITY CG 88 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ---INDEX ---_ SUBJECT === -NON-OWNED AIRCRAFT --== NON-OWNED WATERCRAFT -. PROPERTY DAMAGE LIABILITY -ELEVATORS ----EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) MEDICAL PAYMENTS EXTENSION EXTENSION OF SUPPLEMENTARY PAYMENTS • COVERAGES A AND B ADDITIONAL INSUREDS -BY CONTRACT, AGREEMENT OR PERMIT PRIMARY AND NON-CONTRIBUTORY-ADDITIONAL INSURED EXTENSION ADDITIONAL INSUREDS -EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" WHO IS AN INSURED -INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED -FELLOW EMPLOYEE EXTENSION -MANAGEMENT EMPLOYEES NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT LIBERALIZATION CLAUSE BODILY INJURY REDEFINED EXTENDED PROPERTY DAMAGE .. · WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. PAGE 2 2 2 2 3 3 3 5 6 6 7 7 7 7 7 8 8 Page 1 of 8 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON-OWNED . AIRCRAFT Under Paragraph 2. Exclusions of Section· I -Coverage A -Bodily Injury And Property Damage Liability, exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other· basis, that would also apply to the loss covered under this provision. B. NON-OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section I -Coverage A -Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY -ELEVATORS 1. Under Paragraph 2. Exclusions of Section I -Coverage A -Bodily Injury And Property Damage Liabil- ity, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV -Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The. insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section 1-Coverage A-Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the follow- ing: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (i) Premises rented to you for a period of 7 or fewer consecutive · days; or (ii) Contents that you rent or lease as part of a premises rental · or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate Umit of insurance applies to· this coverage as described in Section Ill -Limits of Insurance. © 2013 Liberty Mutual Insurance CG 88 10 0413 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8 --------=== -=== ;;;;;;;;;;;;;;; === ;;;;;;;;;;;;;;; === -;;;;;;;;;;;;;;;_ ;;;;;;;;;;;;;;; ------ E. b. The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage_ by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage _ To Premises Rented To You as described in Section Ill -Limits Of Insurance. 2. Paragraph 6. under Section Ill -Limits Of Insurance is r~placed by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with perm1ss1on of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection sys- tems; or b. Contents that you rent or lease -as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) -Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises _while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I -Coverage C -Medical Payments, Subparagraph (b) of Paragraph a. is replaced by the following: · (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS -COVERAGES A AND B 1. Under Supplementary Payments -Coverages A and B, Paragraph 1.b. is replaced by the following:· b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work, G. ADDITIONAL INSUREDS -BY CONTRACT, AGREEMENT OR PERMIT 1. Paragraph 2. under Section II -Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury"; "property daniage" , or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property. damage" occurs, or the "per- sonal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or · © 2013 Liberty Mutual .Insurance CG 88 10 04 13· Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8 b. Premises or facilities rented by you or used by you; or c. The maintenance, operation or use by you of equipment rerited or I.eased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision . has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and ad- vertising injury" arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: (a) The existence, maintenance, repair, construction, erection, or removal· of advertising signs, awnings, canopies, .cellar entrances, coal holes, driveways, manholes, . marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar expo- sures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional ·insured is required by a contract or agreement, the insur- ance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. · With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repair's) t,o be performed by or on behalf of the additional insured(s) at the location of the covered· operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. · With. respect to Paragraph 1.b. above, a person's or organization'.s status as ail additional insured under this. endorsement ends when their written contract o.r written agreement with you for such . premises or facjlities ends. With respects to Paragraph 1.c. above, this insurance does ilot apply fo any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned _ such equipment to the lessor. . The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" · or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured · as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV -Commercial General Liability Condi- tions. © 2013 Liberty Mutual Insurance. CG 88 10 0413 Includes copyrighted material of Insurance Services Office; Inc., with its permission. Page 4 of 8 ~ = --=== ==== -==== -==== -;;;;;;;;;;;;;;; ;;;;;;;;;;;;;;; ------- 2. With respect to the insurance provided by this endorsement, the following are added . to Paragraph 2. Exclusions under Section I -Coverage A -Bodily Injury And Property Damage Liability: This insurance does riot apply to: a. "Bodily · injury" or "property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damaQe" occurs. 4 c. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the 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; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured · allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occur- rence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. d. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance ·or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations. has been completed;. or (2) That portion of "your work" out . of which the injury or damage arises has been put to . its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for. a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS endorsement is- sued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional · insureos, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declaratio ns. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS is amend- ed as follows: a. The following is added. to Paragraph a. Primary Insurance: If an additional insured's policy has an· Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this· pqlicy shall . be primary and we will . not seek contribution from the additional insured's ·policy for damages we cover. · © 2013 Liberty Mutual Insurance CG 88 10 04 13 . Includes copyrighted material of lnsur.ance Services Office, Inc., with its permission. Page 5 of 8 b. The following is added to Paragraph b. Excess Insurance: . . · When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political . subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the addi- tional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this. insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS -EXTENDED. PROTECTION OF YOUR "LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: An additional . insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may" result in a claim or "suit" under this insurance to us; b. Tender . the defense and indemnity of any claim or "suit" to .all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured u_nder this endorsement until we receive written notice of a "suit" by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section Ill -Limits of Insurance of this \policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED -INCIDENTAL MEDICAL ERRORS/ MALPRACTICE WHO IS AN INSURED ~ FELLOW EMPLOYEE EXTENSION -MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section II -Who Is An Insured is replaced with the following: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to· your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co-"employee" _while in the course of.his or her employ- ment or performing duties related to the conduct of your business, or to your other "volunteer . workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee" or "volunteer worker" as a consequence of Paragraph (1) (a) above; (c) For which there is any obligation to share damages with or repay someone · else who must pay damages because of the injury described in Paragraphs (1) (a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing profes- sional health care personnel to others, or if coverage for providing professional . health care ser- vices is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not apply. . . . Paragraphs (a) and (b) • above do not apply to "bodily injury" or "personal and advertising injury" caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means . · the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employ- ees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and . © 2013 Liberty Mutual Insurance CG 88 ·10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8 advertising injury" ansmg out of their willful conduct, which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or il'1 part by their intoxica- tion by liquor or controlled . substances. The coverage provided by provision J~ is excess over any other valid and collectable insurance available to your "employee". · K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES . . . Paragraph 3 .. of Section II -Who Is An Insured is replaced by the following: -· 3. Any organization you newly acquire or form and over which you maintain ·ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that -= --------==== -==== -==== -==== --;;;;;;;;;;;;;;; ------L organization. However: · a. Coverage under this provision is afforded only · until the expiration of the policy period in which the entity was acquired or formed by you; . . b. Coverage A does not apply to "bodily injury" or "prqperty damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply · to "personal · and advertising injury" arising out of an offense committed before you acquired . or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insurnd with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES ... Under Section IV -Commercial General Liability Conditions, the following is added to Condition 6. Repre- sentations: ' Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose au· hazards or prior "occurrences" is not. intentional. · M. KNOWLEDGE OF OCCURRENCE, QFFENSE, CLAIM OR SUIT Under Section IV -Commercial· General Liability Conditions, the foilowing is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: · Knowledge of an "occurrenc~". offense, claim or "suit" by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Secti.on II -Who Is An Insured or a person who has: been .designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received. such notice from the agent,. servant or "employee". N. LIBERALlzATION CLAUSE If we revise this Commercial General Liability . Extension Endorsement to pro'{ide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. · 0. BODILY INJURY REDEFINED Under Section V -Definitions, Definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental . injury, shock, fright or death that results from such physical inj~ry. sick- ness or disease. · · · · © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of lnsu·rance Services Office, Inc., with its permission. Pag~ 7 of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE · LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury" .or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damagell resulting from the use of reasonable force to protect persons or property. Q. · WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US -WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV -Commercial General Liability Conditions, the following is added to Condition 8. Trans- fer Of Rights Of Recovery Against Others To Us: . We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising · out of your ongoing operations or "your work" done under a contract .with that person or organization and included in the "produc~s-completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agree- ment. © 2013 Liberty Mutual Insurance CG 88 10 04.13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT WC 00 0313 (Ed. 04-84) -~✓e have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform _work under a written contract that requires· you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization as required by written contract. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below is required only wh~n this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Date: 09/13/2021 Insured: Advantage Reline, Inc. Policy No.: WCN-02004989-321 --" surance Company: American Liberty Insurance Company · WC 00 0313 (Ed. 04-84) © 1983_ National Council on Compensation Insurance. Countersigned by Endorsement No. Premium:· . Page 1 of 1 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CARRILLO WAY WATER MAIN REHABILITATION PROJECT CONTRACT NO. 3904-E 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 Lice_nse Board two or more times within an eight year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertains to, describe the nature of the violation and the disciplinary action taken therefore. ~O\\J€_ (If needed attach additional sheets to provide full disclosure.) Page _i_ of_\_ pages of this Disclosure of Discipline form l' . •+;' Revised 6/12/18 Contract No. 3904-E Page 24 of 140 CONTRACT PUBLIC WORKS This agreement is made this I sh day ov(}c, µ,rt...ro,hq_C , 2021, by and between the Carlsbad Munlcipal Water District of the City of Carlsbad, California, a municipal corporation, (hereinafter called "District"), and Advantage Reline Services Inc. whose principal place of business is 33175 Temecula Parkway #A701, Temecula, California 92592 (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: CARRILLO WAY WATER MAIN REHABILITATION PROJECT CONTRACT NO. 3904-E (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this refere_nce. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the District will be the interpreter of the intent of the Contract Documents, and the District's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The District shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by District about {' •+;' Revised 6/12/18 Contract No. 3904-E Page 27 of 140 underground conditions or other job conditions is for Contractor's convenience only, and District does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by District. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class 11, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. District shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between District and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined 'the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District, and its officers and employees, from all claims, loss, ,, • ., Revised 6/12/18 Contract No. 3904-E Page 28 of 140 damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City of Carlsbad's policy for insurance as stated in City Council Policy# 70. (A) Coverages and Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability (GLC) Insurance: Insurance written on an "occurrence" basis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the District. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The District, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products ,, • ., Revised 6/12/18 Contract No. 3904-E Page 29 of 140 and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the District, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the District, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the District, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. {C) Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the District by certified mail, return receipt requested. {D) Deductibles and Self-Insured Retention {S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the District. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. {E) Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the District or any of its officials or employees. {F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy# 70. {H) Verification of Coverage. Contractor shall furnish the District with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the District and are to be received and approved by the District before the Contract is executed by the District. ,, •fl' Revised 6/12/18 Contract No. 3904-E Page 30 of 140 (I) Cost of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is included in Section 3 of the General Provisions. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 ( commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. 1)fi( init init ---- 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the District, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, ,, •+' Revised 6/12/18 Contract No. 3904-E Page 31 of 140 \ Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the District by certified letter accompanying the return of this Contract. Contractor shall notify the District by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the District to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the District may be substituted for monies withheld to ensure performance under this Contract. 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill l) • Revised 6/12/18 Contract No. 3904-E Page 32 of 140 Bond No. 609204901 LABOR AND MATERIALS BOND WHEREAS, the Carlsbad Municipal Water District located in the State of California has administratively awarded to Advantage Reline Services Inc. (hereinafter designated as the "Principal"), a Contract for: CARRILLO WAY WATER MAIN REHABILITATION PROJECT CONTRACT NO. 3904-E in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Advantage Reline Services Inc., as Principal, (hereinafter designated as the "Contractor"), and The Ohio Casualty Insurance Company , as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of one hundred eighty thousand seven hundred twenty-two Dollars ($180,722.50), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the \'----" contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of th~ contract or to the work or to the specifications. ,, • .,, Revised 6/12/18 Contract No. 3904-E Page 34 of 140 Bond No. 609204901 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the Carlsbad Municipal Water District located in the State of California has administratively awarded to Advantage Reline Services Inc. (hereinafter designated as the "Principal"), a Contract for: CARRILLO WAY WATER MAIN REHABILITATION PROJECT CONTRACT NO. 3904-E in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Advantage Reline Services Inc., as Principal, (hereinafter designated as the "Contractor''), and The Ohio Casualty Insurance Company , as Surety, are held firmly bound unto the Carlsbad. Municipal Water District in the sum of one hundred eighty thousand seven hundred twenty-two Dollars ($180,722.50), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Carlsbad Municipal Water District, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the District in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications . ...... ~, Revised 6/12/18 Contract No. 3904-E Page 36 .of 140 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad Municipal Water District whose address is 5950 E;I Camino Real, Carlsbad, California, 92008, hereinafter called "District" and Advantage Reline Services Inc., whose address is 33175 Temecula Parkway #A701, Temecula, California 92592, hereinafter called "Contractor" and ________ _ ___________________________ whose address is ___________________________ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the District pursuant to the Construction Contract entered into between the City and Contractor for CARRILLO WAY WATER MAIN REHABILITATION PROJECT CONTRACT NO. 3904-E in the amount of ____________ dated ______ (hereinafter referred to as the "Contract"): Alternatively, on. written request of the Contractor, the District shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the District within 1 0 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash ·amount then required to be withheld as retention under the terms of the contract between the District and Contractor. Securities shall be held in the name of the District and shall designate the Contractor as the beneficial owner. 2. The District shall make progress payments to the Contractor for such funds. which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the District makes payment of retentions earn~d 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 Distri_ct pays the Escrow Agent directly. · 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the District. These expenses and payment terms shall be determined by the District, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the District. ,, '' •+;' Revised 6/12/18 Contract No. 3904-E · Page 38 of 140. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from District to the Escrow Agent that District consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The District shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the District of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the District. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements _and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the District and the Contractor . pursuant to sections (1) to (8), inclusive, of this agreement and the District and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District: Title. _____ _,_F....:..,IN...!!.A...!!.N=C=E::..;D=l"--'R=E=C--=-T=O.,_,R __ _ Name _______________ _ Signature ______________ _ Address 1635 Faraday Avenue, Carlsbad. CA 92008 For Contractor: Title ________________ _ Name _______________ _ Signature ______________ _ Address----------'------- For Escrow Agent: Title ________________ _ Name ---------------- Signature ______________ _ Address-----'-------------,, •+;' Revised 6/12/18 Contract No. 3904-E Page 39 of 140 At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For District: For Contractor: For Escrow Agent: ,, •+;' Revised 6/12/18 Title _______ ..:..,.P..:....;R=E=S=ID::;..:E=N-'-'T'----- Name ---------------- Signature ______________ _ Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 Title ________________ _ Name ---------------- Signature ______________ _ Address _______________ _ Title _______________ _ Name _______________ _ Signature ______________ _ Address _______________ _ Contract No. 3904-E Page 40 of 140 CARLSBAD MUNICIPAL WATER DISTRICT Carrillo Way Water Main Rehabilitation Contract No. 3904-E Bid No. PWS22-1571 UTIL Addendum No. 1 From: Graham Jordan Phone: 760-602-2462 Graham.jordan@carlsbadca.gov No. of Pages: 2 (including this page) Date: September 7, 2021 Bid Opening Date: September 15, 2021 -11:00 a.m. (unchanged) NOTICE: This Addendum forms a part of tt:ie Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. QUESTIONS AND ANSWERS 1. Will Construction Products Marketing (CPM) be bidding on the project as a contractor or a material supplier? CPM is a material supplier, but not the only supplier. Other contractors may purchase material directly from the liner manufacturer. If CPM meets the requirements of the bidding documents (license class, experience record, etc.), they may bid on the project as a contractor. 2. Does the lawn restoration require sod or seed? Sod is required. 3. Where are the nearest hydrants for construction water? Hydrants are located 300 feet from the site from the southeast end of the project and 200 feet from the northwest end. Contract No. 3904-E -Carrillo Way Water Main Rehabilitation Addendum No. 1 1 4. Will CMWD waiver the meter deposit fee or the water use fee? Contractor will pay for metered construction water. CMWD will waive the meter deposit fee. 5. Will the water from pipeline dewatering be allowed to discharge on site? Pipeline dewatering is categorized under the San Diego Regional Water Quality Control Board conditional waiver based on the volume of water to be discharged and with dechlorination. Discharge to the drainage swale is acceptable. Section 15044, Article 3.3 states that pipe sizes 16" diameter and less shall be tested to 75 psi in excess to the operating pressure of the pipeline. The second paragraph also states that the rehabilitated pipe shall be tested at the design pressure, as indicated in Section 15065 Pipeline Rehabilitation Lining. Section 15065, Article 1.2(8)(2) states that the liner shall have an operating pressure rating of at least 220 psi when de-rated for bend fittings. Can you provide clarification on what the actual test pressure is required to be for the lining product? Is it the 75 psi in excess of the operating pressure, in which case will you please provide the normal operating pressure of the pipeline (not the operating pressure rating)? Or is it the 220-psi operating pressure rating value? 220 psi is the required test pressure for the lining system. 6. Section 15065, Article 1.2(8)(2) states that the liner shall have a minimum burst pressure of 1,200 psi and an operating pressure rating of at least 220 psi when de-rated for bend fittings. Can the minimum burst pressure value be changed to 600 psi and the operating pressure rating of at least 150 psi when de-rated for bend fittings, which is more than suitable for the application? No, the language shall remain as stated. "The liner shall have a minimum burst pressure rating of 1,200 psi without de-rating for bend fittings and an operating pressure rating of at least 220 psi when de-rated for bend fittings." 7. Section 15044, Article 3.2(H) states that the allowable leakage for continuous pipe liner systems shall be zero gallons. Understanding the alignment of the existing pipeline with a low point near Station 32+15, there is a possibility for some amount of air to be trapped in the liner. Can the specification language be updated to include allowance for makeup water similar to language included in ASTM F1216 Section 8.3? The allowable leakage shall be zero gallons for the hydrostatic pressure testing. There no need to update the language. 8. Section 15065, Article 2.1 (B) states that the liner shall be as manufactured by Primus Line, SD 203/8" SD medium pressure, or approved equal. Will you accept Thermopipe hose liner system as an approved equal? Thermo pipe is similar product to Primus Line. See attached submittals for information on the Thermopipe system. Per the information provided, the Thermopipe system does not meet the requirements of Section 15065, and therefore is not acceptable. 9. Section 15065 Part Article 2.1 B states that liner shall liner shall be SD 203/8". However, the plans show the pipeline to be 1 O" CMLC. Does the district intend to install an 8" liner into a 1 O" pipeline? An 8" liner as stated is acceptable. Contract No. 3904-E -Carrillo Way Water Main Rehabilitation Addendum No. 1 2 Revised 5/20/21 Contract No. 3904-E Page 41 of 140 GENERAL PROVISIONS FOR CARRILLO WAY WATER MAIN REHABILITATION CONTRACT NO. 3904-E CARLSBAD MUNICIPAL WATER DISTRICT BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS – Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words “shown”, “indicated”, “detailed”, “noted”, “scheduled”, or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words “directed”, “designated”, “selected”, or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word “required” and words of similar import shall be understood to mean “as required to properly complete the work as required and as approved by the Engineer,” unless stated otherwise. 1-1.3 Equals and Approvals. Where the words “equal”, “approved equal”, “equivalent”, and such words of similar import are used, it shall be understood such words are followed by the expression “in the opinion of the Engineer”, unless otherwise stated. Where the words “approved”, “approval”, “acceptance”, or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word “perform” shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Revised 5/20/21 Contract No. 3904-E Page 42 of 140 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 Carlsbad Municipal Water District. Agreement – See Contract. Assessment Act Contract – A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base – A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid – The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder – Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board – The officer or body constituting the awarding authority of the Agency, the Board of Directors of Carlsbad Municipal Water District. Bond – Bid, performance, and payment bond or other instrument of security. Caltrans – The State of California, Department of Transportation. Cash Contract – A Contract financed by means other than special assessments. Certificate of Compliance – A written document signed and submitted by a supplier or manufacturer that certifies that the material or assembled material supplied to the Work site conforms to the requirements of the Contract Documents. 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, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Revised 5/20/21 Contract No. 3904-E Page 43 of 140 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 – The Engineering Manager of the Construction Management & Inspection Department and the Construction Manager’s immediate supervisor and the Engineer’s designated representative and the 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 or the Executive 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. Disputed Work – Work in which the Agency and the Contractor are in disagreement. Electrolier – Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer – The District Engineer of the Carlsbad Municipal Water District or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Extra Work – New or unforeseen work not covered by a Contract Unit Price or Stipulated Unit Price. 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. Revised 5/20/21 Contract No. 3904-E Page 44 of 140 Modification – Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award – The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed – A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Sections 2-3.1 and 2-3.2 – 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. Further, “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 Sections 2-3.1 and 2-3.2. 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. Shop Drawings – Drawings showing the details of manufactured or assembled products proposed to be incorporated into the Work. Revised 5/20/21 Contract No. 3904-E Page 45 of 140 Special Provisions – Revisions to the Standard Specifications setting forth conditions and requirements peculiar to the Work. Specifications – General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard – The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans – Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications – The Standard Specifications for Public Works Construction (SSPWC), the “Greenbook”. State – State of California. Stipulated Unit Price – Unit prices established by the Agency in the Contract Documents. 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 – See Special Provisions. 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. Revised 5/20/21 Contract No. 3904-E Page 46 of 140 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. Working Drawings – Drawings showing the details not shown on the Plans which are required to be designed by the Contractor. 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 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 APTS ................................. 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 CONC ........................................................... 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 Revised 5/20/21 Contract No. 3904-E Page 47 of 140 E ....................................................................... Electric EA ........................................................................ Each EC ............................................................ End of curve ECR ................................................ End of curb return EF ................................................................ Each face EG ......................................................... Edge of gutter EGL .................................................. Energy grade line EI ................................................................... 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&I .................................................. Furnish and install FAB ............................................................... Fabricate FAS ............................................... Flashing arrow sign FD ............................................................... Floor drain FDN ............................................................ Foundation 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 GIP .............................................. 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 Revised 5/20/21 Contract No. 3904-E Page 48 of 140 QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete RCB ...................................... Reinforced concrete box RCE ...................................... Registered civil engineer RCP ..................................... Reinforced concrete pipe RCV ........................................... Remote control valve REF ............................................................. Reference REINF ..............................Reinforced or reinforcement RES ...............................................................Reservoir RGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR ...................................................................Railroad RSE .............................. Registered structural engineer RTE .................................... Registered traffic engineer S .................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD ............................................................. Storm drain SDNR .............................. San Diego Northern Railway SDR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings SE ...................................................... Sand Equivalent SEC .................................................................. Section SF ............................................................. Square foot SFM ................................................ Sewer Force Main SI ....................... International System of Units (Metric) SPEC ..................................................... Specifications SPPWC .......................................... Standard Plans for Public Works Construction SSPWC ............................. Standard Specifications for Public Works Construction ST HWY ................................................ State highway STA ................................................................... Station STD ............................................................... Standard STR ..................................................................Straight STR GR ................................................ Straight grade STRUC .......................................... Structural/Structure SW .................................................................Sidewalk SWD ...................................................... Sidewalk drain SY ............................................................ Square yard T .................................................................. Telephone TAN ................................................................. Tangent TC .............................................................. Top of curb TEL ............................................................. Telephone 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 WI ............................................................ 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 ACI .................................................................................................... American Concrete Institute AISC ............................................................................... American Institute of Steel Construction ANSI ................................................................................. American National Standards Institute AREA ......................................................................... American Railway Engineering Association ASME ........................................................................ American Society of Mechanical Engineers ASQ ................................................................................................. American Society for Quality ASTM ........................................................................ American Society for Testing and Materials AWPA ............................................................................ American Wood Preservers Association AWS ................................................................................................... American Welding Society AWWA .................................................................................. American Water Works Association EEI ........................................................................................................... Edison Electric Institute EIA ...................................................................................................Electronic Industries Alliance EPA ......................................................................................... Environmental Protection Agency ETL ............................................................................................... Electrical Testing Laboratories FCC .................................................................................. Federal Communications Commission Revised 5/20/21 Contract No. 3904-E Page 49 of 140 FHWA ......................................................................................... Federal Highway Administration GRI ............................................................................................. Geosynthetic Research Institute IEEE ................................................................... Institute of Electrical and Electronics Engineers IMSA ............................................................................International Municipal Signal Association ISSA ............................................................................ International Slurry Surfacing Association ITE ....................................................................................... Institute of Transportation Engineers NCHRP ........................................................... National Cooperative Highway Research Program NEMA .................................................................... National Electrical Manufacturers Association NSF .................................................................................................National Science Foundation OSHA .................................................................. Occupational Safety and Health Administration PPI .............................................................................................................. Plastics Pipe Institute RUS ............................................................................................................ Rural Utilities Service SAE ........................................................................................... Society of Automotive Engineers SSPC ........................................................................................... Society for Protective Coatings UL ................................................................................................. Underwriters' Laboratories Inc. 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 (m) 1 inch (in) ..............................................................................................25.4 millimeter (mm) 1 inch (in) ..............................................................................................2.54 centimeter (cm) 1 foot (ft) ................................................................................................0.3048 meter (m) 1 yard (yd) .............................................................................................0.9144 meter (m) 1 mile (mi) .............................................................................................1.6093 kilometer (km) 1 square foot (ft2) ..................................................................................0.0929 square meter (m2) 1 square yard (yd2) ................................................................................0.8361 square meter (m2) 1 cubic foot (ft3) .....................................................................................0.0283 cubic meter (m3) 1 cubic yard (yd3) ..................................................................................0.7646 cubic meter (m3) 1 acre ....................................................................................................0.4047 hectare (ha) 1 U.S. gallon (gal) .................................................................................3.7854 Liter (L) 1 fluid ounce (fl. oz.) ..............................................................................29.5735 millileter (mL) 1 pound mass (lb) (avoirdupois) ...........................................................0.4536 kilogram (kg) 1 ounce mass (oz) .................................................................................0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................0.9072 Tonne (= 907 kg) 1 Poise ..................................................................................................0.1 pascal . second (Pa . s) 1 centistoke (cs) ....................................................................................1 square millimeters per second (mm2/s) 1 pound force (lbf) .................................................................................4.4482 Newton (N) 1 pounds per square inch (psi) .............................................................6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) .................................................................1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf).......................................................................1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ...............................................1.3558 Watt (W) Revised 5/20/21 Contract No. 3904-E Page 50 of 140 1 part per million (ppm) .........................................................................1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): ........................................................................Degree Celsius (°C): °F = (1.8 x °C) + 32 ...............................................................................°C = (°F – 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (lm) 1 second (s) Common Metric Prefixes kilo (k) ....................................................................................................103 centi (c)..................................................................................................10-2 milli (m) ..................................................................................................10-3 micro () ................................................................................................10-6 nano (n) .................................................................................................10-9 pico (p) ..................................................................................................10-12 1-5 SYMBOLS  Delta, the central angle or angle between tangents  Angle % Percent ‘ Feet or minutes “ Inches or seconds 1 Number / per or (between words) ° Degree PL Property line CL Centerline SL Survey line or station line Revised 5/20/21 Contract No. 3904-E Page 51 of 140 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 Revised 5/20/21 Contract No. 3904-E Page 52 of 140 Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor’s own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the Board shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated “Specialty Items” may be performed by subcontract, and the amount of any such “Specialty Items” so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. “Specialty Items” will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Revised 5/20/21 Contract No. 3904-E Page 53 of 140 Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, Project Technical Specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction (SSPWC), Parts 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The Plans shall consist of the construction drawings, Drawing No. 532-4 issued under this Contract. The Standard Drawings consist of 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 Revised 5/20/21 Contract No. 3904-E Page 54 of 140 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. Modified standard drawings, as applicable, are enclosed in the appendices to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict in the 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. Supplemental Provisions. 6. Carlsbad General Provisions 7. Technical Specifications 8. Plans. 9. 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). 10. Standard Specifications for Public Works Construction, as amended. 11. Reference Specifications. 12. Manufacturer’s Installation Recommendations Detail drawings shall take precedence over general drawings. Revised 5/20/21 Contract No. 3904-E Page 55 of 140 Detailed plans and plan views shall have precedence over general plans. 2-5.2.1 Precedence of Contract Documents. Where CALTRANS specifications are used to modify the SSPWC or added to the SSPWC by any of the contract documents, the CALTRANS specifications shall have precedence only in reference to the materials and construction materials referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Works, Part 1 of these General Provisions, in the order of precedence in Section 2-5.2 of the SSPWC, shall prevail over the CALTRANS specifications in all other matters. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor’s expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. One electronic (PDF) file shall be submitted. If revisions are required, the Engineer will return one redlined copy for resubmission. Upon acceptance, the Engineer will return one electronic copy to the Contractor. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required be performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label ‘4-C’ would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor’s letterhead. The Letter of Transmittal shall contain the following: 1. Project title and Agency contract number. 2. Number of complete sets. 3. Contractor’s certification statement. 4. Specification section number(s) pertaining to material submitted for review. 5. Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6. Description of the contents of the submittal. 7. Identification of deviations from the contract documents. 8. The signature, printed name, title and company name of the Contractor’s representative. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material, procedure(s)) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance Revised 5/20/21 Contract No. 3904-E Page 56 of 140 with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval.” or "I hereby certify that the (equipment, material, procedure(s)) contained herein meet all requirements shown or specified in the Contract Documents, except for the following deviation(s):______________________________________________” 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. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Title Subject 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facilities Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Three hard copies and one electronic (PDF) file 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, one red Revised 5/20/21 Contract No. 3904-E Page 57 of 140 lined copy 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 and Work Plan per 6-2.2. 5. Confined Space Entry Program per 7-10.4.4. 6. Concrete mix designs per 201-1.1. 7. Asphalt concrete mix designs per 203-6.1. 8. Data, including, but not limited to, catalog sheets, manufacturer’s brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red ink daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, conduits, 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 herein shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor’s responsibility to determine and allow for the elevation of groundwater at the time 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 General. The Contractor will perform and be responsible for the accuracy of surveying adequate for construction. The Contractor shall set and preserve construction survey stakes and Revised 5/20/21 Contract No. 3904-E Page 58 of 140 marks for the duration of their usefulness. If any construction survey stakes are lost or disturbed and need to be replaced, such replacement shall be performed at the expense of the Contractor. The Contractor shall notify the Engineer in writing at least 2 Working Days before survey services in connection with the laying out of any portion of the Work. The Contractor shall dig all holes necessary for line and grade stakes. Unless otherwise specified in the Special Provisions, stakes will be set and stationed for curbs, headers, sewers, storm drains, structures, and rough grade. A corresponding cut or fill to finished grade (or flowline) will be indicated on a grade sheet. 2-9.2 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. 2-9.3 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. 2-9.4 Payment for Survey, Payment for survey work shall be included in the 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. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. Revised 5/20/21 Contract No. 3904-E Page 59 of 140 The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor’s staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. Revised 5/20/21 Contract No. 3904-E Page 60 of 140 SECTION 3 – CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor’s signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 125 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. Revised 5/20/21 Contract No. 3904-E Page 61 of 140 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned, and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as “extra work” when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. Revised 5/20/21 Contract No. 3904-E Page 62 of 140 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary, for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge and Equipment Rental Rates” published by 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. Revised 5/20/21 Contract No. 3904-E Page 63 of 140 The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors’ invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1. Labor …………………………..…. 20 2. Materials …………………………. 15 3. Equipment Rental ………………. 15 4. Other Items and Expenditures … 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. Revised 5/20/21 Contract No. 3904-E Page 64 of 140 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 Documents; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor’s failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the District with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. Revised 5/20/21 Contract No. 3904-E Page 65 of 140 “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” By: ___________________________________ Title: ______________________________ Date: _________________________________ Company Name: _____________________________________________________________ The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. 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 4. District Engineer 5. Executive Manager, Carlsbad Municipal Water District The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the District will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the District will provide its position within 10 working days of receipt of said additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the Executive 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 Executive Manager. Actual approval of the claim is subject to the change order provisions in the contract. Revised 5/20/21 Contract No. 3904-E Page 66 of 140 All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) “Public entity” shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v) The Military Department as to any project under the jurisdiction of that department. (vi) The Department of General Services as to all other projects. (vii) The High-Speed Rail Authority. (4) “Public works project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and Revised 5/20/21 Contract No. 3904-E Page 67 of 140 what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity’s written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties’ dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity’s failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. Revised 5/20/21 Contract No. 3904-E Page 68 of 140 (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2020 and, as of that date, is repealed unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (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 Revised 5/20/21 Contract No. 3904-E Page 69 of 140 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 5/20/21 Contract No. 3904-E Page 70 of 140 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. Revised 5/20/21 Contract No. 3904-E Page 71 of 140 SECTION 4 – CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer’s approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency’s consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 6 inches and vitrified clay and cast-iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Revised 5/20/21 Contract No. 3904-E Page 72 of 140 Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor’s responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after Revised 5/20/21 Contract No. 3904-E Page 73 of 140 improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer’s written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words “or equal”. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to 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. Revised 5/20/21 Contract No. 3904-E Page 74 of 140 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator’s platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials’ tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient’s agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then 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 Revised 5/20/21 Contract No. 3904-E Page 75 of 140 committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. Revised 5/20/21 Contract No. 3904-E Page 76 of 140 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 are known to exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine, by potholing, the location and depth of all utilities, including service connections, which are shown or have been marked by the respective owners and which may affect or be affected by its operations. If no separate pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2-inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2-inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Revised 5/20/21 Contract No. 3904-E Page 77 of 140 Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor’s operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as “abandoned” or “to be abandoned in place”. Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as directed and approved by the City. 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 Revised 5/20/21 Contract No. 3904-E Page 78 of 140 compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor’s actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. Close cooperation with CMWD Operations staff will be required prior to water utility shutdowns, construction, testing, and project completion. Revised 5/20/21 Contract No. 3904-E Page 79 of 140 SECTION 6 – PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within ten (10) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract 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. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format and submit the schedule in accordance with 2-5.3. The schedule shall: A. Be prepared using a commercially available, Windows compatible software program, “Suretrak” by Primavera or “Project” by Microsoft Corporation or approved equal. B. Be prepared in hard copy (paper) and electronic format (compact disc) readable by the scheduling software specified herein and free of file locking, encryption or any other protocol that would impede full access to the data. The disc shall be labeled with the project name and number, the Contractor’s name and the date of preparation. C. Begin with the date projected for the Notice to Proceed and conclude with the date of final completion conforming with the Contract time. D. Depict a time-scaled network diagram of all activities, logic relationships of interdependent activities, and milestones comprising the complete period of Work with tasks on the vertical axis and their durations on the horizontal axis. Use distinctive texture patterns or line types to show the critical path within the Contract time. Include a tabular listing of each activity and its identification number, description, duration, early start, early finish, late start, late finish, total float, and all predecessor and successor activities. The number of activities will communicate the Contractor’s plan for project execution, accurately describe the project work and allow monitoring and evaluation of progress and time impacts. Activity descriptions shall accurately define the work planned for the activity. Activity durations shall not be shorter than 1 working day or longer than 15 working days unless approved by the Engineer. E. Include detail of all project phasing, staging and sequencing including all milestones necessary to define beginning and ending of each phase or stage and constraints which may impact any activity. Include time allowances for coordination with utility companies and other agencies, equipment and material deliveries, reviews and approvals, Work performed by others, inspections, testing and commissioning, corrective work, and any non-work periods. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. A schedule which shows a project duration longer than the Revised 5/20/21 Contract No. 3904-E Page 80 of 140 Contract Time will not be acceptable and will be grounds to consider the Contractor in default of the Contract per 6-4. The Engineer may choose to accept the Contractor’s proposal of a project duration which is shorter than the Contract time provided the shortened Baseline Construction Schedule is reasonable and demonstrates, to the satisfaction of the Engineer, that the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened schedule. Acceptance of a shortened Baseline Construction Schedule will be confirmed through the execution of a Change Order revising the Contract time. The Engineer’s approval of the Baseline Construction Schedule is a condition precedent to issuance of the Notice to Proceed. If the schedule does not meet the requirements of these specifications, the Contractor shall revise the schedule and resubmit it to the Engineer. Failure to obtain the Engineer’s approval of the schedule within thirty (30) working days after the date of the preconstruction meeting shall be grounds to consider the Contractor in default of the Contract per 6-4. The number of working days used by the Engineer to review the initial Baseline Construction Schedule submittal will not be included in the 30 working days. The Engineer shall complete subsequent reviews of the revised schedule and progress updates within 5 working days of receipt. The Engineer’s response to each review will consist of one of the following: “Accepted.” The Contractor may proceed with the Work upon issuance of the Notice to Proceed. Payment for the schedule may be requested by the Contractor. “Accepted with Comments.” The Contractor may proceed with the Work upon issuance of the Notice to Proceed. The Contractor must revise and resubmit the schedule and receive the Engineer’s acceptance of the schedule before payment for the schedule is requested by the Contractor. “Not Accepted.” The Contractor may not proceed with the Work, must revise and resubmit the schedule and may not request payment for the schedule. 6-1.1.2 Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon the completion level of each activity as a basis for progress payments. Schedule updates shall conform with the requirements for the initial submittal in 6-1.1.1 and shall: A. Show the actual dates of each activity start and/or finish during the month. The schedule update shall include specific notation for any changes in actual dates after they are first reported. B. Report the percent complete for each activity in progress at the end of the month as determined by the Engineer. C. Include a list and explanation of all changes made to the activities, dates or interconnecting logic. D. Include activity and network revisions reflecting the Change Orders approved in the previous month as agreed upon during the review and acceptance of the Change Orders. The Engineer’s responses to the progress schedule updates shall be as described in 6-1.1.1. The Contractor shall proceed with Work and request payment for the progress schedule updates as described therein. Revised 5/20/21 Contract No. 3904-E Page 81 of 140 If the Contractor fails to submit the progress schedule updates as required herein, the Contractor may elect to proceed with the Work at its own risk and shall forfeit payment for the progress schedule update until compliance is met. If the Contractor elects to delay or cease Work after failure to submit the progress schedule updates, any resulting delay, impact, or disruption to the Work will be the Contractor’s responsibility. 6-1.1.3 Interim Revisions. Should the actual or projected progress of the Work exceed 5 percent of the Contract Time, the Contractor shall prepare and submit a revised Baseline Construction Schedule independently of and prior to the next progress schedule update with a list and explanation of each change made to the schedule. The submittal, schedule review and acceptance requirements of 6-1.1.2 shall apply. 6-1.1.4 Late Completion or Milestone Dates. If a schedule update indicates a completion date later than the Contract time or contractually required milestone completion date, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent schedule update which removes all or a portion of the delay be “Accepted” by the Engineer, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following such acceptance. 6-1.1.5 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the Work is completed. The update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed in accordance with 6-1.1.2. Acceptance of the final schedule update is required for release of funds retained per 9-3.2. 6-1.1.6 Measurement and Payment. The Contractor’s preparation, revision and maintenance of the Construction Schedule are incidental to the Work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor’s Bid. Should the 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 Revised 5/20/21 Contract No. 3904-E Page 82 of 140 Project Plans and as specified in the Specifications. The Contractor shall conduct the following general work activities: 1. Coordinate with Agency for scheduling and development of a work plan. 2. Secure offsite staging area. 3. Coordinate with Agency forces for isolation of the water main affected by the Work. 4. Implement traffic control and excavation safety measures for trenchless pits required for pipe rehabilitation and connections to the existing water system. 5. Excavate, remove and dispose of existing piping and appurtenances necessary for the rehabilitation of the existing water pipeline. 6. Clean and conduct CCTV inspection, and prepare the host pipe for rehabilitation. 7. Install new rehabilitation liner system, piping, valves and appurtenances required for connections to the existing system. 8. Conduct hydrostatic pressure testing and disinfection. 9. Complete the connections to the existing water mains, place and compact backfill, aggregate base, and restore finished surfaces to original or better condition, including but not limited to, pavement and existing landscape and irrigation repairs in areas disturbed by construction. The work description in this section is an overview only and shall not relieve the Contractor from its responsibilities to perform the coordination and work in accordance with the plans and specifications. Work hours are summarized in Section 6-7. 6-2.2 Construction Phasing and Constraints. The following construction phase guidelines are provided for the Contractor’s use in developing the construction schedule and a Work Plan that describes the labor, materials, equipment and procedures to conduct the Work. The phasing guidelines listed herein shall not relieve the Contractor from its responsibilities to coordinate and perform the Work, revise the phasing descriptions, or to develop additional phases necessary to complete the Work in its entirety in accordance with the Contract Documents. The Contractor shall develop a detailed Work Plan describing the materials, equipment and procedures for each phase of the Work and submit the Work Plan in accordance with Section 2-5.3. Any modification of the phasing described below shall be approved by the Engineer. Phase 1. Submit construction schedule, schedule of values, working drawings and shop drawings. Phase 2. Secure necessary permits. Conduct pre-construction video and photographs, and Underground Service Alert (DigAlert) notification for utility mark-out. Phase 3. Submit a Utility Shutdown/Connection Request (Form E-28) with two weeks advance notice and all required information (See Appendix B). Pothole all utilities that cross or parallel (within 5 feet of) planned excavations and immediately notify the Engineer of any potential conflicts. Mobilize labor force, temporary facilities and BMPs, materials and equipment for subsequent phases of the Work. CMWD forces will isolate the 10-inch host pipe on the scheduled date. The Contractor shall drain the pipeline and dewater the excavation. Phase 4. Excavate and remove portions of the existing 10-inch pipe to enable cleaning, CCTV inspection, and preparation of the host pipe for rehabilitation. Revised 5/20/21 Contract No. 3904-E Page 83 of 140 The Contractor shall notify the Engineer of any host pipe obstructions or conditions that may interfere with pipe rehabilitation operations. If no such conditions are observed by the Contractor and the Contractor deems the host pipe to be suitable for pipe rehabilitation, the Contractor shall proceed with Phase 5. If conditions of concern are observed by the Contractor and are confirmed by the Engineer, the Contractor shall proceed with Phase 5B. Phase 5. Complete the excavation of the remaining portions of the access pits and remove remaining portions of the existing 10-inch pipe. Mobilize the pipe rehabilitation liner system and complete the liner installation. Phase 6. Conduct hydrostatic pressure test and disinfect the new rehabilitated pipe. Temporary water meter and water source to be provided by Agency. Phase 7. Install piping and appurtenances, thrust blocks and connect new rehabilitated pipe to existing water mains at both connection points as shown on the Plans. Phase 8. Backfill all excavations and restore the site to the condition existing prior to the start of Work and to the satisfaction of the Engineer. Phase 5B. If the CCTV inspection video conducted in Phase 4 reveals conditions in the host pipe that may impede the rehabilitation operations, and the Contractor is unable make host pipe preparations using trenchless methods to successfully install the rehabilitation liner system, the Engineer may elect as follows: If repair of the host pipe is deemed infeasible by the Engineer, the Agency may cancel the pipe rehabilitation work and direct the Contractor to restore the 10-inch water main to service including, but not limited to disinfection of the 10-inch water main, replacement of removed pipe with new 10-inch PVC pipe, backfill the excavations and restore the site in accordance with the Contract Documents. In addition to the phasing guidelines, Contractor shall include the following constraints into the Work Plan: 1. All construction activities shall meet the scheduling restrictions identified in these specifications and as determined by CMWD. 2. Shutdown request form E-28 must be submitted at least 2 weeks prior to desired shutdown date. 3. Contractor shall submit a Site Work Plan. Work plan shall include a listing of materials and equipment, staging areas, schedule, methods for the protection of private improvements, and all details necessary to complete the work. 4. Excavations must be backfilled or securely shored and plated. 5. Water service shutdowns are not anticipated. However, in the event of a service shutdown, no customer shall be without water for longer than 8 hours. If planned water service shutdown duration exceeds 8 hours, Contractor shall provide highlining and submit a highline plan for approval. 6. Each excavation shall be lined with plastic sheeting and have a ¾” rock bed with sump pump for dewatering. Revised 5/20/21 Contract No. 3904-E Page 84 of 140 7. At least 2 working days prior to shutdown: a. All underground utilities and pipe diameters shall be verified in the presence of the Inspector; b. All dewatering shall be functioning and demonstrated to the Inspector; 8. Excavations shall be backfilled and base paved within 3 working days of energizing the line. 9. Site shall be fully restored and completed within 5 working days of energizing the line. 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. The Contractor shall provide the most recent construction schedule at each Project Meeting. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. 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. Revised 5/20/21 Contract No. 3904-E Page 85 of 140 If the Surety assumes any part of the Work, it shall take the Contractor’s place in all respects for that part and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor’s inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a timely manner in accordance with the sequence of the Contractor’s operations and the approved construction schedule. If delays beyond the Contractor’s control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor’s control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 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. Revised 5/20/21 Contract No. 3904-E Page 86 of 140 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 90 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. In addition to Agency holidays, open excavations and service shutdowns will not be allowed on the day prior to Thanksgiving and between December 23 and January 1. Service shutdowns will not be allowed on Mondays and Fridays. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:00 a.m. and 5:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall not muster or conduct other preparatory efforts that could impact residents in the vicinity outside of the above work hours. Revised 5/20/21 Contract No. 3904-E Page 87 of 140 The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall incorporate the dates, areas and types of work prohibited herein or elsewhere in the Contract Documents into the Construction Schedule. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. Contractor is hereby advised that the Engineer may require after hours or weekend work if required for the protection and safety of existing facilities, workers or the public. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed, and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor’s written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer’s judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All water main rehabilitation work shall be warranted for five (5) years 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 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. Revised 5/20/21 Contract No. 3904-E Page 88 of 140 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of two thousand five hundred dollars ($2,500.00). Such sum is liquidated damages and shall not be construed as a penalty and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that the amount specified above 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 5/20/21 Contract No. 3904-E Page 89 of 140 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.” Revised 5/20/21 Contract No. 3904-E Page 90 of 140 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers’ Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. No resource agency permits are required for the Work. 7-6 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. The qualifications for the Contractor's Representative shall include at a minimum: A. The qualifications of the Contractor's Representative shall demonstrate at least five years of experience in a superintendent capacity for water pipeline projects that are similar in scope and cost to the projects identified in the Contractor’s Statement of Revised 5/20/21 Contract No. 3904-E Page 91 of 140 Technical Ability and Experience submitted with the bid, and shall demonstrate successful completion of at least three pipe rehabilitation liner system installations of the same product on potable water distribution systems as indicated in these project specifications. The Contractor shall be responsible for submitting verifiable experience records. CMWD reserves the right to disqualify bidders if the required technical ability and experience for the Contractor's Representative is not established. In the event that the Contractor proposes to change the Contractor's Representative prior to Project completion, Contractor shall notify the Agency and submit the qualifications of the proposed Contractor's Representative for the Engineer's review at least two weeks prior to the proposed change. The qualifications shall demonstrate that the minimum requirements of the position, as described herein, are satisfied. Engineer will review qualifications of proposed Contractor's Representative within 5 working days of receipt. No change in Contractor's Representative will be allowed without Agency's review of qualifications of proposed Contractor's Representative. In the event of a change in Contractor's Representative without prior approval, Agency reserves the right to suspend work, at the Contractor's cost, until a qualified Contractor's Representative is assigned to the Project. An alternate representative may be designated as well. Prior to an alternate being designated, the proposed alternate must also demonstrate the minimum qualifications of the position. The Agency will review the qualifications within five working days of receipt. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a Revised 5/20/21 Contract No. 3904-E Page 92 of 140 time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor’s Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer’s cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 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. Revised 5/20/21 Contract No. 3904-E Page 93 of 140 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 therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 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 limit the land disturbance area resulting from construction activities to less than 1 acre and comply with a City of Carlsbad Tier 1 Construction SWPPP (Appendix D). The Contractor shall comply with the City’s Construction Storm Water Pollution Prevention Plan (SWPPP) standards and requirements to ensure construction compliance with the City of Carlsbad Storm Water Ordinance and the Municipal Permit, as issued by the San Diego California Regional Water Quality Control Board (SDRWQCB) San Diego Region Order No. R9-2013-0001, as amended by Order Nos. R9-2015-0001 and R9-2015-0100; National Pollutant Discharge Elimination System (NPDES) No. CAS0109266 and Waste Discharge Requirements for Discharges from the Municipal Separate Storm Sewer Systems (MS4s) Draining the Watersheds within San Diego Region and any amendment, revision or re-issuance thereof. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. Revised 5/20/21 Contract No. 3904-E Page 94 of 140 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 restored with sod and planters and unpaved areas covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor’s operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. The Work will occur within the existing 20-foot wide City water main easement and access to the site via Terraza Portico, located within the gated community of Portico and Rancho Carrillo, is restricted. The Contractor is responsible for coordinating site access and notifying the Homeowner Associations and residents. All communications shall be made through the City inspector unless otherwise approved. No excavation or vehicle access will be allowed to occur outside of the easement, outside of the paved roads, or in vegetated or landscaped areas unless otherwise shown on the plans or as approved by the Engineer. 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. 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. Revised 5/20/21 Contract No. 3904-E Page 95 of 140 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. 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. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor’s permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix “A”. In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid 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. Revised 5/20/21 Contract No. 3904-E Page 96 of 140 Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1. The Engineer ............................................................................ 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. 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) Current Edition, 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 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb Revised 5/20/21 Contract No. 3904-E Page 97 of 140 marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be 7” long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor’s vehicles or equipment are parked on the shoulder within 6’ of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25’ intervals to a point not less than 25’ past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (6’), nor operate equipment within 0.6 m (2’) from any traffic lane occupied by traffic. For equipment, the distance 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’) wide, shall be open for use by public traffic in each direction of travel, unless otherwise approved by the City. 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, current edition, 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. Revised 5/20/21 Contract No. 3904-E Page 98 of 140 When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Preparation of Traffic Control Plan Sheets. The Contractor shall prepare and submit traffic control plans (TCP), as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have traffic control plans 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 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. Design of TCP for construction shall meet the requirements of the City and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD, current edition, as amended for use in California as published by CALTRANS). 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. 7-10.3.5 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. Revised 5/20/21 Contract No. 3904-E Page 99 of 140 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer’s approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor’s submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (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. Revised 5/20/21 Contract No. 3904-E Page 100 of 140 (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer’s approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: “In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties.” Revised 5/20/21 Contract No. 3904-E Page 101 of 140 SECTION 8 – FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. No office space is required for Agency personnel. Revised 5/20/21 Contract No. 3904-E Page 102 of 140 SECTION 9 – MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster’s certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated “Lump Sum”, “L.S.”, or “Job”, shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. 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 Revised 5/20/21 Contract No. 3904-E Page 103 of 140 has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor’s request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent violation of any law, 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 Revised 5/20/21 Contract No. 3904-E Page 104 of 140 the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. 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 Revised 5/20/21 Contract No. 3904-E Page 105 of 140 the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. The cost of materials and equipment delivered to, but not incorporated in, 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. Payment for mobilization and preparatory Work will be made at the Contract lump-sum price for mobilization 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. Such activities shall include, but are not be limited to, coordination with Agency forces, surveying and staking, pre-construction video and photographs, traffic control, utility potholing and any other incidental work or services not included in any other bid item. The Contractor hereby agrees that the price paid 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. Revised 5/20/21 Contract No. 3904-E Page 106 of 140 Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization and Preparatory Work will be allowed. For the second progress payment, sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefor. 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 in the Contract Documents or incidental to the Work shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place unless noted otherwise in the Contract Documents. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. The Bid Items consist of the following: Bid Item No. 1 - Mobilization Payment for this bid item shall be made in accordance with Section 9-3.4.1. A field office will not be required for this project. Bid Item No. 2 – Storm Water Pollution Prevention Plan (SWPPP) The contract price paid for this bid item shall constitute full compensation for furnishing all labor, materials, tools, equipment and incidentals for preparing, amending and implementing the SWPPP in accordance with Section 7-8, including the installation, maintenance and removal of temporary storm water BMP’s as required by the Contractor’s activities and approved additions and modifications, as specified in the Contract Documents and as directed by the Engineer. Bid Item No. 3 – Excavation Support System The contract price paid for this bid item shall constitute full compensation to furnish and install sheeting, shoring, bracing, sloping or equivalent method of support for excavations for the protection of life or limb and conforming to applicable safety orders. This includes, but is not limited to, the preparation, signing and stamping and submittal of plans by a civil or structural engineer, approval of said plan by the Engineer, and obtaining any required permit from the State Division of Industrial Safety. Bid Item No. 4 – Demolition The contract price paid for this bid item shall constitute full compensation for all labor, materials and equipment to demolish, remove and dispose of the existing 10-inch water main in accordance with the Contract Documents. This item shall include all excavation; coordination with Agency for main isolation and shutdown; locating and protecting existing utilities; saw-cutting; removal of pavement, piping, appurtenances, landscape and fencing; disposal of waste or surplus materials and all incidental work or services. Revised 5/20/21 Contract No. 3904-E Page 107 of 140 Bid Item No. 5 – Cleaning and Inspection of Host Pipe The contract price paid for this bid item shall constitute full compensation for all labor, materials and equipment required for cleaning and inspection of the existing 10-inch water main host pipe prior to pipe rehabilitation in accordance with the Contract Documents. This item shall include all worked involved including draining, flushing, dewatering, coordination during cleaning and CCTV inspection of the host pipe, review of the CCTV inspection results by the Contractor, and all incidental work or services. Bid Item No. 6 – Install Pipe Rehabilitation System The contract price paid for this bid item shall constitute full compensation to furnish and install the pipe rehabilitation lining system for the existing 10” water pipeline, including all labor, materials, tools, equipment, and incidentals, and for doing all the work involved to install the pipe rehabilitation system, complete in-place in accordance with the Contract Documents including draining, flushing and dewatering not included in any other bid item; preparatory work on the existing host pipe; installing the pipe rehabilitation liner and associated mechanical connectors, flange adapters and thrust restraint devices; corrosion protection; hydrostatic pressure testing, disinfection and bacteriological testing; any required thrust blocks and supports and all incidental work or services. Bid Item No. 7 – Connection to Existing Water Main, Station 35+51 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new pipe rehabilitation lining system to the existing water main after successful bacteriological testing and approval by the Agency in accordance with the Contract Documents. This item shall include PVC pipe up to 20 feet in length at the connection location; fittings and thrust restraint devices; thrust blocks and supports; 2-inch Air Valve Assembly and at-grade valve enclosure; disinfection; corrosion protection; installation of tracer wire and utility warning tape; import, placement and compaction of pipe zone bedding and backfill and trench zone backfill; replacing existing landscaping, irrigation and fencing and all incidental work or services. Existing landscaping shall be replaced in-kind and completed to the satisfaction of the Engineer. Bid Item No. 8 – Connection to Existing Water Main, Station 30+25 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new pipe rehabilitation lining system to the existing water main after successful bacteriological testing and approval by the Agency in accordance with the Contract Documents. This item shall include PVC pipe up to 20 feet in length at the connection location; fittings and thrust restraint devices; thrust blocks and supports; disinfection; corrosion protection; installation of tracer wire and utility warning tape; import, placement and compaction of pipe zone bedding and backfill and trench zone backfill; import, placement and compaction of aggregate base and asphalt concrete pavement; replacing existing landscaping and irrigation and all incidental work or services. Existing landscaping shall be replaced in-kind and completed to the satisfaction of the Engineer. Revised 5/20/21 Contract No. 3904-E Page 108 of 140 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS. Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200-1.2.2(B). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200-1.2.2(B). TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Percentage Passing Sieve Sizes Type A Type B 50-mm (2”) --- 100 37.5-mm (11/2”) --- 95-100 19-mm (3/4”) 100 50-100 12.5-mm (1/2”) 95-100 --- 9.5-mm (3/8”) 70-100 15-55 4.75-mm (No. 4) 0-55 0-25 2.36-mm (No. 8) 0-10 0-5 75-µm (no. 200) 0-3 0-3 TABLE 200-1.2.2(B) CLASS 2 PERMEABLE MATERIAL Sieve Sizes Percentage Passing 25-mm (1”) 100 19-mm (3/4”) 90-100 9.5-mm (3/8”) 40-100 4.75-mm (No. 4) 25-40 2.36-mm (No. 8) 18-33 600-µm (No. 30) 5-15 300-µm (No. 50) 0-7 75-µm (no. 200) 0-3 Revised 5/20/21 Contract No. 3904-E Page 109 of 140 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum __________________ _____________________ Operating Operating Sieve Sizes Range Range 2" ................................. 100 — 11/2" ............................ 90-100 — 1" ................................. — 100 3/4" .............................. 50-85 90-100 No. 4 ............................ 25-45 35-60 No. 30 ........................... 10-25 10-30 No. 200 ........................ 2-9 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Operating Range” but meet the “Contract Compliance” requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for “Operating Range.” If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Contract Compliance,” the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate Revised 5/20/21 Contract No. 3904-E Page 110 of 140 grading and Sand Equivalent do not conform to the “Contract Compliance” requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) (3) PORTLAND CEMENT CONCRETE Type of Construction Concrete Maximum Class Slump mm (Inches) All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) (1) (2) Trench Backfill Slurry 115-E-3 (190-E-400) 200 (8”) Street Light Foundations and Survey Monuments 330-C-23 (560-C-3250) 100 (4”) Traffic Signal Foundations 350-C-27 (590-C-3750) 100 (4”) Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.4 Chemical Admixtures. (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 201-3.4 Type “A” Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a ½” continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type “A” and colored to match the color of the concrete surface. Revised 5/20/21 Contract No. 3904-E Page 111 of 140 Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer’s standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer’s full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type “A” as specified in Section 201-1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer’s standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Acceptable Products: “Sonneborn NPII”; Sonneborn Building Products Division; “Scofield Lithoseal Trafficalk 3-G”, L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. 201-3.7 Type “D” Joint Sealant. Add the following: Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as per Table 201-3.7(A). Revised 5/20/21 Contract No. 3904-E Page 112 of 140 TABLE 201-3.7(A) CURED HOT-MELT RUBBERIZED ASPHALT SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. Add the following: 203-6.2.1 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.3 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.3 (A) Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.4.3 (A). 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability using: a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values; or Property Measuring Standard (ASTM Designation) Results Conditions Cone Penetration ASTM D 3407, Sec. 5 3.5 mm, max. 25°C, 150 g, 5 s Flow, 60°C ASTM D 3407, Sec. 6 5 mm, max. Resilience ASTM D 3407, Sec. 8 25%, min. 25°C Softening Point, ASTM D 36 82 °C, min. Ductility, ASTM D 113 300 mm, min. 25°C, 50 mm/min Flash Point, COC, °C ASTM D 92 288 °C, min. Viscosity, Brookfield Thermosel, ASTM D 4402 2.5-3.5 Pa·s No. 27 Spindle, 20 rpm, 190°C, Revised 5/20/21 Contract No. 3904-E Page 113 of 140 b. Marshall Stability1 in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. 1Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. 203-6.8 Asphalt Concrete Storage. Add the following: Open graded or Gap graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203-11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be Gap Graded class ARHM-GG-C. SECTION 207 - PIPE 207-9 IRON PIPE AND FITTINGS 207-9.2.3 Fittings. Add the following: Ductile iron pipe and fittings shall be manufactured in accordance with ANSI 21.50, AWWA C150 and ANSI 21.51, AWWA C151, and shall be of the size and thickness classes shown on the Plans. Unless otherwise specified, size 4-inches through 6-inches DIP shall be thickness Class 52, while size 8-inches and larger shall be thickness Class 50. 207-9.2.4 Lining and Coating. Replace with the following: Unless otherwise specified, all iron pipe and fittings shall be lined with double thickness, cement motor lining with cement conforming to ASTM C150 Type II, AWWA C104/A21.4.90 and outside coating of bituminous coating a minimum of 2 mils. thick in accordance with AWWA C151 or C100. 207-10 STEEL PIPE Add the following: 207-10.1 General Fabricated Steel Pipe and Fittings shall conform in all respects to Carlsbad Municipal Water District Rules and Regulations for Construction of (Potable or Reclaimed) Water Mains, latest edition. 207-10.1.2 Submittals. The Contractor shall furnish submittals in accordance with Section 2-5.3, Submittals Shop Drawings. Submittals are required for the following: Shop Drawings Layout Drawings Manufacturer’s tests Mill Reports or Plant Test Reports Fabrication Details Dimensional Checks Protective Coatings Welding Procedures/Certification for Field Welding Shop Drawings shall be submitted and approved prior to manufacture of pipe. Revised 5/20/21 Contract No. 3904-E Page 114 of 140 207-10.1.3 Quality Assurance. Field welders shall be certified under Section IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA C206, Section 3. Welders shall submit a copy of their certification to the District prior to performing any field welding. Certifications shall be dated within three (3) years of the job to be performed. The top of all pipe and specials shall be clearly identified by marking the top with “T.O.P.” for easy identifications in the field. Plainly mark each length of pipe at the bell end to identify the proper location of the pipe item by reference to the layout schedule. 207-10.1.4 Protective Coatings and Linings. All steel pipe and fittings exposed within a vault or above ground shall be cement-mortar lined in accordance with AWWA C205 and C602 and painted in accordance with CMWD Approved Materials List. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, C214 and C602 unless otherwise specified on the Drawings. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005”) overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). TABLE 207-25.1(A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Method Value Thickness ASTM D2103 0114 mm (0.0056”) Tensile strength ASTM D882 4500g/cm (25 lbs/inch) (5,500 PSI) Elongation ASTM D882-88 <50 percent at break Printability ASTM D2578 >50 dynes/square centimeter Flexibility ASTM D671-81 Pliable hand Inks Manufacturing specifications Heat-set Mylex Message repeat Manufacturing specifications Every 500 mm(20”) Foil Manufacturing specifications Dead soft/annealed Top layer Manufacturing specifications Virgin PET Bottom layer Manufacturing specifications Virgin LDPE Adhesives Manufacturing specifications >30 percent, solid 1.5#/R Bond strength Boiling H2O at 100 degrees Celsius Five hours without peel Colors APWA Code See Table 207-25.1 (B) Revised 5/20/21 Contract No. 3904-E Page 115 of 140 TABLE 207-25.1(B) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Utility Marked Red Electric power, distribution, transmission, and municipal electric systems. Yellow Gas and oil distribution and transmission, dangerous materials, product and steam. Orange Telephone and telegraph systems, police and fire communications, and cable television. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321(e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines - APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS. 212-1.2.3 Commercial Fertilizer. Add the following: Preplant fertilizer shall be granular commercial fertilizer 7-7-7 or approved equal. Postplant fertilizer shall be 12-4-6 or approved equal with Ca, Fe, Zn, and Mn and with the majority of nitrogen in nonammoniac form to prevent acidification of soil. Planting tablets shall be compressed fertilizer tablets with a 20-10-5 analysis. Hydroseed fertilizer shall be long-lasting, controlled-release, plastic-coated, uniform in composition, free-flowing, suitable for application with approved equipment, and shall contain the minimum available percentages of nitrogen, phosphoric acid, potash and sulfur required by tables 212-1.2.5.1(A) through 212-1-2-5-3(A). 212-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Amendment mulch materials produced from pine trees grown in Alameda, Monterey, Santa Clara, Santa Cruz or San Mateo Counties shall not be used in the Work. Type 1A Organic Soil Amendment shall conform to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. Type 1A Organic Soil Amendment shall be a wood or rice residual product derived from the bark of pine, white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1A Organic Soil Revised 5/20/21 Contract No. 3904-E Page 116 of 140 Amendment shall be manufactured from clean wood, free from clods coarse objects and rocks and shall conform to the properties shown in Table 212-1.2.4(B): Table 212-1.2.4(B) SOIL AMENDMENT PROPERTIES Property Minimum Maximum Dry Weight Nitrogen (1) (1) Dry Weight Passing 25 mm (1”) Sieve 100% 100% Dry Weight Passing #4 Sieve 95% 100% Dry Weight Passing #16 Sieve 45% 65% Dry Weight Passing #30 Sieve 30% 40% Dry Weight Passing #50 Sieve 0% 10% Dry Weight Passing #100 Sieve 0% 2% Salinity (1) (1) Iron (Dilute acid soluble on dry weight basis) 0.08% --- Ash (dry weight basis) 0% 6.0% pH 6.0 7.0 Wettability (1) (1) (1) (As Required by Table 212-1.2.4(A) SSPWC) For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of the proposed amendment accompanied by an analytical analysis from a qualified agricultural laboratory certifying compliance to the requirements herein. Qualified agricultural laboratories shall have an on-going quality assurance program that fulfills the requirements of the most recent version of the “Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods”. Certificates of compliance shall contain a statement attesting that the organic soil amendment meets the requirements of these specifications and that the testing agricultural laboratory does fulfill the requirements of “Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods”. Said submittal shall be in accordance with Section 2-5.3.3. 212-1.2.5 Mulch for Hydraulic Method Seed Lawn Planting. Add the following: The terms Hydroseeding and Hydroseed shall be synonymous with Hydraulic for the purposes of Section 212. Disturbed Areas, Southern Willow Scrub and Riparian Scrub and Upland Transition Zone planting areas shall be mulched, fertilized and seeded using method B. Mulch shall be manufactured from virgin wood cellulose fiber mulch and shall not contain growth or germination inhibitors. When mixed with water, the mulch shall remain in uniform suspension and when blended with the seed, fertilizer, and other approved additives, shall form a homogeneous slurry. When applied, the fibers shall form a moisture absorbing membrane with adequate percolation properties sufficient to allow one hundred percent of water applied at the rate of 3.1 liters per minute per square meter (0.075 gallons per minute per square foot) onto a surface inclined at a 2:1 (horizontal: vertical) slope to pass through the membrane. A non-phyto-toxic wetting agent shall be added to the slurry mixture. A water soluble, non-toxic green dye shall be added in sufficient quantity to clearly delineate the planted areas. When required, binder shall be added to the slurry mixture and shall be “CPA 4000”, “AZTAC”, “Ecology Control”, “M-Binder”, or approved equal. Revised 5/20/21 Contract No. 3904-E Page 117 of 140 Add the following section: 212-1.2.5.1 Disturbed Area Mulch Fertilizer and Additives. In addition to the seed mix shown in the table for Disturbed Areas the slurry mixture shall be applied at the rates shown in Table 212-1.2.5.1(A) Table 212-1.2.5.1(A) DISTURBED AREA MULCH FERTILIZER AND ADDITIVES Component Applicati on Rate grams per sq. meter (pounds per acre) Virgin Wood Cellulose Fiber Mulch 225 (2000) Binder (1) 7 (60) Fertilizer (16-20-0) Ammonium Phosphate Sulfate, Plus 15% Soil Sulfur 35 (300) Wetting Agent Per Mfg. Recommendation Green Colorant Per Mfg. Recommendation (1) Required to be incorporated only when applied between the months of Nov. through Feb. Add the following section: 212-1.2.6 Herbicides and Pesticides. Shall be used in their appropriate applications with strict adherence to manufacturer’s specifications and instructions. Postemergent herbicide for all areas shall be Glyphosate, N-(phosphonomethyl) glycine, in the form of its isopropylamine salt such as Roundup Pro, Diquat, Montar, or approved equal. Preemergent herbicide for shrubs and groundcover areas planted from flats shall be Treflan, Surflan, Eptan, or approved equal. Add the following section: 212-1.2.7 General Soil Conditioners. Agricultural-grade gypsum shall be a calcium sulfate (CaSO4 H20) product - 94.3 percent. 90 percent shall pass a 50-mesh screen. Control of dust during application is mandatory. Iron Sulfate shall be ferrous sulfate in pelletized or granular form containing not less than 20.0 percent iron expressed as metallic iron. Iron Sulfate pellets shall be of size and gradation such that 98 percent is retained on a 10-mesh screen. Add the following section: 212-1.2.8 Stabilizing Emulsion. Stabilizing emulsion shall be a concentrated liquid chemical that forms a plastic film upon drying and allows water and air to penetrate. The film shall be nonflammable and shall have an effective life of at least one year. Stabilizing emulsion shall be nontoxic to plant and animal life and nonthinking to concrete or painted surfaces. In the cured state the stabilizing emulsion shall not be re-emulsifiable. The material shall be registered with, and licensed by the California, Department of Food and Agriculture, as an “auxiliary soil chemical”. Stabilizing emulsion shall be miscible with water at time of mixing and application. 212-1.3 Seed. Add following: The quantity of pure live seed supplied shall meet or exceed the quantity shown in the specified mixes. Seed shall not contain more than 0.5 percent weed seed by volume Seed types shall be as specified on the plans and planting legends and shall be applied at the rates indicated. Revised 5/20/21 Contract No. 3904-E Page 118 of 140 All brand-name, patented seed must be received by Contractor in original manufacturer’s bag. Seed shall be received by Contractor in separate containers specifying kind, quantity, purity, and germination. Contractor shall provide the Engineer with each seed bag label used in the Work. Add the following section: 212-1.3.1 Seed for Disturbed Areas. Hydroseeding mix for Disturbed Areas shall consist of no less than the seed varieties shown in Table 212-1.3.1 (A). Table 212-1.3.1(A) SEED FOR DISTURBED AREAS Seed Variety Applicati on Rate grams per sq. meter (pounds per acre) Rose Clover 2.5 20 (1) Festuca Megalura, Zorro Fescue 2.5 20 Eschscholzia Californica 0.35 3 Achillea Millefolia 0.45 4 Alyssum (Carpet of Snow) 0.35 3 Dimorpholeca 0.25 2 (1) Rose Clover shall be inoculated with a nitrogen fixing bacteria and be applied dry either by drilling or broadcasting immediately before hydraulic application of the remaining seed mix and mulch. 212-1.4.1 General. Add the following: Plants shall be the variety and size shown on the plans or in the special provisions and shall conform to the requirements of these specifications. Contractor shall notify the Engineer 48 hours before each plant delivery so that the Engineer can inspect the plants. The scientific and common names of plants herein specified shall conform to the approved names given in “A Checklist of Woody Ornamental Plants in California, Oregon and Washington” published by the University of California, Division of Agriculture Sciences, Publication 4091 (1979). Each group of plant materials delivered on site shall be labeled clearly as to species and variety. All patented plants (cultivars) required by the plant list shall be delivered with a proper plant patent attached. The Contractor shall obtain clearance from the County Agricultural Commissioner, as required by law, before planting plants delivered from outside the County in which they are to be planted. Evidence that clearance has been obtained shall be filed with the Engineer. All plants furnished by the Contractor shall be true to type or name as shown on the plans and shall be tagged identifying the plants by species or variety; however, determination of plant species or variety will be made by the Engineer and the Engineer’s decision shall be final. Plants shall be individually tagged or tagged in groups by species or variety. Carpobrotus cuttings need not be tagged. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plants, and certificates shall be delivered to the Engineer. Plants furnished by the Contractor shall be healthy, shapely, and well-rooted, and roots shall show no evidence of having been restricted or deformed at any time. Plants shall be well-grown, free from insect pests and disease, and shall be grown in nurseries which have been inspected by the State Department of Food and Agriculture and have complied with the regulations thereof. The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-proportioned plants are the intent of this specification. Plants which are even moderately “overgrown” or are showing signs of decline or lack of vigor, are subject to rejection. The size of the plants will be as shown on the plans. Plants larger in size than specified may be used with the approval of the Engineer, but the use of larger plants will make no change in contract price. If the Revised 5/20/21 Contract No. 3904-E Page 119 of 140 use of larger plants is approved, soil amendments shall be increased proportionately. All plants not conforming to the requirements herein specified shall be considered defective and such plants, whether in place or not, shall be marked as rejected, and immediately removed from the site and replaced with new plants by the Contractor at the Contractor’s expense. The Engineer reserves the right to change the species, variety, and/or sizes of plant material to be furnished, provided that the cost of such plant changes do not exceed the cost of plants in the original bid, and with the provision that the Contractor shall be notified in writing, at least 60 days before the planting operation has commenced. No plant shall be transported to the planting area that is not thoroughly wet throughout the ball of earth surrounding the roots. Any plant that, in the opinion of the Engineer, has a damaged root ball or is dry or in a wilted condition when delivered to the planting area will not be accepted, and shall be replaced by the Contractor at the Contractor’s expense. Each plant shall be handled and packed in the approved manner for that species or variety, and all necessary precautions shall be taken to ensure that the plants will arrive at the site of the work in proper condition for successful growth. Trucks used for transporting plants shall be equipped with covers to protect plants from windburn. Root condition of plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than 2 plants nor more than 2 percent of the total number of plants of each species or variety, except when container-grown plants are from several sources, the roots of not less than 2 plants of each species or variety from each source will be inspected by the Engineer. In case the sample plants inspected are found to be defective, the Agency reserves the right to reject the entire lot or lots of plants represented by the defective samples. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will not be paid for. The Contractor shall notify the Engineer when plants are to be shipped to the project site. The notification shall be given not less than 10 days prior to the actual shipment date. Carpobrotus cuttings shall be 250 mm (10”) or more in length and shall not be rooted. Delosperma cuttings shall be 150 mm (6”) or more in length and shall not be rooted. Cuttings shall be tip cuttings from healthy, vigorous and strong-growing plants and shall be insect and disease free. Mature or brown-colored stem growths or cuttings which have been trimmed will not be accepted. Cuttings shall be planted not more than 2 days after cutting and shall not be allowed to dry or wither. Carpobrotus cuttings shall not be taken from any plants that indicate the presence of ice plant scale (Pulvinaria species). The Contractor shall notify the Engineer of the location where cuttings are to be taken at least 10 days prior to taking the cuttings and shall be responsible for all permit and inspection fees involved in obtaining cuttings. 212-1.5.3 Tree Stakes. Modify as follows: Tree stakes shall be 50mm (2”) diameter turned lodgepole pine, pointed on their driven end. Add the following section: 212-1.6 Erosion Control Matting. Erosion control matting shall be made of 100-percent-biodegradable, weed-free wheat straw of thickness and density yielding 270 grams per square meter (0.50 lb./sy) with photodegradable polypropylene netting with a density of 0.89 grams per Revised 5/20/21 Contract No. 3904-E Page 120 of 140 square meter (1.64 lb/1000 sy) having an approximate mesh interval of 50 mm x 50 mm (2“ x 2“) on each face of the straw mat. The straw mat shall be sewn together with unidirectional lines of cotton or polypropylene thread spaced approximately 50 mm (2”) apart. Erosion control matting shall be “North American Green, DS150”, “BonTerra S2”, or approved equal. Add the following section: 212-1.7 Erosion Control Mat Staples. Erosion control mat staples shall be 25 mm x 150 mm (1” x 6”), U-shaped 11-gauge mild steel staples. Add the following section: 212-1.8 Root Barriers. Root barriers shall be no less than 1m (39“) in width. Root barriers shall be “Biobarrier”, as manufactured by Reemay, Inc., 70 Old Hickory Boulevard, Old Hickory, TN 97138, Phone 615-847-7000, no substitutes will be accepted. 212-2 IRRIGATION SYSTEM MATERIALS 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings, Add the following: Except as provided in this section, all buried piping in the irrigation system shall be installed with underground utility marking tape conforming to the requirements of section 207-21 and identifying it as reclaimed water. Intermittent pressure lines (lines on the downstream side of a controller valve that will not be subject to constant pressure) will not require underground utility marking tape. All PVC pipe used for irrigation systems shall be colored purple by the addition of a dye integral to the PVC. Painted pipe will not be accepted. Pressure mainline piping for sizes 50 mm (2”) and larger shall be PVC having a pressure rating of 2170 kPa (315 PSI), S.D.R. 13.5. Stenciled pipe is required for all irrigation system piping including portions not required to be marked with underground utility marking tape. All pipe shall have stenciling appearing on both sides of the pipe with the marking “Reclaimed Water” in 16 mm (5/8”) high letters repeated every 300 mm (12“). PVC non-pressure buried lateral line piping shall be PVC Schedule 40. Add the following section: 212-2.1.7 Brass Pipe and Fittings. Brass pipe shall be IPS standard weight 125 LB 85 percent copper and 15 percent zinc, trade designation seamless red brass pipe conforming to the requirements of ASTM B43-91. Brass pipe fittings and connections shall be Standard 125 LB class 85 percent red brass fittings and connections. 212-2.2.7 Valve Boxes. Add the following: All valve boxes shall be marked “RCV”, “BV” or “QC”, “PB” respectively. Remote control valves shall be marked with station numbers embossed on the valve cover with a brass tag. (RCV boxes shall have locking covers.) Other boxes such as pull boxes, etc., shall be marked with appropriate identification. Add the following section: 212-2.2.8 Ball Valves. Ball valves shall have bottom-loaded pressure-retaining stems, glass-reinforced seats, and reinforced TFE stem packing seals. Valves sizes 13 mm (½”) to 50 mm (2”) shall be pressure rated at 4140 kPa (600 PSI) WOG and 1030 kPa (150-PSI) saturated steam. Each valve shall be tested, air under water, in the opened and closed position by the manufacturer. Ball valve must conform to Federal Specification WW-V-35B, Type II, Class A, Style 3, End Connection A or C. Add the following section: 212-2.2.9 Pressure Regulator Valve. Pressure regulator valve shall be bronze body with screw fitting. Revised 5/20/21 Contract No. 3904-E Page 121 of 140 Add the following section: 212-2.2.9 Wye Strainers. Wye strainers shall have a cast iron or all-bronze body with a removable stainless steel or monel strainer. Wye strainers shall be capable of withstanding a cold water working pressure of 1034 kPa (150 psi). Wye strainers at backflow preventer assemblies shall be equipped with a gate valve at the outlet. All other wye strainers shall be equipped with a garden valve at the outlet. The strainer screen for the wye strainer in a backflow preventer assembly shall have an open area equal to at least 3 times the cross-sectional area of the pipe based on an iron pipe size and shall be woven wire fabric with 850-µm mesh or perforated sheet with 1.14 mm (0.045”) diameter holes. All other wye strainers shall be equipped with 425-µm strainer screens. 212-2.4 Sprinkler Equipment. Add the following: All sprinkler heads are to have factory built-in check valves or a check valve under each head. Drip assemblies shall meet the following requirements: The drip emitter shall be Pepco Quadra or Rainbird XERI-Bird-8 or approved equal as called on drawings, with four ports. Drip tubing for emitter outlets shall be Rainbird (RBT-160V), Salco, or approved equal. Drip tubing stakes shall be Rainbird No. RS-13, Salco, or approved equal. Bug cap for drip tubing shall be manufactured by Rainbird, Pepco, or approved equal. The drip pressure regulator shall be Rainbird, Netafim PVR, or approved equal. Drip emitter filter shall be Amiad, Rainbird, or approved equal. Drip emitter access boxes shall be Rainbird No. SEB-6X, Salco Subterranean Emitter Box, or approved equal. Check valves shall be of heavy-duty virgin PVC construction with FIP thread inlet and outlet. Internal parts shall be stainless steel and neoprene. Antidrain valves shall be field adjustable against drain out from 1.5 m to 12 m (5’ to 40’) of head. All sprinkler heads that are without valves in the heads are to have an antidrain valve feature and shall have an excess flow feature, which will automatically stop the flow of water when it exceeds the GPM preset by the manufacturer. Check valves shall be King Bros., Rainbird, or approved equal. 212-2.3 Backflow Preventer Assembly. Add the following: Backflow preventers shall be one of the approved reduced pressure principle devices listed by the California Department of Health Services, Division of Drinking Water and Environmental Management, 601 North 7th Street, Mailing Station (MS) 92, P.O. Box 942732, Sacramento, CA 94234-7320. Backflow preventers shall be factory assembled and shall include 2 check valves, one pressure differential relief valve, 2 shut-off valves and 4 test cocks. Backflow preventer and valves shall be the same size as the pipeline in which they are installed, unless otherwise shown on the plans. Backflow preventer shut-off valves shall be manufactured from iron or bronze and shall be either resilient wedged gate valves, resilient seated and fully ported ball valves, or resilient seated butterfly valves. Threaded type shut-off valves shall be provided with a union on one side of each valve. Unions shall be brass or malleable iron. Add the following section: 212-2.4.1 Additional Equipment. Contractor shall provide the following items to the Engineer: 1. Two control valve keys. 2. Two wrenches for removing each different type of sprinkler head. 3. Two quick coupler keys. The keys and hose ells shall be of the same manufacturer as the coupling valve. 4. Five keys for opening and locking each automatic controller and enclosure. Revised 5/20/21 Contract No. 3904-E Page 122 of 140 Add the following section: 212-2.5 Flexible Hose. Flexible hose shall be nonrigid polyvinyl chloride (nonrigid PVC) hose conforming to the specifications of ASTM Designation: D 2287, Cell-type 6464500. Wall thicknesses of nonrigid PVC hose shall conform to Table 212-2.5(A) when determined in accordance with ASTM Designation: D 2122. TABLE 212-2.5(A) FLEXIBLE HOSE Hose Size-Nominal Minimum Wall Thickness* Range (Millimeters) (Inches) (Millimeters) (Inches) (Percent) 15 5/8 3.73 0.147 12 20 3/4 3.91 0.154 12 25 1 4.55 0.179 12 *as measured at any point on the cross section. The hose shall provide leak-free, non-separating connections suitable for the purpose intended when connected to the fittings specified herein. Fittings for flexible hose shall be injection molded PVC, Schedule 40, conforming to the specifications of ASTM Designation: D 2466. Fittings shall be solvent cemented type. Solvent cement for flexible hose and fittings shall be of commercial quality specifically manufactured for use with nonrigid PVC hose. Primer for flexible hose fittings shall be the same as specified for plastic pipe supply line fittings. 212-3 ELECTRICAL MATERIALS. 212-3.1 General. Add the following: All electrical materials shall conform to the requirements of the 1996 National Electrical Code. 212-3.2.2 Conductors. Add the following: Low voltage electric wiring running from controller to the automatic control valves shall be no smaller than No. 14 solid single conductor, copper wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Direct Burial), or equal, color code wires to each valve. Neutral wires shall be white, no smaller than No. 12 solid single conductor wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Direct Burial). 212-3.3 Controller Unit. Add the following: All controllers shall be grounded by one 19 mm (5/8”) diameter by 3 m (10’) long stainless steel grounding rod and a 50-ohm resistance lightning arrestor. Add the following section. 212-3.4 Irrigation Electrical Service Equipment and Enclosures. Electrical service equipment shall incorporate the following elements: 1. One 100-amp, 120/240-volt, single-phase load center, as approved by the Engineer; 2. One 100-amp rated commercial meter socket suitable for the San Diego Gas and Electric Company meter, with provision for test block bypass having a UL listing and EUSERC approval; 3. One 15-amp circuit breaker for each irrigation controller energized by the service; Revised 5/20/21 Contract No. 3904-E Page 123 of 140 4. One 20-amp circuit breaker for the duplex receptacle. 5. The design, assembly, grounding, wiring, and components of the irrigation electrical service equipment and enclosure shall meet the requirements of the 1996 edition of the National Electrical Code. 6. Electrical service equipment shall be enclosed in a cabinet constructed entirely of 14-gage, or heavier, 304 stainless steel. The cabinet shall be of welded construction with a brushed finish; anchoring points shall be inside the enclosure. 7. The cabinet shall be HYDROSAFE Model No. HS9, Strong Box, or approved equal. 8. The cabinet shall have a 304 stainless steel interior bulkhead separating the 120/240-volt electrical service section from the irrigation controller section. 9. No wood components shall be used in the enclosure. 10. Each section of the cabinet shall have full front opening doors with piano hinges, integral keylock and hasp and staple, or other provision, for padlock. 11. The cabinet shall be provided with cross-flow ventilation. Ventilation openings shall be located and designed to preclude rain, irrigation splash, vermin, and insects from entering the cabinet. 12. The controller side door shall have provision for mounting control schematics without the use of adhesives or fasteners. The service side door shall have a clear acrylic plastic window to allow the electrical meter to be read. 13. The cabinet shall have a duplex 15-amp, 120-volt receptacle with ground fault interrupter protection mounted on the interior service side. 14. Concrete footings and pads supporting the Electrical service equipment shall be 560-C-3250 and shall be no less than 150 mm (6“) thick. 15. Anchor bolts to secure the service equipment to the concrete pad shall be 10 mm (38“) diameter by 150 mm (6“) long hot dip galvanized or stainless steel headed bolts with washers, without sleeves, conforming to section 304-1.7. Anchor bolts to secure the service equipment to the concrete pad shall be embedded in the concrete slab between 65 mm and 100 mm (2½” and 4“). Revised 5/20/21 Contract No. 3904-E Page 124 of 140 SECTION 213 - ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Add the following: Geotextile types shall be used for the applications listed in Table 213-2.1(A) Table 213-2.1(A) GEOTEXTILE APPLICATIONS Application of Geotextile Type Designation Separation of Soil and Street Structural Section 90WS Separation of Soil and Subsurface Aggregate Drain 180N Reinforcement of Street Structural Section 200WS Remediation and Separation of Soil 270WS Reinforcement of Soil 270WS Drainage at the Interface of Soil Structures N/A Drainage at the Interface of Soil and Structures N/A Rock Slope Protection Fabric for Rock Sizes Below 225 kg (¼ Ton) 180N Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (¼ Ton) 250N Plant Protection Covering 90N Erosion Control Fence with 14 AWG - 150 mm x 150 mm (6”x6”) Wire and 3 m (10’) Post Spacing 90WS Erosion Control Fence with 1.8 m (6’) Post Spacing and No Wire Fencing 200WS Add the following section: 213-3 EROSION CONTROL SPECIALTIES. Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 lbs) of 19 mm (3/4“) crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 215 - FENCING Add the following section: 215-1 ENVIRONMENTAL FENCING Add the following section: 215-1.1 Materials. Environmental fence shall be minimum 4’ high, orange colored plastic construction fencing installed prior to performing any work. Environmental fence shall be constructed of non-toxic, non-conductive polyethylene capable of withstanding temperatures from –58F degrees to 194F degrees. Color shall be non-fading. Posts shall be 6’-6” long, shall be spaced no more than 10’-0” apart and buried portion shall be no less than 2’-6” deep. Used materials may be installed providing the used materials are good, sound, and are suitable for the purpose intended, as determined by the Engineer. Materials may be commercial quality providing the dimensions and sizes of the materials are equal to, or greater than, the dimensions and sizes specified herein. Posts shall be either metal or wood at the Contractor's option. Galvanizing and painting of steel items will not be required. Treating wood with wood preservatives will not be required. Concrete footings for metal posts will not be required. Revised 5/20/21 Contract No. 3904-E Page 125 of 140 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. Add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials. Add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. Modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for Demolition within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities and clearing and grubbing shall be included in the bid item for Demolition, and no additional payment will be made. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. Add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and recompaction of unsuitable soil, salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1’) of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. Revised 5/20/21 Contract No. 3904-E Page 126 of 140 300-2.2.1 General. Add the following: Alluvial and colluvial removal and recompaction shall consist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed by the Contractor until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompaction. The excavated material shall be placed and compacted in accordance with section 300-4 of the specifications except that section 300-4.9, Measurement and Payment, shall not apply. 300-2.2.1 General. Add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accordance with section 300-2.2.1. 300-2.2.4 Instability of Cuts. Add the following: The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 300-2.5 Slopes. Add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25’) of the locations shown on the plans. 300-2.5 Slopes. Add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material. Add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1’) of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. Revised 5/20/21 Contract No. 3904-E Page 127 of 140 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. Add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall be kept free from water at all times. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-3.6 Payment. Add the following: Dewatering shall be paid for as an incidental to the bid items requiring dewatering and no additional compensation will be made therefore. Unsuitable materials removed as part of the clearing and grubbing shall be paid for as an incidental to the bid item requiring excavation. 300-4 UNCLASSIFIED FILL 300-4.2 Preparation of Fill Areas. Add the following: Except as provided in section 300-4.7, “Compaction”, areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. 300-4.6 Application of Water. Add the following: The Contractor shall place all fill soil at a moisture content no less than one (1) percent below optimum moisture as determined by ASTM test D-1557-91. 300-4.7 Compaction. Add the following: The Contractor shall compact all fill soils placed within the top 1 m (3’) of roadway subgrade to a minimum of 95 percent relative compaction. On all areas to receive planting, the top 150 mm (6”) shall be compacted to 85%, +2% -5%, to allow for plant growth. 300-4.9 Measurement and Payment. Delete and substitute the following: Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included will be paid for as an incidental to bid items requiring excavation, and no additional payment will be made therefore. 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel Revised 5/20/21 Contract No. 3904-E Page 128 of 140 bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the “Best Management Practices”, hereinafter BMP, defined and described in the, "Stormwater Best Management Practices Handbook, Construction", 2019 edition as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction" on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods. b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods shown on the plans and described herein. Add the following section: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for SWPPP, and no additional compensation will be allowed therefore. 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the “Greenbook” Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construction (“Handbook”), the requirements of the Permit, the requirements in the plans and these supplemental provisions. 300-13.1.1 SWPPP Document Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Contractor will be provided the digital format for SWPPP to complete required sections. If revisions are required, as determined by the Engineer, the Contractor shall revise and resubmit Revised 5/20/21 Contract No. 3904-E Page 129 of 140 the SWPPP within 15 days of receipt of the Engineer’s comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer’s acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to allow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construction site both during and after construction is completed under this contract. The SWPPP shall incorporate control measures in the following categories: 1. Soil stabilization practices; 2. Sediment control practices; 3. Wind erosion control practices; and 4. Non-storm water management and waste management and disposal control practices. Specific objectives and minimum requirements for each category of control measures are contained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibilities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspection and Repair; 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Consideration Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted Revised 5/20/21 Contract No. 3904-E Page 130 of 140 SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised operations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protection Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non-compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-13-1.2 Availability of SWPPP template. The template document is available for review in Appendix D. The Contractor shall prepare and implement the SWPPP and modify it as necessary to reflect the Contractor’s operations. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be paid per the bid item as indicated for SWPPP, and no additional payment will be made therefor. Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the “Handbook” and these supplemental provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor’s cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Revised 5/20/21 Contract No. 3904-E Page 131 of 140 Add the following section: 300-13.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. The construction site inspection checklist provided in the “Handbook” shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading “150mm (6 inches)” to “300 mm (12”)”. 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12”) of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. Revised 5/20/21 Contract No. 3904-E Page 132 of 140 SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.6.1 General. Modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. Modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.8 Manholes (and other structures). Delete the first paragraph and replace with the following: When placing the overlay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overlay. Each appurtenance shall be located immediately after the overlay is placed and shall be thoroughly cleaned of any and all construction debris which may have entered due to the Contractor’s operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carlsbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Raising and adjusting to grade all appurtenances in the roadway shall be included in the contract bid price for which the work is required. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications and plans. Add the following section: 302-11 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-11.1 General. Asphalt pavement Repairs and Remediation shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of existing asphalt pavement in conformance with section 300-1.3, compaction of existing subgrade in conformance with section 301-1, grading and compaction of base material in conformance with section 301-2, application of grade SS-1h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein. Add the following section. 302-11.2 Full Depth Asphalt Concrete Patch. Full depth asphalt concrete patch shall consist of removing asphalt concrete and/or aggregate base/subgrade to 300 mm (1’) below existing asphalt surface and placing replacing the material so removed with asphalt concrete. The area shown on the plans or set forth in the bid item are for estimating purposes only, final quantity will be as measured in the field. The Engineer will designate and mark the final limits of the asphalt patch area by outlining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut shall have two of the sides at right angles to the direction of traffic. The excavated faces of the base/subgrade shall be straight and vertical. Revised 5/20/21 Contract No. 3904-E Page 133 of 140 The Contractor shall compact the upper 300mm (1’) of subgrade to 95% relative compaction. A tack coat of SS-1h emulsified asphalt shall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 L/m2 to 0.45 L/m2 (0.05 to 0.10gallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 300 mm (1.0’) full depth asphalt concrete. Asphalt concrete for full depth asphalt concrete patch shall be B-AR-4000. The asphalt concrete so constructed shall have a finish surface and density conforming to subsection 302-5.6.2 SSPWC. Add the following section. 302-11.3 Crack Sealing. The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing hot poured rubber-asphalt joint sealant material. The sealant shall conform to the requirements of ASTM D1190. The Contractor shall dispose debris from crack cleaning outside the public way in accordance with Section 7-8.1, “Cleanup and Dust Control.” The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Containers of hot-melt sealant shall be delivered to the jobsite in unopened containers that are clearly marked with data showing the manufacturer’s name, the product designation and the manufacturer’s batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X 100] X LANES 1000 8 PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (mph) + SLOPE X 100] X LANES 1000 5 Revised 5/20/21 Contract No. 3904-E Page 134 of 140 where: PS = plate score. ADT = average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. EWL = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. DAYS = total number of 24 hour periods during which the plates will be utilized at the site being considered. WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. NIGHTS = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. WEATHER = total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. SPEED = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. SLOPE = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50’) up and downstream of the position of the proposed steel plate bridging. LANES = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. Revised 5/20/21 Contract No. 3904-E Page 135 of 140 Add the following section: 306-1.1.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a workday, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2’) beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1”) and shall be filled with elastomeric sealant material which may, at the contractor’s option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(B) and 203-5.3(A). Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2”) shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6”) of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12” x ¾”) steel bolts placed through the plate and driven into holes drilled 300 mm (12”) into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12”) taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant material. At the Contractor’s option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Add the following section: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A) TABLE 306-1.1.7.4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width (1) Minimum Plate Thickness 0.3 m (10”) 13 mm (1/2”) 0.6 m (23”) 19 mm (3/4”) 0.8 m (31”) 22 mm (7/8”) 1.0 m (41”) 25 mm (1”) 1.6 m (63”) 32 mm (1 ¼”) (1) For spans greater than 1.6 m (5’), a structural design shall be prepared by a registered civil engineer and submitted to the Engineer for review and approval in accordance with section 2-5.3. Revised 5/20/21 Contract No. 3904-E Page 136 of 140 Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CALTRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CALTRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.2.1 Bedding. All installation of, and bedding for recycled water, or potable water mains shall conform to Carlsbad Municipal Water District Rules and Regulations for the Construction of (Potable or Reclaimed) Water Mains, latest edition. 306-1.3.1 General. Add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9” x 3”) above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements. Delete Section 306-1.3.4 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12”) of the street right-of-way, compaction shall be 95 percent. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1, “Temporary Resurfacing,” the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and Revised 5/20/21 Contract No. 3904-E Page 137 of 140 conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in items requiring the work, and no additional payment will be made. SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 “Placement”, shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3” x 12”) in size. The reflective sheeting shall be visible at 300 m (1000’) at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, “Placement.” Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification”. Said certificate shall certify that the channelizers comply with the plans and specifications and Revised 5/20/21 Contract No. 3904-E Page 138 of 140 conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand- filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 “Paint Systems” and 310 “Painting”. Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, “Portland Cement Concrete” and 303-1 “Concrete Structures”. Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, “Portland Cement Concrete” and 303-1 “Concrete Structures”. Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3”) diameter by 9 mm (3/8”) thick plate welded on the upper end with a 5-mm (3/16”) fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303- 1.9.2 “Ordinary Surface Finish.” Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The Revised 5/20/21 Contract No. 3904-E Page 139 of 140 pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor’s name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (10’) of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) Current Edition as amended by the MUTCD California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, “Temporary Traffic Signs”. Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be “Energite III” manufactured by Energy Absorption Systems, “Fitch Inertial Barrier System Modules” manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15’) or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) Current Edition as amended by the MUTCD California Supplement shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Revised 5/20/21 Contract No. 3904-E Page 140 of 140 APPENDIX “A” CITY OF CARLSBAD UTILITY WORK ABC CONTRACTORS OFFICE # (760) XXX-XXXX FIELD # (760) XXX-XXXX Dear resident: As a part of the Carlsbad Municipal Water District’s ongoing program to maintain its utilities, existing underground utilities will be repaired or replaced in your neighborhood. This construction will require the use of the water easement on or adjacent to your property for an estimated ___ day(s). The work will occur on: MON. TUE. WED. THU. FRI. DATE: _XX / XX / XX______________ from 7:00A.M. to 5:00 P.M. Please do not drive, walk on, walk pets, play, or skate in the areas of construction work and refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the construction work is complete. ABC is the Contractor that will be performing the construction work for the city and you may call them at the above phone number if you have any questions regarding the project. If you have any concerns which cannot be addressed by the Contractor, you may call the City’s Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. APPENDIX “B” Utility Shutdown/Connection Request E-28 E-28 Page 1 of 2 REV 04/19 Public Works Construction Management & Inspection 1635 Faraday Ave 760-602-2780 www.carlsbadca.gov UTILITY SHUTDOWN/ CONNECTION REQUEST E-28 DATE OF CONNECTION LOCATION OF WORK CONTRACTORS NAME TEL NO. NAME OF REP. AT SITE TITLE SIGNATURE DATE TYPE OF CONNECTION SEWER WATER RECYCLED WET TAP SHUT DOWN LENGTH OF SHUT DOWN FROM TO TOTAL HOURS SERVICES EFFECTED MATERIAL/EQUIPMENT TO BE USED PLEASE READ BELOW 1. Request must include a DETAILED SKETCH showing proposed construction. (See other side for details.) 2. Submission of this request shall be a minimum of two weeks prior to desired shutdown/connection date.3. If the weather or a situation develops where the time of shutdown is not feasible, a new shutdown timeshall be resubmitted to the district for approval. 4. Temporary water supply shall be only from an approved and accepted CMWD line.5. No CMWD valves shall be operated except under direction of CMWD representative.6. There shall be NO SHUTDOWNS MONDAYS, FRIDAYS, WEEKENDS OR HOLIDAYS.7. The contractor shall have his representative, listed above, on the site of construction during the entireduration of the shutdown and will have authority to act in the company’s behalf. CONSTRUCTION MANAGEMENT AND INSPECTION 1635 FARADAY AVECARLSBAD, CALIFORNIA 92008 TEL. NO. (760) 602-2780 CITY INSPECTOR DATE: DISTRICT APPROVAL SIGNATURE DATE: PUBLIC WORKS MANAGER, UTILITY OPERATIONS E-28 Page 2 of 2 REV 04/19 CONTRACTOR INSTRUCTIONS – PLEASE READ BEFORE SUBMITTING 1.Request shall not be approved unless a DETAILED SKETCH IS ATTACHED showing proposedconstruction. (See example below.) 2.Utility shutdown/connection request shall be submitted to Construction Management & Inspections twoweeks before anticipated connection date. 3.Scheduling: Prior to start of work, there shall be a MINIMUM OF TWO WEEKS NOTICE GIVEN TODISTRICT. 4.Connection shall not be permitted unless BACTERIOLOGICAL TEST RESULTS are attached(required for all potable use lines). 5.If the weather or a situation develops where the time of shutdown is not feasible, a new shutdown timeshall be resubmitted to the District for approval. 6.Temporary water supply shall be only from an approved and accepted CMWD line. 7.NO CMWD VALVES shall be operated except under the direction of CMWD Representative. 8.There shall be NO SHUTDOWNS MONDAYS, FRIDAYS, WEEKENDS OR HOLIDAYS. 9.The contractor shall have his representative (listed on the front) on the site of construction during theentire duration of the shutdown and will have authority to act in the company’s behalf. 10.If the contractor has preferred connection date, please provide with submittal. 11.The City reserves the right to change the schedule. APPENDIX “C” Record Drawings GENERAL NOTES /. THIS PLAN SUPERSEDES ALL OTHER PLANS PREVIOUSLY APPROVED BY THE CITY OF CARLSBAD REGARDING IMPROVEMENTS SHOWN ON THIS SET OF PLANS. 2. APPROVAL OF THIS PLAN DOES NOT LESSEN OR WAIVE ANY PORTION OF THE CARLSBAD MUNICIPAL CODE, RESOLUTION OF CONDITIONAL APPROVAL, CITY STANDARDS OR OTHER ADDITIONAL DOCUMENTS LISTED HEREON AS THEY MAY PERTAIN TO THIS PROJECT. THE ENGINEER IN RESPONSIBLE CHARGE SHALL REVISE THESE PLANS WHEN NON-CONFORMANCE IS DISCOVERED. 3. CITY APPROVAL OF PLANS DOES NOT RELIEVE THE DEVELOPER OR ENGINEER- OF-'MJRK FROM RESPONSIBILITY FOR THE CORRECTION OF ERRORS AND OMISSIONS DISCOVERED DURING CONSTRUCTION. ALL PLAN REVISIONS SHALL BE PROMPTLY SUBMITTED TO THE CITY ENGINEER FOR APPROVAL. 4. A RIGHT-OF-WAY PERMIT FROM THE CITY ENGINEER WILL BE REQUIRED FOR ANY OORK IN THE PUBLIC RIGHT OF WAY. PRIOR TO PERMIT ISSUANCE, A CERTIFICATE OF INSURANCE MUST BE FILED NAMING THE CITY OF CARLSBAD AS AN ADDITIONAL INSURED ON THE PERMITTEE'S POLICY IN THE MINIMUM AMOUNT OF $1,000,000.00 FOR EACH OCCURRANCE OF LIABILITY. It!L INSURANCE COMPANY WR/ TING THE POL ICY MUST HAVE: A RATING OF "A" AND A SIZI_ CATEGORY OF CLASS VAS ESTABLISHED BY "BESTS" KEY RATING GUIDE. 5. NO WORK SHALL BE COl,,MENCED UNTIL ALL PERMITS HAVE BEEN OBTAINED FROM THE CITY ANO OTHER APPROPRIATE AGENCIES. 6. REVISION OF THESE PLANS MAY BE REQUIRED IF THE PROPOSED IMPROVEMENTS ARE NOT CONSTRUCTED PRIOR TO THE DEADLINE DATE OF THE IMPROVEMENT AGREEMENT. 7. NO REVISIONS WILL BE MADE TO THESE PLANS WITHOUT THE WRITTEN APPROVAL OF THE CITY ENGINEER, NOTED WITHIN THE REVISION BLOCK, ON THE APPROPRIATE SHEET OF THE PLANS AND TITLE SHEET. 8. ORIGINAL DRAWINGS SHALL BECOME THE PROPERTY OF THE CITY UPON BEING SIGNED BY THE CITY ENGINEER. 9. THE ORIGINAL DRAWING SHALL BE REVISED TO REFLECT AS-BUILT CONDITIONS BY THE ENGINEER-OF-'MJRK PRIOR TO FINAL ACCEPTANCE OF THE WORK BY THE CITY. 10. ACCESS FOR FIRE AND OTHER EMERGENCY VEHICLES SHALL BE MAINTAINED TO THE PROJECT SITE AT ALL TIMES DURING CONSTRUCTION. 11. WHERE TRENCHES ARE WITHIN CITY EASEMENTS, A SOILS REPORT COMPRISED OF, (A) SU/MARY SHEET, (B) LABORATORY WORK SHEETS AND (C) COMPACTION CURVES, SHALL BE SUBMITTED BY A PROFESSIONAL ENGINEER OF THE STATE OF CALIFORNIA, PRINCIPALLY DOING BUSINESS IN THE FIELD OF APPLIED SOILS MECHANICS. THE SOILS REPORT WILL BE SUBMITTED TO THE CITY ENGINEERING INSPECTOR WITHIN TOO WORKING DAYS OF COMPLETION OF FIELD TfSTS. THE WRITTEN FIELD COMPACTION REPORT($) SHALL BE //,,MEDIATELY SUBMITTED TO THE CITY ENGINEERING INSPECTOR UPON COMPLETION OF THE FIELD TESTS. 12. A P/1E'CQNSTRUCTIQN MEETING SHALL BE HELD AT THE SITE PRIOR TO THE BEGINNING OF WORK AND SHALL BE ATTENDED BY ALL REPRESENTATIVES RESPONSIBLE FOR CONSTRUCT/ON, INSPECTION SUPERVISION TESTING AND ALL OTHER ASPECTS OF THE WORK. THE CONTRACTOR SHALL SCHEDULE THf MEETING THROUGH THE PERMIT CLERK (760/ 438-3634. AT LEAST FIVE/5) OORKING DAYS PRIOR TO STARTING CONSTRUCTION. APPROVED DRAWINGS MUST BE AVAILABLE PRIOR TO SCHEDULING. 13. ALL INSPECTION REQUESTS OTHER THAN FOR PRECONSTRUCTION ME:ETING WILL BE MADE BY CALLING THE ENGINEERING 24-HOUR INSPECTION REQUEST LINE AT (760/ 438-3891. INSPECTION REQUESTS MUST BE RECEIVED PRIOR TO 2,00 P.M. ON THE DAY BEFORE THE INSPECTION IS NEEDED, INSPECTIONS WILL BE MADE THE NEXT WORK DAY UNLESS YOU REQUEST OTHERWISE. REQUESTS MADE AFTER 2,00 P.M. WILL BE SCHEDULED FOR TWO FULL OORK DAYS LATER. 14. THE OWi/ER ANO/OR APPLICANT THROUGH THE DEVELOPER AND/OR CONTRACTOR SHALL DESIGN, CONSTRUCT AND MAINTAIN ALL SAFETY DEVICES, INCLUDING SHORING, AND SHALL BE SOLELY RESPONSIBLE FOR CONFORMING TO ALL LOCAL, STATE ANO FEDERAL SAFETY AND HEALTH STANDARDS, LAWS AND REGULATIONS. 15. THE CONTRACTOR SHALL CONFORM TO LABOR CODE SECTION 6705 BY SUBMITTING A DETAIL PLAN TO THE CITY ENGINEER AND/OR CONCERNED AGENCY SHOWING THE DESIGN OF SHORING, BRACING SI.OPING OR OTHER PROVISIONS TO BE MADE OF OORKER PROTECTION FROM THE HAZARD OF CAVING GROUND OUR/NG THE EXCAVATION OF SUCH TRENCH OR TRENCHES OR DURING THE PIPE INSTALLATION THEREIN. THIS PLAN MUST BE PREPARED FOR ALL TRENCHES FIVE FEET (5') OR MORE IN DEPTH AND APPROVED BY THE CITY ENGINEER AND/OR CONCERNED AGENCY PRIOR TO EXCAVATION. IF THE PLAN VARIES FROM THE SHORING SYSTEM STANDARDS ESTABLISHED BY THE CONSTRUCTION SAFETY ORDERS, TITLE 8 CALIFORNIA ADMINISTRATIVE CODE, THE PLAN SHALL BE PREPARED BY AN ENGINEER AT THE CONTRACTORS EXPENSE. A COPY OF THE OSHA EXCAVATION PERMIT MUST BE SUBMITTED TO THE INSPECTOR PRIOR TO EXCAVATION. 16. IF ANY ARCHAEOLOGICAL RESOURCES ARE DISCOVERED WITHIN ANY WORK ZONE DURING CONSTRUCT/ON, OPERATIONS WILL CEASE lWEQIAITLY AND THE PERMITTEE WILL NOTIFY THE CITY ENGINEER. OPERATIONS WILL NOT RESTART UNTIL THE PERM/TTEE HAS RECEIVED WRITTEN AUTHORITY FROM THE CITY ENGINEER TO DO SO. 17. ALL OPERATIONS CONDUCTED ON THE SITE OR ADJACENT THERETO, INCLUDING WARMING UP, REPAIR, ARRIVAL, DEPARTURE OR OPERATION OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT AND ANY OTHER ASSOCIATED GRADING EQUIPMENT SHALL BE LIMITED TO THE PERIOD BETWEEN 7,00 A.M. AND SUNSET EACH DAY, MONDAY THRU FRIDAY AND NO EARTHMOVING OR GRADING OPERATIONS SHALL BE CONDUCTED ON WEEKENDS OR HOLIDAYS. (A LIST OF CITY HOLIDAYS IS AVAILABLE AT THE ENGINEERING DEPARTMENT COUNTER.) 18. ALL OFF-SITE HAUL ROUTES SHALL BE SUBMITTED BY THE CONTRACTOR TO THE CITY ENGINE£R FOR APPROVAL TWO FULL WORKING DAYS PRIOR m BEGINNING Of WORK. THE CONTRACTOR SHALL BE R£5PONSIBLE FOR ANY DEBRIS OR DAMAGE OCCURRING ALONG THE HAUL ROUTE OR ADJACENT STREETS AS A RESULT OF IB(. GRADING OPERATION. 19. NO BLASTING SHALL BE COl,,MENCED WITHOUT A CITY ENGINEER APPROVED BLASTING PROGRAM. 20. 21. 22. THE EXISTENCE AND LOCATION OF UTILITY STRUCTURES AND FACILITIES SHOWN ON THE CONSTRUCT/ON PLANS WERE OBTAINED BY A SEARCH OF THE AVAILABLE RECORDS. ATTENTION IS CALLED TO THE POSSIBLE EXISTENCE OF OTHER UTILITY FACILITIES OR STRUCTURES NOT SHOWN OR IN A LOCATION DIFFERENT FROM THAT SHOWN ON THE PLANS. THE CONTRACTOR IS REQUIRED TO TAKE DUE PRECAUTIONARY MEASURES TO PROTECT THE UTILITIES SHOWN ON THE PLANS AND ANY OTHER EXISTING FACILITIES OR STRUCTURES NOT SHOWN. THE CONTRACTOR SHALL VERIFY THE LOCATION OF ALL EXISTING FACILITIES /ABOVEGROUND AND UNDERGROUND/ WITHIN THE PROJECT SITE SUFFICIENTLY AHEAD OF THE CONSTRUCT/ON TO PERMIT THE REVISIONS OF THE CONSTRUCT/ON PLANS IF IT IS FOUND THAT THE ACTUAL LOCATIONS ARE IN CONFLICT WITH THE PROPOSED 'MJRK. THE CONTRACTOR SHALL NOTIFY AFFECTED UTILITY COMPANIES /Sff BELOW/ AT LEAST TOO FULL WORKING DAYS PRIOR TO STARTING CONSTRUCTION NEAR THEIR FACILITIES AND SHALL COORDINATE WORK WITH A COMPANY REPRESENTATIVE. UNDERGROUND SERVICE ALERT SDGBE PACIFIC BELL DANIELS CABLEVISION CITY OF CARLSBAD(STR£ETS AND STORM DRAIN/ *CARLSBAD MUNICIPAL WATER DISTRICT IWATER,SEWER,RW). *SAN D/EGU/TO WATER DISTRICT *LEUCADIA COUNTY WATER DISTRICT *VALLECITOS WATER DISTRICT *OLIVENHAIN WATER DISTRICT *BUENA SANITATION DISTRICT • AS APPROPRIATE HUNSAKER & ASSOCIATES S A N PLANNING DIEGO, ■ ENGINEERING ■ N C • SURVEYING 1-800-422-4133 (619/438-6200 (760)489-3441 (760)438-5241 /760/438-2980 /760)438-2722 I 760 I 753 - I 145 ( 760) 753-0155 {760/744-0460 I 760 I 753 -6466 /6191565-5657 10179 Hul:'nrie~en; Sl. • Su1~e lOU • San Diego, CA 9212"1 • PH (858) 558"4500 • FX: (858) 558-1414 STREET NOTES I. ACTUAL STRUCTURAL SECTIONS WILL BE DETERMINED AFTER "R" VALUE TESTS HAVE BEEN CONDUCTED BY A PROFESSIONAL ENGINEER OF THE STATE OF CALIFORNIA, PRINCIPALLY DOING BUSINESS IN THE FIELD OF APPLIED SOIL MECHANICS,ON THE PREPARED BASEMENT SOIL. THE "R" VALUE TESTS AND THE ENGINEERED STRUCTURAL SECTION MUST BE SUBMITTED TO THE ENGINEERING INSPECTOR FOR REVIEW AND APPROVAL A MINIMUM OF TWO 12) CITY WORKING DAYS BEFORE THE WORK BEGINS. 2. STREET LIGHTS SHALL BE INSTALLED AS SHOWN ON THESE PLANS,UNDERGROUND CONDUIT RUNS, SERVICE POINTS AND HAND-HOLES SHALL BE SHOWN ON THE "AS-BUILT" PLANS. NO DIRECT BURIAL STREET LIGHT FOUNDATIONS WILL Bf ALLOWED. ALL LUM/NA/RES SHALL BE ·cur OFF" TYPE. 3. ALL UNDERGROUND UTILITIES AND LATERALS SHALL BE INSTALLED PRIOR TO CONSTRUCTION OF CURBS, CROSS GUTTERS OR SURFACING OF STREETS. 4. STORM DRAIN PIPE SHALL BE REINFORCED CONCRETE PIPE WITH A MINIMUM D-LOAD OF 1,350 OR ASBESTOS CEMENT PIPE WITH A MINIMUM D-LOAD OF 2,000. FOR PRIVATE STORM DRAIN PIPES, UP TO 15" PVC MAY BE UTILIZED PROV I OED DEPTH IS LESS THAN 15 FEET AND BACKF I LI.ED WI TH 314" ROCK PER SDRSD S-4 TYPE "C" AND PIPE MEETS ASTM STANDARD 3034 FOR SOR 35 SOLID WALL PIPE. 5. 1'11-/fRf AN EXISTING PIPE LINE IS TO BE ABANDONED IT SHALL BE REMOVED WITHIN TWENTY FEET OF BUILDING OR STREET AREAS AND REPLACED WITH PROPERLY COMPACTED SOILS. IN OTHER AREAS THE PIPE WILL BE PLUGGED WITH CONCRET£ OR R£MOVED AS APPROVED BY THE CITY ENGINEER. 6. WHEELCHAIR RAMPS SHALL 8£ INSTALLED PER REQU/RfMENTS OF TITLE 24, CALIFORNIA ADMINISTRATIVE CODE. 7. STREET TREES SHALL BE INSTALLED PER S£CT/ON IV D.3 OF THE CITY OF CARLSBAD LANDSCAPE MANUAL. 8. F/Rf HYDRANT MARKERS SHALL BE PLACED IN THE STREET WITHIN THE LIMITS OF OORK OF THIS PLAN PER SDRS DWG M/9. 9. ALL SURVEY MONUMENTS AND POINTS THAT ARE DISTURBED BY THIS OORK SHALL BE RE-ESTABLISHED, PERPETUATED, AND DOCUMENTED PER THE PROF£SSIONAL LAND SURVEYORS ACT. 10. TWO /2/ S£TS OF SURVEY /CUT/ SHEETS SHALL BE PROVIDED TO THE CITY ENGINEERING INSPECTOR. SEWER NOTES I. SEWER MAIN AND APPURTENANCES SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE "CARLSBAD MUNICIPAL WATER DISTRICT'S SfWER SYSTEM -DESIGN CRITERIA, STANDARD DRAWINGS AND SPECIFICATIONS", LATEST EDITION, AND STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION ( GREEN BOOK I . 2. THE CONTRACTOR SHALL OBTAIN AN EXCAVATION PERMIT FROM THE DIVISION OF INDUSTRIAL SAFETY BEFORE ANY EXCAVATION AND SHALL ADHERE TO ALL PROVISIONS OF THE STATE CONSTRUCTION SAFETY ORDERS. 3. BEFORE ANY CONNECTION TO THE DISTRICT'S EXISTING SYSTEM, A PERMIT SHALL BE OBTAINED FROM THE DISTRICT. IT MUST Bf SIGNED AND APPROVED BY THE DISTRICT'S ENGINEER AND SUPERINTENDENT. 4. BEFORE CONSTRUCTION BEGINS IN ANY PUBLIC RIGHT OF WAY, A CITY RIGHT OF WAY PERMIT SHALL BE REQUIRED. 5. THE CONTRACTOR SHALL NOTIFY THE CITY OF CARLSBAD ENGINEERING INSPECTION 48 HOURS PRIOR TO THE BEGINNING OF CONSTRUCTION. /TELEPHONE NO. (760} 438-3891 I WATER NOTES /. WATER MAIN AND APPURTENANCES SHALL Bf CONSTRUCTED IN ACCORDANCE WITH THf CARLSBAD RUL£S AND REGULATIONS FOR THE CONSTRUCT/ON OF POTABLE WATER MAINS, DATED OCTOBER 1993, OR THE LATEST REVISION. 2. THE CONTRACTOR SHALL OBTAIN AN EXCAVATION PERMIT FROM THE DIVISION OF INDUSTRIAL SAFETY AND SHALL PROVIDE PROOF OF OSHA NOTIFICATION BEFORE ANY EXCAVATION AND SHALL ADHERE TO ALL PROVISIONS OF THE STATE CONSTRUCTION SAFETY ORDERS. 3. BEFORE ANY CONNECTION OR SHUT DOWN OF VALVES ON EXISTING C.M.W.D. LINES, A PERMIT SHALL BE OBTAINED FROM TH£ C.M.W.D. OFFICE AND MUST BE SIGNED AND APPROVED BY DISTRICT ENGINEER AND DISTRICT SUPERINTENDENT. 4. A PRECONSTRUCTION CONFERENCE MEETING SHALL BE HELD A MINIMUM OF 7 DAYS BEFORE CONSTRUCTION BEGINS. THE CONTRACTOR SHALL NOTIFY THE CITY OF CARLSBAD ENGINEERING INSPECTION 48 HOURS PRIOR TO BEGINNING OF CONSTRUCTION (TELEPHONE N0.{760} 438-3891/ FOR SCHEDULING. 5. NO TREES OR STRUCTURES SHALL BE ALLOWED IN THE WATER LINE EASEMENT, ALL EXISTING TREES AND STRUCTURES SHALL BE REMOVED PRIOR TO COl,,MfNCEMENT OF WORK -ANY EXCEPTIONS SHALL REQUIRE WRITTEN PERMISSION FROM THE DISTRICT ENGIN££R. 6. THE EXACT HORIZONTAL AND VERTICAL ALIGNMENT AND TYPE OF MATERIALS OF THE FIRE LINE LOCATED BETWEEN THE DETECTOR CHECK VALVE AND BUILDING SHALL BE DETERMINED BY THE CITY OF CARLSBAD FIRE MARSHAL. 7. ALL RECLAIMED WATER MAINS AND APPURTENANCES SHALL BE CONSTRUCTED IN ACCORDANCE WI TH THE "CARLSBAD RECLAMATION RULES AND REGULATIONS FOR THE CONSTRUCTION OF RECLAIMED WATER MAINS -CARLSBAD MUNICIPAL WATER DISTRICT", OCTOBER 1993 OR AS AMENDED. B. ALL BURIED COPPER PIPING AND APPURTENENCES SHALL Bf PROTECTED BY MEANS OF CATHODIC PROTECTION. IF DEVELOPER/OWi/ER CONDUCTS A SOILS TEST REPORT AND DEMONSTRATES THAT PROTECTION CAN Bf PERFORMED IN ANOTHER MANNER, THE DISTRICT ENGINEER WILL CONSIDER AN ALTERNATIVE FORM OF PROTECTION. 9. ALL METER BOXES SHALL Bf l7"x30"x/2" POLYMER CONCRETE, ARMORCAST OR EQUAL. 10. ALL POTABLE WATER SERVICES SHALL BE I" AND ALL POTABLE WATER METERS SHALL BE 518" /UNLESS OTHERWISE NOTED ON PLANS). 11. MINIMUM SPACING BETWEEN POTABLE WATER LATERALS AND SEWER SERVICES SHALL BE 5 FEET. 12. THE TOP OF WATER METfR BOXES SHALL BE FLUSH WITH THE FINISHED SURF ACE GRADE. "DECLARATION OF RESPONSIBLE CHARGE" I HEREBY DECLARE THAT I AM THE ENGINEER OF WORK FOR THIS PROJECT, THAT I HAVE EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF THE PROJECT AS DEFINED IN SECTION 6703 OF THE BUSINESS AND PROFESSIONS CODE, AND THAT THE DESIGN 15 CONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS AND SPECIFICATIONS BY THE CITY OF CARLSBAD DOES NOT RELIEVE ME, AS ENGINEER OF OORK, OF MY RESPONSIBILITIES FOR PROJECT DESIGN. FIRM-HI/NSAKFR B 4SSQCIATfS ADDRESS, 10179 HUfNNEKENS AVE CITY, ST., SAN Q!EGO G4 TEL~~I 558-4500 BY _ ~~,u..,,..ft,...,,,,• ______ DATE, 9/z'f/00 (NAME OF ENGINEER) P.f. NO., RCE 48670 EXPIRATION DA TE, J6uf~3~0~t1J!1.,,.__ ________ _ ENGINEER'S NOT.E.S I. NEITHER THE OWNER, NOR THE ENGINEER OF WORK WILL ENFORCE SAFETY MEASURES OR REGULATIONS. THE CONTRACTOR SHALL DESIGN, CONSTRUCT AND MAINTAIN ALL SAFETY DEVICES, INCLUDING SHORING, AND SHALL BE SOLELY RESPONSIBLf FOR CONFORMING TO ALL LOCAL, STATE AND FEDERAL SAFETY AND HEALTH STANDARDS, LAWS ANO REGULATIONS. 2. CONTRACTOR HAS SOLE AND COMPLETE RESPONSIBILITY FOR JOB SITE CONDITIONS DURING THE COURSE OF CONSTRUCTION OF THIS PROJECT. INCLUDING SAFETY OF ALL PERSONS AND PROPERTY. THIS REQUIREMENT SHALL APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL OORKING HOURS. THE CONTRACTOR SHALL DEF£ND, INDEMNIFY AND HOLD THE ENGINEER HARMLESS FROM ANY AND ALL LIABILITY, REAL OR ALLEGED, IN CONNECTION WITH THE PERFORMANCE OF THE WORK ON THIS PROJECT, EXCEPTING LIABILITY ARISING FROM THE SOLE NEGLIGENCE OF THE ENGINEER. 3. THE CONTRACTOR IS RESPONSIBLE TO INSURE THAT ALL SLOPES, STREETS, UTILITIES, AND STORM DRAINS ARE BUILT IN ACCORDANCE WITH THESE PLANS. IF THERE IS ANY QUESTION REGARDING THESE PLANS OR FIELD STAKES, THE CONTRACTOR SHALL REQUEST AN INTERPRETATION BEFORE DOING ANY WORK BY CALLING THE ENGINEER OF WORK AT (858/ 558-4500. THE CONTRACTOR SHALL ALSO TAKE THE NECESSARY STEPS TO PROTECT THE PROJECT AND ADJACENT PROPERTY FROM ANY EROSION AND SIL TAT/ON THAT MIGHT RESULT FROM HIS OPERATIONS BY APPROPRIATE MEANS (GRAVEL BAGS, HAY BALES, TEMPORARY DES IL TING BASINS, DIKES, SHORING, ETC.) UNTIL SUCH TIME THE PROJECT IS COMPLETED AND ACCEPTED FOR MAINTENANCE BY THE OWNER. 4. THE EXISTENCE AND LOCATION OF UNDERGROUND UTILITIES SHOWN HEREON WERE OBTAINED BY A SEARCH OF THE AVAILABLE RECORDS. TO THE BEST OF OUR KNOWLEDGE, THERE ARE NO OTHER EXISTING UTILITIFS EXCEPT AS SHOWN ON THESE PLANS. BEFORE EXCAVATING FOR THIS CONTRACT, THE CONTRACTOR SHALL MAKE EXPLORATORY EXCAVATIONS AND VERIFY THE HORIZONTAL AND VERTICAL LOCATION OF ALL UNDERGROUND UTILITIES AFFECT/ NG THE 'MJRK, WHETHER SHOWN ON THE PLANS OR NOT. SPECIFIC ATTENTION SHALL BE MADE IN AREAS WHERE THE PROPOSED IMPROVEMENTS MEET EXISTING. CONTRACTOR SHALL NOTIFY THE ENGINEER OF OORK OF ANY DEVIATIONS PRIOR TO ORDERING MATERIALS FOR THE PROJECT, ANO ALLOW SUFFICIENT TIM£ FOR REVISION TO THESE PLANS IF AS-BUILT LOCATION OF EXISTING UTILITIES REQUIRE CHANGES TO THE DESIGN. ,. CONTRACTOR SHALL TAKE PRECAUTIONARY MEASURES TO PROTECT EXISTING ABOVE GROUND AND UNDERGROUND IMPROVEMENTS SHOWN HEREON AS ~LL AS EXISTING UTILITIES NOT SHOWN HEREON. CONTRACTOR SHALL REPAIR OR REPLACE ITEMS REQUIRED TO REMAIN IN PLACE v.1-/ICH ARE DAMAGED, DURING THE COMPLETION OF THE 'MJRK, TO THE SATISFACTION OF THE APPROPRIATE AGENCY. 6. 1'11-/ERE TRENCHES ARE ADJACENT TO FUTURE BUILDING SITES, A LICENSED SOILS ENGINEER SHALL BE RETAINED BY THE OWNER TO COMPLETE NECESSARY TESTING TO CERTIFY THAT TRfNCH BACKFILL WAS COMPACTED AS DIRECTED IN THE PRELIMINARY SOILS REPORT. ENGINEER'S NOTES (CONT.) 9. THE CONTRACTOR SHALL NOTIFY THE SURVEYORS 48 HOURS PRIOR TO BACKFILLING TRENCHES FOR ALL NEW UTILITIES. THE SURVEYOR SHALL OBTAIN NECESSARY FIELD SHOTS TO PROVIDE THE ENGINEER OF WORK WITH A LETTER OF CERTIFICATION STATING THAT ALL IMPROVEMENTS ARE CONSTRUCTED IN SUBSTANTIAL CONFORMANCE WITH THE LINES AND GRADES SHOWN HEREON. THE CERTIFICATION SHALL INCLUDE ALL ITEMS REQUIRED BY THE APPROVING AUTHORITY. 10. THE GENERAL CONTRACTOR IS REQUIRED TO KEEP AND MAINTAIN A SIGNED SET OF THESE PLANS ONS/Tf AT ALL TIMES FOR USE BY THE ENGINEER OF WORK, SOILS ENGINEER AND THE CITY INSPECTOR. TH£ GENERAL CONTRACTOR'S SUPERINTENOANT IS REQUIRED TO UPDATE SAID PLANS WITH AS-BUILT ON A DAILY BASIS AS WORK PROGRESSES. SAID PLANS SHALL BE CERTIFIED BY THE SUPERINTENDENT AS ACCURATE AND COMPLETE UPON COMPLETION OF THE PROJECT, AND BECOME THE PROPERTY OF THE ENGINEER OF WORK. II. STATIONING OF DRIVEWAYS, LATERALS AND PROPERTY LINES ON CUL DE SAC'S AND KNUCKLES ARE AT THE RIGHT OF WAY. PRC AND PCR STATIONS ARE AT THE CURB. 12. RETAINING WALLS, IF SHOWN HEREON, ARE INCLUDED AS SUPPLEMENTARY INFORMATION. DETAILED PLANS, A SEPARATE PERMIT AND INSPE"CTION IS REQUIRED FROM THE BUILDING DEPARTMENT FOR ALL RETAINING WALLS. 13. TH£ SOILS REPORT AND ALL THE SUPPLEMENTS THEREOF ARE INCORPORATED INTO AND MADE A PART OF THIS PLAN. ALL CONSTRUCTION SHALL CONFORM WITH AND BE SUBJECT TO ANY TESTING OR INSPECTION REQUIREMENTS IN THE RE PORT. 14. CONTRACTOR SHALL INSTALL THRUST BLOCKS AT ALL ANGLE POINTS AND TEES IN WATER SYSTEMS PURSUANT TO TH£ APPROPRIATE WATER DISTRICT STANDARD. 15. CONTRACTOR SHALL SUBMIT AN AS-BUILT PLAN INDICATING ALL STREET LIGHT CONDUIT RUNS, ACCESS POINTS, HAND HOLES AND SERVICE POINTS PRIOR TO ENERGIZING THE SYSTEM. 16. STORM DRAIN PROFILES SHOW A GRAPHICAL REPRESENTATION OF THE CALCULATED HGL DURING THE DESIGN STORM, AS REQUIRED BY THE CITY. THE CALCULATED HGL CAN BE FOUND IN THE APPROVED STORM DRAINAGE REPORT ON FILE AT THE OFFICE OF THE CITY ENGINEER. ENGINEER IS NOT RESPONSIBLE FOR USE OF THE HGL SHOWN HEREON, BY OTHERS, v.1-/EN MAKING ADDITIONAL CONNECTIONS OR REALIGNING THE SYSTEM. CHANGES TO THE SYSTEM, REQUIRE APPROVAL OF A REGISTERED ENGINEER RESPONSIBLE FOR THE REVISIONS. 17. ALL SEWER LINE BEDDING SHALL BE 3/4" BACKFILL PER SDRSD S-4, TYPE C. PVC SEWER PIPE SHALL MfET ASTM STD. 3034 FOR SOR 35 SOLID WALL PIP£, UNLESS OTHfl/WISE NOTftJ ON PLANS. STORM DRAIN NOTES WORK TO BE DONE THE IMPROVEMENT WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE FOLLOWING DOCUMENTS, CURRENT AT THE TIME OF CONSTRUCTION, AS DIRECTED BY THE CITY ENGINEER. 1. CARLSBAD MUNICIPAL CODE. 2. CITY OF CARLSBAD STANDARDS. 3. THIS SET OF PLANS. 4. RESOLUTION NO. 4181-4183 DATED 11/5/97 5. THE STANDARD SPECIF/CATIONS FOR PUBLIC CONSTRUCT/ON (GREEN BOOK). WORKS 6. SOILS REPORT ANO RECOMMENDATIONS BY SOUTHERN CAUFORNIA. SOILS ANO TESTING, INC. DATED, MAY 15, 199 7. 7. THE SAN DIEGO AREA REGIONAL STANDARD DRAWINGS AND AS MAY BE MODIFIED BY THE CITY OF CARLSBAD STANDARDS. 8. FINAL MEIR 9J-01, NEGATIVE DECLARATION DATED APRIL JO, 1992. 9. THE CARLSBAD MUNICIPAL WATER DISTRICT STANDARDS AND SPECIFICATIONS FOR CONSTRUCTION OF WATER, SEWER AND RECLAIMED WATER SYSTEMS. DESCRIPTION SUBDIVISION BOUNDARY RIGHT OF WAY/LOT LINE EASEMENT LINE A.C. PAVING/BASE 6" CURB & GUTTER DRIVEWAY DRIVEWAY CROSS GUTTER CONCRETE SIDEWALK LEGEND STD. DWG. SYMBOL G-2 G-14A ~ G-14B ,J I ~ G-12•• G-7, G-9, G-10 QUANTITY 68,984 SF 4,201 LF 45 EA 8 EA 1,739 SF 14,192 SF 7. THESE PLANS SHOWN THE MINIMUM IMPROVEMENT REQUIRED BY THE APPROVING AUTHORITY IN ORDER TO OBTAIN PROJECT APPROVAL. FIELD CONDITIONS MAY DICTATE ADDITIONAL IMPROVEMENTS. THE COST OF ANY ADDITIONAL IMPROVEMENTS SHALL BE BORNE BY THE CONTRACTOR. ANY ADDITIONAL TESTING BY THE SOILS ENGINEER OR OTHER PROFESSIONALS SHALL BE COMPLETED AT THE CONTRACTOR EXPENSE. I . STORM DRAIN PIPES DESIGNATED AS HAVING THE HGL AT OR ABOVE THE SJ PIPE SOFF/T SHALL BE AMERON REINFORCE CONCRETE PIPE WITH REINFORCED O P IXTUf/£5, E-2, THERMOSETTING RESIN /RTR) COUPLING OR EQUAL FOR THE ENTIRE REACH. E M -WA 25) ,...._,._...,.._ M-21 ~ -! 9 EA 1 · COUPLING SHALL MEET THE REQUIREMENTS OF ASTM C76, C36/, AND C443. ~~~~'+.,~;:..:;;~-:;;-::.S~T,;,,O(;P~s'-"1>t.-,..---_r-sDM-102 -,,-5 EA EA 8. PRIOR TO ORDERING MATERIALS OR BEGINNING CONSTRUCTION, WHICHEVER OCCURS FIRST, THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF 'MJRK IN WRITING, WHENEVER THESE PLANS SEEM UNCLEAR. z * 10' POLE, f;US5EX SERIES CAST ALUMINUM POSTS, WITH OPTIONAL LOW BRIGHTNESS REFLECTOR (LBR) WIT/-/ OPTIONAL HOU£E GIDE SHIELD, WITH PHOTO C.fLLS. BASIS OF BEARINGS THE PORTION OF THE SOUTHERLY LINE AS SHOWN AND DESCRIBED ON RECORD OF SURVEY MAP NO. 9112, i.e. N 89'45'39" W. REFERENCE DRAWINGS CT 93-08, DWG NO. 348-5 PO 411, DWG NO. 331-/A PD 411, DWG NO. 331-1 WATER STORM DRAIN MELROSE DRIVE ! I ~ 2. OWNERS / PERMITTEES VICINITY MAP STORM DRAIN PIPES WITH VELOCITIES EXCEEDING 20 FEET PER SECOND SHALL HAVE A MIN/MUii COVER OF 1-1/2 INCH OVER THE INVERT REINFORCING STEEL. THE CONCRETE DESIGN STRENGTH IN THESE REACHES SHALL BE le , 5,000 PSI. FOR VELOCITIES EXCEEDING 30 FEET PER SECOND, USE le, 6,000 PSI. STRIPING NOTES I.ALL END STREET PARKING STALLS SHALL BE 8'X 20'. 2.ALL MIDDLE STREET PARKING STALLS SHALL BE B'X 24'. 3.ALL PARKING STRIPING SHALL BE REFLECTIVE WHITE PAINT UNLESS OTHERWISE SHOW// ON PLANS. CITY OF SAN MARCOS LEGEND OF ABBREVIATIONS TC GB BVC EVC VP/ BC EC HP LP ST. RT LT TW BW FL TOP OF CURB GRADE BREAK BEGIN VERTICAL CURVE END VERTICAL CURVE' POINT OF INTERSECTION BEGIN CURVE END CURVE HIGH POINT LOW POINT STREET RIGHT LEFT TOP OF WALL BOTTOM OF WALL FLOW LINE NOT TO SCALE CEMENT TREATED BASE RADIUS POINT EDGE OF PAVEMENT CUL-DE-SAC REINFORCED CONCRETE PIPE STREET CENTERLINE MONUMENT EXISTING STORM DRAIN STORM DRAIN (PRIVATE) CURB INLET TYPE "B. CLEANOUT TYPE ':-1-4 •; "A-5~ "8-5" PROPOSED SEWER MAIN(SDR J5) PROPOSED SEWER ACCESSHOLE EXISTING SEWER SEWER LATERAL -.S:,,f!!4! -=-6:, "('ryf') EXISTING WATER LINE PROPOSED WATER MAIN(C900) 2" MANUAL AIR RELEASE 2" BLOW-OFF ASSEMBLY GATE VALVE FIRE HYDRANT ASSEMBLY WITH MARKER Af-e,A. ~Ali-I ~LLI • 1 • WATER SERVICE (DEMAND= 1J.3 gpm) 3 UNITS PER BLOG. -1 METER PER UNIT M-10 0-2••, DS-1 0-9, D-10 ***S-5 ***S-1 ***S-7 **'W6 ***W-16 ,.•W-12 I• WATER SERVICE POOL BLDG.(DEMAND=20.0 gpm) END CAP ASSEMBLY Jc THRUST BLOCK 2" IRRIGATION SERVICE (DEMAND IN GPM) 6. -s--0--- --s:-------- ------© -------w------- I ----------,CT!] --------® 945 LF 6 EA 5 EA 1,859 LF IJ EA 19 EA 2,712 LF 7 EA 2 EA 19 EA 4 EA 106 EA 1 EA 1 EA D.R. HORTON, SAN DIEGO HOLDING CO., INC. 1010 SO COAST HWY IOI, E IOI SAN DIEGO, CA 92024 /619/ 634-6700 NOT TO SCALE N. T.S. CTB RP EOP cos RCP so T.P. MVC PCR PRC STORM DRAIN TOP or· PIPE MODIFIED VERTICAL CURVE POINT OF CURB RETURN POINT OF REVERSE CURVE ( ~~"",><-,n;~7 -").~-;:_,-,.,-.r;,-"""'=:;,....=j --::-,,;,-,s---..<----;,.._,;,r4-..,__• 2' FIRE. SERVICE. w/c,oua..e.DE'-'TecrG"·"L"4 IY:z."Nle'.'t'el>. *" w-4 ', #>1-.'1 w-zo ~ ..... -.;..;.),~?/:,,,4/hr-~~1r»fri°b'lrr5fA/WJ:~~.p-;.:::_:.,:.s,-::::-:.J .. ~~"#e~=~gi':::;-N .. ~~s.:;.::~:::_~::-: .... ,,,,.;.EA:._::::,..;;'1 LEGAL DESCRIPTION BEING A SUBDIVISION OF LOT 164 OF CARLSBAD TRACT NO. 93-04, RANCHO CARRILLO VILLAGE "N", PHASE 3, IN THE CITY OF CARLSBAD, STATE OF CALIFORNIA, ACCORDING TO MAP THEREOF NO. /3800, FILED IN THE OFFICE OF THE COUNTY RECORDER OF SAN DIEGO COUNTY ON JUNE 10, 1999. PROJECT LOCATION THIS PROJECT IS LOCATED WITHIN ASSESSORS PARCEL NUMBER/SI 222-010-44 THE CALIFORNIA COORDINATE INDEX OF THIS PROJECT 15 N 346 ~ -~'6~9~5 ______ _ SOURCE OF TOPOGRAPHY TOPOGRAPHY SHOWN ON THESE PLANS WAS GENERATED BY, SANLO-AERIAL SURVEYS 4875 VIEIIIFIIDGE AVE. SAN DIEGO, CA 92123 /6 I 9/ 565-1024 METHODS FROM INFORMATION GATHERED ON, MARCH 17, 1992 ORDER£, 9160-1 TOPOGRAPHY SHOWN HEREON CONFORMS TO NATIONAL MAP ACCURACY STANDARDS. BENCH MARK DESCRIPTION: LOCATION:· RECORDED: ELEVATION: TOP OF STD. BRASS DISC IN CENTERLINE WELL MONUMENT STA. 490+73.26 8.C. EL CAMINO REAL FROM SAN DIEGO COUNTY ENGINEER L[VEL CIRCUIT LIN[ NO. 20 /, BOOK 001, PAGE 20, MON. NO. RIBOO 490+7,3 BC. 65.261 DATUM MSL IMPORTANT NOTICE SECTION 4216/4217 OF THE GOVERNMENT CODE REQUIRES A DIGALERT IDENTIFICATION NUMBER BE ISSUED BEFORE A PERMIT TO EXCAVATE WILL BE VALID. FOR YOUR DIGALERT I.D. NUMBER CALL UNDERGROUND SERVICE ALERT AT: TOLL FREE 1-800-422-4133 TWO WORKING DAYS BEFORE YOU DIG CARLSBAD MUNICIPAL WATER DISTRICT • • • CMWD STANDARD DRAWING ffi EACH UNIT DEMAND ( 1 " SERVICES)= POOL BLOG ( 1 " SERVICE)= 20 gpm TOTAL WATER DEMAND= 440 gpm 13.J gpm CARLSBAD ARE DEPARTMENT ri~~~~"ll,<!4~~""---,.,,_·. ___ _,,Lt~~: R.C.E. NO. '( a, tr:, ~~~~:o:~~-:s.L F.FLOW_~&i>M our OF__!_ F.H. 's 2 .. ..1 ~ ~ ~;:u"lO EXP. ou('f:X:>/Q¼ DATE cl-& ,.~fl ~~ r~/4 .. pt,/1! WILLIAM E. 'flLuMME.R.C.£. 28176 D T. BLDG. SPRINKLED? ITT ,/ NQ __ F.FLOW l'/t{!_ G.P.1./. t-R_E_V-IE_W_E_D _B_Y_· --------------! "'--. 7r-u&41,e /£, , . .,I-.,_ /-e•-h11 Ol'M-~;,, 1k) °'nRE MARSHAL OAff -----"-· -DEPUTY CITY ENGINEER EXP. J/31/02 INSPECTOR l------+---+-------------+---+----+--+-----11 SH;FT I CITY OF CARLS BAD ~ ~::::::==::'.__,'=======E=N::G=IN::'.E:'.:ER=l::NG==D==E==P=A::::R"=M=E==N=T===---=~==~ IMPROVEMENT ANO UTILITY PLANS FOR: RANCHO CARRILLO VILLAGE ''N'' ENGINEER OF WOR, REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL OWN BY -;,=--m-r~ I PROJECT NO. I DRAWING NO. CHKD BY, &c_r'jf-'/H CT 99-09 386-8 RVWO BY!·-· ~ . -----~ ~-------~ ~---~ HUAf)AK£R l'd,NAIN(, l//17Jf-lr:Minekem \t. '>11//c.itm P A C' C"/1/"' f ,1 TC:C' EN1~1!.fffl<iNC San r)ie;.o, l:S 9}12/ CMWD 97-533 W.0. No. '. 375-83 I ~ ' z 01 0 6 il ~ 8 i i I i I • § a I " il • i 0 .. :J ~ j £ ~ I I I I i :::; z GJ z C s:: OJ m :0 ~ 2 i ~ G) ', ' ~ }~ ' c--n. ~ . ) f ,..,.., !B I ~ , " l_ -~'>\. ''"·'--' I 0 so· KEY SCA/.£. 0 LI7 II w -" <[ 0 (/) 100' MAP 1 "~50' ,, SHEET INDEX NOTES & DETAILS SHEET 1-2 IMPROVEMENTS SHEET 3-11 150' ~ ,, ~'.t--... '""<~--' '-'-"" '-~ "¼, ",,~. "~,,•,. ",...._ ~"" " ~' " ' ~ ' " ' I I I I ---i-1- ---------I I -------------I I -------I -----I I ' ' '~ ' ' ' ' ',' ~ ------.. ----- I ",, I I I I \ I I \ I I I I I \ I I \ I I \ I I I --- -r:~~"j'JJ,J/; -----~ii~ (J VIA M, XIMO (PR/VA TE ----___ ._...,_ 1 10 8 SHEET INDEX MAP ,---12" WIDE BORDER WITH 1/4" --~ GROOVES APPROX. 3/4" 0.C. LEGEND ...----o.s£M£NT BOUNDARY -- WATER LINE ---w-- SEWER LINE -_L ------------- --- ---__ . .,_ ---- - ----1 " SERVICE AND METER BOX (TYP. --------- OF 3) ~ STORM DRAIN --==@]===------------S/W • <o -__ ,," --------- RIGHT OF WAY EASEMENT -------- ~ ~ ::, ::, (_) (_) • • C, <o SHEET NO. [g] BUILDING NUMBER CV FIRE HYDRANT "4 STREET LIGHT o-- w w j,,· W W II HUNSAKER & ASSOCIATES SAN DIEGO, INC. PLANNING ■ ENGINEERING ■ SURVEYING 1 " WATER SERVICE DETAIL® PER CMWD WJ DETAIL A PRIVATE STREET ACCESS RAMP NOT TO SCALE 10179 Hue11nekens St. ■ Suite 200 ■ San Diego, C1\ ".12121 ■ Pl-t {858) 558-4500 ■ fX: (8sm 558·1414 "'\-lt.-02. DATE 4' TYPICAL SECTIONS 72 '/79 ' F'UBL IC UT I LI TY ANO ACCESS EASEMENT 8' 24' 8'-15' 24' MEDIAN 2 1 SIDEWALK 6" MEOIAMX l5j..,too11"'1eD G-~ He.a.AU _L-~CURB (TYP) ~= 't:IT.A.J.J~D~ (TYP) 2% (TYP) (CURB 1k GUTTER ?--t:::=1-=::::::::.-,1 ....1.1l 6" (TYP) ,lj, ~.L~cc._-..._.,.. ___ L. f'~ewr =.no>J F'CJ!:. = ""Lbw Ti=4.5 MIN • RAD/NG SETBAC VIA PATRON DRIVE NOT TO SCALF. 8' 4' 2: 1 MAX ~ ' \\ ~M INITIAL '' ' ' ' ' \ \ ' ' ' ' \ \ ' . \ \ ' ' 47'/51' PUBLIC UTILITY AND ACCESS EASEMENT J' 4.5' 16' 18' 16' 18' 4.5' J' '>\\\, ' ' ' ' \,\\ ARE HYDRANT (TYP) 2: 1 MAX ( CURB & GUTTER TYP. ~ 2% 1 '-6" 2.· 1 MAX ' ' \\ ' ' .. - \ ' \,\ \, \ \ ' 4" PCC SIDEWALK ---- (LOCATION AS SHOWN) 6" (TYP)J VA !ES VARIES J.5' MN \\ \\ \ \\ \ \, '~ \ '' \\ \ v-- '\ ' STORMORA IN_,. S ER -.._WATER 10' 10' TERRAZA PORTICO, VIA MAXIMO, & CORTE LA LUZ NOT TO SCALE ~ J LDCA\IOt,...l VI.A.. FATR.D\...J 1e..~~r1co A..C-. t.,..o'' -4.0" ' ~ ·---~ k--1;(? --~ :::;_a, uf-e VIA t··"tt,1,~ql'-10 -4.o" c.c,LT'E. L..,.ti,.LU'Z.. "T,O" I I I ,, \ I I I \ \ \ \ I \ \ ,, I \ \ · , ,\~ ,,#' ·-.~ ,I ~ \ff\ \ \ ~., \. \ I ~~), ,.r,, < ...,,..., , I I BENCH MARK f/J.-++----12" WIDE BORDER WITH 1/4" 4 ,~-GROOVES APPROX. 3/4" O.C. ' DETAIL 8 PRIVATE STREET ACCESS RAMP NOT£: . NOT TO SCALE PAVEMENT STRUCTURAL SECTIONS SHOWN AR£ TH£ MINIMUM REQUIRED BY TH£ CITY OF CARLSBAD, ACTUAL PAVEMENT SECTIONS WILL BE D£T£RMIN£D BY TH£ SOILS £NG/NEER AFTER R-VALUE TESTS AR£ PERFORMED, PER GS-17 ,, DENOTES ELEVATION SHOWN ON PLANS. ENGINEER OF WORK ~ ..• /£'41a..t:. EN EER R.C.E. NO. ¥11,Jo DESCRIPTION: TOP OF STD. BRASS DISC IN "AS BUILT" CENTERLINE WELL MONUMENT ~l'octss,"'1i. LOCATION: STA. 490+73.26 8.C. ~v L. 11< ~--,,1/~J, EL CAMINO REAL $ '..1,p ~ RECORDED. FROM SAN DIEGO COUNTY ENGINEER /;;"<{' -~ LEVEL CIRCUIT LINE NO. 20 1, BOOK -0:: Zz 007, PAGE 20, MON. NO. R/800 c, NO. 48670 ~ RCE ,<\e,1,,~o EXP. o<,,/bO/o., 'ii; EXP. 6/30/04 ;" 490+73 BC. ELEVATION: 65.261 DATUM MS.L. ,s,.> ,.. :,.,"ff' REVIEWED BY: . .,.__.,,.,_ 1.1.o" <..S" £..,.~" <...5" ,:p/2,/4- DATE ,,,/4/4y ' DATE .. , d"!: ~Of, CAl-'' ~ ,nk, ~.-, . ,."'\ -4~•/ir;i-1' NSPECTOR DAE I SH~ET I CITY OF CARLSBAD ~ ENG'NEERING DEPARTMENT 2 IMPROVEMENT AND UTILITY PLANS FOR: RANCHO CARRILLO VILLAGE "N" APPROVED LLOYD HUBBS & .. 111t~1-=1 • ~~ w-~ ~ CITY ENGl~E RCE -==lj= EXP 1?(J1l01 . , .., ' DATE /-:>}. ~-e-lJIL..T• OWN BY: PROJECT NO. DRAWING NO. ' DATE INl11AL DATE INITIAL CHKD BY,~ CT 99-09 386-8 ENGINEER OF wom REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL RVWD BY: ,:,..,,,. I I CMWD 97-533 Fi/A name· R:\0107\01071P02 W.0. No. 1375-83 ~ X 0 □ 6 :II I ! i ~ ii =c ~ ::i ~ :;j z ~ i ~ G) li;! • z <.;I ~ ~ ~ f.,, ii ~ iii Ill ~ i !B w:l I r::i :l ~ > ~ X 0 I 6 1 ! 8 I ~ !l! ! ~ R Z 0 I I " z ·, . , 0 i ; ~ ~ ,j D ii, ' . i I '466' TOP! OF' 465 LEFT, CURB ' ' ~ ... ~---1.. j ' TC = CL + 0.04' UNLESS OTHERWISE SHOWN RIGHT STATION 10+00.00-10+62.14 TC = CL + .12' --------------------------------------------------- ' 1 TOP OF ' 1LEFT CUR J i! . ~I---" l ..... • i ·:,P/WPG$EDi GR#.DC T CE:NTE:RUNI! 1 b i 0~ StA. l J+ 78. 00 460 455 TOP.OF RIGHT CUR(3 1.l g 15:;; + 0 - °" l:i SEWER DA.TA 8£ARING/D[UA RADIUS LENGTH REMARKS IP"'+--'l'-'J-'.3-4~'2~4'-c.=---+--200,00 ___ __, __ 4_7-.3-8-,--+--8-.-P-VC ____ __, 2 N 18'45°00" E 23.84' 8" PVC 3 N 18"45'00" E 89.34' 8" PVC 11----~---+--------=-+-==-----I 4 /0°17 '30" 400,00' 71.15' 8" PVC lf---5'--'-..1N~8-'.3--'3'-',J-O~.-E---+--==~~-99.46-,--+--'8-.-P-VC~---_j 6 N 20'36'52" E 37.50' 8" PVC 7 N 50'57"29" E 56.48' 8" PVC lf---8,---~N-8~5-.-.4cc2c-,4cc4""-cEc-----1------+---, 3.70' 8" PVC ------, CURB DATA 0 j 8[ARINccG:.c/_::D_c_E=iLT11A'-----l--llRA110ll/::..US:_-+---1l11F11Nc:G111,~_, --+~~11RE='-M"-A"-RllK"-S----J 1 i 25'42'30" 768.00' 75.38' 5• TYPE "G" C&G ~ "' tri .... ' ' i -1 8 ., g + . 0 :r: " ""' -------- 'l+oo WATER DATA 76 J i •- -1.00X bRIGINAL GROUND L-..- (,. T CENTERLINE l . --ENHANCED PAVING PER LANDSCAPE PLANS --- 2 N 18' 45 ·oo • E -----+---1 _13_. _1 a~·-+--5~•~rr:_P_E_·~c~·-c_&_G---+'\)"---l--'a"'E11Aii11:11:.N"'G /'-'o'-'r'-"LllTA-'------l--R_Allo-'1 G-=-' s~-1---=L=£~ll'G:..:T11H~f---~-R-=E11MA11R11Kccs---1--1 l fl- TERRAZA :-45l)_/)7 ----J.....------------•------L---~---_.. f j __ ; -i ....._.---J, _;_ I i . l-.. -1------, I GENERAL UTILITY & ACCESS ---=- EASEMENT PER FINAL MAP 18 t 13+00 PORTICO 3 10'11'30" 382.00' 57.95' 5" TYPE ·c· C&G 20·21·00· 140.00' 54.72' a· PVC CL 150 lf---4-+~N-8=·3=3=•3cco-=-· -=E--1-------+---c:-99=-.4~5=_'_•=::_5-_:• ~rr:-:'P:_E=·~c---· :_c-c&= -c-G=--_;ll -c-2::_-:_:._N:__:._:18'=-45=-='o:.::o_"--=E'----+------11------'l-=8·c:c3_:_7'c-+-=8ll•llpllvc-=--:cc:cL__:_,:15-=-0-+-,.~------=C:..:E-;:..1V'-'T'-.'.E=Rc:L::-I:c_1V:.;.Ec::___,:-D:_:A_:_::__TO-':A.l--------- 5 62°57'44" 108.00' 118.68' 5· TYPE ·c· C&G 3 N 78'45'00" E 94.84' 8" PVC CL 150 Q BEJ>R!NG/DEUA RAfJIIJS LENGTH R[MARKS 6 52•s1•44• 72.00· 79.12' 5• TYPE ·c· c&G 4 10·11•30" 410.00· 12.93• a· PVC CL 150 1 25·42•30• 150.00· 57.30' STORA1 DRAI1\l DATA ll--'7--l---'N-=11811~-311~-o~--E---+---==-+---9-9°_-4-5.,.'-+-5""_rr:_P_E ~·c&-=G--1--=5c.+11N-=8_033,-"--'·:~=o=·:E=-===~===~~~~==~===~9l9-~4~6=·~~~8:•~p~vc~~cjL=~15~o~==~j2=~~N~~18~·~45~-=·~0110-~~-:E===1===~~~~==~===~23~-~84~·=j==============~u:·===B=t-e=R=IN=G=/=D=E=!.T~A~~~:~~~R=Ao;1~u=-"~c~~~~~~L-E~N~G~~~~~====11R-c=M=A=R;K=s===~ 8 .J--11-=o-1·1-11-=•3:.::o_· ___ -l-_4117:.::8cc.oc::01..'-+-___l_7-'-4_-=3=-5~• -+-=-5~•-=-rr:'-P--'E'---="G'-"c--=C&=G-+-=6-+--'-N___l_lllT-'-13~·oll1~· -=E---+-----+----=29.37' 8" PVC CL 200 3 N _1_8"4!j_'OO"_E_-+---~-+---8_9.34' -------_ N 64"50'45" E Ji!' 12.11' 18" RCP 1350-D 9 N 18"45"00"' E 35.07' 5• TYPE ·c· C&G 7 N 1T73'07" E 4.54' 10· PVC CL 200 4 1u11'30• 400.00' 71.15' 2 N 64"18'58" W .-26.25' 18" RCP 1350-0 101 23"44'20" 136.00' 56.35' 6" TYPc ·c· C&G 8 N 50'73'58" E 51.72' 10" PVC CL 200 5 N 8"J3'30" E 99.46' 3 8'45'55" 100.00' <t' 15.30° 18" RCP 1350-D 7 t: N 83'23'57"' E 32.00' 5• TYPE ·c· C&G 9 N 86'23'20" E 3.40' 10" PVC CL 200 6 52·57'44• 90.00' 98.90' 4 33"38'oo· 100.00' 't' 58.70' 18" RCP 1350-0 14+00 ,--...,.+-.....,I 0 cj I I ! ... 465 455 455 •roP dFl RIGHT Ci.JRB 460: FOR $TORM DRAIN & WATER UN£ SEE SHEET 9 0 ■ -:.--PROPO$E:D 1GRADE OVER S,TOFIM ORA i ---1 ROFILE' PROFILE SCALES HORIZ. : VERT. : 1"=20' 1"=4' HUNSAKER & ASSOCIATES S A N PIANNING • DIEGO, ENGINEERING • I N C. SURVEYING 'I0119 I·1uennekens St ■ Suite 200 ■ San Diego, CA 92121 • PH; (858) 558-4500 ■ FX: (858) 558-1414 20' 40' 60' BENCH MARK DESCRIPTION: TOP OF STD. BRASS DISC IN CcNTERLINF Weil MONUMENT LOCATION: RECORDED: ELEVATION: STA. 490+73.26 B.C, EL CAMINO REAL FROM SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 20 I. BOOK 00 I. PAGE 20, MON. NO. R 1800 490+73 B.C. 65.261 DATUM MS.L. ENGINEER OF WORK "AS BUILT" ~-lcYPJ.J:. RCE -4e&"lo EXP. CX./:,,;;,/<24_ d""L~ DATE DATE l----+---+-----------------+----l----1-----1----1 ~ CITY EN~~RINf !~~~~AD ENGINEER Of:'" WOR HUNSAKER & ASSOC/A TES >,111 01: L<), INC PLA,'l,'1111','(. /NG'vFffl/NC Sl!f/V/.Y/Nt; lf./l", f-11.-emclro; St ,\'.;l/c J/l(J 'ii,r UieiJV, Co 92121 rll(R,f/)))R◄'ilif/ {X(l/51/)Hf:/.14'/4 CMWD 97-533 IMPROVEMENT AND UTILITY PLANS FOR: RANCHO CARRILLO VILLAGE "N" Fi,'n name: R:\0!07\C1C71P03 W.O. No. 1375-83 BIN : 1008£ I I I I I I I ~-------------------------------------------------------------------------------------------------------------------------------------------------------------~-~~-------------------------~ C 1 2 J 4 5 :~ 1 2 J 4 5 () 2 J 4 -+-- CURB DA.TA B[A~!NG/DLL TA 2J'37'26" R/1fJ/US' LENGTH -----+---'=--'--~+~----~=~------, 108.00' 44.53' Rt.M~RKS 6"TYPE "G" Cl<G N 84'51 '20" w 30"28'43" 176.29' ~--c-'----t---.,,8.,.2-. occo"·-i-43. 6-2~' -+~--~~---< 6"TYPE "G" C&G 6"TYPE "G" Cl<G N 84'51 '20" w 200.39' 6"TYPE "G" C&G 23'37'26" 72.00' 29.69' 6"TYPE "G" Cl<G --------+--------~ WATER DATA --~------~ BEARfNG/DCLTA N 86'23'20" E RADIUS LENGTH Rf MARKS -+---33-.-1~7~' -+-1-=-o•=-=p--vc-=---c--L-2cc0cc0-, N 84'51 '20" w 188.79' 10" PVC CL 150 10•34' 12" 200.00' 36.90' 10" PVC CL 200 N 68'42'16" w 18.52' 8" PVC CL 200 2•05• 18" 9. 11' 8" PVC CL 200 CENTERLI1VE DATA 8EARING/DfLTA RADIUS LENGTH REMARKS 23"37'26" 90.00' 37. 11' N 84'51'20" w 200.39' 10·00•59· 100.00' 17 .48' 20•27•44" 100.00· 35. 71' STORA{ DRAI1V DATA 1-------···· C) BEARING/DELTA RADIUS LENGTH REMARKS 1 . 23'37'26" 100.00' + 41.23' 18" RCP 1350-0 l-2--+-· _N_8_4_'_5_1~'2_0 __ "-=---w--------t-,i.-4.-0-1-,-+-1-8-.-R-C_P_13_5_0 ___ 0_~ J N 84'51'18" W .,i. 97.40' 1350-0 -+--------< 4 N 84"51'18" W --1< 96.24' 1350-0 A SEWER.----.;=-'-=-=-'-'--~-----, 1-(~_') ~B-E-AR_I_N_G/----O[_L_T_~A~~~:~-•~_A_D_IU_S_-+----~-+~-------1 DATA LENCH--! R[MARKS 57.94' 8" 7 N 86'42'44" E 178.73' 52.54' 2 N84'51'20"W --1------!--~=c=c.-J 15'03'05" 200.00' PVC 8" PVC 8" PVC 0 ~ I' l_ . l --4 5 I . ;-+--;·· t TOP OF .. . . RIGHT CURB \ • \ -~ \\ u \ , ' . -\ __ w _j ... <{ (.) '· (/1 ~ \ 20· 40' 60' -I I .l i ! 21 fil -" ri..'.OV: a:,. IL) + • l I I l .... I " . ill 8 ~ 8""" g; ~~ii + . TC = CL + 0.04' UNLESS OTHERWISE 1-------------1 ---l - P(?OPOSED (;RADE AT CENTE:RtlNE , SHOWN 15+00 16+00 fil r-: ., + ... - GENERAL UTILITY & ACCESS --"""'C-- EASEMENT PER FINAL MAP 22 FOR SEWER LINE SEE SHEET 11 I -0--·--- (( ~ "' -• I!' -8 0 .--.rt -a::, + I .)I "IO "' a LO u - .::s~~l:; -o:i II a >-• ".J l <n"' <.:> i5~:z.:1 u-~- .,,_.--ENHANCED PAVING PER LANDSCAPE PLANS ~ "' i II o9 "'(.) ~ -0 "' 81" "' &'! .,; :ii "' ~ c:j g: <ri O> + + + "' "' d "' ~~ + ---<O IO ... 1 o;c 23 -D ..., ~ + <O -~ <> -"" ..., c:j ... ..., "' + ... «> IO -... ..., ci ., ..., -+ ... "' IO -... TERRAZA PORTICO ?. ~ a "' ~ o-; (0 ,-; ,.. _ "' + + ~d "' C, -., - 'vi l "' "' ... r-: 0 -"' ... ... ... "' + + "' IO - II "' ... g .1; - &l Sl r-: ., + IO - 17+00 ~ ~ ~3 ~,. ., ... o._, ~~ O> .... :,: ... ~ :£ + <O "' l7+ao J 485 465 17+28.12 IRRIGATION METER 17+2 .43 1EA ~ 2" AVAR ASSY , .L -~r------ toP ot 1 ... l.EFT CURB 460 455 ,--- tOP OF I RIGHT CURB.. IRRIGATION SL£EV£S PER LANDSCAPE: PLANS I j ! i I I 1 ■ I PROFILE SCALES HORIZ. : VERT. : 1·-20· 1"=4' HUNSAKER & ASSOCIATES S A N PLANNING DIEGO, • ENGINEERING • I N C . SURVEYING 10179 Huenneken~ St. ■ SuitF> 200 • San Diego, CA 92"1TI ■ PH: (858) 558-4500 ■ FX: (858) 558·14"14 BENCH MARK DESCRIPTION.· TOP OF STD. BRASS DISC IN CENTERLINE WELL MONUMENT LOCATION· STA. 490f 73.26 B.C. [L CAMINO REAL RECORDED· FROM SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 201, BOOK 001, PAGE 20, MON. NO R/800 490+73 B.C. ELEVATION: 65.261 DATUM M.S.L. ENGINEER OF WORK ~~_/,ia4-~--~9;.f rg;E R.C.E. NO, 'f8, 70 "AS BUILT" _2 ... J,Y~ R&l .. /'10 EXP. ot,/~/94 INSPECTOR ,;k/4, DATE l----t---t-----~--------1----+---+---+----II SH:ET I CITY OF CARLSBAD SHEETS :====::'._'.===::::E::::NG::::l::::N::::EE::R::::IN::::G:::::::::D::::E::::PA::::R::::T::::M::::EN::::T===''.._=:=1=2~ IMPROVEMENT AND UTILITY PLANS FOR: RANCHO CARRILLO VILLAGE "N" APPROVED LLOYD HUBBS A<-~ ~c.f'-~4.fa=- =-,---+1i21,..·~"°-:--:_,,,,_.c-=-,c:_:."'·r::==-===-=--------CT-::---::-:-t.;:-:--T"-+---+-c .. ..,, ~C_in' __ E_NC_,I_N_E_EEf¥7RC __ R_C_E_.~ ___ lllL._~_~EXP 12/,31,/01 DATE DATE INITIAL I ADD 2. FIRE. SE.RVICE t~/lt-OI ..µ,~«. CWN BY, ~ PROJECT NO. DRAWING NO. REVISION DESCRIPTION DATE INITIAL DATE INITIAL CHKD BY ,:;-,f. -«~}\ CT 99-09 386-8 ..,_EN_c_,N_E_E_R_o_F_w_o_R.,_ ___________________ .._0_1_HE_R_AP_P_R_o_vA_L .... _c_1_TY_AP_P_R_o_vA_L_,._"_vw_□_s_Y, __ .¥\;.~::-::::.;:..:::::::::::::::::::::'...:::::::::::::'..J HUNSAKER PIANNINL /017'-J I iuNlffl"-~ns .\r. '>ulle .'fill & ASSOC/A TES \4N ,')t/.'(), 1,,r f,\/()NffKl,\/C Nn D!;,go, (., 92111 5/JR\1£\'/NC f/1(8~/J}.'i5/J,4'j()O FX(MIJJJ'58-t4U CM\VD 97-533 Fill" nomt!' R:\0.107\0107il'"'04 W.0. No. 1375-83 BIN : 1008E ?: l.l.l a ~ -> g .-l -~ ~ 0 0 :i: u ~ ~ ' :,: 0 D 6 I t I i ~ z " !!! ~ '-R Z 0 GJ I I :e z ~ . i 0 C ~ I :ii :s:: ~ :f '" CD § m :a I I . ' 09060J '. I p I ~ <f't? 0 I I « z • GJ I 'ii z • C ii • :s:: , CD I ()\93 i ' C) 2 < ' ' , I 2 J 4 10" WSP (10 GAUGE:)--~ I' MIN. 10• PVC Io• FLG. ADAPTOR THRUST WALL .PER) i}; CMWO W-18 (MOD :l: ;,: ,.:. ... C + f" <-.- 0<) "' _;_ 1' MIN. NOTE: L 10" PVC 10" F!.G. ADAPTOR THRUST WALL( PE:R CMWD W-18 MOD) WSP ELBOW ANGLES ARE OE:F!.ECTION ANGLES. WELDED STEEL PIPE QUAIL NOT TO SCALE ft<.,....,,..._~ STORM DRAIIV DAT-'-'A=r---------, BEARING/DELTA RAUiUS LENGIH REMARKS N 59'1J'J8" W 58.57' 24" RCP 1350-D N 4J'J7'JB" W 108.80' 24" RCP 1350-D R,\'.)\...1c.. WA TR R DA.TA ---- BFAR/N(;//JELTA RAOtUS LfNGTH REMARKS N 72'46'59" W 6.83' 10" PVC CL 150 N 43°37'38" W 127.69' 10" PVC CL 150 N 61'57'59" W 5.32 10" PVC CL ISO N 61'57'59" W 52. 13' 10"-10 GA WSP. CMLC I ' • I I , VERT. BEND .;i:2.: '-'-"i . (ANGU,~7J'44'22 J j ~5'1-"'-TP 'f· .. ...i ............... , 4.02 SD 10-1-60.57 Rl,!4j~_4'irf' ---....__._' PROPOs ' N ! TOP OF to• I PVC WATER I ' I 11+73.37 SD STA ., 1 J+ 95. J 7 TERRA!A PORTIC z.e~4!r44 f 0· . 460 I ! ' ! -----+----- ~--r'--+--li--t-~--+§5----l-, --'---'--J---_.;~---'---'---'___L-+-+--__;__.;.......c_--+----'---,---t--+,--+-'----f'----+--·---jl ' --t-t -'--· -~----' . ____ ,, 35- EXISTING 24" RCP STORM DRAIN PER PD 411 DWG# JJ1-IA l 20' WATER EASEMENT ______ ____ TO CMWO PER DOC _______ _ RE:C ____ _ • 20 \ \ \ .~1 "' . ''"""'"' \ ! ' '---+-. ! 'L....1-OR/GINA GROUNcr· ' AT CE:N ERLINE f TERRAZA PORTICO SEE SHEET 3 45() t I I~ \ i ! I 1· I ifl:::I \ ,,I\ .. _.\\,\ \,\/. L.J4tttltr-1__..\:-~-----j1j1~+J1~J~.Jr;1~stD~ST.tAi,i.,-romiro 1J+95.J7 TERRAZA PORTIC ""' '\ TYP[A4CO I ,~ . --.. ..,. , 36+80.89 WTR STA. • 13+84. 11 TERRAZA PORTICO J6+74.06 WTR STA. = ' 1.3+82.61 TERRAZA PORTICO CONST 1EA ~ 10" PJ 22.50' BEND & TB (ANGLE=29'9'21 ") 2EA ~ DEF COUPLING l ' "'o. <>"' 0 20· ~ ... PLAN & PROFILE: OFFS/TE WATER & STORM DRAIN "Hc..-cu.... o<.u--1 I~\ ,,A'!:>-b...llLT'' DATE INITIAL DATE INITIAL ENGINEER OF WORI REVISION DESCRIPTION OTHER APPROVAL HLJWSAKER 1'1,1NN'II, IUJ/'.I Huer=kffi, SI, Suite 1/JO JJ A C' C' l'1 /"'I I A TC C' fNOl\'EERJ"IC San Diego, cJ •12111 ! ' - I S A N PLANNING -i-- PROFILE SCALES HORIZ. : VERT. : D E C O , ■ ENGINEERING ■ 1·-20· 1"=4' I N C • SURVEYING 10179 Huennekens St ■ Suite 200 ■ San Diego, (A 92121 ■ PH: (B58) 558·4500 ■ fX: (858) 558·1414 BENCH MARK DESCRIPTION: TOP OF STD. BRASS DISC IN CENTERLINE WELL MONUMENT LOCATION: STA. 490+73.26 8.C. EL CAMINO REAL RECORDED: FROM SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 20 I, BOOK 001, PAGE 20, MON. NO. R/800 490+73 B.C. 40' 60' ELEVATION: 65.261 DA TUM M. S.L. I I ENGINEER OF WORK ~2••_,,, ;,o~a...t: ,-/,yfo• E EER DATE R.C.E. NO. (ft!!/, 7~ "AS BUILT" ~ofESSto-1,: ~ L ._, 1-,<>;_,.u. < ~~~ ff"'J..,~ ...xi tfa/4y .,:_, ~--z z ~ NO. 48670 ~ DATE "'; EXP. 6/30/04 ;' RCE -+ev,o EXP. ov{~QL~ ,J'I~ . f"'HHI <it'"" REVIEWED BY: 't 0,-CACI~ ....... ,~.·, •.. :'I <1/;1.1)olJ ~lflMI 'lNSPECTOR DATE I SH~ET I CITY OF CARLSBAD rn ENGINEERING DEPARTMENT 2 IMPROVfMfNT AND UTILITY PLANS FOR: RANCHO CARRILLO VILLAGE "N" APPROVED LLOYD HUBBS ,..,.,,,-t_ ~~ 11)1~ C~RCE ~p 12/31101 DATE ---··-' ' ow~ BY: PROJECT NO. DRAWING NO. DATE INITIAL C--IKO BY <:,-,~ ~ctt CT 99-09 386-8 RVWO BY: CITY APPROVAL CMWD97-533 W.0, No. 1.375-83 ~ f' ., fi " ii " H H H :g ,, 13 ,,.. l" f~ '~ ;; ~~ ·., 'i :i I I I ~ z C I 0 ~ ~ ~ ~ !II ~ z C i 0 ~ ~ " \; ? .. C 5 8 ~ ~ ~ • .1 ~ I ' , '· 6 " 0 'Ii 0 ~ " :,: • ! i D l) ~ z G) z C s: CD rn :rJ I D l) ~ z G) z C s: CD rn :rJ 0 20' WATER BEAR/1\'G/DEL TA t(ADJUS I -N 55•04•51 • w 2 N 74°19°52" W 3 N 32"34'51 • W 4 N 59•59•32• W 5 N 61"57'59" W I RANCHO CARRILLO VILLAGE Q-2 OWG NO. J48-5 SHEET 4 CT 9J-08 : : ~ l I -~ I I ~~ Cl: ii~ ~~@_II I I ~ I I I i I I I 1 "'""'..,., I I " I /1 I I' i_ " ~ II RANCHO CARRILLd VILLAGl' 0-2 DWG NO. J48-5 SHEIT 4 CT 9J-08 40' 60' DATA L£NGT/-i REMARKS 46, 10' 10•-,o GA WSP, CMLC 97.71' 10•-10 GA WSP, CMLC 71,69' 10•-10 GA WSP, CMLC 177.78' 10"-10 GA WSP, CMLC 95.84° 10•-10 GA WSP, CMLC 1.,..---TRENCH RESURFACING PER SDG 107. !Oil PLAN & PROFILE: i i OFFS/TE MAP NO, 13553 RANCHO CARRJLLO VILLAGE • o• CARLSBAD TRACT NO. 93-08 WATER 'JJO ORIGINAi. I J I ' J I I I • \ \ I , I I ' ' I I ' •, \ • 41 I --: ' --- p OPQS CRAC>£n A CENTIJRUNE : WATERLINE · · 410 '1 ~ ' I i i • . 20" WATER EASEMENT--- TO CMWD PER ooc ____ _ REC ____ _ I , \ I • I \ I • . ' I o, • -t442 437 ---' + t PROFILE SCALES HORIZ. : VERT. : 1"=20' 1"==4 1 10179 Huennekens St. • Suite 200 ■ San Diego, CA 92121 ■ PH: 1858) 558-4500 • FX: (858) s~a-I4-14 BE.NCH MARK DESCRIPTION: TOP OF STD. BRASS DISC IN CENTERLINE WELL MONUMENT LOCATION: RECORDED: ELEVATION: STA. 490+73.26 B.C. EL CAMINO REAL FROM SAN DIEGO COUNTY ENGINEER LEVEL CIRCUIT LINE NO. 20 1, BOOK 001, PAGE 20, MON, NO. R1800 490+73 B.C. 65.261 DATUM M.Sl. ENGINEER OF WORK "AS BUILT" ~JP~-t::. DATE RCE :4t:.t...,.'lo EXP. (:.>IJ/'!:>0(94 <ll;Jt )oi.J ,sPFCTOR DATE IMPROVEMENT AND UTILITY PLAN$ FOR: RANCHO CARRILLO VILLAGE "N" APPROVED LLOYD HUBBS ~==:t==t~================+===1~==1===i~~~ ~E:Gl;EficE"f~E~P 12/J1 ;o('ftt,f~TE I-~=====;-"',=--='=--=--=-=--=-=-=-=-=--=-=--=--=-.,~ -------~-,,,...= ~ I-,,\ •;.._,,,-,,,_,,._T" OWN BY,~~-......, PROJECT NO. DRAWING NO. DATE INITIAL DATE INITIAL DATE INITIAL CHKD BY, ~-CT 99-09 386-8 ENGINEER OF WOR, REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL RVWD BY1 ~ ~-------- HUNSAKER l'IA.'VNINC 1/Jli:I /-1/.lr,oo,.hn, 5(. SU1te !IJfJ J) 1J ("C'nr1A TLC' lNC/l'lfflilNC SanDkgo, c, '11121 Clv!WD 97-533 hie name, R:\0107\010/1'PJC W.O. No. 1375-83 ~ z ,: I 6 ' I " :! ! • ii z :" !i! eJ ' i 0 G) :! z z i • ~ ~ -C C ~ I s::: • CD D m I :II I' ~ :c 0 □ 6 I il 18 !i ~ i !!1 ! z • Z 0 (j) ; i :! • z i • • 0 C . ~ ~ s::: Ii " ['I ~ • ~ 'f-I i .!.I v I' ~ I -> 3 -l -~ ~ j 0 ::c: :..) ~ ~ I I I ~ ~ I I I ! ll !!! ~ -z . i □ G) i z z lil • ! !;I ~ C ~ ~ ~ s::: CD § m :II ~ I' l 1. GENERAL NOTES RECYCLED WATER NOTES ALL WORK SHALL BE DONE 1111 ACCORDANCE WITH THE CARLSBAD MUNICIPAL WATER DISTRICTS "CARLSBAD RECYCLED RULES & REGULATIONS FOR CONSTRUCTION OF RECYCLED WATER MAINS" DATED OCTOBER 1993. FUTURE (PRIVATE) RECYCLED WATER SYSTEM FOR LANDSCAPE IMPROVEMENTS AT SHEET INDEX SHEET TITLE RECYCLED WATER / TITLE SHEET GENERAL NOTES CONSTRUCTION PLAN CONSTRUCTION DETAILS AND NOTES SHEET NUMBER 1 ' 2 3-8 9-11 12-17 2. DRINKING FOUNTAINS SHALL BE PROTECTED FROM Si"RAY OF RECYCLED WATER. BEST MANAGEMENT PRACTICES SHALL BE USED TO MINIMIZE RECYCLED WATER ENCROACHMENT ON PUBLIC FACILITIES SUCH AS PICNIC TABLES, BBQ'S, PLAYGROUNDS, SAND TOT LOTS, ETC. RANCHO CARRILLO I VILLAGE 'N' IRRIGATION PLAN IRRIGATION SPECIFICATIONS IRRIGATION DETAILS 18-19 20 N 0 3. 4. 5. BEST MANAGEMENT PRACTICES SHALL BE USED TO ELIMINATE OR CONTROL TO THE BEST EXTENT POSSIBLE PONDING, RUN-OFF, OVER SPRAY AND MISTING. HOSE BIBS ARE STRICTLY PROHIBITED. ON-SITE CROSS-CONNECTIONS BETWEEN RECYCLED WATER LINES ANO POTABLE WATER LINES IS STRICTLY PROHIBITED. 6. NO SUBSTITUTION OF PIPE MATERIALS WILL BE ALLOWED WITHOUT PRIOR APPROVAL OF THE CITY OF CARLSBAD MUNICIPAL WATER DISTRICT. 7. ALL ON SITE PIPES SHALL HAVE WARNING TAPE PER CARLSBAD MUNICIPAL WATER DISTRICT RULES AND REGULATIONS. 8.* THE IRRIGATION SYSTEM SHALL RUN BETWEEN THE HOURS OF 10:00 PM AND 6:00 AM THE FOLLOWING MORNING (SPOT IRRIGATION COULD BE DONE AT A DIFFERENT TIME WITH QUALIFIED SUPERVISION PERSONNEL ON SITE). 9. PROVIDE A MINIMUM OF AT LEAST 18 INCHES OF COVER OVER ALL WIRING AND PIPING. 10. NON-DESIGNATED USE AREAS SHALL BE PROTECTED FROM CONTACT FROM RECYCLED WATER, WHETHER BY WINDBLOWN SPRAY OR BY DIRECT APPLICATION, THROUGH IRRIGATION OR OTHER APPROVED USE. LACK OF PROTECTION, WHETHER BY DESIGN, CONSTRUCTION PRACTICE OR SYSTEM OPERATION, IS STRICTLY PROHIBITED. 11. IRRIGATION HEADS SHALL BE RELOCATED OR ADJUSTED TO PREVENT OVER-SPRAYING ON SIDEWALKS, STREETS AND NON-DESIGNATED USE AREAS. 12. RECYCLED WATER QUICK COUPLING VALVES SHALL BE OF A TYPE DESIGNED FOR THE USE ON RECYCLED WATER DISTRIBUTION SYSTEMS (SPIKES NOT INTERCHANGEABLE WITH POTABLE WATER QUICK COUPLER SPIKES) PER CARLSBAD MUNICIPAL WATER DISTRICT RULES AND REGULATIONS. 13. METERS SHALL BE SIZED BY THE CITY OF CARLSBAD MUNICIPAL WATER DISTRICT. 14. ALL IRRIGATION PIPES SHALL BE STENCILED WITH THE WARNING, "NON-POTABLE OR RECYCLED WATER, COLOR-CODED (PURPLE) AND LAID WITH WARNING TAPE AND STENCILING ORIENTED TOWARD THE TOP OF THE TRENCH PER THE CARLSBAD MUNICIPAL WATER DISTRICT RULES AND REGULATIONS. 15. ALL POTABLE WATER AND RECYCLED WATER PIPING SHALL BE INSTALLED WITH THE STENCILING ORIENTED TOWARD THE TOP Of THE TRENCH. 16. WHEN POTABLE WATER LINE AND RECYCLED WATER LINE CROSS, THE RECYCLED LINE SHALL BE INSTALLED WITHIN A PROTECTIVE SLEEVE. THE SLEEVE SHALL EXTEND 10 FEET FROM EACH SIDE, FROM THE CENTER LINE OF POTABLE LINE, FOR A TOTAL OF 20 FEET. 17. A 10 FOOT HORIZONTAL SEPARATION BETWEEN POTABLE WATER AND RECYCLED WATER MAINS MUST BE MAINTAINED AT ALL TIMES. THE POTABLE LINES MUST BE INSTALLED AB6"1E THE RECYCLED LINE. 18. A MINIMUM OF 12 INCHES OF VERTICAL SEPARATION BETWEEN UTILITIES MUST BE MAINTAINED AT ALL TIMES. 19.* DEVELOPER / CONTRACTOR SHALL CONDUCT A CROSS-CONNECTION TEST AND COVERAGE TEST AS DIRECTED BY THE CARLSBAD MUNICIPAL WATER DISTRICT ENGINEER OR THE SAN DIEGO COUNTY DEPARTMENT OF ENVIRONMENTAL HEALTH SERVICES PRIOR TO ANY USE OF RECYCLED WATER. 20. QUICK COUPLING VALVES USED IN RECYCLED WATER SYSTEMS SHALL CONFORM TO THE FOLLOWING. RECYCLED WATER: QUICK COUPLING VALVES USED IN RECYCLED WATER SYSTEMS SHALL HAVE ACME TYPE THREADS (SPIKES NOT INTERCHANGEABLE WITH POTABLE WATER QUICK COUPLER SPIKES) AND PURPLE COLORED LOCKING COVERS PERMANENTLY ATTACHED TO THE VALVE. QUICK COUPLING VALVES SHALL BE NELSON NO. 7645, HUNTER NO. HV100A-RL-NP OR APPROVED EQUAL. 21. AN ANNUAL CROSS CONNECTION INSPECTION WILL BE DONE BY EITHER CARLSBAD 22.* 23.* MUNICIPAL WATER DISTRICT OR SAN DIEGO COUNTY DEPARTMENT OF ENVIRONMENTAL HEALTH SERVICES. COPIES OF INSPECTION REPORTS WILL BE FORWARDED TO THE NONINSPECTING PARTY. DEVELOPER SHALL SHOW THE LOCATION OF RECYCLED SIGNS "DO NOT DRINK" ON THESE PLANS. AN ON-SITE USER / SUPERVISOR SHALL BE DESIGNATED IN WRITING, THIS INDIVIDUAL SHALL BE FAMILIAR WITH PLUMBING SYSTEMS WITHIN THE PROPERTY, WITH THE BASIC CONCEPTS OF BACKFLOW / CROSS CONNECTION PROTECTION, AND THE SPECIFIC REQUIREMENTS OF A RECYCLED WATER SYSTEM. COPIES OF THE DESIGNATION, WITH CONTACT PHONE NUMBERS SHALL BE PROVIDED TO THE SAN DIEGO COUNTY DEPARTMENT OF ENVIRONMENTAL HEALTH SERVICES AND CARLSBAD MUNICIPAL WATER DISTRICT. IN CASE OF EMERGENCY CONTACT MAINTENANCE SUPERVISOR OR AFTER HOURS CONTACT MAINTENANCE SUPERVISOR ON CALL CUSTOMER SERVICE @ (619) 989-7250 ON CALL CUSTOMER SERVICE @ (619) 989-7250 . 'PORTIC,O' THE FOLLOWING GUIDELINES FOR THE USE OF RECYCLED WATER ARE TO BE PERMANENTLY POSTED INSIDE THE DOOR OF EACH CONTROLLER WHERE THEY ARE EASILY VISIBLE: PLACE ON 81 /2" X 11" SIZED SIGN. COLOR: PURPLE BACKGROUND WITH BLACK LETTERING. I. GUIDELINES FOR RECYCLED WATER USE 1. IRRIGATE BETWEEN THE HOURS OF 10:00 PM AND 6:00 AM ONLY. WATERING OUTSIDE THE TIME FRAME MUST BE DONE MANUALLY WITH QUALIFIED SUPERVISORY PERSONNEL ON-SITE. NO SYSTEM SHALL AT ANY TIME BE LEFT UNATTENDED DURING USE OUTSIDE THE NORMAL SCHEDULE. 2. IRRIGATE IN A MANNER THAT WILL MINIMIZE RUN-OFF, POOLING, AND PONDING. THE APPLICATION RATE SHALL NOT EXCEED THE INFILTRATION RATE OF THE SOIL. TIMERS MUST BE ADJUSTED SO AS TO BE COMPATIBLE WITH THE LOWEST SOIL INFILTRATION RATE PRESENT. THIS PROCEDURE MAY BE FACILITATED BY THE EFFICIENT SCHEDULING OF THE AUTOMATIC CONTROL CLOCKS, (I.E. EMPLOYING THE REPEAT FUNCTION TO BREAK UP THE TOTAL IRRIGATION TIME INTO CYCLES THAT WILL PROMOTE MAXIMUM SOIL ABSORPTION. 3. ADJUST SPRAY HEADS TO ELIMINATE OVERSPRAY ONTO AREAS NOT UNDER THE CONTROL OF THE CUSTOMER. FOR EXAMPLE, POOL DECKS, PRIVATE PATIOS AND LOTS, AND STREETS AND SIDEWALKS. 4. MONITOR AND MAINTAIN THE SYSTEM TO MINIMIZE EQUIPMENT AND MATERIAL FAILURE. BROKEN SPRINKLER HEADS, LEAKS, UNRELIABLE VALVES, ETC. SHOULD BE REPAIRED AS SOON AS THEY BECOME APPARENT. 5. EDUCATE ALL MAINTENANCE PERSONNEL ON A CONTINUOS BASIS OF THE PRESENCE OF RECYCLED WATER. PERSONNEL MUST BE INFORMED THAT RECYCLED WATER IS MEANT FOR IRRIGATION PURPOSES ONLY, AND IS NOT APPROVED FOR DRINKING PURPOSES, HAND WASHING, CLEANING OF TOOLS, ETC. GIVEN THE HIGH TURNOVER RATE OF EMPLOYEES IN THE LANDSCAPE INDUSTRY, IT IS IMPORTANT THIS INFORMATION BE DISSEMINATED ON AN ALMOST DAILY BASIS. IT IS YOU, THE LANDSCAPE CONTRACTOR WHO IS RESPONSIBLE FOR EDUCATING EACH AND EVERY ONE OF YOUR EMPLOYEES. 6. OBTAIN PRIOR APPROVAL OF ALL PROPOSED CHANGES AND MODIFICATIONS TO ANY PRIVATE ON-SITE FACILITIES. SUCH CHANGES MUST BE SUBMITTED TO, AND APPROVED BY, THE DISTRICT ENGINEERING OFFICE AND DESIGNED IN ACCORDANCE WITH DISTRICT STANDARDS. 7. ALL RECYCLED WATER SPRINKLER CONTROL VALVES SHALL BE TAGGED WITH IDENTIFICATION TAGS. A. TAGS SHALL BE WEATHERPROOF PLASTIC 3" X 4" PURPLE IN COLOR WITH THE WORDS ''wARNING RECYCLED WATER -DO NOT DRINK" IMPRINTED ON ONE SIDE, AND "AVISO -AGUA IMPURA -NO TOMAR" ON THE OTHER SIDE. IMPRINTING SHALL BE PERMANENT AND BLACK IN COLOR, USE TAG AS MANUFACTURED BY T. CHRISTY ENTERPRISES OR APPROVED EQUAL. B. ONE TAG SHALL BE ATTACHED TO EACH VALVE AS FOLLOWS. 1. ATTACH TO VALVE STEM DIRECTLY OR WITH PLASTIC TIE-WRAP OR 2. ATTACH TO SOLENOID WIRE DIRECTLY OR WITH PLASTIC TIE-WRAP OR 3. ATTACH TO VALVE COVER WITH EXISTING VALVE COVER BOLT. 8. ALL SPRINKLER HEADS SHALL BE IDENTIFIED AS RECYCLED WATER SPRINKLER HEADS 11. EACH AUTOMATIC CONTROLLER AND ITS ASSOCIATED EQUIPMENT SHALL BE IDENTIFIED WITH A SIGN BEARING THE WORDS "RECYCLED WATER USED FOR IRRIGATION" IN ENGLISH AND SPANISH, WITH BLACK LETTERS 1" HIGH ON A PURPLE BACKGROUND. THE SIGN SHALL BE PLACED SO THAT IT CAN BE READILY SEEN BY ANY OPERATIONS PERSONNEL UTILIZING THE EQUIPMENT. DECLARATION OF RESPONSIBLE CHARGE: I HERESY DECLARE THAT I AM LANDSCAPE ARCHITECT OF WORK FOR THIS PROJECT. THAT I EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF THIS PROJECT AS DEFINED IN SECTION 6703 OF THE BUSINESS AND PROFESSIONS CODE AND THAT THE DESIGN IS CONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS AND SPECIFICATIONS BY THE CITY OF CARLSBAD AND THE SAN DIEGO COUNTY DEPARTMENT OF ENVIRONMENTAL HEALTH IS CONFINED TO A REVIEW ONLY AND DOES NOT RELIEVE ME, AS OF WORK, OF MY RESPONSIBILITIES FOR PROJECT DESIGN. i1 dyv( 1400 INSPECTION PROCEDURES 1. CITY CONSTRUCTION INSPECTION SHALL INCLUDE: A. LOCATION OF PIPE LINES. 8. TRENCH DEPTHS C. REQUIRED SEPARATION (HORIZONTALLY AND VERTICALLY) D. PIPE IDENTIFICATION E. POINTS-OF -CONNECTION (POC'S) F. LOCATION AND IDENTIFICATION OF SPRINKLER HEADS IRRIGATION LEGEND AND NOTES PLANTING PLAN PLANTING SPECIFICATIONS, DETAILS AND NOTES MAINTENANCE MAPS NOTE: LEGEND [TI CONSTRUCTION PLAN SHEET NO. CD IRRIGATION PLAN SHEET NO. & PLANTING PLAN SHEET NO. -PROJECT TYPE IS RMH (MEDIUM HIGH) -REQUIREMENTS: 30% (COOL SEASON GRASS) OR 50% (WARM SEASON GRASS). -49% (WARM SEASON GRASS) ON THIS PROJECT G. WARNING SIGNS AT THE SITE AND ON THE TRUCKS HAULING RECYCLED TERRAZA PORTICO ---//"" WATER (IF RECYCLED WATER IS USED FOR CONSTRUCTION). 21 22-~2 IGT 1U ....... CINITY MAP rn@A ~\ -r--, M ,/) ·,-.\ ZIA ,,--PATRON .,-/' ,, I\ Ul@A -~!'c'1]-- I;' ,' ,~...;:·f::::c;.,·1 r I -,-\ - -. ~-MELROSE DRIVE AN APPROVAL LETTER REGARDING THE INSPECTION OF THE PROJECT SHALL BE OBTAINED FROM THE CITY AND THE DISTRICT, AND BE FORWARDED TO THE COUNTY HEALTH DEPARTMENT PRIOR TO FINAL INSPECTION APPROVAL. I I ,-u,e" f:JJ~~-1~1 ~,----TERRAZ.A. [I] @A/,-ff ! liY'-• .'i \ ' . PORTICO 2. DISTRICT FINAL INSPECTION SHALL INCLUDE: A. COVERAGE TESTS, AFTER COMPLETION OF THE SPRINKLER SYSTEM, TO DETERMINE THE ADEQUACY OF COVERAGE ON THE APPROVED USE AREA AND PROTECTION OF AREAS NOT APPROVED FOR RECEIVING RECYCLED WATER. B. WARNING SIGNS AND LABELS. C. QUICK COUPLING VALVES. D. ALL ASPECTS OF THE IRRIGATION CONDITIONS INCLUDING WINDBLOWN SPRAY, RUNOFF.AND PONDING. E. REQUIRED PROTECTION OF ALL RESIDENTIAL AREAS. F. REQUIRED PROTECTION OF WELLS, STREAMS, RESERVOIRS, ETC. G. CROSS-CONNECTION. 3. ANN UAL INSPECTION SHALL INCLUDE: A COMPLETE INSPECTION WHICH SHOULD COVER PARTS "A", "B" AND "G" OF THE DISTRICT FINAL INSPECTION. TYPICAL SIGNS /f-L 12!:;n::J!:"t' 1 ~o . I: ', \\ \ r(]I ·-IJ-S\ tr1f° \\1 \1 ~-•'A"'..l,;±~~ c ---~ t~~ ~-~.:~J 1 CORTELA ' · ,). 4 1 2 ~ LUZ _,,__,. KE M DUE TO THE SCALE OF THE SITE USE NOT ALL INFORMATION MAY BE SHOWN CLEARLY. FOR PRECISE LOCATIONS, SIZES AND ROUTING OF ALL POTABLE AND RECYCLED SUPPLY LINES, SEE IMPROVEMENT PLANS PREPARED BY HUNSAKER & ASSOCIATES FOR RANCHO CARRILLO VILLAGE 'N' -'PORTICO' RECYCLED WATER KEY SCALE NTS MAP ~----BLACK LOGO -----PURPLE BACKGROUND 36" ---1 " BLACK LETTERS In Order to Conserve Water ... RECYCLED WATER IN USE KEY MAP LEGEND (N.T.S.) WARNING RECYCLED WATER DO NOT DRINK RECYCLED WATER HANDS AFTER CONTACTING S MANOS DESPUES DE USAR (SIZE) 12" X 36" .032 ALUMINUM, .060 ABS PLASTI OR STICK-ON VINYL SIGNS '----1 " BLACK LETTERS '----2" BLACK LETTERS DO NOT DRINK NO TOME EL AGUA 'f ASII HANDS AFTER CONTACTING VlllE SUS IIANOS DESPUES DE USAR • 18" X 18" SIZE .032 ALUMINUM, .060 ABS PLASTIC OR STICK-ON VINYL SIGNS. SYMBOL 1M] 'v .,/ ' ( '·<:, '· .-\ CARLSBAD MUNICIPAL WATER DISTRICT i/ .... ~· ~· ',':.\' ' ,,. // . -' ·, :i , , i __ I 'l , '.. ""'''.lj-· Of , .. !. 1,,_.1 \ _. l\ilwl'"...... · .• •~ -, 1 • vq; <JV , ,; i\~·-;;, c~,~~~ /' ~.i t:~ft>r~r= WILLIAM E. PLUMMER R.C.E. 28176 DEPUTY CITY ENGINEER EXP. 3/3/02 DATE SAN DIEGO COUNTY DEPARTMENT OF ENVIRONMENTAL HEALTH ft•{ 1(( P.., &,-(¼ r (-J.;., tU1 0 APPROVED BY: DATE APPROVED ,vi APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS. DESCRIPTION PROPOSED R/W IRRIGATION MAINLINE LOCATION OF RECYLCED METER "DO NOT DRINK" SIGN LOCATIONS b-Z"i·ot DATE REVIEWED& /_, ~ /0. 2..·t?7 D~~~ ~ SHOW ALL PUBLIC AND PRIVATE POTABLE WATER MAINS ON IMPROVEMENT PLANS. REVISIONS MUST BE ATE DATE I 24. INSPECTOR DATE D ST RECYC FIRM NAME AND ADDRESS: DENNIS GILLESPIE HEALTH ENGINEER, ASSISTAN •••::..1.'--=:·l::c~"'.o'-!i .....r::.c,__+,::!.!:!.!c.!.!t!S':!._='-'-""=.r::,:===-------l----+--1-----+----I CITY QF CARLSBAD * ITEMS 8, 19 & 23 SHALL BE REQUIRE JU PRIOR TO THE ACTUAL USE OF LED WATER. GILLESPIE DESIGN GROUP, INC. ,:-/ APPROVED BY PUBLIC ,o-U.•Oo \<-~ ~i ·¼·tO IT] ~ PLANNING DIRECTOR & PLANNING DEPARTMENT ~ * ITEM 22 THE SIGNAGE SHALL BE A PART OF THIS I.P. BUT THE ACTUAL SIGNS AND TAGS 8910 UNIVERSITY CENTER LANE, SUITE 580 DISTRICT ENGINEER PRIOR '.:===:'...':::============:::::....::::===:: ~ WILL BE INSTALLED JUST PRIOR TO ACTUAL USE OF RECYCLED WATER. SAN DIEGO, CA 92122 TO IMPLEMENTATION IN FIELD TITLE SHEET FOR: ,;; TELEPHONE NUMBERS: (619) 558-8977 / (619) 558-9188 (FAX) REVISION DATE 4 .27.ool----l--+----------------l----+--l-----+----I RANCHO CARRILLO ~ 25. ON RECYCLED WATER SYSTEMS, ALL APPURTENANCES {SPRINKLER HEADS, VALVE HEADS, VALVE °' REGISTRATION NUMBERS.· CA 1362 :;; BOXES, ETC.) SHALL BE COLOR CODED PURPLE PER AWWA GUIDELINES AND SECTION 404954 OF 6 '28'00 VILLAGE'N' _ 'PORTICO' 3 THE CALIFORNIA HEALTH AND SAFETY CODE. EXPIRATION DATES: APRIL 30, 2001 7.28.00 § rr DEVELOPER NAME AND ADDRESS: D.R. HORTON 8910 UNIVERSITY CENTER 1JiNE =-D:::RA::WN::::::-----K~.::N:1. t-=--=--=--=--=i~-=--=--=--=i~-=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=--=-1-=--=--=--=--=-t-=--=--=--=-t-=--=--=--=-t-=--=--=-j , ~~-'6"" 'A b'I ~•• ~ 26. A PHYSICAL SEPARATION SHALL BE PROVIDED BETWEEN ADJACENT AREAS IRRIGATED WITH RECYCLED 1010 SOUTH COAST HIGHWAY . ,-vyc..,-<-c.,, ~ WATER AND POTABLE WATER. SEPARATION SHALL BE PROVIDED BY DISTANCE, CONCRETE MOW STRIPS SUITE 101 SUITE 580 APPROVED J.P. 1.cA:::;SS=!:IS~l~A~=~ DATE ~ OR OTHER APPROVED METHODS. ENCINITAS, CA 92024 SAN DIEGO CAill'ORNIA 92122 JOB NO. 99-ota OWN BY: ----1 PROJECT NO. DRAWING NO. ~,. _________________________________________ T_E-LE_P_H_O_N_E_N_U_M_B_E_R_S_: _____ ~((7:66~00~))~66~33~44:-~66:770=0~~<::x~----------------~6~19~•!5~5!8~-~8~97~7!--~0~R~IG~l~N~A~L~D~A~n;;;;;;;:!;;; 3 ~·~ 7 ·~ 0 ~ 0 !::EN:::::E~=o=';='":=o=====R=EVl=S=l=O=N=D=E=S=C=R=IP:::ll:O:N====~o:=:=AP:P:;~:m::::::::,~:K:~:p::::-:~=~~=K=~=:=:~~~~~~~;;-.~c;:.T;:.:::9:9~;0;9;:::;3;8;6:-=8=L=!J i ill -FAX 619 . 558 . 9188 SCALE AS SHO C.M.W.D. 97-533 ,, 'I ~ 0 u lA1 ~ ll. "<\ ~ z " ~ ' 5 0 ~ I "" ~ u & N -0 I OI "' ,,. GENERAL CONDITIONS SHORT FORM PART 1 -GENERAL 1.1. DESCRIPTION 1.1.1. All provisions of the 'Genero.l ConcUtlons of the Centro.ct for Construction•, A.I.A, DocuM"nt A201, 1976 Edition, sho.ll o.pply to the work o.s If bound herein, Coples a.re o.vo.llo.ble o.t the A.I.A. Office, 233 A Str,.et, So.n Diego, CA 92101. 1.1.2. Und"r Article 4.18.1 IndeMnlflco.tlon of the Gen,.ro.l Conditions, delete the words '(other tho.n the \vork lts,.lf)', 1.2, GENERAL PROVISl□NS/DIVISl □N 1 GENERAL REQUIREMENTS 1,2,1. SCOPE OF CONTRACT 1,2,1.1, The following t"rMs, conditions, o.ncl Instructions, o.s w"ll o.s the Lo.ndsco.pe Architect's plo.ns o.nd speclflco.tlons, th" Contro.ctor's contro.c"t o.nd shop dro.wlngs o.nci o.ny chcLnge orders o.nd/or o.cldenduM's Issued by Lo.ndsco.pe Architect sho.l.l forM the Genero.l Contra.ct, 1.2.2. JOB FILE 1.2.2.1. The londsco.pe Architect sho.ll furnish the Controctor with o.ll dro.wlngs, speclflcotlons, revisions orclerecl by the l.o.ndsco.pe Architect, ancl change orclers, The Contro.ctor will furnish his contro.ct, any shop dro.wlngs requlrecl o.ncl o. work sheet on whlc:h he will note o.ny clevlatlon froM tlhe Contract not otho,rwlse coverecl. The Contro.ctor will keep o flelcl set of clro.wlng", upclo.tecl weekly, upon which cievlo.tlons o.re notecl, work she·et, shop clro.wlngs o.ncl on the Job o.t o.ll tlMes, 1.2.3. PERMITS AND SURVEYS 1.2,3,1. The Owner sho.ll esto.bllsh o.ll lot lines o.ncl r"strlctlons, All other lines, gro.cles, o.nd levels sho.ll be estobllsheci by the Contro.ctor o.ncl he shall verify o.H cllMenslons, lines, o.r,cl gracles lncllco.ted on the clrowlngs, The Olwner sho.ll furnish o.ll. surveys, PerMlts ond licenses requlrecl for execution of tlhe work ,;ho.ll be procured o.ncl polcl for by the Co,ntro.ctor, 1.2.4, CONTRACTOR'S/LANDSCAPE ARCHITECT'S RESPONSIBIL.ITIES 1.2.4.1. The Contro.ctor sho.ll give efficient supervision to the work, using his best skill o.ncl o. ttentlon, \vhen obsent froM the Job, he sho.ll o.ppolnt o. supervisor co.po.ble of cllscusslng Minor Mo.tters with the Owner o.ncl Lo.nclsco.pe Architect on the site. He sholl co.refully stucly o.ncl coMpo.re o.ll clro.wlngs, speclflco.tlons, o.ncl other Instructions for the work, Any work lncllco. tecl In o. MO.nner which would Mo.ke It difficult to produce first clo.ss work, or o.ny cllscrepo.ncles of conflicts which o.ppeo.r between clro.wlngs o.nd speclflco.tlons, or between speclflco.tlons o.ncl loco.l orcilno.nces or restrictions, sho.ll be referred to the Lo.nclsco.pe Architect for lnterpreto:tlon or correction before proceeding with work, The Lo.nclsco.pe Architect sho.ll o.t his discretion refer lnterpreto.tlons of dro.wlngs, speclflco.tlons, or continuity with loco.l ordlno.nces o.nd restrictions to the Owner o.ncl/or Engineer. 1.2.5. CHANGES 1.2,5,1. No cho.nge froM the Genero.l Centro.ct sho.ll be Mo.cle without o.uthorlzo. tlon froM the City Inspector o.nd the, Lo.ndsco.pe Architect. All such Instructions sho.ll be In writing on o. 'Ctio.ng" Dreier• forM, Unless Contro.ctor notifies Lo.nclsco.pe Architect within forty-eight (48) hours upon receipt of o. Cho.nge Dreier, such Dreier sho.ll constitute o. po.rt of the Genero.l ContrCLct, The Lo.nclsco.pe Architect sho.ll ho.ve o.uthorlty to Mo.ke Minor cho.nges. Any cho.nges Involving extro. cost, o.ltero.tlon of the overo.ll o.ppeo.ro.nce of the project sho.ll be counter-signed by the Owner, The Lo.nclsco.pe Architect Mo.y Instruct the> Contro.ctor to Issue Cho.nge Orders for o.ny o.dclltlon, o.ltero.tlon, or clecluctlon he wishes to Mo.ke, The contro.c:t price sho.ll be o.cljusted by equlto.ble o.greeMent to cover such cho.nges, If o.ny Instruction by Lo.ncisco.pe Architect Involves extro. c:os:t to the Contro.ctor, he sho.ll give written notice to the Owner before proceeding with work, 1,2,6. HIDDEN OBSTACLES 1.2.6,1. Prior to exco.vo.tlon Into the soil, the Contro.ctor sho.ll loco. te o.ll co.bles, conclults, sewers, septic to.nks, o.nd such other utilities o.s o.re coMMOnly encountered underground o.nci he sho.ll to.ke proper preco.utlon not to do.Mo.ge 'or disturb such IMproveMents, If o. conflict exists between such obsto.cles o.ncl the proposed work, he sho.ll proMptly notify the Lo.ndsco.pe Architect, who will o.rro.nge for reloco. tlon. Contro.cto1° will proceed In the so.Me Mo.nner If rock \o.yers or o.ny other condition encountered underground Mo.kes cho.nges o.dvlso.ble. 1.2.7. PROTECTION OF LIFE AND PROPERTY 1.2,7,1. Contro.ctor sho.ll protect o.ll construction o.ncl lo.nclsco.plng froM clo.Mo.ge o.nd, when required, provide guo.rds or covering, Any clo.Mo.ge sho.ll be repo.lred or replo.cecl o.t the Contro.ctor's expense, Contro.ctors on the job sho.ll co.rry the following lnsuro.nce1 (o.) \vorker's CoMpenso.tlon, (b) Public CoMprehenslve Genero.l Llo.blllty, o.ncl (c) Property Do.Mo.ge, In o.n eMergency threo.tenlng the so.fety of life, work or o.cljolnlng property, the Contro.ctor Is hereby Instructed to o.ct o.t his discretion to prevent such loss or Injury o.ncl sho.ll Mo.Into.In the fol.lowing MlnlMUM llo.blllty Insure.nee covero.ge during the contro.ct period, COVERAGE Bodily Injury -$250,000 per lncllvlcluo.l Per Occurrence Property Do.Mo.ge -$100,000 Per Occurrence Aggrego.te 1.2,7,2, The Contro.ctor sho.ll co.use to be no.Med o.s o.clclltlono.l lnsurecl In such Contro.ctor's Public Llo.blllty, Contro.ctor's Protective Llo.blllty o.ncl AutoMo.tlc Llo.blllty Insure.nee policies the following, Gillespie Design Group, Inc. 8910 University Center Lo.ne, #580 So.n Diego, CA 92122 D.R. Horton 1010 South Coo.st Hlghwo.y Suite 101 Enclnlto.s, CA 92024 1.2,7,3, Contro.ctor sho.ll not co.use this policy to b" co.ncelecl or perMlt It to lo.pse, o.nd the Insure.nee policy sho.ll Include o. clo.use to the effect tho. t the policy sho.ll not, o. t o.ny tlMe during the construction p~rlod, be co.nceleol or reduced, restricted or llMlted until fifteen (15) clo.ys o.fter o.ll o.ddltlono.l Insureds ho.ve received written notice o.s evlclencecl loy returnecl receipts of registered or certified letters, 1.2,7,4, The Contro.ctor o.grees to hold the Owner o.ncl Lo.nclsco.pe Architect ho.rMless froM o.ny clo.lMs o.rlslng out of his opero. tlons or the opero.tlons of o.ny of his subcontro.ctors, Mo.terlo.l supplies, or o.gents, 1.2.8. SUBCONTRACTORS 1.2.8,1. The Contro.ctor sho.ll lnforM the Owner prior to sto.rt of work of the no.Mes of o.ll Subcontro.ctors proposed, If o.nyJ o.ncl he sho.ll ,not eMploy o.ny to which the Owner MO.Y object o.s lncoMpetent or unfit, Contro.ctor o.grees tho. t he Is fully responsible to the Owner for the o.cts or OMlsslons of his Subcontro.ctors. Nothing conto.lned In the Genero.l Centro.ct sho.ll creo.te o.ny contro.ctuo.l relo.tlon between the Owner o.nd o.ny Subcontro.ctor, 1,2,9, FINAL SITE REVIE\v 1.2.9.1. Upon coMpletlon of work, Contro.ctor sho.ll notify the Lo.ndsco.p,e Architect for flno.l site review, o.t which tlMe the Contro.ct,or sho.ll be present. Any o.ssuMecl or existing vo.rlo.nce or OMlsslon sho.U be notecl o.t this tlMe, o.ncl the Contro.ctor sho.ll stlpulo. te when o.ncl how he will rectify so.lei vo.rlo.nce. \vhen these cho.nges, If o.ny, ho.ve been co.rrlecl out o.ncl the o.reo.s of work cleo.ned, the Job sho.ll be conslcierecl coMpleted o.ncl the Genero.l Contra.ct executed. 1.2.10, RESPONSIBILITY FOR \vORKMANSHIP 1,2,10,1. Nlelther coMpletlon of the Job nor f'lno.l po.yMent sho.ll relieve tlhe Contro.ctors of responsibility for guo.ro.ntees sto. tecl In the Ccmtro.ct, or of responsibility for fo.ulty Mo.terlo.ls or poor worlkMo.nshlp, The Contro.ctors sho.ll proMptly reMedy o.ny defects 'Which occur during the guo.ro.ntee period o.s specified In contro.ct,. Notice of observed defects will loe forwo.rcled to the Contro.ctor by the Owner In trlpllco.te, Contro.ctor will return two (2) copies to the Owner, noting thereon who.t o.ctlon wo.s to.ken. All questions o.rlslng uncler this o.rtlcle sho.U be declcled by the Owner. 1.2.11. COMPLIANCE \vITH BUILDING CODES 1.2,11.1 \vhenever the terM 'Building Cocle' or 'Code' Is usecl on the dro.wlngs or In the speclflco.tlons, the terM Meo.ns the following, 1.2.11.1.1. UnlforM Building Cocle -lo.test edition. 1.2.11.1.2. The Sto.nclo.rcl Speclflco.tlons, Cocles, o.ncl Regulo.tlons of the City of Co.rlsbo.d. PART 2 -SPECIAL CONDITIONS 2.1. SAMPLES 2,1.1, Contro.ctor sho.ll subMlt Mo.terlo.\ so.Mples to the l.o.nclsco.pe Architect upon request or o.s co.Heel for In the Centro.ct DocuMents. 2,2, PRIME RESPONSIBILITY 2.2.1. The PrlMe Lo.nclsco.pe Contro.ctor sho.ll o.ccept coMplete responsibility for o.ll Sulocontro.ctors o.ncl perforM such work o.s coorcllno.tlon o.nd supervision o.s Mo.y be required to coMp\ete the workJ such o.s scheduling, correcting errors o.ncl oMlsslons, lnltlo.tlng cho.nge orders o.nd billings, norMo.lly o.ssoclo.tecl with the function of PrlMe Contro.ctor, to coMplete the scope of the work, 2.3. LANDSCAPE ARCHITECT'S FUNCTION 2,3.1. The Lo.ndsco.pe Architect sho.ll ho.ve genero.l lo.nclsco.pe site review o.nd direction of work uncler the Genero.l Centro.ct o.s relo.ted to lnterpreto.tlon of Contro.ct DocuMents, He Is o.gent of the Owner to the extent provlciecl In the speclflco. tlons o.ncl when In speclo.l lnsto.nces he Is o.uthorlzeci by the Owner to o.ct. As Interpreter of the lo.nclsco.pe construction clro.wlngs o.ncl speclflco.tlons o.s Mo.y be necesso.ry on occo.slon during construction contro.ct, he sho.ll side neither with the Owner nor the Contro.ctor, but use his o.uthorlty uncler the Centro.ct to enforce Its fo.lthful perforMo.nce. 2,4, SPECIAL RESPONSIBILITIES 2.4,1, The Contro.ctor sho.ll cOMMence selection o.ncl verify the o.vo.llo.blllty of o.ll necesso.ry MO.terlo.ls upon o.wo.rd of contro.ct, 2.4,2, Any cleposlts necesso.ry to set o.slcle Mo.terlo.ls (either by Owner or by Contro.ctor) sho.ll loe o.rro.ngecl by the Contro.ctor o.s soon o.s possible, 2.4.3. The Contro.ctor o.grees, by subMlttlng o. biol, tho. t this project will receive o high priority on his work schedule, The only clelo.y considered o.ccepto.ble o.re those which co.n loe proven to be beyond the control of the Contro.ctor, 2.4,4, The Contro.ctor sho.ll subMlt the no.Me o.nd bo.ckgrouncl experience of the proposed foreMo.n of the Job, 2.4,5, The Contro.ctor sho.ll. secure o.nd po.y for o.ll required perMlts o.ncl fees to coMplete work. 2.4.6. All Mo.terlo.ls sho.ll be sto.nclo.rcl, o.pprovecl, o.nd first gro.cle quo.llty, o.ncl sho.ll be In prlMe conclltlon upon o.ccepto.nce, 2.4.7, \vork sho.ll be perforMecl when weo.ther conditions perMlt proper o.nd so. tlsfo.ctory results, 2.4,8, Lo.ndsco.pe Architect reto.lns option to require tho. t Contro.ctor receive o. site observo.tlon of eo.ch opero.tlon o.ncl Mo.terlo.l prior to, upon, o.nd o.fter lncorporo.tlon Into the work. ; I 2.5, CLEAN UP 2.5,1. During progress of the work, keep the preMlses reo.sono.bly free of o.ll debris o.ncl wo.ste MO.terlo.ls resulting froM the work. All debris, tools, equlpMent, o.nd rubbish sho.ll be reMovecl froM the site on coMpletlon o.ncl before flno.l o.ccepto.nce of the work. Debris o.nci rubbish sho.ll be disposed of off-site o. t o. lego.l o.ncl o.pprovecl duMp site. 2,6, GENERAL CONTRACTOR'S GUARANTEE 2,6,1. The Contro.ctor sho.ll unconclltlono.lly guo.ro.ntee o.ll work perforMed o.ncl Mo.terlo.ls o.ncl equlpMent furnished uncler the Centro.ct o.go.lnst defects In Mo.terlo.ls o.ncl workMo.nshlp for o. period of one yeo.r froM the clo. te of flno.l o.ccepto.nce by the Owner o.nd City of the coMpletecl work, except where notecl In these specific 0. tlons. PART 3 -SPECIAL CONDITIONS -CITY or CARLSBAD FroM the Lo.nclsco.pe Mo.nuo.l of City of Co.rlsbo.d SECTION IV,E E.3-1 SLOPE PLANTING E.3-1.1 SLOPE PLANTING STANDARDS Slopes requiring erosion control Meo.sures o.s speclflecl herein sho.ll be treo. ted with one or More of the following plo.ntlng sto.nclo.rcls1 o.. Sto,ndg.rd 11)-C□VER CROP/JUTE MESH Cover crop sho.ll be o. seecl Mix typlco.lly Mo.de up of quick gerMlno.tlng o.ncl fo.st covering gro.sses, clovers, o.nd/or wild flowers. SubMlt the specific seecl Mix for City o.pprovo.l prior to o.ppllco tlon. The cover crop sho.ll be o.pplled o. t o. ro. te o.nd Mo.nner sufficient to provlcle 90% covero.ge within thirty (30) clo.ys, Type of Jute Mesh sho.ll be o.s o.pproved by the City o.ncl sto.kecl to the slope o.s recoMMended by the Mo.nufo.cturer, Jute Mesh sho.ll be required when plo.ntlng occurs betwe"n August 15 o.ncl April 15, During the reMo.lncler of the yeo.r, the cover crop o.nd/or Jute Mesh Mo.y be usecl. b. Sto,ndo,rd 112-GROUND COVER One hunclrecl <100%) percent of the o.reo. sho.ll be plo.ntecl with o. ground cover known to ho. ve excellent soil binding cho.ro.cterlstlcs (plo.ntecl froM o. MlnlMUM size flo. ttecl MO. terlo.l o.ncl spo.cecl to provide full covero.ge within one yeo.r). c. Sto,ndo.rd #3-LO\v SHRUBS Low spreo.dlng woocly shrubs (plo.ntecl froM o. MlnlMUM of 2-3/ 4 inch liners) sho.ll cover o. l'llnlMUM of seventy <70%) percent of the slope fo.ce (o.t Mo.ture size), cl, Sto,ndo,rd 114-TREES AND/OR LARGE SHRUBS Trees o.nd/or lo.rge shrubs sho.ll be (plo.nteci froM o. MlnlMUM of 1 go.llon conto.lners) o. t o. l'llnlMuM ro. te of one (1) plo.nt per two hunclrecl <200) squo.re feet. E.3-1.2 AREAS OF APPLICATION <PLANTING) E.3-1.2,1 SLOPES -61I or steeper o.nd, o., 3 frrt or \rss in vrrtk;o,l height o.ncl o.re o.clJo.cent to public wo.lks or streets require o. t MlnlMUM Sto.nclo.rcls #1 (cover crop o.nd Juted), lo. 4 frrt to B feet lo yerticn\ height require Sto.nclo.rds #1, #2, o.ncl #3, c, In excess of 8 feet lo yertic9l height require Sto.nclo.rcis #1, 112, #3, o.nd 114, E.3-1.2-2 SPECIAL CONDITIONS E.3-1.2-2,1 Areo.s gro.clecl flo.tter tho.n 611 require Sto.ndo.rcl #1 (cover crop) when they hove one or More of the following conclltlons1 o.. Sheet gro.clecl po.els not scheclulecl for IMproveMents within 6 l'\onths of coMpletlon of rough gro.cllng, b, A potentlo.l erosion probleM o.s deterMlnecl by the City, c. lclentlfl"cl by the City o.s highly visible o.reo.s to the public or ho.ve speclo.l conditions tho. t wo.rro.nt ll'IM,.dlo. te treo. tMent, E.3-1.2-2.2, Areo.s to be hyclroseecled sho.ll first be cllskecl or rototllled to provide o. frlc,ble, loose seecl becl, SECTION V A. INSTALLATION A.I SLOPE RE VEGA TION/ERDSION CONTROL A.1-1 CONSTRUCTION SCHEDULE A.1-1.1 Prior to sto.rt of gro.cllng, the o.ppllco.nt' o.gent sho.ll oloto.ln City o.pprovo.l of o. construction schedule o.ncl/or exhibit outlining the tlMlng of the slope plo.ntlng o.ncl lrrlgo.tlon, A,1-1.2 Speclo.l conslclero.tlon sho.ll be given to wo.ter o.ncl e\ectrlco.\ services, A.1-1.3 Irrlgo.tlon o.ncl plo.ntlng sho.ll to.ke plo.ce o.s gro.cllng progresses, A.1-1.4 The schedule sho.ll show tlMlng of construction of free-sto.ncllng, reto.lnlng o.ncl crib wo.lls IMMecllo.tely o.fter rough gro.cllng o.t eo.ch loco.tlon Is o.chlevecl. / A.1-2 IRRIGATION lnsto.llo. tlon of Irr Igo. tlon o.s shown on the o.pproved plo.ns sho.ll COMMence within 10 do.ys of the tlMe when eo.ch slope Is brought to gro.cle o.s shown on the o.pproved grading plo.ns. A.1-2 PLANTING Plo.ntlng o.ncl lrrlgo.tlon for the o.reo.s described o.bove uncler A,1-2 sho.ll be coMpletely lnsto.lled, o.s shown on the o.pprovecl plo.ns, within 30 cloys o.fter the lrrigo.tlon lnsto.llo.tlon first coMMences, GENERAL CONDITIONS SHORT FORM 1. The Contro.ctor sho.ll co.use to be no.Med o.s o.clclltlono.l lnsurecl In such Contro.ctor's Public Llo.blllty, Contro.ctor's Protective Llo.blllty o.ncl AutoMoblle Llo.blllty Insuro.nce policies the following, (o.) D.R. Horton, 1010 South Coo.st Hlghwo.y Suite 101, Enclnlto.s, CA 92024 (b) Gillespie Design Group Inc., 8910 University Center Lo.ne, Suite 580, So.n Diego, CA 92122. 2, Any contro.ctuo.l obllgo.tlons tho.t subcontro.ctor MO.Y enter Into w/ owner/general contractor o.re hereby Included Into these plo.ns. \vhen conflicts occur between plo.ns o.nd subcontro.ct, the stricter sho.ll o.pply, 3, These plo.ns o.ncl dlMenslons o.re o.pproxlMo.te only, o.ncl flelcl conclltlons Mo.y co.use Minor vo.rlo.tlons of whoM owner, genero.l contro.ctor, o.ncl lo.nclscope Architect sho.ll be notlflecl by subcontro.ctor In writing, I EGENP ___,t--1v~f--(3 .::.t=~~ 0 J"X4" RAFTER e 12" 0.C., 1" NOTCH INTO BEAM 0 3"X8" BEAM b ® 0 3"X8" RAFTER e 12 0.C., 2" NOTCH INTO BEAii © 6"'x15• POST @ , ,. CHAMFER .a.LL SIDES © 1"X12"XB" PLANT-ON A fMl PElN--I END PEJM. C WP OEIM. NOTE: ALL WOOD TO BE DOUG FtR, PAINT WITH lWO COATS EXTERIOR PRIMER & PAINT COLOR TO MATCH ARCH. PLAN 2 OVERHEAD 1-1/~ 2-1/~ A EM> Dfllll I DO Df'T'M C END PEIM NOTE: ALL WOOD TO BE DOUG FIR, PAINT WITH 'TWO COATS EXTERIOR PRIMER & PAINT COLOR TO MA.TCH ARCH. PLAN 3 OVERHEAD 'lo , .. QfY«DQN . - , .. "fYK'Rt1 ® © C END DETAIL-_...,' 1, ~ ~t--c=:i '1-.1---c:=:i PIM! Y!EW I EGENP 0 3"Xo4" RAFTER O 12" O.C., 1" NOTCH INTO SEAM 0 3"X8"' BEAM © 3"'X8"' FfAFTER O 12 O.C., 2"' NOTCH INTO BEAM © 6"x8• POST © 1'" CHAMFER ALL SIDES @ , -x, 2·xe· Pl.AMT-ON C END DETAIL ~ ,. 18~ 12• O.C. TIP. 'i. !IMI ~EW APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS. 0 SIMPSON CB66 SET IN CONC. FOOTING ® BUILDING F°ACE ® SUDINIG GLASS DOOR PER ARCH. fl'LANS @ FINISH GRADE @ COMPACTED SUBGRADE PER SOILS REPORT @ CONCRETE FOOTING A. ENO DETAIL 0 SIMPSON ceee SET IN CONC. FOOTING ® BUILDING F°ACE NTS ® SLIDING GLASS ODOR PER AR<:ti, PIJ\NS @ FINISH GRAOE @ COMPACTED SUBGRADE PER SOILS REPORT @ CONCRETE FOOTING A END DETAIL ! END DETAIL @ ~ ,. © !, ® ® "AS BUILT" RCE ____ EXP. DATE REVIEWED BY: INSPECTOR DATE =RE=Vl=S=I=ON==D=AT=E====··=27=·=oo~~f-1O~_-~_z~"-·~-a!"j:~~-""-=-'l'f-"t.~:l-~~:._:i~~-'F"T~"c'.~l...~-"~-~~2.~-.. ~-=>;::~"9-.::.'co.,_~~-;:~~~i,,.~~-=""""_::i.aid~-l--=-Dc:\;I;-;::;_.,.;,_,~1_:1~=----=-=----=-=-rt:_--=:.=_1j~_0~_.i2~~~a+--=-j-~~c..~-::I ::S:-:H2E:::ET~l~::c_::_l::T~-y~~~o~:-:F_:-:_:-:~c~:-:A:_R~:-:L:_s~:-:B:A_:-:_D~~~l::4::HE(::ETS::::11 6,28,00 _ PLANNING DEPARTMENT 7.28.00t-----+---t-------------------1----+---4---l----l ------------1 o-ao-oot-----+---t-------------------1----+---4---l----1 ~I)<,( ','\l'I ' 111 JT( l l1RI I0-2f>·OO 8910 UNIVERSITY CENTER IANE DRAWN K.N. SUITE 580 APPROVED J.P. SAN DIEGO CALIFORNIA 92122 JOB NO. 99-012 619 · 558 -8977 ORIGINAL DATE 3.7.00 DATE INITIAL ENGINEER OF W0R REVISION DESCRIPTION FAX 619 . 558 . 9188 SCALE Al!I BHO DATE INrTlAL DATE INITIAL OlHER APPROVAL CITY APPROVAL GENERAL NOTES FOR: RANCHO CARRILLO VILLAGE'N' -'PORTICO' ...-?'--~ ((),/tJ-ozJ ~=-=-=-=-'"""'"""~,-,-----.....:.. APPROVED DATE OWN BY: ___ _ PROJECT NO. DRAWING NO. CHKO BY: ___ _ RVWD BY: C.T. 99-09 386-8L C.M.W.D. 97-533 ~ w 0 y ~ "-ao ~ z " L,J ~ ' > ~ °' ~ " 0 i N -0 I "' "' ""' ~o ;-..; ,. )--1 31---, ',, \ ,,r-(zi,( \,,,\\l,,,al ,'ft,, <o ... __ ' I .;"- MELROSE DRIVE I i i \ I / I e-, MATCHLINE-SEE I I --------------L ---·-. -~ -----------------1-- \ ' .,..,.,,,/ /~ ,o ,,, / ✓ :,:,,/ , I I I -- 660' SI T LINE P==467.30 FF =467.80 1 ' "" I •'fT---J..-.J:::J • P=467.70 FF=468.20 35 SHEET 5 -------- I ~ C'\J " P== FF= "'T' f--w w I (J) w w (J) I w z _J I u f-- <( 2' t\ l)S( '" 'I HlrF(Tlil!F SYMBOL ET] LIGHTING LEGEND MODEL eN 2.75 SF 18 t--l-12.1 PL 18 COLOR VERDE 6 R :e:£.N Yl:"-12 Di;; 6 f"!.~N DE:SE~T C~t\~JITE BLACK AVAILABLE FROM FX LUMINAIRE 9155 DROWN DEER RD., SUITE 2 SAP~ DIEGO, CA 92121 (800) 688 1269 EL215 4305 DARK BRONZE (DB) DARK BRONZE (DB) AVAILABLE FROM KIM LIGHTING 16555 EAST GALE AVENUE CITY OF INDUSTRY, CA 91745 PHONIE: (626) 968-5666 FAX: (626) 369-2695 300','•' TRAP~SFORMER AVAILABLE . FROM FX LUMl~JAIRE 9155 DRO'NP~ DEER RD.. SUI TE 2 . SAP~ DIEGO, CA 92121 (800) 688 1269 ::: = ~; ~ --' .. CONSTRUCTION LEGEND (D REDWOOD HEADER -SEE DETAIL 1/9 @ CURB PER CIVIL PLANS ENTRY MONUMENT WALL -SEE DETAIL S/11 CONCRETE WALKWAY, INTEGRAL COLOR CONCRETE, DAVIS 'SAN DIEGO BUFF' W/ LIGHT BROOM FINISH PER CIVIL ENG. PLANS RETAINING WALL PER CIVIL ENG. PLANS POOL PILASTER SEE DETAIL D/9 POOL AND SPA -SEE DETAIL A/9 GATED ENTRY -SEE DETAIL R/11 WROUGHT IRON FENCE -SEE DETAIL G/9 @ ENTRY PILASTER -SEE DETAIL K/10 @ CONCRETE STEPS -SEE DETAIL F /9 (8 :EXPANSION JOINT -SEE DETAIL 9/C @ PLANTER WALL -SEE DETAIL N/10 (j}l T1YP. FENCE RETURNS -SEE DETAIL P/10 L @) AREA DRAIN CONNECT TO CIVIL DRAINS -SEE DETAIL B/9 @ RANCHO GARRILLO THEME WALL -SEE DETAIL Q/10 QI) PERIMETER WALL PER RANCHO CARRILLO 24X24 PATTERN ENHANCED PAVING, COLOR CONCRETE TO BE DAVIS 'SALMON', LIGHT BROOM FINISH. 12" BAND, COLOR TO BE DAVIS 'SAN Dl[GO BUFF WITH SMOOTH FINISH. @) POOL PILASTER W/ WOOD OVERHEAD -SEE D'ETAIL C/11 @ CONCRETE PA.VINC, COLOR CONCRETE TO BE DAVIS 'PEWTER',. LIGHT BROOM FINISH. 12", CONCRETE B~ND, COLOR TO BE DAVIS 'LIGHT GRAY', SMOOTH FINISH. KEY PAD -SEE DETAIL A/7 DRAIN INLET -SEE DETAIL B/9 AND E/9 "AS BUILT" 20 10 0 20 40 80 APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLAN'rING AREAS. RCE ___ EXP. __ _ DAlE SCALE: 1" -20' REVIEWED BY: INSPECTOR DATE 7.20.00 CONSTRUCTION PLAN FOR: 11-s0 - 00 RANCHO CARRILLO SEE SHEET 9-10 FOR CONSTRUCTION DETAILS AND NOTES. ' ------+--+----+-------------+------t---t-------t----i VILLAGE' N' -'PORTICO' 8910 UNIVERSITY CENTER LANE ::DRA=WN:=;:---------;K::.N:1. ~-::_-::_-::_~+-_-::_-::_~+-_-::_-::_-::_-::_-::_-_-::_-::_-::_-::_-::_-::_-::_-::_-::_-_-::_-::_-::_-::_-::_-::_-::_-::_t-::_-::_-::_-::_t-::_-::_-::_t-::_-::_-::_1f-_-_---t-f APPROVED / r, -/,j-dZJ SUITE 580 APPROVED J.P.AS -;--;:,c;Sl::c;S!""'AN=T-a:P= ~~----DATE ;.:;:..c_;....;,.._;.;,'------1f.----J--+-----·-----+--+--+--t----l ~====~=~:::::::::::::::::;::::===;--;::.:::::.=.:::;.=~ SAN DIEGO CALIFORNIA 9g122 JOB NO. 99-012 I DWN BY: PROJECT NO. DRAWING NO. ORIGINAL DATE 3.7.00 DATE INmAL f---CO'-",O.TE~~'N~m~AL'-+-_OA_JE~I_NIT_IIIL_ CHKD BY: --- 619. 558 . 6977 ENGINEER OF WOR REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL . RVWD BY: C. T. 99-09 386-BL FAX 619 . 558 -9188 SCALE C.M.W.D. 97-533 ~ 0 u ~ (AJ 0 a. ~ z OQ w "' "' j 5 , ~ ea ii: "' 6 " 0 r u z ~ N -0 I "' "' ""' --t.'0 ~ --\,"' -·--·-~~ '·, .. ,...._ .," -~--. ' -"-·; --------::: ~ ·- I MATCHLINE-SEE SHEET / 3 ® fGHT UN£ / I I I ~ w w I U) ~:--' -. I _J I u ~ <( 2 CONSTRUCTION LEGEND CI) REDWOOD HEADER -SEE DETAIL 1/9 @ CURB PER CIVIL PLANS ® ® (J) ® ENTRY MONUMENT WALL -SEE DETAIL S/11 CONCRETE WALKWAY, INTEGRAL COLOR CONCRETE, DAVIS 'SAN DIEGO BUFF' W/ LIGHT BROOM FINISH PER CIVIL ENG. PLANS RETAINING WALL PER CIVIL ENG. PLANS POOL PILASTER -SEE DETAIL D/9 POOL AND SPA SEE DETAIL A/9 GATED ENTRY -SEE DETAIL R/11 @ WROUGHT IRON FENCE -SEE DETAIL G/9 @ ENTRY PILASTER -SEE DETAIL K/10 @ CONCRETE STEPS -SEE DETAIL F /9 @ EXPANSION JOINT -SEE DETAIL 9/C @ PLANTER WALL -SEE DETAIL N/10 TYP. FENCE RETURNS -SEE DETAIL P/10 AREA DRAIN CONNECT TO CIVIL DRAINS -SEE DETAIL B/9 @ RANCHO CARRILLO THEME WALL -SEE DETAIL Q/10 PERIMETER WALL PER RANCHO CARRILLO 24X24 PATTERN ENHANCED PAVING, COLOR CONCRETE TO BE DAVIS 'SALMON', LIGHT BROOM FINISH. 12" BAND, COLOR TO BE DAVIS 'SAN DIEGO BUFF WITH SMOOTH FINISH. Q§) POOL PILASTER W/ WOOD OVERHEAD -SEE DETAIL C/11 CONCRETE PAVING, COLOR CONCRETE TO BE DAVIS 'PEWTER', LIGHT BROOM FINISH. 12" CONCRETE BAND, COLOR TO BE DAVIS 'LIGHT GRAY', SMOOTH FINISH. KEY PAD -SEE DETAIL A/7 "AS BUILT" MATCH LINE-SEE SHEET 7 APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS. RCE ___ EXP. __ _ DATE DRAINAGE LEGEND SYMBOL 0 20 DESCRIPTION RJcCK «9RAIN -Sejj: DETAIL ~0 SHEET C460 -•. •---~ -DE~4~% ~i'IX:= /2Qt MIN. -PLANTING AREAS @ 2% AREA DRAIN -SEE DETAIL J, SHEET C4 SEE SHEET 3 FOR LIGHTING LEGEND. SEE SHEET 9-10 FOR CONSTRUCTION DETAILS AND NOTES. L)~( \ l)l I 1frT( Tlillf ' 8910 UNIVERSITY CENTER LANE SUITE 580 SAN DIEGO CAIJFORNIA 92122 619 . 556 . 6977 FAX 619 . 558 . 9188 REVIEWED BY: INSPECTOR DATE _RE_vr_s_ro_N __ n_A_TE ___ 4_.2_?_.o~o 1-----1---+-------------+---+--+--+---t fsiml C ITYPLA~~G S!R~~N~ BAD 6.28.00 ~ I 4/ETS I 7.2e.001----+---+-------------t----t---t----i-----. CONSTRUCTION PLAN FOR: --------< 0 -a0 -001---+----1------------+---+--+----t---t RANCHO CARRILLO ------+--+---+------------1r---t---t----t---t VILLAGE' N' -'PORTICO' DRAWN K.N. t----+---+-------------t---+---1---!r-----. APPROVED APPROVED J.P. JOB NO. 99-012 ORIGINAL DATE 3.7.00 DATE INITIAL ENGINEER OF WOR SCALE =-.'.:::::.._ __ ...::::__::::::.J.----+---l-------------+-,:-,-+--:,::c,-+-:~+,,=-:--1 OWN BY: __ _ DATE INITIAL DATE INITIAL CHKD BY: __ _ OTHER APPROVAL CITY APPROVAL RVWD BY: · REVISION DESCRIPTION C.M.W.D. 97-533 -i w a.. l ~ :z ~ ' > \\I ~ ~ ~ ; N ~ 0 d, ::. ~o -.,.', '¾'•'' ... 1 12-1/2" -1-1/2" 0 @ 0 0 .3• DIA. BRASS DRAIN GRATE IN CONCRETE DECK AREAS (SEE LEGEND) 3" DIA. PVC RISER-LENGTH AS REQUIRED DEEP POUR EDGE W/#3 REBAR CONTINUOUS PRE-FORMED EXPANSION JOINT W/WATERPROOF CAULKING /----ifn::=rn===rn='l • ® ® 0 PVC TEE-OUTLETS AS REQUIRED E I --. 7 -ITI111 11 ·- 0 -mil_- 5)-----+- SECTION • 4 CD POOL DECK-COLOR CONC. PER CONSTRUCTION LEGEND @ PRE-FORMED EXPANSION JOINT W/ WATERPROOF CAULKING . ' TO MATCH POOL DECK a-~~--t 9 0 POOL COPING-PACIFIC CLAY SAFETY GRIP BULLNOSE COLOR-ROYAL SALTILLO .. ·:i..···· ... _.. ,d,·,. .. DRAINPIPE-SEE LEGEND FINISH GRADE -MINIMUM 1 ll: SLOPE TO DRAIN INLET ® COMPACTED SUBGRADE PER SOILS REPORT . ·., . .; . "· -·~ . . ur-=ri-t 0 POOL TILE, MARINE FIELD DIAMOND BLUE (M-:S32}, AVAIL. FROM NAT'L @1-----J.....- POOL TILE GROUP (619) 492-139 1 _ _.__ I_ 01-T I--·-111·--.' -··------- EL~~DQ~ ' - © @ GUNITE BOND BEAM © POOL SURFACE. 0 COMPACTEtl SUBGRADE PER SOILS REPORT ®WATERLINE ® ff REBAR ( 12" OC. EA. WAY} POOL / SPA COPING NTS DRAIN 0 II- G NOS, 4• DIA. GREEN ATRIUM GRATE IN SHRUB AREAS OR 6" GREENFLAT GRATE IN LAWN AREAS @ FINISH GRADE -MINIMUM 2ll: SLOPE TO DRAIN INLET @ 4" DIA. PVC RISER -LENGTI-1 AS REQUIRED G) 45" PVC ELL @ 4• RIGID POLY DRAINPIPE-MIN. 1,; FALL @ COMPACTED SUBGRADE PER SOILS REPORT ----! 1 GRATE ON PVC RISER NTS - 11--111 - Ill CD 2X4 REDWOOD HEADER (CONSTR. GRADE) USE (2) 1 X4 REDWOOD HEADER FOR CURVED EDGES-SEE PLAN @ FINISH GRADE 1• FOR LAWN AREAS G) FINISH GRADE 2" FOR GROUNDCOVER AREAS 0 (2) 8d GALV. NAILS PE:R STAKE @ 1X2X12 REDWOOD STAKE AT 8' O.C. 0 11~11 I I= 4 5 11= 5 8 DECK DRAIN NTS 0 1/4" FELT EXPANSION JOINT (TYP.) @ 4" NOM. CONC. LANDING, WALK, PAVING. 0 1/2" RAD. AT NOSE {TYP.) ® 2" O.D. STEEL HANDRAIL AND POST BOTH SIDES OF STAIRS, SET IN CHEEK WALL W/ PVC SLEEVES. PAINT 1 COAT ZINC RICH PRIMER AND 2 COATS EXTERIOR ENAMEL, FRAZEE. 0 #4 REBAR O NOSE MIN. 3" CLEAR. @ CENTER MID-POST IN EACH FLIGHT OF 0 COMPACTED SUB-GRADE PER SOILS REPORT. ® 6" MIN. F STAIRS; SET POSTS IN CHEEK WALL. ® #5 REBAR 12' O.C. BOTH WAYS, 3" MIN. CLEAR. @ 2" MIN. WIDE NON-SLIP, GROOVED c!c PAINTED MARKING STRIPE AT ALL STEPS. @ CHEEK WALL W/ POSTS. 7 11 = f-= I I ' == 1111-·-• • "' "' • ID • ID CONCRETE STEPS W / HANDRAIL NTS ELEVATION LEGEND CD 2X4 CAP, REDWOOD © 1X6 CEDAR BOARDS (TYP.) G) 2X4 RAILS ON OUTSIDE OF FENCE AND 1 X4 RAILS ON INSIDE OF FENCE, REDWOOD 0 4X4 REDWOOD POST 08'-0" o.c. MAX. @ FINISH GRADE ® COMPACTED SUB-GRADE 0 CONCRETE FOOTING. CROWN TO DRAIN. t+--/21--- 7 , . ' - • • 0 ., I I in io 1' -, lo I ' .. I ~ ,I· ~• 12" DIA. SECTION REDWOOD HEADER (FRONT YARDS)NTS J 5' HT. WOOD FENCE NTS l EGEND CD CONTROL JOINT 1/4" RAD. TOOLED EDGE 0 COMPACTED SUB-GRADE PER SOILS REPORT 1/2" DEEP, 5' O.C. UNLESS NOTED r., @ 1/4" FELT EXPANSION JOINT 1/4" RAD. \V CONCRETE CURB WHERE OCCURS TOOLED EDGE 15' O.C. UNLESS NOTED, ® FINISH GRADE 1 "OTURF, 2"0SHRUB CAULK TO MATCH PAVING AREAS 0 4" NON\CONC. PAVING, COLOR AND 0 WIDTH PER PLANS FINISH PER NOTES SECTION 6 '4 . ... ·. ·-~. .. --+-----15 . ... . ·. ,d ., ' -,---- • • • -, ' ' '-.' -;-;--; -, ' ' 7' ' • 0 I co • N 1 • 1 ._TI l-i---+- 1-• --® H __ ,.._ -+-ir-----1.6 • CD PRE-CAST CONCRETE CAP MODEL ' APC 1802, AVAIL. FROM SAN DIEGO PRECAST CONC {619) 449-6810 COLOR TO BE DAVIS 'KAHLUA' ® 1/3 REBAR O 16" 0.C. 0 1 "X2" PLANT-ON W/ STUCCO FINISH TO MATCH POOL BLOG. 0 f4 REBAR O CORNERS ® STUCCO FINISH / COLOR TO MATCH POOL BLOG. ® 16X8X16 CMU GROUT FILL ALL CELLS CONTAINING REBAR 0 4"x4" TUBULAR STEEL POST, SEE DETAIL @ CONC. WAINSCOAT TO MATCH POOL BLDG. ® GATE HINGES SIZE AND ATTACHMENT METHOD PER GATE MANUFACTURER @ FINISH GRADE / FINISH SURFACE WHERE APPLICABLE @ CONCRETE FOOTING 0 • , . . f~I, , 13 @ #3 REBAR -HOLD CLIEAR 3" MIN. +----!L:..t::::t:::..2 ::....:_J:::_:i:::·='~• :¾c..._-(11 FROM EDGE OF FOOTING @ COMPACTED SUB-GRADE PER SOILS REPORT • • ' • • • • • , 12 END SECTION 2'-0" C CONCRETE PAVING NTS D POOL AREA PILASTER NTS CD HEAVY DUTY SELF CLOSING HINGES W/ CAN'T SLAM CLOSER @ TUB. STE~L GATE W/2' RD. FRAME c!c 5/8 SQ. PICKETS, W/ HEAVY DUTY SELF CLOSING HINGES c!c LOCKING LATCH-TO OPEN AWAY FROM POOL 0 2X2 TUB. STEEL POSTS 8'-0" o.c. MAX. EO. SPACED 0 2" RD. TOP AND BOTTOM RAILS @ 5/8" SQ. PICKETS 4" O.C. ® HEAVY DUTY SELF LOCKING KEYED LATCH (PLATED) W/ PULL ON 2"x2" POST GATE STOP. LATCH HEIGHT TO BE 54" FROM BOTTOM OF GATE MIN. 0 2"X2" POST GA TE STOP 1 'o I ;,, • "' ~ • N 8" ® SLOPE TO DRAIN ® COMPACTED SUB-GRADE PER SOILS REPORT @ CONC. FOOTING SOFT SURFACE AREA (jJ) CONCRETE PAVING @ CONCRETE FOOTING O CONCRETE PAVING @ WELDED ANGLE TOP c!c BOTTOM @ J/8" LIEAD EXPANSION BOLT W/ 2-5/8" LAG SCREW @ CMU WALL (WHERE APPLICABLE) @ 18"x18" SCREEN W/ 1/2" MAX. OPENINGS , . • .. ·, .. 8" 6 16 10 It OPEN SPACE LOT PRIVATE LOT --------14 'b I 1t> ! < r-o" MIN. SECTION CD PRE-CAST CONCRETE CAP MODEL# APC 1802, AVAIL. FROM SAN DIEGO PRECAST CONC (619) 449-6810 COLOR TO BE DAVIS 'KAHLUA' @ 6X6X16 SLUMP BLOCK WALL WITH SLURRY COAT FINISH 0 ,/14 REBAR 024 ·o.c. VERT & #4 REBAR 048"0.C. HORIZ. 0 PROPERTY LINE ® 2:1 SLOPE ® FINISHED GRADE 0 FINISHED PAD @ 3 f 4 REBAR HORIZ. CONT. TOP AND BOTTOM ® CONCRETE FOOTING maswa/1 G TUBULAR STEEL POOL FENCE NTS MASONRY WALL W/ RETAINING WALL NTS !\D~( Al'l I I i'1 PF.( Tt,Rlf' ' 8910 IJNJVERSITY CENTER LANE SUITE 580 SAN DIEGO CALIFORNIA 9'l122 619 · 558 -8977 FAX 619 . 558 . 9188 ~l)SCA C,\ I I e"ll <., f c:. ... , -~ <7><:'> -' ~O~~;;;;~~N ~ APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLAN'rING AREAS. "AS BUILT" RCE ___ EXP. ___ _ DATE REVIEWED BY: INSPECTOR DATE _REV1_s_1_0N_D_ATE __ :-::-::-:t---+--+--------------l----l----l--+----I w ~c_,_T_Y~p~2=N=~~Gc...D=~~::~R~~=~~Jc...B_A_D__. ~ ______ 7_·2_8 _·00,J---+----+---------------l----l----+----1-----1 CONSTRUCTION DETAILS FOR: 9-ao-ool------l--+-----------------1---l---1---+---I RANCHO CARRILLO VILLAGE'N' -'PORTICO' DRAWN K.N. APPROVED J.P. APPROVED /. 1~·~~~~~~c===="~c.i:1-~/,:Jj-~~E==1 ____ _:::;__ ___ ___;_-t----1----1----------------1---l---l---L--J ~SISTANT ING DIRECTOR DATE JOB NO. 99-012 ORIGINAL DATE 8.7.00 DATE INITIAL SCALE ENGINEER OF WOR PROJECT NO. DRAWING NO. 386-BL REIIISION DESCRIPTION ..._DA_TE_~IN_ITI_AL_,__□_ATE_~I_NIT_IAL__, I:~~: --- OTHER APPROVAL CITY APPROVAL . RIIWD BY: C.T. 99-09 C.M.W.D. 97-533 ~ ~ 8 ti 0 Go 0. ~ z G°' ~ ' > "" 0 ;;j 0: " 0: ~ 0 :r '-' J "' 0 I a, a, ... ~o -....11" lo ' <D I • N 2" 2" • l 2·-0· l 'f 1 SECTION ,---, 1 Ci) (2) 8 X 4 X 16 SLUMP BLOCK CAP (1) NO. 3 REBAR @ EACH END @ 12 X 6 X 12 CMU SQ. SLUMP BLOCK, GROUT SOLID TO MATCH BLOCK @ FINISHED GRADE @ COMPACTED SUBGRADE PER SOIL'S REPORT @ NO. 3 REBAR -HOLD 3" MIN. CLEAfl FROM EDGE OF FOOTING (j) CONRETE FOOTING @ 5' SLUMP BLOCK WALL BEHIND NOTE: SLUMP BLOCK SHALL MATCH WITH RANCHO CARRILLO THEME WALL MATERIAL. ,----{ 1 6 II 2 G) @ @ © '---< 3 '-----I 4 6" WIDE CONCRETE MOW STRIP (SEE DETAIL C/7) FINISH GRADE POTABLE WATER LINE RECLAIMED WATER LINE NOTE: CONCRETE SEPARATOR SHALL BE INSTALLED WHERE REQUIRED BETWEEN ADJACENT AREAS IRRIGATED BY RECYCLED WATER AND POTABLE WATER. K SLUMP BLOCK PILASTER L CONCRETE SEPARATOR t,!Qlli: 1 • VERIFY POSTS SPACING WITH STRUCTURAL ENGINEER FOR WIND LOAD REQUIREMENTS AND ETC. PRIOR TO CONSTRUCTION. 2. ALUMINUM BASE, POSTS, & GLASS PANELS AVAILABLE THROUGH: KINSLO ENTERPRISES (714)568-1598 3. ALL ALUMINUM CHANNELS AND POSTS SHALL HAVE POWDER COAT FINISH, COLOR TO MATCH SPLIT-FACED BLOCK. 4. RUBBER SEAL GLASS O ALL POST ANO BASE CONNECTIONS, PER MANUF'ACTURER'S RECOMENDATIONS. ,r--6' o.c. ---r r ~ ~J f,//1, 3" 11 2' f 12 -------------D D I II_ .. 111 11rtr1r ] [ .II.[ I --~------. ---. . ---"·· ·---· ' 6' ·-r~·-I··•·+ -~1----r--'---,--'----'-----'..ji----r-......L--l __ _ ···----•4---'---~~ ... ----r· ......... ····---·-r-·__j-1----<. 2 1' 6' ·r mll 'F 3 ,, :-TIT w-· -TTT=-TTT--=m 1 I ··-:1 1 1 ' ' -" 8 ·I • ii.. 7 -=I -,.... 3' s• '-. ·. I-0 l, •· ! •. . .•. I/~, r:-. 10 . . . J.. 1-~Jl. ~ NTS CD CONCRETE GUTTER BY OTHERS ® 1/2" PRE-MOLDED EXPANSION JOINT 0 1/2" RAD. TOOLED EDGE © ENHANCED 6" NOM. CONC. PAVING, COLOR AND FINISH SEE PLAN ® 6X6W1 .4W1 .4WWM CENTER IN SLAB • "' • "' © CURB BY OTHERS 0 95% COMPACTED SUB-GRADE ® A.C. PAVING BY OTHERS ® (2) #3 REBARS CONTINUOUS @ CONCRETE SHINER BAND HEAVY BROOM FINISH COLOR PER PLANS 4 - .-1, ,.,..,..,, , ,,.,..,., 11-,, ,III~ 0 :1 = SECTION PER PLAN " .. .d . . 0 I "' ' z ., -::; 0 " ~ ... l , • ••• 1'-6" l , M ENHANCED ENTRY DRIVE PAVING Nrs PLANTER WALL 0 SOUNOWALL PILASTER ® (SEE rTG. DETAIL, THIS SHEET) ® 6' SOUNDWALL, 8X8X16 MASONRY UNITS ® 0. SPLIT F'ACE CMU CAP, CROWN TO DRAIN 0 1/4"x2'X6' TEMPERED GLASS PANELS © #5 REBAR (VERT.) 0 32" O.C. © FINISH GRADE 0 CONCRETE FOOTING ® #5 REBAR TOP AND BOTTOM (HORIZ.), CONTINUOUS, HOLD 3" CLEAR @ #4 REBAR (HORIZ.), CONTINUOUS, HOLD 3" CLEAR @ COMPACTED SUBGRADE PER SOILS REPORT ~ 2X2" ALUMINUM POST W/ POST CAP \.'.,;.I MOUNT 12" MIN. INTO MASONRY WALL C,;\ 1-1 / 4 "x 1 -1 /2" ALUMINUM BASE, ATTACH TO WALL ~ PER MANUFACTURER'S RECOMENDATION; SET FLUSH WITH GREEN BELT SIDE OF' POST C-.\ HEAVY-OUT( MASONRY FASTENER, PER MANUFACTURER'S ~ RECOMENOATION SECTION '8-B' GLASS ATTACHMENT PILASTER NTS Ci) No. 3 REBAR CONT. IN BOND BEAM ® (2) No. 3 REBARS HORIZ. MIN. 3" CLEAR 1 @ No. 3 REBAR VERT. G 16" O.C. © BX8X16 CMU GROUT FILL ALL CELLS ® STONE VENEER-SAME AS SITE STONE VENEER ® WATERPROOF ELASTOMERIC MEMBRANE (!) 6X8X16 CMU GROUT FILL ALL CELLS ® COMPACTED SUBGRADE PER SOILS 7 REPORT ® CONCRETE FOOTING @ FINISH GRADE • (jJ) PRE-CAST CONC. CAP MODEL WC-1413 © 1 CUBIC FOOT OF 3/4" WASHED GRAVEL PER LINEAR FOOT OF PIPE, ALL SHALL BE BURRITO FABRIC © 4" PERFORATED RIGID DRAIN LINE CENTER IN GRAVEL NTS ---112 A----12 1--·,.. 1_·· . .L. -r-··--1---· _······_·--··_·--·+---··-··~==:===:=_--1 _-I __ r-+\ __ -L :', ... i=P 9 L 1~ 1------7-• M....,IN~ TO DA YUGHT OR AS SUPERSEDED PER SOILS REPORT PILASTER FOOTING DETAIL @ (4) #4 DOWELS l I . --1-···-.... ---·~··-.L _____ l .. ~-- A WALL AND PILASTER ELEVATION 0 6' MASONRY WALL WITH 2' GLASS PLAN 2 -5' "! PLAN 3 IQ] □ Ci) 5' WOOD FENCE ® WOOD GATE p TYPICAL FENCE RETURNS ' "' ' 0 I "' • "' z ';; 0 I -- SECTION 'A-A' 2" 2 3 8 4 5 < L 1 '-8 .. l 1 1 SECTION (D (2) 8 X 4 X 16 SLUMP BLOCK CAP @) NO. 3 REBAR C EACH END @ 8X6X1 B CMU SQ. SLUMP BLOCK, GROUT SOLID TO MATCH BLOCK (v FINISHED GRADE @ COMPACTED SUBGRADE PER SOIL'S REPORT @ NO. 3 REBAR -HOLD 3" MIN. CLEAR FROM EDGE OF FOOTING (j) CONRETE FOOTING @ SLURRY COAT NTS Q SLUMP BLOCK WALL NTS .\,1)',('.\l'i ' < }11 ff( Tl!!<f: ,, ' 8910 UNIVERSITY CENTER LANE SUITE 580 SAN DIEGO CALIFORNIA 92122 619 · 558 . 8977 FAX 619 . 558 . 9188 SECTION ·c-c' GLASS ATTACHMENT TO POST ~OSCAp <,\, lesp 1 ..... i .., -;::, '6\o .... "',~.+-J * • or Cl\\.\ NTS SECTION 'D-D' GLASS ATTACHMENT TO WALL NTS NTS APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS. 0 AS BUILT" RCE ___ EXP. __ _ DATE REVIEWED BY: INSPECTOR DATE _RE_VI_S_IO_N_D_A_TE_--:::-:::=:-=-:::+---f--jl-------------+--+---l-----t-----1 ~-C-ITY_P_LA_~_N;_NG_~_t:_!_M_~N~~-B_A_D_ ~ 7 ·28·00 t---+--+-------------+-----+---l--1-------I CONSTRUCTION DETAILS FOR: =======~9i;-e~o;-o~o ~==~===t===================i===±===l===t==J RAN CHO CARRILLO ------+---+--+---------f--+-+---+--1 VILLAGE 'N' -'PORTICO' _DRA-'-ll'N _____ K;c:..N'-'.1-----/---f--------------+----+----t-__Jf----l APPROVED -~'ff, A1t: / /~-/t:J~ APPROVED J.P.t----t----+-------------!------+----1--1------IAS -c::::::::Sl-;:;St""AN"'"T--;±!.~~~=---__:_: DATE JOB NO. 99-012 ORIGINAL DATE 3.7.00 DATE INITIAL SCALE ENGINEER OF WOR REVISION DESCRIPTION f-=DA:..:.:TE=---L..:.INc::IT::.:IAL:..+,.:::DA:::.,TE::_.J._l::,:NITIAL:=._i I =D ~: --- OTHER APPROVAL CITY APPROVAL . R\IWO BY: PROJECT NO. DRAWING NO. C.T. 99-09 386-BL C.M.W.D. 97-533 -i w ~ ~ ~ ~ ' i eo " 0:: 1S ~ j "' -0 I !. !~o} ---'1' ' WATER PRESSURE CALCULATIONS POC NUMBER A POC SIZE 2 : HYDRAULIC GRADE LINE 700 POC ELEVATION 459 ELEVATION DIFFERENCE 241 STATIC PRESSURE 104 REMOTE CONTROL VALVE # A14 REMOTE CONTROL VALVE SIZE 1112 R.C.V. DEMAND IGPMl 46 TOTAL DEMAND (GPMl 46 R.C.V. ELEVATION 467 STATIC PRESSURE__&_R.C.V. 101 SIZE DESCRIPTION PSI LOSS 2· SERVICE LINE 1 0.5 PSI 11 /2" WATER METER 2.7 PSI r BACKFLOW f'REVENTER . 12.0 PSI -2112· GATE/BALL VALVES ' 0.5 PSI r MASTER CONTROL VALVE ,-2.5 PSI 2112" 1 .050 FEET OF MAINLINE ' 7.7 PSI 0 PSI 11 /2" REMOTE CONTROL VALVE 1.8 PSI 10% LATERAL LINE LOSS 1 4.0 PSI 10% FITTING LOSS 11 3.2 PSI 9 FT. ELEVATION CHANGE IP.O.C. TO HIGHEST HEAD1 1 3.9 PSI TOTAL SYSTEM PRESSURE LOSS (SUM OF #1 THRU #12) 1 38.7 PSI PRESSURE REQUIRED AT HEAD 1 30.0 PSI TOTAL PRESSURE REQUIRED ISUM OF 113 AND I 14) 1' 68.7 PSI STATIC WATER PRESSURE r FROM ABOVE) 1 104.4 PSI RESIDUAL PRESSURE /SUBTRACT ,. 15 FROM # 161 1 35.7 PSI SET PRV OR MCV AT I# 15 PLUS 10 PSII 1 80.0 PSI PRESSURE BOOST IF REQUIRED '"15-"16 + 20 PSI) 1 a PSI I I' I I /. I " 1[4 -2 ....... ,_~------ 1-r.~ff-::"t4'~·. I r . -~:,-e- ,L~.]\, \ \ ' t \ J/ 1½4" I 12' J/4' 46 r,;....:.:RE:::,;FER TD NOTE 'A' BELO',/ RIGHT PB44 46 15 \'\ \ >' ~-. ·-• "• ~ \ ,;:,~~. ' • /,) • 0;,x:_"· :C:-._' ,'.,'/. ,, '-' '--~ ~// ~ !"J'Di'.i . "WI " \ /A,,'V ,~ -~ 'A' 20 eo SCALE: 1" =-20· Sweeney & Associates, Inc. lr-rigot!on D•slgn & Coneultln ··~··. '••,. • • 28441 Rancho Callfornio Rd. Ste. K : _ -: Temeculo, CA 92590 ~ ,.; -~½,,,_·•.,hi_ : Ph. 909-695-2367 Fox. 909-695-246 • E-moil: liweeneyfCeorthlink.net .., I/ b 1 ~ o"" SEE SHEET 18-19 FOR IRRIGATION SPECIFICATIONS. SEE SHEET 20-21 FOR IRRIGATION DETAILS & NOTES. I ILIESPIE - 1 ·o tsrG.Ni. RoiUP INic. 11 ,; "n,c \ I 'I, \ ( 1(11 f< 1 l I< 1: ' I ' \ " s I 8910 UNIVERSITY CENTER LANE SUITE 580 SAN DIEGO CALIFORNIA 92122 619 . 558 . 8977 FAX 619 · 558 · 9188 __.--REFER TO NOTE 'E' BELO',/ NOTIE: ,,--REFER TO NOTE 'D' BELO',/ BUBBLERS AND LATERAL LINES ARE SHOWN WITHIN PAVING FOR CLARITY ONLY, ACTUAL LOCATION TO BE WITHIN PLANTER. BUBBLERS SHALL BE ALIGNED WITH r w LLJ I (J) w w (J) I w z _J I (_) r <C 2 REFER TO NOTE 'C' BELO',/ RIGHT NOTE D: EXISTING 4" RECLAIMED IRRIGATION WATER MAINLINE FOR CONTROLLER AND RECLAIMED METER 'E' LOCATED AT STATION 139+ 11 ON MELROSE DRIVE. CONTRACTOR SHALL PROTECT THE EXISTING IRRIGATION MAINLINE IN PLACE, AND DAMAGE OCCURRING DUE TO THIS PHASE OF CONSTRUCTION SHALL BE REPAIRED AS PART OF THIS CONSTRUCTION. CONTRACTOR SHALL VERIFY ALL LAYOUT IN FIELD WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. NOTE E: CONTRACTOR SHALL CONNECT THE PROPOSED VALVES ES AND E6 TO THE EXISTING 4" RECLAIMED IRRIGATION WATER MAINLINE AND CONTROLLER 'E' LOCATED AT STATION 139+11 ON MELROSE DRIVE. CONTRACTOR SHALL ROUTE NEW CONTROL WIRES, SLEEVES, ETC. AS REQUIRED FOR COMPLETE AUTOMATIC OPERATION. CONTRACTOR SHALL VERIFY THAT THE EXISTING 40 STATION 'E' CONTROLLER HAS ADEQUATE OPEN STATIONS TO ACCOMMODATE THE PROPOSED AND EXISTING 'E' VALVES. IF INADEQUATE OPEN STATIONS EXIST THE CONTRACTOR SHALL UPGRADE THE EXISTING CONTROLLER AS REQUIRED TO ACCOMMODATE THE PROPOSED AND EXISTING VALVES. CONTRACTOR SHALL NOTIFY THE OWNER'S AUTHORIZED REPRESENTATIVE OF AND DISCREPANCIES. CONTRACTOR SHALL PROTECT THE EXISTING IRRIGATION MAINLINE IN PLACE, AND DAMAGE OCCURRING DUE TO THIS PHASE OF CONSTRUCTION SHALL BE REPAIRED AS PART OF THIS CONSTRUCTION. CONTRACTOR SHALL VERIFY ALL LAYOUT IN FIELD WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. NOTE F: CONTRACTOR SHALL CONNECT THE PROPOSED 'PB' VALVES TO THE EXISTING 'PB' SYSTEM IRRIGATION CONTROLLER LOCATED AT STATION 139+ 75 ON MELROSE DRIVE. CONTRACTOR SHALL ROUTE NEW CONTROL WIRES, SLEEVES, ETC. AS REQUIRED FOR COMPLETE AUTOMATIC OPERATION. CONTRACTOR SHALL VERIFY THAT THE EXISTING 'PB' CONTROLLER HAS ADEQUATE OPEN STATIONS TO ACCOMMODATE THE PROPOSED AND EXISTING 'PB' VALVES. IF INADEQUATE OPEN STATIONS EXIST THE CONTRACTOR SHALL UPGRADE THE EXISTING CONTROLLER AS REQUIRED TO ACCOMMODATE THE PROPOSED AND EXISrlNG VALVES. CONTRACTOR SHALL NOTIFY THE OWNER'S AUTHORIZED REPRESENTATIVE OF AND DISCREPANCIES. CONTRACTOR SHALL PROTECT THE EXISTING IRRIGATION MAINLINE IN PLACE, AND DAMAGE OCCURRING DUE TO THIS PHASE OF CONSTRUCTION SHALL BE REPAIRED AS PART OF THIS CONSTRUCTION. CONTRACTOR SHALL VERIFY ALL LAYOUT IN FIELD WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. NOTE, I. A PHYSICAL SEPARATI□N SHALL BE PROVIDED BET',/EEN ADJACENT AREAS OF IRRIGATED RECYCLED ',/ATER AND POTABLE "'ATER. SEPARATION SHALL BE PROVIDED BY DISTANCE, CONCRETE MO',/ STRIPS DR OTHER APPROVED METHODS, 2. HOURS OF IRRIGATION WITH RECYCLED WATER ARE FROM 10:00 P.M. TO 6:00 A.M. THE HOURS FOR IRRIGATION WITH DISINFECTED TERTIARY RECYCLED WATER MAY BE MODIFIED BY THE LOCAL AUTHORITY. IRRIGATION DURING PUBLIC USE PERIODS WITH DISINFECTED TERTIARY RECYCLED WATER SHALL BE UNDER THE SUPERVISION OF THE DESIGNATED USER SUPERVISOR. IRRIGATION WITH WATER OF LESSER QUALITY DISINFECTED TERTIARY RECYCLED WATER SHALL BE BETWEEN THE HOURS DF 10:00 P.M. AND 6:00 A.M. DRINKING AND WATER FOUNTAINS AND DESIGNATED OUTDOOR EATING AREAS SHALL BE PROTECTED. NO OUTDOOR DRINKING FOUNTAINS ARE USED THIS PROJECT. 3, BURIAL OF ALL YIRING AND PIPING SHALL MEET CARLSBAD MUNICIPAL ',/ATER DISTRICT'S RULES AND REGULATIONS. 4, IF A CONSTANT PRESSURE RECYCLED ',/ATER LINE MUST BE INST AL LED ABOVE A POTABLE LINE DR LESS THAN T',/ELVE INCHES BELO"" A POTABLE ',/ATER LINE, THEN THE RECYCLED "'ATER LINE SHALL BE INSTALLED ',/!THIN AN APPROVED PROTECTIVE SLEEVE AS PER CARLSBAD MUNICIPAL ',/ATER DISTRICT'S RULES AND REGULATIONS. TREES AND AS DIRECTED BY OWNER'S AUTHORIZED REPRESENTATIVE. CONFIRM ALL LAYOUT IN FIELD WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. NOTE: MAINLINE SHOWN WITHIN PAVING AND BUILDING FOR CLARITY ONLY, ACTUAL MAINLINE LOCATION TO BE A MINIMUM OF 18" OFF ADJACENT HARDSCAPE AND OTHER OBSTACLES TYP. NOTE: CONTRACTOR SHALL ADJUST ALL HEADS AS REQUIRED TO ACCOMODATE ANY VERTICAL OBSTRUCTIONS THAT MAY OCCUR, INCLUDING BUT NOT LIMITED TO LIGHT POLES, FIRE HYDRANTS, ETC. VERIFY ALL HEAD LAYOUT WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. NOTE "A": POINT OF CONNECTION 'A' SHALL BE A 1 1 /2" DOMESTIC WATER METER WITH A 2" SERVICE LINE. VERIFY THE ACTUAL LOCATION, SIZE AND WATER PRESSURE IN THE FIELD PRIOR TO STARTING WORK. IF ANY OF THE POC INFORMATION SHOWN ON THESE DRAWING IS FOUND TO BE DIFFERENT THAN THE ACTUAL POC INFORMATION GATHERED IN THE FIELD, IMMEDIATELY NOTIFY THE LANDSCAPE ARCHITECT AND IRRIGATION CONSULTANT. SHOULD THE CONTRACTOR FAIL TO VERIFY THE POC INFORMATION ANY CHANGES REQUIRED BY LOW PRESSURE OR VOLUME SHALL BE l'HE SOLE RESPONSIBILITY OF THE CONTRACTOR. STATIC WATER PRESSURE DESIGN WATER PRESSURE MAXIMUM SYSTEM DEMAND RESIDUAL WATER PRESSURE NOTE B: 104 PSI 80 PSI 52 GPM 36 PSI CONTROLLER 'A' SHALL BE A CALSENSE ET1 -32, 32 STATION IRRIGATION CONTROLLER. CONTROLLER 'B' SHALL BE A CALSENSE ET1 -24, 24 STATION IRRIGATION CONTROLLER. INSTALL BOTH CONTROLLERS INSIDE A STAINLESS STEEL ENCLOSURE (REFER TO LEGEND FOR TYPE). 120 VOLT ELECTRICAL POWER SHALL BE PROVIDED BY ELECTRICIAN. CONTRACTOR SHALL VERIFY THE ACTUAL LOCATION OF CONTROLLER AND POWER SUPPLY PRIOR TO STARTING WORK. CONTROLLERS ARE DESIGNED TO RUN SEQUENTIALLY, AT NO TIME SHALL CONTROLLERS BE RUN CONCURRENTLY. CONTRACTOR SHALL PROVIDE A LAMINATED NOTE POSTED ON EACH CONTROLLER WITH MINIMUM 1 /2" LETTERING STATING THE FOLLOWING: "IRRIGATION CONTROLLERS ARE DESIGNED TO RUN SEQUENTIALLY, AT NO TIME SHALL CONTROLLERS BE RUN CONCURRENTLY". NOTE C: CONTRACTOR SHALL ADJUST AND CAP OFF EXISTING IRRIGATION SYSTEM IN ADJACENT AREAS AS REQUIRED. SYSTEM SHALL PROVIDE COMPLETE COVERAGE AS APPROVED BY OWNER'S AUTHORIZED REPRESENTATIVE. CONTRACTOR SHALL BE RESPONSIBLE FOR THE COMPLETE ADJUSTMENT/MODIFICATION OF EXISTING IRRIGATION SYSTEM WITHIN THIS ANO OTHER AREAS AFFECTED BY THE PROPOSED IMPROVEMENTS. ALL LAYOUT SfiALL BE CONFIRMED WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. HEAD LAYOUT IN THIS AREA IS DIAGRAMMATIC AND SHALL BE ADJUSTED AS REQUIRED IN FIELD TO PROVIDE PROPER COVERAGE. CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLETE INSTALLATION OF PROPOSED IRRIGATION EQUIPMENT AND RELATED EQUIPMENT, INCLUDING BUT NOT LIMITED TO R.C.V. CONTROL WIRES, ELECTRICAL WIRES, CONDUIT, REMOTE CONTROL VALVES, ETC. ALL LAYOUT ANO LOCATIONS SHALL BE CONFIRMED WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. ANY EXISTING IRRIGATION CONTROL VALVES CONNECTED TO EXISTING CONTROLLER SHALL BE RECONNECTED TO EXISTING CONTROLLER. CONFIRM PROPER CONTROLLER OPERATION AND INSTALLATION WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK AND UPON COMPLETION OF WORK. CONTRACTOR SHALL CONFIRM THE EXISTING CONTROLLER MAKE AND MODEL AND SHALL CONFIRM THAT SAID CONTROLLER HAS ADEQUATE OPEN STATIONS TO OPERATE PROPOSED IRRIGATION SYSTEM. NOTIFY OWNER'S AUTHORIZED REPRESENTATIVE SHOULD ANY DISCREPANCIES BE NOTED. CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIR/MODIFICATION OF ALL ADJACENT NOTE: IRRIGATION SYSTEM EQUIPMENT THAT IS AFFECTED BY PROPOSED IRRIGATION OUIDOOR EATING AREAS AND DRINKING FOUNTAINS IMPROVEMENTS. CONTRACTOR SHALL REPAIR SAID SYSTEMS TO A LIKE NEW MANNER, SHALL BE PROTECTED AGAINST CONTACT WITH RCYCLED PROVIDING COMPLETE 100% HEAD TO HEAD COVERAGE IN ALL AREAS WITH SYSTEM WATER OVERSPRAY, MIST, OR RUNOFF. ALL IRRIGATION LAYOUT AS APPROVED BY OWNER'S AUTHORIZED REPRESENTATIVE. CONTRACTOR LAYOUT HAS BEEN DESIGNED TO MINIMIZE OVERSPRAY SHALL CONFIRM ALL AREAS REQUIRING MODIFICATION WITH OWNER'S AUTHORIZED ONTO ALL HARDSCAPE, EATING AREAS, AND DRINKING = REPRESENTATIVE PRIOR TO BIDDING WORK AND PRIOR TO COMMENCING WORK. FOUNTAINS TYP. CONTRACTOR SHALL VERIFY ALL # SYSTEM LAYOUT IN FIELD 'MTH OWNER'S AUTHORIZED ;,f';._ \.,-~DSCAp<"~~ CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING EXISTING BACKFLOW DEVICE REPRESENTATIVE PRIOR TO COMMENCING WORK. 0 4-~ c,,\lesn1,-1, ~'>'~ AND TESTING FOR PROPER OPERATION. SHOULD BACKFLOW DEVICE BE INOPERABLE ~ s )lj~" -;:_ \OR NOT IN PLACE CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIR OR I ;J1 •• 1, <" REPLACEMENT OF SAID BACKFL.OW DEVICE. CONFIRM ANY DISCREPANCIES WITH '=, '' , I 'p,.,,~ v °., ?WNER'S AUTHORIZED REPRESIENTATIVE PRIOR TO BIDDING WORK AND PRIOR TO -1· ''.;~/ _ , lpoMMENCING WORK. ~~-· .. ~~dl,)_l*i J' . •• -~ Ji CONTRACTOR SHALL BE RESPONSIBLE FOR THE COMPLETE REMOVAL AND DISPOSAL OF -~~l'(. w\)~. ~ ,,/ ALL EXISTING IRRIGATION EQUIPMENT AFFECTED BY THE PROPOSED IRRIGATION ~f Cl\~' IMPROVEMENTS. CONTRACTOR SHALL VERIFY ALL EQUIPMENT TO BE REMOVED AND -=-DISPOSED OF IN FIELD PRIOR TO BIDDING WORK AND PRIOR TO COMMENCING WORK. APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS. "AS RCE ____ EXP. REVIEWED BY: INSPECTOR BUILT" DATE DATE _R_EVI_s1_o_N_E_ 1 A_T_E __ :-::-:-::-:-.---+---+---------------t---+--+---+--; rnJ ~C_I_T_Y_P_LA_~_N_~_G_D_~_t_RTM_R_~_Ns_T_B_A_D_ I 541 I 7.28.00t---+---+----------------+---+---t---t----1 9-ao-oot---+---+----------------+---+---t---t----1 IRRIGATION PLAN FOR: RANCHO CARRILLO VILLAGE'N' -'PORTICO' APPROVED ===:-----;;1---l---t------------t----1---1-----1-----1 -v,, -.;;:.~:=:;-------1/J-ltJ-ce) I-;;=;;-::;;--;;::-; = DATE DRAWN K.N. APPROVED J.P. --------,---+--+---------------+---+---+--+----! JOB NO. 99-012 ORIGINAL DATE 3,7,00 DATE INITIAL S.CALE ENGINEER OF WOR REVISION DESCRIPTION OWN BY: ___ _ DATE INITIAL DATE INITIAL CHKD BY: __ _ OTHER APPROVAL CITY APPROVAL RVWD BY: PROJECT NO. DRAWING NO. C.T. 99-09 386-BL C.M.W.D. 97-533 I w ~ 0 Cl. ~ z ~ I ao > ~ " ii: ~ 0 J: ~ ~·. "' -0 I g: ... ,~o' ' Jt 1,1 •• I I I I I I a I I / I I I ! I Sweeney & Associates, Inc. tr-rlgotfon De!'fdgn &: Cor,.sultln 28441 Roncho Collfomlo Rd. Ste. Kt•~-• ... ;••; Temecuk1, CA 92590 _. . __,,:et 1• • Ph. 909-695-2367 faJw:. 909-695---2'6 • E-mail: lsweeney10earthlink.net "'tJ O 1 1 o,. 7/' ! ' ilill'~;;;:.!;,;cdfrs ~-,r,._.< ,-it.:/,>' -. I SHEET 12 MA TCHLINE-SEE 20 10 0 20 4.0 ---- SCALE: 1" = 20' SEE SHEET 18-19 FOR IRRIGATION SPECIFICATIONS. SEE SHEET 20-21 FOR IRRIGATION DETAILS & NOTES. I I I SHEET 16 80 "-I}',\',, l'I , Ill pt ·11 1/1 ' 8910 UNIVERSITY CENTER LANE SUITE 580 SAN DIEGO CAIJFORNIA 92122 619 . 558 . 8977 FAX 619 . 558 · 9188 I SQ ---..... ____ 7 '--✓ f . ..__ ' 0 I Lf) NOTE: BUBBLERS AND LATERAL LINES ARE SHOWN WITHIN PAVING FOR CLARITY ONLY, ACTUAL LOCATION TO BE WITHIN PLANTER. BUBBLERS SHALL BE ALIGNED WITH TREES AND AS DIRECTED BY OWNER'S AUTHORIZED REPRESENTATIVE. CONFIRM ALL LAYOUT IN FIELD WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK . NOTE: CONTRACTOR SHALL ADJUST ALL HEADS AS REQUIRED TO ACCOMODATE ANY VERTICAL OBSTRUCTIONS THAT MAY OCCUR, INCLUDING BUT NOT LIMITED TO LIGHT POLES, FIRE HYDRANTS, ETC. VERIFY ALL HEAD LAYOUT WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. NOTE: MAINLINE SHOWN WITHIN PAVING AND BUILDING FOR CLARITY ONLY, ACTUAL MAINLINE LOCATION TO BE A MINIMUM OF 18" OFF ADJACENT HARDSCAPE AND OTHER OBSTACLES TYP. NOTE, I, A PHYSICAL SEPARATION SHALL BE PROVIDED BET\;EEN ADJACENT AREAS OF IRRIGATED RECYCLED \;ATER AND POTABLE \;ATER. SEPARATION SHALL BE PROVIDED BY DISTANCE, CONCRETE MO\; STRIPS OR OTHER APPROVED METHODS. 2. HOURS OF IRRIGATION WITH RECYCLED WATER ARE FROM 10:00 P.M. NOTE: TO 6:00 A. M. THE HOURS FOR IRRIGATION WITH DISINFECTED TERTIARY RECYCLED WATER MAY BE MODIFIED BY THE LOCAL AUTHORITY. IRRIGATION DURING PUBLIC USE PERIODS WITH DISINFECTED TERTIARY RECYCLED WATIER SHALL BE UNDER THE SUPERVISION OF THE DESIGNATED USER SUPERVISOR. IRRIGATION WITH WATER OF LESSER QUALITY DISINFECTED TIERTIARY RECYCLED WATER SHALL BE BETWEEN THE HOURS OF 10:00 P.M. AND 6:00 A.M. DRINKING AND WATER FOUNTAINS AND DESIGNATED OUTDOOR EATING AREAS SHAil BE PROTECTED. NO OUTDOOR DRINKING FOUNTAINS ARE USED THIS PROJECT. OUTDOOR EATING AREAS AND DRINKING FOUNTAINS SHALL BE PROTECTED AGAINST CONTACT WITH RCYCLED WA TEI, OVERSPRAY, MIST, OR RUNOFF. ALL IRRIGATION LAYOUT HAS BEEN DESIGNED TO MINIMIZE OVERSPRAY ONTO ALL HARD SCAPE, EA TING AREAS, AND DRINKING FOUNTAINS TYP. CONTRACTOR SHALL VERIFY ALL SYSlEM LAYOUT IN FIELD WITH O'M-JER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. 3, BURIAL OF ALL w'IRING AND PIPING SHALL MEET CARLSBAD MUNICIPAL \;ATER DISTRICT'S RULES AND REGULATIONS. 4. IF A CONSTANT PRESSURE RECYCLED \;ATER LINE MUST BE INSTALLED ABOVE A POTABLE LINE DR LESS THAN Tw'ELVE INCHES BELOw' A POTABLE \;ATER LINE, THEN THE RECYCLED w'ATER LINE SHALL BE INSTALLED \;!THIN AN APPROVED PROTECTIVE SLEEVE AS PER CARLSBAD MUNICIPAL \;ATER DISTRICT'S RULES AND REGULATl□NS. NOTE A: CONTRACTOR SHALL ADJUST AND CAP OFF EXISTING IRRIGATION SYSTEM IN ADJACENT AREAS AS REQUIRED. SYSTEM SHALL PROVIDE COMPLETE COVERAGE AS APPROVED BY OWNER'S AUTHORIZED REPRESENTATIVE. CONTRACTOR SHALL BE RESPONSIBLE FOR THE COMPLETE ADJUSTMENT/MODIFICATION OF EXISTING IRRIGATION SYSTEM WITHIN THIS AND OTHER AREAS AFFECTED BY THE PROPOSED IMPROVEMENTS. ALL LAYOUT SHALL BE CONFIRMED WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. HEAD LAYOUT IN THIS AREA IS DIAGRAMMATIC AND SHALL BE ADJUSTED AS REQUIRED IN FIELD TO PROVIDE PROPER COVERAGE. CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLETE INSTALLATION OF PROPOSED IRRIGATION EQUIPMENT AND RELATED EQUIPMENT, INCLUDING BUT NOT LIMITED TO R.C.V. CONTROL WIRES, ELECTRICAL WIRES, CONDUIT, REMOTE CONTROL VALVES, ETC. ALL LAYOUT AND LOCATIONS SHALL BE CONFIRMED WITH OWNER'S AUlliORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. ANY EXISTING IRRIGATION CONTROL VALVES CONNECTED TO EXISTING CONTROLLER SHALL BE RECONNECTED TO EXISTING CONTROLLER. CONFIRM PROPER CONTROLLER OPERATION AND INSTALLATION WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK AND UPON COMPLETION OF WORK. CONTRACTOR SHALL CONFIRM THE EXISTING CONTROLLER MAKE AND MODEL AND SHALL CONFIRM THAT SAID CONTROLLER HAS ADEQUATIE OPEN STATIONS TO OPERATE PROPOSED IRRIGATION SYSTIEM. NOTIFY OWNER'S AUTIHORIZED REPRESENTATIVE SHOULD ANY DISCREPANCIES BE NOTED. CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIR/MODIFICATION OF ALL ADJACENT IRRIGATION SYSTEM EQUIPMENT THAT IS AFFECTED BY PROPOSED IRRIGATION IMPROVEMENTS. CONTRACTOR SHALL REPAIR SAID SYSTEMS TO A LIKE NEW MANNER, PROVIDING COMPLETIE 100% HEAD TO HEAD COVERAGE IN All. AREAS Willi SYSTEM LAYOUT AS APPROVED BY OWNER'S AUTHORIZED REPRESENTATIVE. CONTRACTOR SHALL CONFIRM ALL AREAS REQUIRING MODIFICATION WITH OWNER'S AUTIHORIZED REPRESENTATIVE PRIOR TO BIDDING WORK AND PRIOR TO COMMENCING WORK. CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING EXISTING BACKFLOW DEVICE AND TESTING FOR PROPER OPERATION. SHOULD BACKFLOW DEVICE BE INOPERABLE OR NOT IN PLACE CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIR OR REPLACEMENT OF SAID BACKFLOW DEVICE. CONFIRM ANY DISCREPANCIES WITH OWNER'S AUTIHORIZED REPRESENTATIVE PRIOR TO BIDDING WORK AND PRIOR TO COMMENCING WORK. CONTRACTOR SHALL BE RESPONSIBLE FOR THE COMPLETE REMOVAL AND DISPOSAL OF ALL EXISTING IRRIGATION EQUIPMENT AFFECTED BY lliE PROPOSED IRRIGATION IMPROVEMENTS. CONTRACTOR SHALL VERIFY ALL EQUIPMENT TO BE REMOVED AND DISPOSED OF IN FIELD PRIOR TO BIDDING WORK AND PRIOR TO COMMENCING WORK. APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS. "AS BUILT" RCE EXP. REVIEWED BY: DATE 7.28.001---+---+----------------4----4---4----4---1 ________ __, IRRIGATION PLAN FOR: DRAWN APPROVED JOB NO. ORIGINAL DATE SCALE 9-ao-ool---+---+-----------------+---+--+---4---1 RANCHO CARRILLO VILI..AGE 'N' -'PORTICO K.N. J.P. 99-012 S.7.00 DATE INITIAL ENGINEER OF W0R REVISION DESCRIPTION I DWN BY: f-CDA:cc.:.:TE::__-'-"'IN"-'ITIAL=-+-DA:c=TE'-'--"IN"-'ITIAL=-t CHKO BY: __ _ OTHER APPROVAL CITY APPROVAL . RVWD BY: - PROJECT NO. DRAWING NO. C.T. 99-09 386-SL C.M.W.D. 97-533 ~ 0 () ~ \,, 0 Q. ~ z oa "' " (!) :5 I J > '3 oa J ii' 0:: I'-<) 0 :,: () z ,'.? N -D I "' "' ... ~o' ,,..~ NOTE: CARLSBAD MUNICIPAL WATER DISTRICrS RECLAIMED WATER SPECIFICATIONS SHALL TAKE PRECEDENCE OVER THESE SPECIFICATIONS. SECTION 02811 LANDSCAPE IRRIGATION PART I -GENERAL 1 .01 SUMMARY A. It Is the Intent of the speclflcations and drawings that the finished system Is complete in every respect and shall be ready for operation satisfactory to the Owner. B. The work shall Include all materials, labor, services, transportation, ond equipment necessary to perform the work as indicated on the drawings, In these specification, and as necessary to complete the contract. 1.02 CONSTRUCTION DRAWINGS A. Due to the scole of the drawing&, it ls not possible to indicate all off!letst fittings, sleeves, etc. which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and pion his work accordingly, furnishing such fittings, etc. as may be required to meet such conditions. Drawings ore generally diagrammatic and Indicative of the work to be Installed. The work shall be installed in such a manner as to ovoid conflicts between irrigation systems, planting, and architectural features. B. All work called for on the drawings by notes or detalls sh<JII be furnished and installed whether or not specifically mentioned in the speci1icatlons. When on item is shown on the plans but not shown on the specificntions or vicEI versa, it shall be deemed to be as shown on both. The Landscape Architect shall have final authority for clarification. C. The Contractor shall not wHlfully Install the Irrigation system os shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies In oreo dimensions exist that might not have been considered In engineering. Such obstructions or differences should be brought to the attention of the Landscape Architect os soon as detected. In the event this notification Is not performed, the Irrigation Contractor shall assume full responslblllty for any revision necessary. 1.03 QUALITY ASSURANCE A. Provide at least one engllsh speaking person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being Installed and the manufacturer's recommended methods of installation and who shall direct oll work performed under this section. 8. Manufacturer's directions and detailed drawings shall be followed In all cases where the manufacturer of articles used In this contract furnish directions covering points not shown In the drawings ond specifications. C. All locol, municipal and state laws, rules and regulations governing or relating to any portion of th is work are hereby incorporated into and mode o port of these specifications, and their provisions shall be carried out by the Contractor. Anything contained in these specifications shall not be construed to conflict with any of the above rules and regulations of the some. However, when these specifications and drawings call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger size than Is required by the above rules and regulations, the provisions of these specifications and drawings shall take precedence. D. All materials supplied for this project shall be new ond free from· any defects. All defective materials shall be replaced Immediately at no oddltlonol cost to Owner. E. The Contractor shall secure the required licenses and permits Including po~ents of charges and fees, give required notices to public authorities, verify permits secured or arrangements mode by others affecting the work of this section. 1. 04 SUBM ITT ALS A. Materials List: 1. After award of contract and before any Irrigation system materials ore delivered to the job site, submit to the Owner a complete list of all irrigation systems, materials, or processes proposed to be furnished and Installed as part of this contract. 2. Show manufacturer's name and catalog number for each item, furnish complete catalog cuts and technical data, furnish the manufacturer's recommendations as to the method of installation. :}. No substitutions will be allowed without prior written acceptance by the Landscape Architect or Owner's authorized representative. 4. Manufacturer's warranties shall not relieve \he Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. 8. Substitutions: If the Irrigation Contractor wishes to substitute any equipment or materials for those equipment or materials listed on the Irrigation drawings and specifications he may do so by providing the following Information to the Landscape Architect or Owner's authorized representative and City Inspector for opprovol. 1. Provide a written statement indicating the reason for making the substitution. 2. Provide catalog cut sheets, technical data, and performance Information for each substitute Item. 3. Provide in writing the difference in Installed price If the Item Is accepted. 1.05 EXISTING CONDITIONS A. The Contractor shall verify and be familiar with the locations, size and detail of points of connection provided os the source of water, electrical supply, and telephone line connection to the irrigation system. B. Irrigation design Is based on the available static water pressure shown on the drawings. Contractor shall verify static water on the project prior to the start of construction. Should a discrepancy exist, notify the Landscape Architect and Owner's authorized representative prior to beginning constru.,tlon. C. Prior to cutting into the soil, the Contractor shall locate all cables, conduits, sewer septic tonks, and other utllltles as ore commonly encountered underground and he shall take proper precautions not to damage or disturb such improvements. If a conflict exists between the such obstacles and the propmsed work, th~~ Contractor shall promptly notify the Landscape Architect oM Owner who will arrange for relocations. The Contractor will proceed in the some manner if a rock layer or any other such conditions are encountered. D. The Contractor shall protect all existing utilities and featurns to remain on and adjacent to the project site during construction. Contractor shall repair, at his own cost. all damage resulting from his operations or negligence. E. The Irrigation Contractor shall coordinate with the General Contractor for installation of required sleeving cs shown on the plans. 1.06 INSPECTIONS A. The Contractor shall permit the Landscape Architect, Owner's authorized representative and City Inspector to visit and inspect at oil times any port of the work and shall provide safe access for such visits. B. Where the specifications require work to be tested by the Contractor, it shall not be covered over until accepted by the Landscape Architect, Owner's authorized representative, and/or governing agencies. The Contractor shall be solely responsible for notlf)>ing the Landscape Architect, Owner. and governing agencies, a minimum of 48 hours In advance, where and when the work Is ready for testing. Should any work be covered without testing or acceptance, It shall be, if so ordered, uncovered at the Contractor's expense. C. Inspections will be required for the following at a minimum: 1. Sysem layout 2. Pressure test of irrigation main line (Four hours at 125 PSI or 120% of stotic water pressure, which ever is greater) approval required by City Inspector. 3. Coverage test of Irrigation system (approval required by city Inspector). 4. Final inspection prior to start of maintenance period 5. Final acceptance D. Site observations and testing will not commence without the record drawings as prepared by the Irrigation Contractor. Record drawings must complete and up to dote for each site visit. E. 1.07 A. B. 1.08 A. B. 1.09 Work which fols testing and Is not accepted will be retested. Hourly rotes and expenses of the Landscape Architect, Owner's authorized representative, and governing agencies for relnspectlon or retesting will be paid by the Irrigation Contractor at no additional expense to Owner. STORAGE AND HANDLING Use all means necessary to protect Irrigation system materials before, during, and ofter installation and to protect the installation work and materials of all other trodes. In the event of damage, Immediately make all repairs and replacements necessary to the acceptance of the Landscape Architect and Owner and at no additional cost to the Owner. Exercise care in handling, loading, unloading, and storing plastic pipe and fittings under cover until ready to Install. Transport plastic pipe only on a vehicle with a bed long enough to allow the pipe to lay flat to avoid undue bending and concentrated external load. CLEANUP AND DISPOSAL Dispose of waste, trash, anq debris In accordance with applicable laws and ordinances and os prescrlbeo by authorities having jurisdiction. Bury no such waste material and debris on the site. Burning of trash and debris will not be permitted. The Contractor shall remove and dispose of rubbish and debris generated by his work and workmen at frequent Intervals or when ordered to do so by the Owner's authorized representative. At the time of completion the entire site wlll be cleared of tools, equipment, rubbish and debris which shall be disposed of off-site in a legal disposal area. TURNOVER ITIEMS A. Record Drawln gs: 1. Record accurately on one set of contract drawings all changes In the work constituting departures from the original contract drawings. 2. The changes and dimensions shall be recorded In a legible and workmanlike manner to the satisfaction of the owner. Prior to final Inspection of work. submit record drawings to the Landscape Architect or Owner's authorized representative. 3. Dimensions from/to permanent points of reference such as bulldlngs, sidewalks, curbs, etc. shall be shown. Data on record drawings shall be recorded on a day to day basis as the project Is being installed. All lettering on drawings shall be minimum 1/8 inch in size. 4. Show locations and depths of the following Items: o. Point of connection (Including water meters, bockflow preventers, master control valves, etc.) b. Routing of sprinkler pressure lines (dimensions shown at a maximum of 100 feet along routing) c. Gate valves d. Automatic remote control valves and Isolation boll valves e. Quick coupling valves and Isolation boll valves f. Routing of control wires g. Irrigation controllers h. Related equipment ( os may be directed) 5. Maintain record drawings on site at all times. Upon completion of work, transfer all as-built Information and dimensions to reproducible sepia prints. B. Controller Charts: 1. Record drawings must be approved by Loodscape Architect and/or Owner's authorized representative before charts ore prepared. 2. Provide one controller chart for each automatic controller. Chart shall ohow the area covered by the particular controller. 3. The chart Is to be a reduced copy of the actual "record" drawing. In the event the controller sequence Is not legible when the drawing Is reduced, It shall be enlarged to a readable size. 4. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being o minimum 20 mils in thickness. C. Operation and Maintenance Manuals: 1. Two lndlvldually bound copies of operation and maintenance manuals shall be delivered to the Landscape Architect or Owner's authorized representative at least 10 calendar days prior to final inspection. The manuals shall describe the material installed and the proper operation of the system. 2. Each complete, bound manual shall Include the following Information: a. Index sheet stating Contractor's address and telephone number, duration of guarantee period, list of equipment including names and addresses of local manufacturer representatives. b. Operating and maintenance Instructions for all equipment. c. Spare parts lists and related manufacturer information for all equipment. D. Equipment: 1. Supply as a port of this contract the following Items: a. Two (2) wrenches for disassembly and adjustment of eoch type of sprinkler head used In the Irrigation system. b. Three 30-lnch sprinkler keys for manual operation of control valves. c. Two keys for each automatic controller. d. Five quick coupler keys with o bronze hose thread 90 degree swivel attachment and five coupler lid keys. e. Five valve box cover key or wrench. f. One 5-foot tee wrench for operating gate valves 3 Inches or larger (if used). g. Six extra sprinkler heads of each size and type per Irrigation P.D.C. 2. The above equipment shall be turned over to Owner's authorized representative at the final Inspection. 1.10 COMPLETION A. At the time of the pre-maintenance period inspection, the Landscape Architect, Owner's authorized representative, and governing agencies will inspect the work, and if not accepted. will prepare a list of Items to be completed by the Contractor. At the time of the post-maintenance period or final inspection the work wlll be reinspected and flnol acceptance will be in writing by the Landscape Architect, Owner's authorized representatlve, and goYeming agencies. B. The Owner's authorized representative shall hove final authority on all portion• of the work. ! I I I I C. After the system hos been completed, the Contractor shall Instruct Owner's authorized representative In the operation and maintenance of the Irrigation system and shall furnish a complete set of operating and maintenance Instructions. D. Any settling of trenches which may occur during the one-year period following acceptance shall be repaired to the owner's satisfaction by the Contractor without any additional expense to the owner. Repairs shall include the complete restoration of oil damage to planting, paving or other Improvements of any kind as a result of the work. 1.11 GUARANTIEE A. The entire sprinkler system, Including all work done under this contract, shall be unconditionally guaranteed against all defects and fault of material ood workmanship, Including settling of bock filled areas below grade, for o period of one (1) year following the filing of the Notice of Completion. Should ony problem with the Irrigation system be discovered within the guarantee period, It shall be corrected by the Contractor at no additional expense to owner within ten (10) calendar days of receipt of written notice from Owner. When the nature of the repairs as determined by the Owner constitute an emergency (I.e. broken pressure line) the Owner may proceed to make repairs at the Contractor's expense. Any and all damages to existing Improvement resulting either from faulty materials or workmanship. or from ·the necessary repairs to correct some, shall be repaired to the satisfaction of the owner by the Contractor, all at no additional cost to the Owner. B. Guarantee shall be submitted on Contractors own letterhead as follows: GUARANTIEE FOR SPRINKLER IRRIGATION SYSTIEM We hereby guarantee that the sprinkler Irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work hos been completed In accordance with the drawings and specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We agree to repair or replace any defective material during the period of one year from dote of filing of the Notice of Completion and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the owner. We shall make such repairs or replacements within 10 calendar days following written notification by the owner. In the event of our failure to make such repairs or replacements within the time specified after receipt of written notice from owner, we authorize the owner to proceed to have said repairs or replacements mode at our expense and we will pay the costs and charges therefore upon demand. PROJECT NAME: PROJECT LOCATION: CONTRACTOR NAME: ADDRESS: TIEL.EPHONE: SIGNED: DATE: Port II -MA TIERIALS 2.01 SUMMARY Use only new materials of the manufacturer, size and type shown on the drawings and specifications. Materials or equipment Installed or furnished that do not meet Landscape Architect's, Owner's, or governing agencies standards will be rejected and shall be removed from the site ot no expense to the Owner. 2.02 A. 8. C. PIPE Pressure supply line from point of connection through bockflow prevention unit shall be Type K "hard" copper pipe. Pressure supply lines 2 inches In diameter and up to 3 inches In diameter downstream backflow prevention unit shall be Closs 315 solvent weld PVC. Piping shall conform to ASTM D2241. Pressure supply lines 1 1/2 inches In diameter and smaller of the bockflow prevention unit shall be Schedule 40 solvent weld PVC conforming to ASTM 01785. of D. Non-pressure fines 3/4 Inches In diameter and larger downstream of the remote control valve shall be Sch. 40 PVC. E. 2.03 Recycled (Reclaimed) water PVC pipe to be color-coded purple In color marked on two sides with reclaimed water warning statements "Caution-Recycled (Reclaimed) Water". Reclaimed water piping must be accepted by local reclaimed woter governing agencies. Recycled water pipe shall be used only on recycled system. Non-pressure piping shall conform to AS'IM D1785. METAL PIPE AND FITTINGS A. Bra•• pipe shall be 85 percent red brass, ANSI, IPS Standard 125 pounds, Schedule 40 screwed pipe. B. Brass fittings shall be medium brass, screwed 125-pound class. C. Copper pipe shall be "hard" Type K. D. Copper fittings shall be soldered t:,pe. 2.04 PLASTIC PIPE AND FITTINGS A. Pipe shall be marked continuously with manufacturer's name, nominal pipe size, schedule or class, PVC t:,pe and grade, National Sanitation Foundation approval, Commercial Standards designation, and dote of extrusion. B. All plastic pipe shall be extruded of on improved PVC virgin pipe compound in accordance with ASTM D2241 or ASTM D1784. C. All PVC fittings shall be standard weight Schedule 40 and shall be Injection molded of on Improved virgin PVC fitting compound. Slip PVC fittings shall be the • deep socket• bracketed type. Threaded plastic fittings shall be Injection molded. All tees and ells shall be side gated. All fittings shall conform to ASTM D2466. D. All threaded nipples shall be standard weight Schedule 80 with molded threads and shall conform to ASTM D1785. E. All solvent cem enting of plastic pipe and fittings shall be o two-step process, using primer and solvent cement applied per the manufacturer's recommendations. Cement shall be of a fluid consistency, not gel-·like or ropy. Solvent cementing shall be In conformooce with ASTM D2564 and ASTM D2855. F. When connection Is plastic to metal, female adopters shall be hand tightened, plus one turn with a strop wrench. Joint compound shall be non-lead base Teflon paste, tape, or equal. 2.05 BACKFLOW PREVENTION UNITS A. The bockflow prevention unit shall be of the manufacturer. size, and type Indicated on the drawings. B. The backflow prevention unit shall be Installed In accordance with the requirements set forth by local codes. C. The backflow prevention assembly shall consist of brass piping, unions and fittings. 2.06 VALVES A. Gate Valves: 1. Gate valves shall be of the manufocturer, size, and type indicated on the drawings. 2. Gate valves shall be constructed of a bronze body, bonnet and disc, and a malleable iron handwheel. Gate valves shall have threaded cc,nnectlons. 3. All Gate valves shall hove a minimum working pressure of not less than 150 psi and shall conform to AWWA standard1'. B. Ball Valves: 1. Boll valves shall be of the manufacturer, size, and type Indicated on the drawings. 2. Ball valves shall be constructed of a bronze body, stainless steel boll and stem, malleable iron handle. Boll valves shall have threaded connections. 3. All ball valves shall hove a minimum working pressure of not less than 150 psi and shall conform to AWWA standards. C. Quick Coupler Valves: 1. Quick coupler valves shall be of the manufacturer, size, and type Indicated on the drawings. 2. Quick coupler valves shall be brass with a wall thickness guaranteed to withstand normal working pressure of 150 psi without leakage. Valves shall have 3/4 female threads opening at base, with two-piece body. Valves to be operated only with a coupler key, designed for that purpose. Coupler key Is inserted into valve and a positive, watertight connection shall be made between the coupler key and valve. Hinge cover shall be the locking type constructed of brass with a rubber-lil<e vin:,t cover. 3. Vfn)l quick coupler cover to be purple In color with the words •warning-Recycled (Reclaimed) Water-Do Not Drink permanently marked on lid for recyclea system. D. Automatic Control Valves: 1. Automatic control valves shall be of the manufacturer, size, and type indicated on the drawings. 2. Automatic control valves shall be electrically operated. E. Anti-drain Valves: 2.07 A. B. C. D. E. F. G. 1. Anti-drain valves shall be of the manufacturer, size, and type Indicated on the drawings. 2. Anti-drain valves shall hove 18-8 stainless steel springs and valve stems with Buno-N seals. 3. Anti-drain valves will have threaded connections the size of the riser or pipe they ore to be Installed onto, or the next available size. No slip connection anti-drain volves ore allowed. VALVE BOXES Valve boxes shall be fabricated from a durable, Weather-resistant plastic material resistant to sunlight and chemical action of solls. The valve box cover shall be green In color and secured with bolts. The co-and box shall be capable of sustaining a load of 1,500 pounds. Valve box extensions shall be by the some manufacturer os the valve box. Automatic control and master valve boxes shall be 16"x11"x12" rectangular size. Valve box covers shall be "heat branded" in 2• high letters with either "RCV' with the valve Identification numbers or "MCV'. Boll valve, gate valve, and quick coupler valve boxes shall be circular 10" size. Valve box covers shall be "heat branded" In 2• high letters with either "Bv", "GV', or "QCv". Valve box cover shall be purple In color and penmonently marked with the words "Warning-Recycled (Reclaimed) Water-Do Not Drink" for recycled irrigation system. 2.08 IRRIGATION CONTROLLER A. Controller shall be of the manufacturer, size and type Indicated on the drawings. B. The controller enclosure shall be of the manufacturer, size ond type indicated on the drawings. The enclosure sh<>II also enclose the controller electrical meter. C. The controller shall be of the manufacturer, size and type required by the City of Carslbod 2.09 ELECTRICAL A. All electrical equipment shall be NEMA Type 3, waterproofed for exterior Installations. 8. All electrical work shall conform to local codes and ordinances. Sweeney & Associates, Inc. APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS. lrr!got.lon Deelgn & Con•uttln --·~··. '••,. 2!441 Rancho Collfornlo Rd. ste. K : ..,~ Temecula, CA 92590 ~ :: }¢;., . : Ph. 909-695-2367 Fax. 909-695-2-46 • E-mail: lsweeneyl«tearthlink.net "AS BUILT" RCE ____ EXP. ____ _ DATE REVIEWED BY: INSPECTOR DATE _RE_VI_s_10_N_D_A_TE __ •_.2_7_.oo-l---J----jf---------------1---4---..l---1---_J ~ CITY OF CARLSBAD I s41_s I 6.28.00 ~ PLANNING DEPARTMENT A"-()\( 'Al l'I. ' < HI ff( lil'Rf] ' I It I 8910 UNIVERSITY CENTER LANE SUITE 580 SAN DIEGO CA1JFORNIA. 92122 619 · 558 · 8977 FAX 619 . 558 . 9188 I ' 7.28.001----+--+-----------------+---l--.-.jl--.-.j----l ------------1 e-so-001----1---,-,------------------+----+---l---~----' DRAWN K.N. APPROVED J.P. JOB NO. 99-012 ORIGINAL DATE 3.7.00 DATE INITIAL SCALE ENGINEER OF WOR M.W. D. ' I N 2.10 LOW VOLTAGE CONTROL WIRING A. Remote control wire shall be direct-burial AWG-UF type, size os Indicated on the drawings, and In no case smaller than 14 gauge. B. Connections shall be either epoxy-sealed pocket type or Penn-lite connectors. C. Ground wirea shall be white in color. Control wires shall be red (where two or more controllers ore used, the control wires shall be a dlfferentcolor for each controller. These colors shall be noted on the "Record Drawings" plans located on controller door). D. Provide a 24" long expansion loop for all directional changes In control wire routing. 2.11 IRRIGATION HEADS A. Sprinkler heads shall be of the manufacturer, size, type, with radius of throw, operating pressure, and discharge rate Indicated on the drawings. B. Pop-up heads and riser heads sholl be used as Indicated on the drawings. C. Irrigation heads for recycled syetem shall hawt purple recycled (reclaimed) water warning cover. Port Ill -EXECUTION 3.01 SITE CONDITIONS A. Inspections: 1. Prior to all work of this section, carefully lnepect the Installed work of all other trades and verify that all ouch work is complete to the point where this Installation may properly commence. 2. Verify that irrigation syetem may be lnotalled In strict accordance with all pertinent codes and regulations, the original design, the referenced standards, and the manufacturer's recommendations. B. Discrepancies: 1. In the event of discrepancy, Immediately notify the Landscape Architect or Owner's authorized representatiwt. 2. Do not proceed with installation In areas of discrepancy unto all discrepancies have been resolved. C. Grades: 1. Before starting work, carefully check all grades to determine that work may safely proceed, keeping within the specified material depths with respect to finish grade. 2. Final grade• shall be accepted by the Engineer before work on this section wDI be allowed to begin. D. Field Measurements: 1. Make all necessary measurements In the field to ensure precise flt of items In accordance with the original design. Contractor shall coordinate the installation of all irrigation materials with all other work. 2. All scaled dimensions are approximate. The Contractor shall check and verify all size dimensions prior to proceeding with work under this section. 3. Exercise extreme core in excavoting and working near exi,.ting utilities. Contractor shall be responsible for damages to utilities which are caused by his operations neglect. E. Diagrammatic Intent: The drawings ore essentially diagrammatic. The size and location of equipment and fixtures are drown to scale where possible. Provide offsets In piping changes in equipment locations as necessary to conform with structures ond to avoid obstructions or conflicts with other work at no additional expense to Owner. F. Layout: 1. Prior to installation, the Contractor shall stoke out all pressure supply lines, routing and location of sprinkler heads, volve$, backflow preventer, and automatic controller. 2. Layout Irrigation system and make minor adjustments required due to differences between site and drawings. Where piping is shown on drawings under paved areas, but running parallel and adjacent to planted areas, Install the piping In the planted areas. G. Water Supply H. 3.02 Connections to, or the lnstollotlon of, the water supply shall be at the locations shown on the drawings. Minor changes caused by actual site conditions shall be made at no additional expense to Owner. Electrical SerAce: 1. Connections to the electrical supply shall be at the locations shown on the drawings. Minor changes caused by site conditions shall be made at no additional expense to Owner. 2. Contractor shall make 120 volt connection to the Irrigation controllers. Electrical power source to controller locctlons shall be provided by others. TRENCHING A. Excavotlons shall be straight with wtrtlcol sides, even grade, and support pipe continuously on bottom of trench. Trenching excavotion shall follow layout Indicated on drawings to the depths below finished grade and as noted. Where lines occur under paved area, these dimensions shall be considered below subgrade. 8. Provide minimum cowtr of 18 Inches on pressure supply lines 2 1/2 inches and smaller. c. D. F. G. 3.03 B. c. D. E. Provide minimum cover of 24 Inches on pressure supply lines ,3 Inches and larger. Provide minimum cover of 18 Inches for control wires. Provide minimum cover of 12 Inches for non-pressure lines. Pipes installed In o common trench shall hawt a 6 Inch minimum space between pipes. Provide sand backfill a minimum of 6 Inches o-and under all mainline piping. BACKFILLING Backfill material on oil lines shall be the some as adjacent eoil free of debris, litter, and rocks over 1 /2 inch in diameter. Backfill shall be tamped In 4-lnch layers under the pipe and uniformly, on both sides for the full width of the trench and the full length of the pipe. Backfill materials shall be sufficiently damp to permit thorough compoctlon. free of voids. Back.fill shall be compacted to dry density equal to adjacent undisturbed soil and shall conform to adjacent grades. Flooding in lieu of tamping Is not allowed. Under no circumstances shall truck wheels be used to compact backfill. Provide sand backfill a minimum of 6 inches over and under all piping under paved areas. 3.04 PIPING A. Piping under existing pawtment may be Installed by jacking, boring, or hydraulic driving. No hydraulic driving Is permitted under asphalt pavement. B. Cutting or breaking of existing pavement is not permitted. C. Carefully inspect all pipe and fittings before lnstollotlon, removing dirt, scale, burrs reaming. Install pipe with all markings up for visual Inspection and verification. D. Remove all dented and damaged pipe sections. E. All lines shall hove a minimum clearance of 6 inches from each other and 12 Inches from lines of other trodes. F. Parallel lines sholl not be Installed directly owtr each other. G. In solwtnt welding, use only the specified primer and solvent cement and make all joints in strict occordonce with the manufacturer's recommended methods including wlping all excess solvent from each weld. Allow solvent welds at least 15 minutes setup time before moving or handling and 24 hours curing time before filling. H. PVC pipe shall be Installed In a manner which will provide for expansion contraction os recommended by the pipe manufacturer. I. Centerlood all plastic pipe prior to pressure testing. J. All thraaded plastic-to-plastic connections shall be assembled using Teflon tape or Teflon paste. K. For plastic-to-metal connections, work the metal connections first. Use a non-hardening pipe dape an all threaded plastic-to-metal connections, except where noted otherwise. All plostlc-to-metol connections shall be mode with plastic female adapters. L. All connections between PVC lateral lines shall be mode using Sch. 40 PVC fittings with compression adapters. All connections between drlpperllnes to be made using compression fittings of manufacturer of the drlpperllne. Use no pipe dope, Teflon tape, primer or solwtnt cement on compression fittings. 3.05 CONTROLLER A. The exact location of the controller shall be approved by the Landscape Architect or Owner's authorized representative before Installation. The electrical service shall be coordinated with this location. B. The Irrigation Contractor shall be responsible for the final electrical hook up to Irrigation controller. C. The irrigation syetem shall be programmed to operate during the periods of minimal use of the design area. D. Install controller enclosure as recommended by the manufacturer. 3.06 CONTROL WIRING A. Low voltage control wiring shall occupy the same trench and shall be installed along the same route as the pressure supply lines whenever possible. B. Where more than one wire Is placed In a trench, the wiring shall be toped together In a bundle at intervols of 10 feet. Bundle shall be secured to the mainline with tape at Intervals of 20 feet. C. All connections shall be of an approved type and shall occur In a volwt box. Provide an 18 Inch service loop at each connection. D. An expansion loop of 12 Inches shall be provided at each wire connection and/or directional change, and one of 24 Inches shall be provided at each remote control valve. E. A continuous run of wire shall be used between a controller and each remote control V<Jlve. Under no circumstances shall splices be used without prior approV<JI. 3.07 VALVES A. Automatic control volves, boll valvea, gote V<Jlves, and quick coupler valves shall be Installed In the approximate locations indicated on the drawings. B. Valve shall be Installed in shrub areas when•-possible. C. Install oll volves os Indicated In the detail drawings. D. E. 3.08 A. Valves to be Installed In volve boxes shall be lnstallsd one volwt per box. Remote control valves and quick coupler volves shall be Isolated from the mainline by o boll volve sized per the largest R.C.V. in the manifold or 1 1/2 Inch for Q.C.V.'s. VALVE BOXES Volwt boxes shall be lnotalled In shrub areas whenever possible. B. Each V<Jlve box shall be installed on o foundation of 3/4 inch grovel backfill, 3 cubic feet minimum. Valwt boxes shall be installed with their tops 1/2 Inch above the surface of surrounding finish grade in lawn areas and 2 inches obowt finish grade In ground cover oreos. 3.09 BACKFLOW PREVENTERS A. Install backftow preventer unit as Indicated In the detail drawings. B. C. D. E. 3.10 A. B. C. D. Install backflow assemblies at locations approved In the field and at height required by locol codes. Install wys strainers and presoure regulators on the backflow assembly. ff backflow preventer Is Installed adjacent to a building, wall, or other obstruction, Install unit so thot the test cocks ore facing outward away from the obstruction. Install backflow enclosure as recommended by the manufacturer. SPRINKLER HEADS Sprinkler heads shall be Installed as Indicated on the drawings. Spacing of heads shall not exceed maximum indicated on the drawings. Riser nipples shall be of the same size as the riser opening In the sprinkler body. Pop-up sprinkler heads shall not be Installed using side outlet openings. 3.11 MISCELLANEOUS EQUIPMENT A. Install all assemblies specified herein according to the respective detail drawings or specifications, using best standard practices. B. Quick coupler volves shall be set approximately 12 Inches from walks, curbs, header boards, or paved areas where applicable. C. Unless designed as an Integral port of the Irrigation head, anti-drain volves will be Installed under every head. The anti-drain volve will be the eame diameter as the rloer and be Integral to the riser assembly. D. Install rain sensor as Indicated on the drawings and as recommended by the manufacturer. 3.12 FLUSHING ~E SYSTEM A. Prior to Installation of sprinkler nozzles, the valves shall be opened and o full head of water used to flush out the lines and risers. B. Sprinkler nozzles shall be Installed after flushing the system has been completed. 3.13 ADJUSTING ~E SYSTEM A. Contractor shall adjust volves, align heads, and check coverage of each syetem prior to coverage test. 8. If It Is determined by the Landscape Architect or Owner's authorized representative that additional adjustments or nozzle changes will be required to provide proper coverage, all necessary changes or adjustments shall be made prior to any planting. C. The entire syetem shall be operating properly before any planting operations commence. D. Automatic control volves are to be adjusted so that the sprinkler heads operate ot the pressure recommended by the manufacturer. 3.14 TESTING AND OBSERVATION A. Do not allow or cause any of the work of this section to be co-ed up or enclosed until It has been observed, tested and accepted by the Landscape Architect, Owner, and gowtrnlng agencies. B. The Contractor shall be solely responsible for notifying the Landscape Architect, Owner, and governing agencies, a minimum of 48 hours In advance, where and when the work Is reedy for testing. C. When the sprinkler system Is completed, the Contractor shall perform o coverage test of each syetem In Its entirety to determine if the water coverage for the planted areas Is complete and adequate in the presence of the Landscape Architect. D. The Contractor shall furnish oil materials and perform all work required to correct any Inadequacies of coverage due to deviations from the plans, or where the syetem has been willfully Installed as Indicated on the drawings when It Is obviously Inadequate, without bringing this to the attention of the Landscape Architect. This test shall be accepted by the Landscape Architect and accomplished before starting any planting. E. Final inspection will not commence without record drawings as prepared by the Irrigation Contractor. 3.15 MAINTENANCE During the maintenance period the Contractor shall ad)Jst and maintain the Irrigation syetem in a fully operational condition providing complete Irrigation cowtroge to all Intended plantings. 3.16 COMPLETION CLEANING Clean-up shell be mode as each portion of the work progresses. Refuse and excess dirt shell be removed from the site, all walks and paving shall be broomed, and any damage sustained on the work of others shall be repaired to original conditions. END OF SECTION APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS. Sweeney & Associates, Inc. lrrlg.:::ition Dasl<;1n & Consult.In ,i-•~··. '••,. 28-441 Rc'"eho Califomkl Rd. Ste. K; . . ''.! Temecula, CA 92590 ~ :· '"''.-.. : Ph. 909-695-2367 Fox. 909-695-246 • E-moR; lsweeney10eorthlink,net ~ r, 0 1 , a"' "AS BUILT,. RCE ____ EXP. DATE REVIEWED BY: INSPECTOR DATE _RE_vr_s_IO_N_D_A_TE __ •._27_.o_o __ -+---!--------------1-----+---!1----.J.-----tl S1HE9Er I CITY OF CARLSBAD I s:{r,s I 6.28.00 PLANNING DEPARTMENT ~===-.:::::::::==::::::::::::::::::::::::::::::::::::::====::'...'.::::~ 8910 UNIVERSITY CENTER LANE SUITE 580 SAN DIEGO CALIFORNIA 92122 619 . 558 . 8977 FAX 619. 558 -9188 7.28.00 9-30-00 DRAWN K.N. IRRIGA TlON SPECIFICA TlONS FOR: RANCHO CARRILLO VI:LLAGE 'N' -'PORTICO. APPROVED APPROVED J.P. =~~~~=---~~~-CJZ) ----------t---t---J-----------------J---t---J---l----1 ASSISTANT DATE JOB NO. 99-012 ORIGINAL DATE 3.7.00 DATE INITIAL SCALE ENGINEER OF WOR DRAWING NO. REVISION DESCRIPTION ...__DA_TE_~_IN_ITIA_L-+_OA_TE_~I_N_ITIAL_...., I ~~D ~: ---- OTHER APPROVAL CllY APPROVAL . RVWD EIY: PROJECT NO. C.T. 99-09 386-8L L---------------------------------------------------------------------------~~~.p=-_--q':'!7="_...,.~ir.~=------- I N -0 t ~---PLASTIC RECTANGULAR VALVE BOX WITH BOLT DOWN COVER, USE STAINLESS BOLT, NUT, AND WASHER. BOX TO BE PLACED AT RIGHT ANGLE TO HARDSCAPE EDGE. HEAT BRAND "BV" ONTO LID. .----BALL VALVE, SEE LEGEND FOR SPECIFICATION • -FINISHED GRADE IN SHRUB AREAS -lg~l~ -~=i.i:i-'".:"---i:i.r---c'll -111-(_~~~~!__J:-J-~Jt?=~~-j---PRESSURE SUPPLY LINE DEPTH AS PER SPECS. "----PVC MALE ADAPTER .() ~~---BRICK SUPPORTS --1 BRASS UNION '--------BRASS NIPPLE '---------LANDSCAPE FABRIC NOTE: s,;,__cno_N_YJ_EW ______ r_s ____ 3/4" ROCK, 2 CUBIC F'T. · BOX TO BE INSTALLED AS TO ALLOW FOR PROPER OPERATION OF .BALL VALVE INSTALL AT RIGHT ANGLE TO HARDSCAPE EDGE, INSTALL VAL.VE OFF-CENTER IN BOX. , INSTALL VALVE BOX EXTENSIONS AS REQUIRED TO ACHIEVE PROPER VAi.VE INSTALLATION AT MAIN LINE DEPTH. 0 BALL VALVE CLEAN COMPACTED BACKFILL · (2) WARNING lAl>ES PAVING, BY OTHER::,----..........,,,'777'777'777'777'777'777b'777~77777777777J Q) SLEEVE INSTALLATION METER BOX W/ METER SIDEWALK CURB PROX. B' 111 12' MINIMUM POTABLE SERVICE LINE RECYCLED WATER IRRIGATION MAINLINE W/ SLEEVE NOTE: VERTICAL CLEARANCE OF 12" MINIUMUM IS MANDATORY WHEN CROSSING PATH OF A POTABLE WATER LINE. INSTALLATION OF RECYCLED WATER IRRIGATION MAINLINE 24' FROM FACE OF SIDEWALK WILL PROVIDE THE NECESSARY 10' HORIZONTAL CLEA,RANCE FROM POTABLE MAINLINE IN THE STREET. (Q)POTABLE SERVICE LINE CROSSING ELECTRIC ANTI-SIPHONl CONTROL VALVE MIN. 6" ABOVE HIGHEST HEAD I lllJ __ Jfill~ 11 -111\1, 11111 PVC SCH. BP. NIPPLE- (2 REQUIRED J PVC LATERALJ LINE PIPING ·lllil- 11::::ITm WATERBROOF WIRE CONNECTORS 11111~1 I 11111- -24" WIRE LOOP FINISH GRADE L PVC PRESSURE MAIN .__ __ PVC SCH. 40 FITTINGS TYP. ® ANTISIPHON VALVE ,------FINISHED GRADE IN TURF AREAS ----PLASTIC RECTANGULAR VALVE BOX WITH BOLT DOWN COVER, USE STAINLESS BOLTt NUT, AND WASHER. BOX TO BE PLACED AT RIGH ANGLE TO HARDSCAPE EDGE. HEAT BRAND "FS" ONTO LID. FLOW SENSOR, SEE LEGEND FOR SPECIFICATION "~-FINISHED GRADE IN SHRUB AREAS .J.--(4) BRICK SUPPORTS '-------LANDSCAPE FABRIC '--------3/4" ROCK, 2 CUBIC FT. ~---------PVC MAINLINE PIPE TO MASTER VALVE PER SPECS. AND PLAN. SECTION VIEW NI s. NOTE: INSTALL FLOW SENSOR AS PER THE MANUFACTURER'S RECOMMENDATIONS, WIRE TO IRRIGATION CONTROLLER. 8rET~ili PL'W..J7E~E~~Hls. TO ACHIEVE MAINLINE DEPTH ON THE DOWN-STREAM SIDE (Q) FLOW SENSOR MAINLINE AND CONTROL WIRES TAPE CONTROL WIRES TO MAINLINE 10 FEET ON CENTER (2) WARNING lAl>ES DEPTHS SHOWN ARE FOR IN GROUND INSTALLATIONS. ON STRUCTURE INSTALL PIPING AT DEPTH SHOWN OR AT CONCRETE SLAB DEPTH. (D PIPE INSTALLATION STREET SURFACE 3.5 FEET POTABLE MAINLINE (SEE IMPROVEMENT DRAWINGS) 12" MINIMUM REQUIRED VERTICAL SEPARATION SLEEVE RECYCLED WATER IRRIGATION MAINLINE NOTE: ALL RECYCLED WATER IRRIGATION PIPING AND SLEEVES SHALL BE PURPLE AND LABELED AS SPECIFIED IN: "sTANDARD SPECIFICATIONS FOR PRIVATE IRRIGATION SYSTEMS" "CARLSBAD RECLAMATION RULES AND REGULATIONS FOR CONSTRUCTION OF RECYCLED WATER MAINS" OCTOBER 1993 r "8" POTABLE MAINLINE CROSSING 0 0 MOUNT ENCLOSURE AS PER MANUFACTURER'S RECOMMENOATION ,,----CONTROLLER, SEE LEGEND FOR SPECIF'ICATION. WAIJ. MOUNTED ENCLOSURE IF SPECIFIED 120 VOLT POWER SUPPLY IN J-BOX, BY OTHERS RIGID ELECTRICAL CONDUIT (1") TO RAIN SENSOR (IF SPECIFIED) ON ROOF, IN RIGID 1/2" CONDUIT 11'-,,.,.-,·"-[ LOW VOLTAGE WIRE IN RIGID PVC CONDUIT (3") PVC ELECTRICAL SWEEP TO EXTERIOR BUILDING WALL THROUGH J-BOX BUILDING FLOOR BY OTHERS NOTE: INSTALL ENCLOSURE AS INDICATED BY cnv STAFF &: MANUFACTURER'S RECOMMENDATION. ROUTE WIRES AND SLEEVE THROUGH WALL AS PER LANDSCAPE ARCHITECT'S RECOMMENDATION. @ CONTROLLER (RESID.) I I I ----FINISHED GRADE IN TURF AREAS PLASTIC RECTANGULAR VALVE BOX WITH BOLT DOWN COVER, USE STAINLESS BOLTt NUT, AND WASHER. BOX TO BE PLACED AT RIGH ANGLE TO HARDSCAPE EDGE. HEAT BRAND 'MV" ONTO LID. MASTER CONTROL VALVE, SEE LEGEND FOR SPEC. -FINISHED GRADE IN SHRUB AREAS 24" WIRE LOOP VALVE ID TAGS PVC SCH 40 FEMALE ADAPTER, 2 REQUIRED ~-PVC MAINLINE TO FLOW SENSOR, PIPE PER SPECS. ~9---(4) BRICK SUPPORTS '-------BRASS UNION '-------BRASS NIPPLE TYP. .__ ______ LANDSCAPE FABRIC '---------3/4" ROCK, 2 CUBIC FT. ,--------------FINISH GRADE RIP DEVICE SEE LEGEND FbR SPECIFICATION ,-------BRASS BALL VALVE TYP. ,---r-t-;:==i----BRASS NIPPLES MIN. 4" TYP . --+-----BRASS ELL, 4 REQUIRED 1---BACKFLOW ENCLOSURE IF SPECIFIED .J,----PRESSURE REGULATOR OR WYE STl'lAINER IF SPECIFIED, SEE BELOW ..i,----BRASS UNION, 2 REQUIRED ,t-,-.,,.--BRASS RISERS LENGTH AS REQ. \.)i:llC~--PVC MAINLINE TO MASTER VALVE ~--SCH 80 PVC FEMALE ADAPTER '-----SCH 80 PVC NIPPLE 6" MIN. ~-------CONCRETE SLAB, SEE BELOW .--·------INSTALL SPRINKLER HEAD FLUSH WITH FINISHED GRADE IN TURF AREAS . F -I -~ ..:TTE::::::fTT:_-11 --POP-UP SPRINKLER HEAD,. SPRAY OR ROTOR SEE LEGEND FOR SPECIFl1,;ATION """''-----INSTALL SPRINKLER HEAD 1/2" ABOVE FINISHED GRADE IN SHRUB AND GROUND COVERS AREAS ------UNDISTURBED SOIL -111~=1 PRE-ASSEMBLED TRIPL~)~,WING JOINT, a~ jSgH~~§ ~tti~~~:Ts, SIZE AS PER SPRINKLER OUTLET .-----SCH 40 PVC SxSxT TEE FITTING LATERAL x SPRINKLER INLET SIZE ~1PWr•t1~~b s6f Pf8E~[J~ti!l0DNs ~----------~xsK~tb~1~rRPIr~Et~?M ~-----------PVC MAINLINE NOTE: IF WYE STRAINER OR PRESSURE REGULATOR IS SPECIFIED, INSTALL ON EITHER THE HORIZONTAL PIPING OR ON THE DOWNSTREAM LEG AS SPACE PERMITS. NOTE: NOTE: .SECJJON VIEW -N,LS . INSTALL SPRINKLER HEADS 6' FROM PAVING EDGE IN GROUND COVER AREAS. INSTALL SPRINKLER HEADS 4" FROM PAVING EDGE IN TURF AREAS. USE 45 DEGREE ELLS TO ACHIEVE MAINLINE DEPTH FROM UP-STREAM SIDE OF THE MASTER VALVE ASSEMBLY. CONCRETE SLAB SHALL BE MINIMUM 4" THICK, 18" WIDE AND EXTEND AT LEAST 8" PAST THE BACKFLOW ASSEMBLY PIPING. IF BACKFLOW ENCLOSURE IS SPECIFIED IN THE LEGEND, THE CONCRETE SLAB SHALL BE THE SIZE REQUIRED BY THE MANUFACl\JRER. INSTALL PER C.M.W.D. STANDARD DWG. NO. W-20. INSTALL SPRINKLER HEADS PLUMB. ADJUST SPRAYS OR NOZZLE STREAM TO COVER LANDSCAPE AF:EA WITHOUT OVERSPRAY ONTO PAVING, FENCES, WALLS OR BUILDINGS. © MASTER VALVE .,---STAINLESS STEEL ENCLOSURE SEE LEGEND FOR SPECIFICATION ,,---RAIN SHUT -OFF DEVICE, REFER TO LEGEND FOR SPECIFICATION r--7-1!!=:!_ __ IRRIGATION CONTROLLER G GFI TYPE SWITCH W/ ON-OFF SWITCH TERMINAL STRIP AND CONTROL WIRES 1' PVC ELECTRICAL SWEEP FOR FLOW SENSOR WIRES EPOXY SEALANT CONCRETE PAD AS PER CONTROLLER ENCLOSURE MANUFACTURER'S SPECS. Jii!iii!'ii--FINISH GRADE · ' j,.;11 __..---3" PVC ELECTRICAL SWEEP FOR LOW VOLTAGE CONTROL WIRES "I-------1" PVC ELECTRICAL SWEEP FOR 120 VOLT POWER WIRES l------3/4" X 96' COPPER GROUND ROD . CONNECT AS PER MANUFACTURER SECIIQN VIEW N I s. CONTROLLER .------LOW VOLTAGE WIRES, 3 MAXIMUM OUTER CASE OF CONNECTOR STRIP AND TWIST WIRES FOR PROPER CONNECTION CRIMP COPPER SLEEVE INSTALLED WITH RECOMMENDED TOOL CONNECTOR INSERT NOTE: FILL OUTER CASE WITH SEALER PRIOR TO FINAL ASSEMBLY. WIRE CONNECTION LATERAL (a) BACKFLOW ASSEMBLY ,----FINISH GRADE IN TURF AREAS PLASTIC RECTANGULAR VALVE BOX WITH BOLT DOWN COVER, USE STAINLESS BOLJr NUT, AND WASHER. ~gJE:0 Jl._/\fR~~DD I\TRm!f ANtNg~TkiL ~~£-Pi8~PE /I ONTO LID. .:=cw:; ~J•~r""""""...,,,,,i ~~~-FINISHED GRADE IN SHRUB AREAS 3-1+-24' WIRE LOOP ~::;:,11:::::i,--VALVE ID TAG FEMALE ADAP. _,,_. SCH. 80 PVC -r::::~,.,, 4-.J.l!--l---_ --~-PVC THO. ELL SCH 80 PVC •• CONTROL VALVE ._---SCH 80 PVC NIPPLE TYP. ~3--(4) BRICK SUPPORTS SCH. 80 UNION ---' i----IRRIGATION MAINLINE '------3/4" CRUSHED GRAVEL TWO CUBIC FEET .__ ______ LANDSCAPE FABRIC SECTION YJEW -N,LS CONTROL VALVE .-------FlNISHEO GRADE IN TURF AR£AS .------PLASTIC RECTANGULAR VALVE BOX WllH BOLT DOWN COVER, USE STAINLESS BOLT. NUT. AND WASHER. BOX TO BE PLACED AT RIGHT ANGLE TO HARDSCAPE EDGE. HEAT BRAND "BS" ONTO UD. ,---BASKET STRAINER, SEE LEGEND FOR SPEC!FlCATION ===w===ilJ!=I :,I r.,,':,_~-.. -.. -.. t~ ... -.. --..--..-.. ~1)1~::..w-::ED CRAflE IN SHRUB ~111 1 ml m ut !:¼11IIITT illilll I l -II P\IC SCH 40 FEMALE ADAPTER ">$:J-.::::=: MAINLINE TO R.C.V. = BRICK SUPPORTS ~-----BRASS UNION '--------BRASS NIPPLE lYP. '---------LANDSCAPE FABRIC '---------3/4° ROCK, 2 CUBIC FT. '----------,.--------PVC MAINLINE FROM P.0.C. NOTE: SECTION VIEW -N,T.S. USE 45 DEGREE ELLS TO ACHIEVE W-INLINE DEPTH FROM UP-STREAM SIDE OF THE BASKET STRAINER ASSEMBLY. CD BASKET STRAINER @ POP-UP SPRINKLER .------FINISHED GRADE IN TURF AREAS ,-----PURPLE PLASTIC ROUND VALVE BOX WITH BOLT DOWN COVER. USE STAINLESS BOLT NUT AND WASHER. HEAT BRAND "QCV' ONTO LID. QUICK COUPLER KEY WITH MALE HOSE BIB MUST CLEAR VALVE BOX SEE SPECS. FOR KEY QUANTITIES n -FINISHED GRADE IN SHRUB AREAS ---W§:IJ;;; __ QUICK COUPLER VALVE SEE LEGEND FOR SPEC. -------STAINLESS STEEL CLAMP ..,--BRICK SUPPORTS """'~::!---DURA PRE-ASSEMBLED SWING JOINT WITH ONE PIECE BRASS MIPT NIPPLE MOD. # 1-A1912 ',----Cll!'..J.-_,__ MAINLINE, SEE SPECS. i-------1/4 x 36" REBAR STAKES, 2 REQUIRED .__ _______ LANDSCAPE FABRIC ~---------3/4" ROCK, 1 CUBIC FT • NOTE: $ECDQN VIEW - N I S USE TEFLON TAPE ON ALL THREADED FITTINGS TYPICAL. QUICK COUPLER VALVES SHALL BE OF A TYPE APPROVED FOR RECYCLED WATER USE. ([) QUICK COUPLER -----FlNISHED GRADE IN nJRF AREAS -- m_ Wrr/llif --rn~I I[]'-fil== __cffi'=fr -PLASTIC ROUND~~~ BOX WITH BOlT DOWN COVER,. USE ~AIN SS BOLT NUT AND WASHER. HEAT oRAND Q ONTO LID. :!s:::=:"!:~-FINISHED GRADE IN SHRUB AREAS -I -m ~Ct[E~Ub4§i/}1fc. liiiill---\1----STAINLESS STEEL CLAi.tl' { 4) BRICK SUPPORTS ""--::~-DURA PRE-ASSEMBLED SWING JOINT ~~-'r~ !it§l 2 BRASS MIPT NIPPLE ',---.:: lif.J-~-MAINLINE, SEE SPECS. o-------14 x 36" REllAR STAKES, 2 REQUIRED '--------LANDSCAPE FABRIC '-----------3/4° ROCK, 1 CUBIC FT. SECTION VIEW N.T,S. NOTE· USE-TEFLON TAPE ON ALL THREADED FITTINGS TYPICAL. POTABLE QCV Sweeney & Associates, Inc. lrr-!oo1:lon De•lgn & Corisultln ~:'~u~~,~~o 9~~:~ro Rd. Ste. K fo•~••1 APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS. APPROVED FOR PLA.NTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS. "AS BUILT" RCE ____ EXP. ___ _ DATE Ph. 909-695-2367 Fax. 909-695-216 • E-mail; ISW\!eriey10eorth!ink.net '1 u O 1 '"() • \.~~DSCA,.,. ,.,, _.,,.._ '~· ~ '," "".~-. ,-c c,dleso;,-.._·•. ' .. ··1' ... ,• +' L.. '',) C' "),~ . ·,r.;, / . 1,► ··~~-~.-~~:) ',,~OF Cl'liJ~>" ~;'¥~~ M, !)\(. Al'J:. ( HI ff ( Tlil~f ' ' ' . ' 8910 UNIVERSITY CENTER WE SUITE 580 SAN DIEGO CAIJFORNIA 92122 619 . 558 . 8977 REVIEWED BY: INSPECTOR DATE _RE_VI_s_rn_N_D_A_TE __ 4_.2_7._oo--J----+---l-------------+--+--+----+-----.I ~ CITY OF CARLSBAD I s;;r.s I 6.2e.oo ~ PLANNING DEPARTMENT 7.26.00 9-30-ooi----i----t----------------+---+--+---+-----1 IRRIGATION DETAILS FOR: RANCHO CARRILLO VII ... LAGE'N'-'PORTICO' DRAWN K.N.t-----+--+---------------+----+---11----!----IAPc=P:=ROa-:-Vcc:ED=--=-fµ~~==-----'--/.J-/O· C?J AP:-:P~R:-:O-::-VE_D ___ --::----::-J.:-:P:1. ----t--+----------------+--+--1-----1----l ""AS::S::IS::::TA::N::::T::::P:=N:::::::::;'",:::=:::::::=====;--~;:::...=-::D_A::J.:;E,::,::.::::!-JOB NO. 99-012 ~ ~ DATE DWN BY: ----PROJECT NO. DRAWING NO. ORIGINAL DATE 3.7.00 INITIAL REVISION DESCRIPTION DATE INITIAL DATE INITIAL CHKD ~': --- :z N -'r FAX 619 . 558 . 9188 SCALE ENGINEER OF WOR OTHER APPROVAL CITY APPROVAL RVWD BY: C.T. 99-09 386-8L C..M-W,1?. ___ .. 1 q -?°? SYMBOL Q T H F b. .... .A [9138E8 ~ ~ l"'I ■ El i;;i .. ---..... T 'v IFJ 1B NOT SI-KlWN IS1I lEl - MANUFACT. RAIN BIRD RAIN BIRD RAIN BIRD RAIN BIRD RAIN BIRD RAIN BIRD RAIN BIRD RAIN BIRD RAIN BIRD. RAIN BIRD RAIN BIRD RAIN BIRD P.O.C. FEBCO STRONGBOX WATIS CALSENSE WATTS RAIN BIRD • RAIN BIRD IC CALSENSE NOT SHOWN V.ll le] w.c.s. IEJ N/A ---D--- /4S APPROI/ED >S APPROVED /4S APPROVED NO SYMBOL NO SYMBOL SYMBOL Q T H F <9 <S e e -• lii'l ~ [21 ------- NOT SHOWN NOT SHOWN >S APPROVED RAIN BIRD MANUFACT. RAIN BIRD RAIN BIRD RAIN BIRD P.O.C. KBI HUNTER HUNTER CHAMPION HARDIE N/A AS APPROVED AS APPROVED AS APPROVED SPEARS AS APPROVED POTABLE WATER FOR IRRIGATION MATERIAL POC "8" ONLY LEGEND MODEL NO. / DESCRIPTION 1806-SAM-10-LA-PCS-020/030/040 POP-UP llJRF HEAD 1806-SAM-10-LA-PCS-040/060/090/175 POP-UP llJRF HEAD 1806-SAM-12-PCS-060/090/125/260 POP-UP TURF HEAD 1806-SAM-15-PCS-090/125/175/370 POP-UP TURF HEAD 1806-SAM-15EST /SST-PCS-060/ 125 POP-UP TURF HEAD 1812-SAM-10-LA-PCS-020/030/040 POP-UP SHRUB HEAD 1812-SAM-10-LA-PCS-040/060/090/175 POP-UP SHRUB HEAD 1812-SAM-12-PCS-060/090/125/260 POP-UP SHRUB HEAD 1812-SAM-15-PCS-090/125/175/370 POP-UP SHRUB HEAD 1812-SAM-15EST/SST-PCS-060/125 POP-UP SHRUB HEAD GPM .20, .30, .40 .39, .52, .79, 1.57 .65, .87, 1.3, 2.6 .93, 1.23, 1.85, 3.70 .61, 1.21 .20, .30, .40 .39, .52 •. 79, 1.57 .65, .87. 1.3, 2.6 .93, 1.23, 1.85, 3.70 .61, 1.21 1806-SAM-5CST-B-PCS-040 STREAM BUBBLER 0.40 CONTRACTOR SHALL UTILIZE 51'-B-PCS-040 STREAM BUBBLER IN AREAS I\S REQUIRED 1806-SAM-SF-B-PCS-040 STREAM BUBBLER 0.40 (.80) EACH SYMBOL REPRESENTS lWO BUBBLERS PER PALM TYP. 11/2' POTABLE METER WITH 11/2" SERVICE LINE, VERIFY SIZE, LOCATION, ANO STATIC WATER PRESSURE IN FIELD 825Y SERIES, 2' R/P 81\CKFLOW PREVENTION >SSEMBI.Y WITH MOD. 650 WfE RLTER SBBC-451\L I\LUMINIUM 81\CKFLOW PREVENTION ASSEMBLY ENCLOSURE, PROVIOE WITH PADLOCK /\ND KEY PSI 30 30 30 30 30 30 JO JO JO JO 30 30 815-4BGNC-11/2' 'BLACK GUARD' PRESSURE REGULATtlG (SET PER PRESSURE CALC.) NORMALLY CLOSED MASTER CONTROL VALVE FM-1.5 11 /2' FLOW METER INSTALLED PER MANUFACllJRER'S RECOMMENDATKJNS AND WIRED TO CONTROLLER B-6080 BRONZE BALL VALVE, UNE SIZE TO 2' MAX. QUICK COUPLER VI\LVE 33LRC, INSTALL AT 100' O.C. ALONG ENTIRE LENGlli OF MAINLINE lYP. PEB SERIES PLASTIC REMOTE CONTROL VI\LVE, SIZE /4S SHOWN ET1 -XX CONTROLLERS, SIZE >S SHOWN ON PLANS, INSTALLED WITHIN STAINLESS STEEL ENCLOSURE (SEE BELOW FOR TYPE) STRONG BOX SB-240SS DOUBLE WIDE STAINLESS STEEL ENCLOSURE WITH CSA SUB-ASSEMBLIES RAIN SENSOR, RG/RG-VR, MOUNT ON EXTERIOR OF CCNTROLLER AND WIRE TO CONTROLLER 120 VOLT ELECTRICI\L POWER, PROVIDED BY EI.ECTRICII\N, VERIFY ACllJAL LOCATION IN FIELD PVC PIPE 3/ +• -3' SCH. 40 AS LATERAL LINES 12' BELDW GRADE PVC PIPE 21/2"-3" CL 315 AS MAINLINES 18"-24' BELOW GRADE PVC PIPE (AS BELOW) SLEEVING, TWICE THE DIAMETER OF PIPE OR WIRE BUNDLE CARREO PLACE BELOW ALL PAVING, HI\RllSCAPE, ETC., AND >S DIRECTED BY OWNER'S AUTHORIZED REPRESENTATIVE. UNDER VEHICLE PAVING, INSTALL MAIN, LATERALS, ANO WIRES IN SEPARATE SCH.BO PVC W/ 36" CO'v[R UNDER PRIVATE DRIVEWAY PAVING, INSTI\LL MIIIN AND WIRES IN SEPARATE SCH.40 PVC W/ 24' COVER UNDER PEDESTRIAN PA~ING, INSTALL tdAIN ANO WIRES IN SEPARATE SCH.40 PVC W/ 18' covrn UNDER PEDESTRIAN PAVING, INSTALL LATERALS IN SEPARATE SCH.40 PVC W/ 12' COVER IRRIGATION CONTROL WIRE #14UF AWG DIRECT BURIAL (U.L. APPROVED) ST-03 GREY 'SNAP-TITE' WIRE CCNNECTORS mo PT-S5 SEALER IRRIGATION MATERIAL LEGEND FOR PRIVATE LOTS MODEL NO. / DESCRIPTION 1812-SAM-10-LA-PCS-040/060/090/175 POP-UP SHRUB HEAD 1812-SAM-12-PCS-060/090/125/260 POP-UP SHRUB HEAD 1812-SAM-15-PCS-090/125/175/370 POP-UP SHRUB HEAD GPM .39, .52, .79, 1.57 .65, .87, 1.3, 2.6 .39, .52, .79, 1.57 CONNECTION TO RESIDENCIAL WATER SUPPLY DOWNSTREAM OF MffiR AND BEFORE PRESSURE REDUCER AT HOUSE RADIUS 5 FT 10 FT 12 FT 15 FT 4X15 FT 5 FT 10 n 12 FT 15 n 4X15 FT 6 IN. 6 IN. PSI 30 30 30 PROVIDE WILKINS 500 HLR 1" PRESSURE REGULATOR INSTALLED WITHIN VALVE BOX, SET AS REQUIRED FOR PROPER OPERATION. WI.T-1250-T PVC BAU. VALVE, LINE SIZE PER MAINLINE ASV-101 THREADED PLASTIC AUTOMATIC ANTI-SIPHON VALVE (USE ONLY ON PRIVATE LOT SLOPE IRRIGATION) HPV-101A-B 1• PLASTIC ANGLE V/JJ ... VE WITH FLOW CONTROL 262-XXX SERIES 1" BRASS AlMOSPHERIC VACUUM BREAKER, INSTALL PER MANUFACTIJRER'S RECOMMENDATIONS, SIZE AS SHOWN FOR ALL VALVES, USE WHEN HEADS ARE HIGHER THAN RCV, INSTALL ABOVE HIGHER HEAD TC-XX-EX-B IRRIGATION CONTROLLER, SIZE AND QUANTITY AS REQUIRED, INSTALL WITHIN GI\RAGE, VERIFY ACTUAL LOCATION IN FIELD WITH OWNER. 120 VOLT ELECTRICAL POWER, PROVIDED BY ELECTRICIAN, VERIFY ACTUAL LOCATION IN FlEID PVC PIPE 3/4" -3• SCH. 40 AS LATERAL UNES INSTALLED 12" BELOW FINISHED GRADE PVC PIPE 1 1/4" SCH 40 AS MAINLINES INSTALLED 18' BELOW FINISHED GRADE PVC PIPE SCH. 40 AS SLEEVING INSTALLED UNDER ALL PAVING, SIZE SLEEVING TWICE THE DIAMETER OF THE PIPE OR OR WIRE BUNDLE CARRIED, SLEEVE ENDS SHALL EXTEND MINIMUM 12• INTO PLANTED AREA. SLEEVES UNDER BROW DITCHES SHALL BE ENCASED IN CONCRm A MIN. s· THICK ON ALL SIDES OF PIPE DS-400 WATER PROOF WIRE CONNECTION WITH COPPER CRIMP, TWO PIECE CAPSULE AND PASTE SEALANT, FOR ALL SPLICES DETAIL A A A A A A A A A A A A N/A B B C D E F G H H H N/A I J l,J,M M RADIUS 10 FT 12 FT 15 FT Controller : B IRRIGATION CONTROLLER RUN TIMES PLANT lYPE / SPRINKLER lYPE Shrub and Ground Covers: Spray Heads Turf Gross: Spray Heado Shrub and Ground Cover. Bubbler Heads Eto 5.50 5.50 5.50 AKc PR RATE IE 0.40 1.74 0.70 0.80 1.74 0.70 0.80 1.30 1.00 DE.TAIL A A A N/A E p p p Q N/A J M RUN TIME IN MINUTES 3.61 7.22 SYMBOL Q T H F b. .... .A .. ---..... T " ~(;) ®@ ®® (!} @ ®® MANUFACT. RAIN BIRD RAIN BIRD RAIN BIRD RAIN BIRO RAIN BIRD RAIN BIRD RAIN BIRD RAIN BIRD RAIN BIRD RAIN BIRD RAIN BIRD RAIN BIRD RECYCLED WATER IRRIGATION MATERIAL LEGEND FOR EXISTING POC "B" ONLY MODEL NO. / DESCRIPTION GPM 1806-SAM-NP-10-LA-PCS-020/030/040 POP-UP TURF HEAD W/ NP CAP 1806-SAM-NP-10-LA-PCS-040/060/090/175 POP-UP TURF HEAD W/ NP CAP 1806-SAM-NP-12-PCS-060/090/125/260 POP-UP TURf HEAD W/ NP CAP 1806-SAM-NP-15-PCS-090/125/175/370 POP-UP llJRF HEAD W/ NP CAP 1806-SI\M-NP-15EST/SST-PCS-060/125 POP-UP llJRF HEAD W/ NP CAP 1812-SAM-NP-10-LA-PCS-020/030/040 POP-UP SHRUB HEAD W/ NP CAP 1612-SAM-NP-10-LA-PCS-040/060/090/175 POP-UP SHRUB HEAD W/ NP CAP 1812-SAM-NP-12-PCS-060/090/125/260 POP-UP SHRUB HEAD W/ NP CAP 1612-SI\M-NP-15-PCS-090/125/175/370 POP-UP SHRUB HEAD W/ NP CAP 1812-SAM-NP-15EST/SST-PCS-060/125 POP-UP SHRUB HEADW/ NP CAP 1806-SAM-5CST-B-PCS-040 STREAM BUBBLER CONTRACTOR SHALL UTILIZE 5F-B-PCS-040 STREAM BUBBLER IN AREAS AS REQUIRED 1806-SAM-5F-B-PCS-040 STREAM BUBBLER EACH SYMBOL REPRESENTS TWO BUBBLERS PER TREE TYP. PGM-12-A-R-V-.75/1.0/2.0 Hl-POP SHRUB ROTOR HEAD PGH-ARV/3RV-01/04/06 HI-POP SHRUB ROTOR HEAD PGH-ARV/3RV-03/05/08 HI-POP SHRUB ROTOR HEAD PGH-ARV/3RV-04/06/09 HI-POP SHRUB ROTOR HEAD PGH-ARV/3RV-05/07 /10 Hl-POP SHRUB ROTOR HEAD .20, .30, .40 .39 .. 52, .79. 1.57 .65, .87, 1.3, 2.6 .93, 1.23, 1.85, 3.70 .61, 1.21 .20, .30, .+O .39, .52, .79, 1.57 .65, .87, 1.3, 2.6 .93, 1.23, 1.85, 3.70 .61, 1.21 0.40 0.40 (.80) .75, 1.0, 2.0 .60, 1.4, 2.4 1.0, 1.8, 3.7 1.4. 2.4. 4.9 1.8, 3.0, 6.0 PSI 30 30 30 30 30 30 30 30 30 JO 30 30 40 40 40 40 40 RADIUS 5 FT 10 n 12 FT 15 FT +X15 FT 5 FT 10 fi 12 FT 15 FT 4X15 FT 6 IN. 6 IN. 20 FT 25 FT 30 fi 35 FT 40 FT DETAIL A A A A A A A A A A A A A A A A -----"'ALVE NUMBER ~ 1---~---+-35~--G.P.M. II me (Qi (r) HUNTER HUNTER HUNTER HUNTER HUNTER P.O.C. FEBCO GRISWOLD CI\LSENSE WATTS NELSON RAIN BIRD EXISTING 2• RECLAIMED IRRIGATION METER WITH 2" SERI/ICE LINE BY C.M.W.D, VERIFY ACllJAL LOCATION IN FIELD EXISTING FEBCO 825Y REDUCED PRESSURE BACKFLOW PREVENTER WITH WILKINS 500 HRVSBR REGULATOR AND "WYE' STRINERI/ERIFY, VERIFY ACTUI\L LOCATION IN RELD EXISTING GRISWOLD 2030 MASTER VALVE, VERIFY LOCATION IN FIELD A N/A N/A N/A N/A E ~----VALVE SIZE Sweeney & Associates, Inc. lr-rtgiotlon Dest9n & Cc~n•ult1n 28~1 Roncho C<lllfornio Rd. Ste. K ,:>.-'i'••~ T em,cula, CA 92590 ~ ·-1;_ •.. · . ; Ph. 909-695-2367 Fo,. 909-695-246 • E-maH: lsweeney10eorthli1k.net ◄ "0 1 "o ~ --R-- CI\LSENSE AS APPROVED AS APPROVED EXISTING AS APPROVED NO SYMBOL AS APPROVED NO SYMBOL RAIN BIRO EXISTING FM SERIES CALSENSE FLOW METER, VERIFY LOCATION IN FIELD 8-6080 BRONZE BALL VALVE, LINE SIZE PER MAINLINE 7645 QUICK COUPLER VALVE, INSTALL INSIDE A 10' ROUND VI\LVE BOX PESB SERIES PLASTIC PRESSURE REDUClt«; REMOTE CONTROL VI\LVE, SIZE >S NOTED EXISTING CALSENSE 2100 CCNTROLLER, VERIFY ACTUI\L LOCATION IN FIELD RECYCLED (PURPLE) PVC PIPE 3/4' -2' SCH. 40 AS LATERI\L LINES INSTI\LLEO 12' BELOW nNISHED GRADE RECYCLED (PURPLE) WATER PVC PIPE 2'-3' CL. 315 /4S MAII-UNES 24' BELOW GRADE, ALL SHALL BE 3' UNLESS OTHERWISE SHOWN PIPING SHALL BE COLOR CCDEO PURPLE ANO MAAKED AS INDICATED IN RECLAIMED WATER NOTES, SEE SHEET T-1 RECYCLED (PURPLE) WATER PVC PIPE 2"-3' CL. 315 AS MAlt-UNES 24' BELOW GRADE, VERIFY ACTUAL LOCATION ANO SIZE IN FIELD PVC PIPE (AS BELOW) SLEEVING, lWICE THE DIAMETER OF PIPE OR WIRE BUNDLE CARRIED PLACE BEi.OW ALL PAVING, HAADSCAPE. ETC., AND /4S DIRECTED BY OWNER'S AUTHORIZED REPRESENTATIVE. UNDER VEHICLE PAVING, INSTALL MAIN, LATERALS, AND WIRES IN SEPARATE SCH.BO PVC W/ 36" CCI/ER UNDER PRIVATE DRIVEWAY PA'ANG, INSTALL tdAIN AND WIRES IN SEPARATE SCH.40 PVC W/ 24' COVER UNDER PEDESTRIAN PAVING, INSTALL MAIN AND WIRES IN SEPI\RATE SCH.40 PVC W / 18' COVER UNDER PEDESTRIAN PAVING, INSTI\LL LATERALS IN SEPI\RATE SCH.40 PVC W/ 12' COVER IRRIGATION CONTROL WIRE #14Lf AWG DIRECT BURIAL (U.L. APPROVED) ST-03 GREY "sNAP-TITE" WIRE CONNECTORS AND PT-S5 SEALER NO SYMBOL AS APPROVED /\LL VI\LVE BOXES SHALL BE PURPLE COLOR CCDED /\ND MARKED AS INDICATED IN RECYCLED WATER NOTES, SEE SHEET T-1 NO SYMBOL AS APPROVED ALL VALVES SHALL HAVE RECYCLED WATER ID TAGS INSTALLED >S INDICATED IN RECYCLED WATER NOTES, SEE SHEET T-1 NO SYMBOL >S APPROVED ALL CONTROLLERS SHI\LL HAVE RECLAIMED WATER PLACARDS INSTALLED >S INDICATED IN RECYCLED WATER NOTES, SEE SHEET T-1 NO SYMBOL K.B.I. KSC-XXX-S SWING CHECK VI\LVE, SIZE PER LINE SIZE, PROI/IDE DOWNSTREAM OF EACH RCV WHEN RCV IS LOWER THAN THE SPRINKLERS F G N/A J r-_____________ N_O_S_Y_MB_O_L ___ K._B._I. ____ K_c-_x_xx_-_s _s_PR_IN_G _CH ___ ~ .... cK_V ___ I\L:.VE.::·....:S.:::IZE:......PER:_:LI:::.:N:.E .::Sl.:::ZE::...:.., PROVIDE DOWNSTREAM OF EACH RCV WHEN RCV IS HIGHER THAN THE SPRINKLERS l,J,M M N/A N/A N/A N/A N/A Controller : PB PLANT 1YPE / SPRINKLER lYPE Shrub and Ground Covers: Spray Heads Drip Stream Rotor Heads Turf Gross: Spray Heoda Stream Rotor Heads Shrub and Ground Covers: Bubbler Heads NOTE: Schedule includes existin valves. GENERAL NOTES: 5.50 5.50 5.50 5.50 5.50 5.50 IRRIGATION CONTROLLER RUN TIMES AKc PR RATE IE 0.40 0.40 0.40 0.80 0.80 0.80 1.74 N/A 0.50 1.7+ 0.65 1.30 0.70 0.90 0.75 0.70 0.75 1.00 1. INSTALL CHECK VI\LVES AS NEEDED TO PREVENT LOW HEAD DRAINAGE. 2. INSTALL POP UP HEADS WITHIN 10' OF ALL PEDESTRIAN USE AREAS T'IPICAL RUN TIM£ IN MINUTES QUANTITY RUN TIME IN MINUTES Controller : A PLANT 1YPE / SPRINKLER lYPE 3.61 25.00 11.73 7.22 18.05 7 0 34 3 0 25.29 0.00 398.93 21.67 0.00 6.77 6.77 TOT& VALVES: 44 TOTI\L RUN Tt.lE IN HOURS: 7.54 Shrub and Ground Covers: Spray Heads stream Spray Heads Drip T..-1 Grass: Spray Heads Stream Rotor Heads Shrub and Ground Cover: Bubbler Heads Eto 5.50 5.50 5.50 5.50 5.50 5.50 IRRIGATION CONTROLLER RUN TIMES AKc PR RATE IE 0.40 0.40 0.40 0.80 0.80 0.80 1.74 1.24 N/A 1.74 0.65 1.30 0.70 0.65 0.90 0.70 0.75 1.00 RUN TIME IN MINUTES 3.61 5.46 25.00 7.22 18.05 OUANTTIY RUN TIME IN MINUTES 13 -411.96 0 0,00 0 0.00 9 65.02 0 0.00 6.77 3 20.31 TOTI\L VALVES: 25 TOTAL RUN TIME IN HOURS: 2.20 "AS BUILT" RCE ____ EXP. ___ _ DATE REVIEWED BY: ..------4/A.LVE NUMBER APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS. APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS. D1n11-G.P.M. L...----VALVE SIZE QUANTllY 9 7 RUN TIME IN MINUTES 32.51 50.57 KIJS( Al'I.', HlfF( Tl'l!f ' [~=:r==r---------.U.----T--r--,--r-,~~~~IN~S~PE~C~TO~R~::::::::::::::::::::::::::::::::~D;AT~E::::::::~ ------i----t---t-------------+-----1----1----+------I _RE_v_1s_1o_N_D_A_TE __ ..,:-:.2:--:-7--:--.oo-:-t----/--jf--------------1-----1---...I----L-_J [5HEEi7 CITY OF CARLSBAD I SH4EEIIS I 6.28.00 L2.1J PLANNING DEPARTMENT _______ 7_._2a_._oo...1---t--t----------------+---!--~---l---l ~===--===============-===~ POTABLE WATER IRRIGATION LEGEND FOR: 9-30-00,t---+---+---------------f-----+---l----+----I R.ANCHO CARRILLO VIl,LAG 'N' -'PORTICO' 8910 UNJVERSITY CENTER LANE DRAWN K.N.t---+---+-----------------lf-----+---1----+----' APPROVED -:;;;;;;;;---""';;1--+----l-----------1---1--L----J__:__j /~~,----.....'.....I tJ ... /tJ--0;3 ASSISTANT P DATE SUITE500 :A~IPP~R~O=VE=-D---:=-~J~.Pj.1------l--+---------------+--_j_--.l--_j_ _ __JI===-;::;,!; r::-:: SAN DIEGO CAIJFORNIA 92122 JOB NO, 99-012 ~===-=-=-=-=-=-=-=-=-::;';:=======::::-::=======:: ci . i z S.77 2 13.5♦ 619 556 8977 -O-R-IG-IN_A_I_DA_T_E __ 3_7_00T--;DA;;l'E;:;:--r,:IN:;::IT;;:IA-;--L-t----------------+-D.-TE-+-IN-ITI-AL-+-D-•JE-+-IN-IT"~' OWN BY: ----1 PROJECT NO. DRAWING NO. . . , • . n n ~ CHKD BY: ____ , C: TOTI\L VALVES: 18 REVISION DESCRIPTION C T 99 09 386 8L . • ----------------------•--------------------------------------•TO•TA1111.•R111UN-TIM;;E1111N...,HOU_,jjRSii,: -•1.6•1 __ .,_ _ _;,f;;;:A:(~61;,;;,9.-~5;;56;_• 9!;,;;,6;;6;_ _ _:,;;;S;;CA;L;;E~==============E=NG:IN:E:ER::OF::WO:R~::::::::::::::::::::::::::::::::O:TH:ER::"":P:ROV::AL:~:C:llY:Af'::PR:(N:AL::~:FNW::D:BY::' :::~;:~;;;;';;':::::-~;;;:;;;;;:-:::~::Jr ~ C.M .. D, Q.17-?,~ I I I ------FlRE PROTECTION ZONE 20 10 0 20 40 80 SCALE: 1" = 20· I i MATCHLINE-SEE ·, '· ' ' ·,. •. ·, .. '-' ·,. ' '• ·, '· • .. • . .... ' ' SHEET '· ' ' ' . . ,. '"s,, ' . 22 ' ' ,, ® ·¼~··~,......_ : --...... . ._,_ ,' -, -,-w ',W (_/) ,. I w z ~_J ~ "' --.., I ...... /0 q ii? .... 0 / ,:t' I I I / I u f-- <t 2 ... I/ if I I/ I I. I / / ~.- i I I -'.~~~\ . -~ ':::':. ~-~~: ~:-:: -::.:: ~::: I =·,---~ ... ~-.; 'i"J, y I "AS BUILT" MATCH LINE-__ SEE SHEET 26 APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS. RCE ____ EXP. ___ _ D,'.TE ~ -PROJECT TYPE IS RMH (MEDIUM HIGH) -REQUIREMENTS: 30% (COOL SEASON GRASS) OR 50% (WARM SEASON GRASS). -49% (WARM SEASON GRASS) ON THIS PROJECT SEE SHEET 34 FOR PLANTING DETAILS & NOTES. SEE SHEET 33 FOR PLANTING SPECIFICATIONS. ,,1)<;( Al 11·' HI ff( Tl ill ' 8910 UNIVERSITY CENTER JANE sum 580 SAN DIEGO CALIFORNIA 92122 619 · 558 -6977 FAX 619 . 558 -9188 REVIEWED BY: INSPECTOR DATE _REVI_S_I_ON_D_A_TE __ ::-:-::-::-.----t---+---------'--------+---1----+---1-----1 lliJ CITY PLA~N~G £p~~N~BAD 7 ·20·00 t----+--t--------------~e----1----1---1--,.--1 PLANTING PLAN FOR: 9-30-00 RANCHO CARRILLO VII,LAG 'N· -'PORTico· :;;;;;;;,;;;-----;-;;1---+-+----------____jf---+-____jf---+----l l~AP~P~RO;VE;~D ~~~~;;--___ /!-jo-lJZ) -::-:-:::-::-::-:-------:-:---::--:-::1---+--t----------------+---+-----t---l----l ;:/>S:::S::IST::::M::IT::::::P::::=:~;:=:=::::::::.=.=.=.=.=-=-=-=-=-=-.:::-:,.::,_=_=:D_A::T_::E,::.=-=::..., DRAWN K.N. APPROVED J.P. t--o:-A-:-AP~P-;~-m-~-+-:-~-1£-AP~P-~N-;-:__,IEg:---C.;:oJE~9N~.09 ;~~N~~~ JOB NO. 99-012 ORIGINAL DATE S.7.00 DATE INITIAL SCALE ENGINEER OF WO RE.VISION DESCRIPTION C.M.W.D. 97-533 I I I 111 f l.t Oo a. ~ ·z .. ~ ' > co i t- 0 i "' -0 I "' m .... ~ .,. ..._ 1tit ~------FIRE PROTECTION ZONE MATCHLINE-SEE ~ -PROJECT TYPE IS RMH (MEDIUM HIGH) -REQUIREMENTS: 30% (COOL SEASON GRASS) OR 50% (WARM SEASON GRASS). -49% (WARM SEASON GRASS) ON THIS PROJECT SEE SHEET 34 FOR PLANTING DETAILS & NOTES. SEE SHEET 33 FOR PLANTING SPECIFICATIONS. I I ... SHEET 27 / _/ /. / / '" ' / .. .. I / _: SHEET \1\1)\( •\1'1 1 Ill ff( 1 l'Wi ' ' . 31 8910 UNWERSrrY CENTER LANE SUITE 580 SAN D!ErrO CAIJFORNIA 92122 61.9 · 568 -8977 FAX 619. 558 -9188 I I ll 0 n ~ '-'J>W. w ,......,,.,, w ~1-",, I '•· lf) v W w lf) I w z -- _J I u ~ <( 2 I 7 I ',,'-:_ .. •. ·, .. ~--c ,; V , ... , ~-,,.. "' "< .,' .... .. "AS BUILT" APPROVED FOR PLANTING AND IRRIGATION ONLY, INCLUDING PRECISE LOCATION OF PLANTING AREAS. RCE EXP. ___ _ REVIEWED BY: INSPECTOR DATE DATE _REVI_s_1o_N_D_AT_E __ 4_.2_7._oo-t---+----l--------------+---l---+--+---I ~ CITY OF CARLSBAD I s41 J 6.28.00 ~ PLANNING DEPARTMENT DRAWN APPROVED JOB NO. ORIGINAL DATE SCALE ' ' 7 •28•00 PLANTING PLAN FOR: 11-so-oot---t----t-----------------t---+--+---+--,----1 K.N. J.P. 911-012 3.7.00 DATE INITIAL ENGINEER OF WOR REVISION DESCRIPTION DATE INITIAL DATE INITIAL OTHER APPROVAL CITY APPROVAL RANCHO CARRILLO VILLAGE'N' -'PORTICO' APPROVED lo /d-&I[) ASSISTANT P DATE OWNBY:§ PROJECT NO. DRAWING NO. CHKD BY: RI/WO BY, C.T. 99-09 386-BL C.M.W.D. 97-533 ~ i '-" 0. ~ ~ ::z ! ' > 0 ~ i ~ "' -0 I "' "' "'" ~ .... . '.,,.-. SECTION 02900 -LANDSCAPING PART 1 -GENERAL 1.1. RELATED DOCUMENTS A. DRAWINGS AND GENERAL PROVISIONS OF THE CONTRACT, APPLY TO THIS SECTION. 1.2. SUMMARY A. THIS SECTION INCLUDES THE FOLLOWING: 1. TREES 2. SHRUBS 3. GROUND COVERS 4. PLANTS 5. SOIL AMENDENTS 6. FERTILIZERS AND MULCHES 7. STAKES 8. LANDSCAPE EDGINGS 1.3. SUBMITTALS A. GENERAL: SUBMIT EACH ITEM IN THIS ARTICLE ACCORDING TO THE CONDmONS OF THE CONTRACT. B. PRODUCT CERTIFICATES SIGNED BY MANUFACTURERS CERTIFYING THAT THEIR PRODUCTS COMPLY WITH SPECIFIED REQUIREMENTS. 1. MANUFACTURER'S CERTIFIED ANALYSIS FOR STANDARD PRODUCTS. 2. ANALYSIS FOR OTHER MATERIALS BY A RECOGNIZED LABORATORY MADE ACCORDING TO METHODS ESTABLISHED BY THE ASSOCIATION OF OFFICIAL ANALYTICAL CHEMISTS, WHERE APPLICABLE. 3. LABEL DATA SUBSTANTIATING THAT PLANTS, TREES, SHRUBS AND PLANTING MATERIALS COMPLY WITH SPECIFIED REQUIREMENTS .. C. MATERIAL TEST REPORTS FROM QUALIFIED INDEPENDENT TESTING AGENCY INDICATION AND INTERPRETING TEST RESULTS RELATIVE TO COMPLIANCE OF THE FOLLOWING MATERIALS WITH REQUIREMENTS INDICATED. 1. ANALYSIS OF EXISTING SURFACE SOIL 2. ANALYSIS OF IMPORTED TOPSOIL. D. PLANTING SCHEDULE INDICATING ANTICIPATED DATES AND LOCATIONS FOR EACH TYPE OF PLANTING. 1.4. QUALITY ASSURANCE A. INSTALLER QUALIFICATIONS: ENGAGE IN AN EXPERIENCED INSTALLER WHO HAS COMPLETED LANDSCAPE WORK SIMILAR IN MATERIAL, DESIGN, AND EXTENT TO THAT INDICATED FOR THIS PROJECT AND WITH A RECORD OF SUCCESSFUL LANDSCAPE ESTABLISHMENT. 1. INSTALLER'S FIELD SUPERVISION: REQUIRE INSTALLER TO MAINTAIN AN EXPERIENCED FULL-TIME SUPERVISOR ON THE PROJECT SITE DURING TIIIIE THAT LANDSCAPING IS IN PROGRESS. B. PROVIDE QUALITY, SIZE, GENUS, SPECIES AND VARIETY OF TREES AND SHRUBS INDICATED, COMPLYING WITH APPLICABLE REQUIREMENTS OF ANSI 260.1 "AMERICAN STANDARD FOR NURSERY STOCK." C. PRE-INSTALLATION CONFERENCE: CONDUCT CONFERENCE AT PROJECT SITE NOTIFYING CITY OF CARLSBAD, LANDSCAPE INSPECTOR, ALLOW 48 HOURS NOTICE. 1.5. DELIVERY, STORAGE, AND HANDLING A. PACKAGED I\IATERIALS: DELIVER PACKAGED MATERIALS IN CONTAINERS SHOWING WEIGHT, ANALYSIS, AND NAME OF MANUFACTURER. PROTECT MATERIALS FROM DETERIORATION DURING DELIVERY AND WHILE STORED AT SITE. B. TIREES AND SHRUBS: DELIVER FRESHLY DUG TREES AND SHRUBS. DO NOT PRUN BEFORE DELIVERY, EXCEPT AS APPROVED BY ARC:HITEGT. PROTECT BARK, BRANCHES, AND ROOT SYSTEM FROM SUN SCALD, DRYING , SWEATING, WHIPPING AND OTHER HANDLING AND TYING DAMAGE. DO NOT BEND OR BIND-TIE TREES OR SHRUBS IN SUCH A MANNER AS TO DESTROY NATURAL SHAPE. PROVIDE PROTECTIVE COVERING DURING DELIVERY. DO NOT DROP TREES AND SHRUBS DURING DELIVERY. C. DELIVER TREES, SHRUBS, GROUND COVERS AND PLANTS AFTER PREPARATIONS FOR PLANTING HAVE BEEN COMPLETED AND INSTALL IMMEDIATELY. IF PLANTING IS DELAYED AFTER DELIVERY, SET PLANTING MATERIALS IN SHADE, PROTECT FROM WEATHER AND MECHANICAL DAMAGE, AND KEEP ROOTS MOIST. 1. DO NOT REMOVE CONTAINER-GROWN STOCK FROM CONlJIINERS BEFORE TIME OF PLANTING. 2. WATER ROOT SYSTEMS OF TREES AND SHRUBS STORED ON SITE WITH A FINE-MIST SPRAY. WATER AS OFTEN AS NECESSARY TO MAINTAIN ROOT SYSTEMS IN A MOIST CONDITION. 1 .6. PROJECT CONDmONS A. UTILITIES: DETERMINE LOCATION OF ABOVE GRADE AND UNDERGROUND UTILITIES AND PERFORM WORK IN A MANNER WHICH WILL AVOID DAMAGE. HAND EXCAVATE, AS REQUIRED. MAINTAIN GRADE STAKES UNTIL REMOVAL IS MUTUALLY AGREED UPON BY PARTIES CONCERNED. B. EXCAVATION: WHEN CONDITIONS DETRIMENTAL TO PLANT GROWTH ARE ENCOUNTERED, SUCH AS RUBBLE FILL, ADVERSE DRAINAGE CONDITIONS, OR OBSTRUCTIONS, NOTIFY ARCHITECT BEFORE PLANTING. 1.7. COORDINATION AND SCHEDULING A. COORDINATE INSTALLATION OF PLANTING MATERIALS DURING NORMAL PLANTING SEASONS FOR EACH TYPE OF PLANT MATERIAL REQUIRED. 1 .B. WARRANTY A. GENERAL WARRANTY: THE SPECIAL WARRANTY SPECIFIED IN THIS ARTICLE SHALL NOT DEPRIVE THE OWNER OF OTHER RIGHTS THE OWNER MAY HAVE UNDER OTHER PROVISIONS OF THE CONTRACT DOCUMENTS AND SHALL BE IN ADDITION TO AND RUN CONCURRENT WITH OTHER WARRANTIES MADE BY THE CONTRACTOR UNDER REQUIREMENTS OF THE CONTRACT DOCUMENTS. B. SPECIAL WARRANTY: WARRANT THE FOLLOWING LIVING PLANTING MATERIALS FOR A PERIOD OF ONE YEAR FOR TREES AND 90 DAYS FOR SHRUBS, GROUND COVER AND PLANTS. AFTER DATE OF SUBSTANTIAL COMPLETION., AGAINST DEFECTS INCLUDING DEATH AND UNSATISFACTORY GROWTH, EXCEPT FOR DEFECTS RESULTING FROM LACK OF ADEQUATE MAINTENANCE, NEGLECT, OR ABUSE BY OWNER, ABNORMAL WEATHER CONDITIONS UNUSUAL FOR WARRANTY PERIOD, OR INCIDENTS THAT ARE BEYOND CONTRACTOR'S CONTROL. 1. TREES 2. SHRUBS 3. GROUND COVERS 4. PLANTS C. REMOVE AND REPLACE DEAD PLANTING MATERIALS IMMEDIATELY UNLESS REQUIRED TO PLANT IN THE SUCCEEDING PLANTING SEASON. D. REPLACE PLANTING MATERIALS THAT ARE MORE THAN 25 PERCENT DEAD OR IN AN UNHEALTHY CONDITION AT END OF WARRANTY PERIOD. 1.9. TREE AND SHRUB MAINTENANCE A. MAINTAIN TREES AND SHRUBS BY PRUNING, CULTIVATING, WATERING, WEEDING, FERTILIZING, RESTORING PLANTING SAUCES, TIGHTENING AND REPAIRING STAKES, AND RESETTING TO PROPER GRADES OR VERTICAL POSITION, AS REQUIRED TO ESTABLISH HEALTHY, VIABLE PLANTINGS. SPRAY AS REQUIRED TO KEEP TREES AND SHRUBS FREE OF INSECTS AND DISEASE. RESTORE OR REPLACE DAMAGED TREE WRAPPINGS. MAINTAIN TREES AND SHRUBS FOR THE FOLLOWING PERIOD: 1. MAINTENANCE PERIOD: 3 MONTHS FOLLOWING SUBSTANTIAL COMPLETION. 1.10. GROUND COVER AND PLANT MAINTENANCE A. MAINTAIN GROUND COVER AND PLANTS BY WATERING, WEEDING FERTILIZING, AND OTHER OPERATIONS AS REQUIRED TO ESTABLISH HEALTHY, VIABLE PLANTINGS FOR THE FOLLOWING PERIOD: 1. MAINTENANCE PERIOD: 3 MONTHS FOLLOWING SUBSTANTIAL COMPLETION. PART 2 -PRODUCTS 2.1. TREE AND SHRUB MATERIAL A. GENERAL: FURNISH NURSERY-GROWN TIREES AND SHRUBS CONFORMING TD ANSI 260.1, WITH HEALTHY ROOT SYSTEMS DEVELOPED BY TRANSPLANTING OR ROOT PRUNING. PROVIDE WELL-SHAPED, FULLY-BRANCHED, HEALTHY, VIGOROUS STOCK FREE OF DISEASE, INSECTS, EGGS LARVAE, AND DEFECTS SUCH AS KNOTS, SUN SCALD, INJURIES, ABRASIONS, AND DISFIGUREMENT. B. GRADE: PROVIDE TREES AND SHRUBS OF SIZES AND GRADES CONFORMING TO ANSI 260.1, FOR TYPE OF TREES AND SHRUBS REQUIRED. TREES AND SHRUBS OF A LARGER SIZE MAY BE USED IF ACCEPTABLE TO ARCHITECT, WITH A PROPORTIONATE INCREASE IN SIZE OF ROOTS OR BALLS. C. LABEL AT LEAST 1 TREE AND 1 SHRUB OF EACH VARIETY AND CALIPER WITH A SECURELY ATTACHED, WATERPROOF TAG BEARING LEGIBLE DESIGNATION OF BOTANICAL AND COMMON NAME. 2.2. SHADE AND FLOWERING TREES A. SHADE TIREES: SINGLE-STEM TIREES WITH STIRAIGHT TRUNK, WELL-BALANCED CROWN, AND INTACT LEADER, OF SIZE INDICATED, CONFORMING TO ANSI 260.1 FOR TYPE OF TREES REQUIRED. 1. BRANCHING HEIGHT: ½ OF TREE HEIGHT. B. SMALL TREES: SMALL UPRIGHT OR SPREADING TYPE, BRANCHED OR PRUNED NATURALLY ACCORDING TO SPECIES AND TYPE, AND WITH RELATIONSHIP OF CALIPER, HEIGHT, AND BRANCHING RECOMMENDED BY ANSI 260. 1, AND STEM FORM AS FOLLOWS: 1. MULTI-STEM, CLUMP, WITH 2 OR MORE MAIN STEMS. C. CONTAINER-GROWN TREES WILL MEET ANSI 260.1 LIMITATIONS FOR CONTAINER STOCK. 2.3. CONIFEROUS EVERGREENS A. FORM AND SIZE: NORMAL QUALITY, WELL BALANCED, CONIFEROUS EVERGREENS, OF TYPE, HEIGHT SPREAD, AND SHAPE REQUIRED, CONFORMING TO ANSI Z60.1. 2.4. BROADLEAF EVERGREENS A. FORM AND SIZE: NORMAL QUALITY, WELL BALANCED, CONIFEROUS EVERGREENS, OF TYPE, HEIGHT SPREAD, AND SHAPE REQUIRED, CONFORMING TO ANSI 260.1. 2.5. GROUND COVERS AND PLANTS A. PROVIDE GROUND COVERS AND PLANTS ESTABLISHED AND WELL ROOTED IN REMOVABLE CONTAINERS OR INTEGRAL PEAT POST AND NOT LESS THAN THE MINIMUM NUMBER AND LENGTH OF RUNNERS REQUIRED BY ANSI 260.1 FOR THE POT SIZE INDICATED. 2.6. SOIL AMENDMENTS A. LIME: ASTM C 602, CLASS T, AGRICULTURAL LIMESTONE CONTAINING A MINIMUM BO PERCENT CALCIUM CARBONATE EQUIVALENT, WITH A MINIMUM 99 PERCENT PASSING A NO. B (2.36 MM) SIEVE AND A MINIMUM 75 PERCENT PASSING A NO. 60 (250 MICROMETER) SIEVE. 1. PROVIDE LIME IN THE FORM OF DOLOMmc LIMESTONE. B. ALUMINUM SULFATE: COMMERCIAL GRADE, UNADULTERATED. C. SAND: CLEAN, WASHED, NATURAL OR MANUFACTURED SAND, FREE OF TOXIC MATERIALS. D. PERLITE: HORTICULTURAL PERLITE, SOIL AMENDMENT GRADE. E. PEAT HUMUS: FINELY DIVIDED OR GRANULAR TEXTURE, WITH A PH RANGE OF 6 TO 7.5, COMPOSED OF PARTIALLY DECOMPOSED MOSS PEAT (OTHER THAN SPHAGNUM), PEAT HUMUS, OR REED-SEDGE PEAT. F. PEAT HUMUS: FOR ACID-TOLERANT TIREES AND SHRUBS, PROVIDE MOSS PEAT, WITH A PH RANGE OF 3.2 TO 4.5 , COARSE FIBROUS TEXTURE, MEDIUM-DIVIDED SPHAGNUM MOSS PEAT OR REED-SEDGE PEAT. ' ' ' G. SAWDUST OR GROUND-BARK HUMUS: DECOMPOSED, NITROGEN-TREATED OF UNIFORM TEXTURE, FREE OF CHIPS, STONES, STICK, SOIL OR TOXIC MATERIALS. 1. WHEN SITE TREATED, MIX WITH AT LEAST 0.15 LB. (2.4 KG) OF AMMONIUM NITRATE OR 0.25 LB. (4 KG) OF AMMONIUM SULFATE PER CU. FT. (CU. M) OR LOOSE SAWDUST OR GROUND BARK. H. MANURE: WELL-ROTTED UNLEACHED STABLE OR CATTLE MANURE CONTAINING NOT MORE THAN 25 PERCENT BY VOLUME OF STRAW, SAWDUST, OR OTHER BEDDING MATERIALS; FREE OF TOXIC SUBSTANCES, STONES, STICKS, SOIL, WEED SEED. AND MATERIAL HARMFUL TO PLANT GROWTH. 1. HERBICIDES: EPA REGISTERED AND APPROVED, OF TYPE RECOMMENDED BY MANFUACTURER. J. WATER: AS PROVIDED BY LOCAL WATER PURVEYOR. 2.7. FERTILIZER A. BONEMEAL: COMMERCIAL, RAW, FINELY GROUND; MINIMUM OF" 4 PERCENT NITROGEN AND 20 PERCENT PHOSPHORIC ACID. B. SUPERPHOSPHATE: COMMERCIAL, PHOSPHATE MIXTURE, SOLUBLE; MINIMUM OF 20 PERCENT AVAIi.ABLE PHOSPHORIC ACID. C. COMMERCIAL FERTILIZER: COMMERCIAL GRADE COMPLETE FERTILIZER OF NEUTRAL CHARACTER, CONSISTING OF FAST, AND SLOW RELEASE NITROGEN, 50 PERCENT DERIVED FROM NATURAL ORGANIC SOURCES OF UREA-FORM, PHOSPHOROUS, AND POTASSIUM IN THE FOLLOWING COMPOSITION: 1. COMPOSITION: 1 LB. PER 1,DOO SO. FT. (0.5 KG PER 100 SQ. M) OF ACTUAL NITROGEN, 4 PERCENT PHOSPHOROUS, AND 2 PERCENT POTASSIUM, BY WEIGHT. 2. COMPOSITION: NITROGEN, PHOSPHOROUS, AND POTASSIUM IN AMOUNTS RECOMMENDED IN SOILS REPORTS FROM A QUALIFIED SOIL TESTING AGENCY. D. SLOW-RELEASE FERTILIZER: GRANULAR FERTILIZER CONSISTING OF 50 PERCENT WATER INSOLUBLE NITROGEN, PHOSPHORUS, AND P, AND POTASSIUM IN THE FOLLOWING COMPOSITION: 1. COMPOSITION: 5 PERCENT NITROGEN, 10 PERCENT PHOSPHOROUS, AND 5 PERCENT POTASSIUM, BY WEIGHT. 2. COMPOSITION: 20 PERCENT NITROGEN, 10 PERCENT PHOSPHOROUS, AND 10 PERCENT POTASSIUM, BY WEIGHT. 3. COMPOSITION: NITIROGEN, PHOSPHOROUS, AND POTASSIUM IN AMOUNTS RECOMMENDED IN SOILS REPORTS FROM A QUALIFIED SOIL TESTING AGENCY. 2.8. MULCHES A. ORC',ANIC MULCH: ORGANIC MULCH, FREE FROM DELETERIOUS MATERIALS AND SUITABLE AS A TOP DRESSING OF TREES AND SHRUBS, CONSISTING OF ONE OF THE FOLLOWING: 1. TYPE: GROUND OR SHREDDED BARK. 2. TYPE: WOOD AND BARK CHIPS. B. PEAT MULCH: PROVIDE PEAT MOSS IN NATURAL, SHREDDED OR GRANULATED FORM, OF FINE TEXTURE, WITH A PH RANGE OF 4 TO 6 AND A WATER-ABSORBING CAPACITY OF 11 00 TO 20DO PERCENT. C. FIBER MULCH: BIODEGRADABLE DYED WOOD CELLULOSE FIBER MULCH, NONTOXIC, FREE OF PLANT GROWTH OR GERMINATION INHIBITORS, WITH MAXIMUM MOISTURE CONTENT OF 15 PERCENT AND A PH RANGE OF 4.5 TO 6.5. 2.9. STAKES A. UPRIGHT STAKES: ROUGH-SAWN, SOUND, NEW HARDWOOD, REDWOOD, OR PRESSURE PRESERVATIVE TREATED SOFTWOOD, FREE OF KNOTS, HOLES, CROSS GRAIN, AND OTHER DEFECTS, 2 INCHES DIAMETER BY LENGTH INDICATED, POINTED AT ONE END. B. HOSE CHAFING GUARD: REINFORCED RUBBER OR PLASTIC HOSE AT LEAST ½ INCH (13MM) IN DIAMETER, BLACK, CUT TO LENGTHS REQUIRED TO PROTECT TREE TRUNKS FROM DAMAGE. PART 3 -EXECUTION 3.1. EXAMINATION A. EXAMINE AREAS TO RECEIVE LANDSCAPING OF COMPLIANCE WITH REQUIREMENTS AND FOR CONDITIONS AFFECTING PERFORMANCE OF WORK OF THIS SECTION. DO NOT PROCEED WITH INSTALLATION UNTIL SATISFACTORY CONDmONS HAVE BEEN CORRECTED. 3.2. PREPARATION A. LAY OUT INDIVIDUAL TREE AND SHRUB LOCATIONS AND AREAS FOR MULTIPLE PLANTINGS. STAKE LOCATIONS, OUTLINE AREAS, AND SECURE ARCHITECT'S ACCEPTANCE BEFORE THE START OF PLANTING WORK. MAKE MINOR ADJUSTMENTS AS MAY BE REQUIRED. 3.3. PLANTING SOIL PREPARATION A. MIX SOIL AMENDMENTS AND FERTILIZERS WITH SITE SOIL AT RATES INDICATED. DELAY MIXING FERTILIZER IF PLANTING DOES NOT FOLLOW PLACING OF PLANTING SOILS WITHIN A FEW DAYS. AMENDMENTS WILL BE MODIFIED FROM THESE NOTED BASED ON SOILS REPORTS PERFORMED BY CONTRACTOR MIN. (3). I Ar\D',( -~1'1.1 •tHlff(TlH" ' 8910 UNIVERSITY CENTER LANE SUITE 580 SAN Df!:GO CAIJFORNIA 92122 619 -558 . 8977 FAX 619 . 558 . 9188 REVISl()N DATE DRAWN APPROVED JOB NO. ORIGINAL DATE SCALE B. FOR TREE PIT OR TRENCH BACKFILL, MIX PLANTING SOIL BEFORE BACKFILLING AND STOCKPILE AT SITE. C. FOR PLANTING BEDS, MIX PLANTING SOIL EITHER PRIOR TO PLANTING OR APPLY ON SURFACE OF TOPSOIL AND MIX THOROUGHLY BEFORE PLANTING. D. PLANT BACKFILL SHALL BE PER SOIL TEST PERFORMED BY A SOIL TESTING LABORATORY (PRE-APPROVED BY THE CITY). THE TEST SHALL INDICATE BY NOT BE LIMITED TO THE FOLLOWING: 1. ORGANIC MATTER CONTENT 2. N. P, K 3. PH 4. EC 5. SOIL TEXTURE (SILT, CLAY, SAND) 6. RECOMMENDATIONS FOR AMENDMENTS, LEACHING AND MAINTENANCE FERTILIZATIONS. THE RESULTS AND RECOMMENDATIONS OF THE SOIL TESTING LABORATORY SHALL BE SUBMITTED AND APPROVED BY THE CITY. THE APPROVED RECOMMENDATIONS FOR AMENDMENTS AND BACKFILL SHALL BE INCORPORATED INTO THE LANDSCAPE PLANS PRIOR TO THE START OF CONSTRUCTION AND SHALL BECOME PART OF THE APPROVED PLANS. PRODUCTS SPECIF"IED BY PRODUCT NAME BY THE SOIL LAB IN THE RECOMMENDATIONS MAY BE SUBSTITUTED WITH "OR EQUAL" PRODUCTS APPROVED BY THE CITY. 3.4. GROUND COVER AND PLANT BED PREPARATION A. LOOSEN SUBGRADE OF PLANTING BED AREAS TO A MINIMUM DEPTH OF 6 INCHES (150MM). REMOVE STONES LARGER THAN 1-1/2 INCHES (38 MM) IN ANY DIMENSION AND STICKS, ROOTS, RUBBISH, AND OTHER EXTRANEOUS MATERIALS. B. SPREAD PLANTING SOIL MIXTURE TO DEPTH REQUIRED TO MEET THICKNESS, GRADES AND ELEVATIONS SHOWN, AFTER LIGHT ROLLING AND NATURAL SETTLEMENT. PLACE APPROXIMATELY ½ THE THICKNESS OF PLANTING. 3.5. EXCAVATION FOR TREES AND SHRUBS A. PITS AND TIRENCHES: EXCAVATE WITH VERTICAL SIDES AND WITH BOTTOM OF EXCAVATION SLIGHTLY RAISED AT CENTER TO ASSIST DRAINAGE. LOOSEN HARD SUBSOIL IN BOTTOM OF EXCAVATION. 1. CONTAINER-GROWN TREES AND SHRUBS: EXCAVATE TD TWICE CONTAINER WIDTH, AND TO DEPTH OF ROOTBALL IN CONTAINER. 2. WHERE DRAIN TILE IS SHOWN OR REQUIRED UNDER PLANTED AREAS. B. OBSTIRUCTIONS: NOTIFY ARCHITIECT IF UNEXPECTED ROCK OR OBSTRUCTIONS DETRIMENTAL TO TREES OR SHRUBS ARE ENCOUNTERED IN EXCAVATIONS. 1. HARDPAN LAYER: DRILL 6 INCH (150 MM) DIAMffiR HOLES INTO FREE DRAINING STRATA OR TO A DEPTH OF 10 FEET (3M), WHICHEVER IS LESS, AND BACKFILL WITH FREE DRAINING MATERIAL. C. DRAINAGE: NOTIFY ARCHITECT IF SUBSOIL CONDmONS EVIDENCE UNEXPECTED WATER SEEPAGE OR RETENTION IN TREE OR SHRUB PITS. D. GILL EXCAVATIONS WITH WATER AND ALLOW TO PERCOLATE OUT, BEFORE PLACING SETTING LAYER AND POSITIONING TREES AND SHRUBS. 3.6. PLANTING TREES AND SHRUBS A. SET CONTAINER GROWN STOCK PLUMB AND IN CENTER OF PIT OR TRENCH WITH TOP OF BALL LEVEL TO ADJACENT FINISH GRADES AS INDICATED. 1. CAREF"ULLY REMOVE CONTAINERS SO AS NOT TO DAMAGE ROOT BALLS. 2. PLACE BACKFILL AROUND BALL IN LAYERS, TAMPING TO SETTLE BACKFILL AND ELIMINATE VOIDS AND AIR POCKETS. WHEN PIT IS APPROXIMATELY ½ BACKFILLED, WATER THOROUGHLY BEFORE PLACING REMAINDER OF BACKFILL. REPEAT WATERING UNTIL NO MORE IS ABSORBED. WATER AGAIN AFTER PLACING AND TAMPING F"INAL. LAYER OF BACKFILL. B. DISH AND TAMP TOP OF BACKFILL TO FORM A 3 INCH (75MM) HIGH MOUND AROUND THE RIM OF THE PIT. DO NO COVER TOP OF ROOT BALL WITH BACKFILL. C. EACH PLANT SHALL RECEIVE "AGRIF"ORM" (OR EQUAL) PLANT TABLETS AS FOLLOWS: 1 GAL CONTAINER 1 -21 GRAM 5 GAL. CONTAINER 3 -21 GRAM 15 GAL. CONTAINER 5 -21 GRAM BOX TREE 1 -21 GRAM PER 3" BOX SIZE 3.7. TREE AND SHRUB PRUNING A. PRUNE, THIN, AND SHAPE TIREES AND SHRUBS AS DIRECTED BY ARCHITECT. ~,,,,._<v~,>-:."·t, ,tic:'\ ,.) , 1;, ~ APPROVED ~ ' ~ ff' 8. PRUNE, THIN, AND SHAPE TREES AND SHRUBS ACCORDING TO STANDARD HORTICULTURAL PRACTICE. PRUNE TREES TO RETAIN REQUIRED HEIGHT AND SPREAD. UNLESS OTHERWISE DIRECTED BY ARCHITECT, DO NOT CUT TREE LEADERS; REMOVE ONLY INJURED OR DEAD BRANCHES FROM FLOWERING TREES. PRUNE SHRUBS TO RETAIN NATURAL CHARACTER. SHRUB SIZES INDICATIED ARE SIZE AFTER PRUNING. 3.B. TREE AND SHRUB STAKING A. UPRIGHT STAKING AND TYING: STAKE TIREES OF 15 GALLON AND LARGER. USE A MINIMUM OF 2 STAKES OF LENGTH REQUIRED TO PENETRATE AT LEAST 24 INCHES BELOW BOTTOM OF BACKFILLED EXCAVATION AND TO EXTEND AT LEAST 73 INCHES BELOW BOTTOM OF BACKFILLED EXCAVATION AND TO EXTEND AT LEAST 72 INCHES ABOVE GRADE. SET VERTICAL STAKES AND SPACE TO AVOID PENETRATING BALLS OR ROOT MASSES. SUPPORT TREES WITH 2 STRANDS OF TIE WIRE ENCASED IN HOSE SECTIONS AT CONTACT POINTS WITH TREE TIRUNK. ALLOW ENOUGH SLACK TO AVOID RIGID RESTRAINT OF TREE. 3.9. PLANTING GROUND COVER AND PLANTS A. SPACE GROUND COVER AND PLANTS AS INDICATED. B. DIG HOLES LARGE ENOUGH TO ALLOW SPREADING OF ROOTS, AND BACKFILL WITH PLANTING SOIL. WORK SOIL AROUND ROOTS TO ELIMINATE AIR POCKETS AND LEAVE A SLIGHT SAUCER INDENTATION AROUND PLANTS TO HOLD WATER. WATER THOROUGHLY AFTER PLANTING, TAKING CARE NOT TO COVER PLANT CROWNS WITH WET SOIL. C. (1) 5 GRAM 20-10-5 TABLETS PER GROUNDCOVER PLANT. 3.10. MULCHING A. MULCH BACKFILLED SURFACES OF PITS, TRENCHES, PLANTED AREAS, AND OTHER AREAS INDICATED. 3" LAYER SHALL BE INSTALLED IN ALL NON-TURF PLA~ITING AREA LESS STEEP THAN 3: 1. SUBMIT SAMPLE TO CITY INSPECTOR FOR APPROVAL PRIOR TO BULK DELIVERY TO SITE. 3.11 . CLEANUP AND PROTEGTION A. DURING LANDSCAPING, KEEP PAVEMENTS CLEAN AND WORK AREA IN AN ORDERLY CONDITION. B. PROTECT LANDSCAPING FROM DAMAGE DUE TO LANDSCAPE OPERATIONS, OPERATIONS BY OTHER CONTRACTORS AND TRADES. AND TRESPASSERS. MAINTAIN PROTECTION DURING INSTALLATION AND MAINTENANCE PERIODS. TREAT, REPAIR OR REPLACE DAMAGED LANDSCAPE WORK AS DIRECTED. 3. 12. DISPOSAL OF SURPLUS AND WASTE MATERIALS A. DISPOSAL: REMOVE SURPLUS SOIL AND WASTE MATERIAL. INCLUDING EXCESS SUBSOIL, UNSUITABLE SOIL, TRASH, AND DEBRIS, AND LEGALLY DISPOSE OF IT OFF OWNER'S PROPERTY. END OF SECTION 02900 FOR PLANTING "AS BUILT" -.I ( &. 0 AND IRRIGATION ONLY, . ~.,, .. - \ To?~~db: * / INCLUDING PRECISE RCE EXP. DATE J); :,.._ ., ,/ I ~~ ----···,.., ~~ , LOCATION OF PLANTING ~f OF CAL\fl~'ll REVIEWED BY: ~ .... AREAS. INSPECTOR DATE 4.27.00 I 33T I CITY OF CARLSBAD I 54IETS I 6.28.00 PLANNING DEPARTMENT 7.BB.00 PLANTING SPECIFICATIONS FOR: 9 30 00 RANCHO CARRILLO VI:LLAGE 'N' -'PORTICO' K.N. APPROVED -.az (/ /t-/tJ.tll) . J.P. ASSISTANT PLA~(l DIRECTOR DATE 99-012 OWN BY: PROJECT NO. DRAWING NO. 3.7.00 DATE INrTIAL DATE INITIAL DATE INITIAL CHKD IIY: ENGINEER OF WORI REVISION DESCRIPTION OTHER APPROVAL C11'1' APPROVAL RVWD BY: C.T. 99-09 386-BL C.M.W.D. 97-533 -0 w ~, §, 0. oe ~, ii' " ~ ' 5 oa 0 j ~ "' ~ i "' -'i' "' "' "" ~ ol. ...... ... 9 A B 7 CD ROOTBALL @ CROWN-1" ABOVE FINISH GRADE @ FINISH GRADE 0 FINISH GRADE AT SLOPE © 2 X ROOTBALL DIA. AND DEPTH © BACKFILL MIX (SEE NOTES) 0 FERTILIZER 9PER SOILS REPORT) ® SEE PAVING DETAILS ® TOP OF PAVING @ 4" HIGH WATERING BASIN (IF REO'O) 1 @ UNDISTURBED NATIVE SOIL . . I'-'-~, I: .... . .............. -1 1 1-· . . ..... --. ... .··. 11~· 4 SHRUB PLANTING DETAIL NTS -' - SECTION 6 ® .El&l G) 2· 0 PREPARED SOIL @ PLANT TABLET 0 FINISH GRADE © EQUAL(X)-SEE PLANT SCHEDULE FOR ON CENTER SPACING ® CONCRETE MOW STRIP OR HARDSCAPE IMPROVEMENT AS INDICATED ON PLAN (j) CONCRETE CURB OR HARDSCAPE IMPROVEMENT AS INDICATED ON PLAN ® EQUAL 1 /2(X) GROUNDCOVER PLANTING DETAIL NTS 0 CD 2· DIA. x , o· LODGEPOLE PINE STAKE (2 REQ'D) @ 1X2" WOOD BRACE 5 )----, @ VINYL TREE TIE (2 REQ'D) © 24" MIN. ® SEE TREE PLANTING DETAIL ® 12" MIN. 0 TREE TRUNK ® ROOTBALL 7)---, ®-, PLAN VIEW DOUBLE STAKING DETAIL NTS G) CONCRETE SIDE WALK OR HARDSCAPE IMPROVEMENT AS INDICATED ON PLAN @ DEEPROOT BARRIER • LB18-2 (SIDEWALK), • UB24-2 (CURB) ~ • 0 SUBGRAOE • • 3 0 PLANTS PER PLAN © CONCRETE CURB OR HARDSCAPE IMPROVEMENT AS INDICATED ON PLAN /,,,,,,.""""'""""""""!,,,,,,""""'""""""""""""'""""""""..!,,,, ... I-{ 2 .El&l D ROOT BARRIER NTS ' I ; I ' I I I TREES SYMBOL BOTANICAL NAME • CASSIA LEPTOPH\'LLA •• # CINN,t,MONUM C,t,MPHOR,t, 0 JACARANDA MIMOSIFOUA ~ PHOENIX ROBELENII ... PINUS H,t,LEPENSIS Cl SCHINUS MOLLE II SYAGRUS ROW.NZOFFIAN • TRISTANIA CONFERTA + LYONOTHAMNUS FLOR!BUNDUS SYRUBS SYMBOL BOTANICAL NAME Q AGAPANTHUS ORIENTALIS 0 AGAP,t,.NTHUS ORIENTALIS 'ALBUS' 0 eour.AINVILLEA 'ROSENKA' @coTONEASTER PARNEYII © CUPHEA HYSSOPIFOLIA @ CYCAS REVOLUTA @ OIETES BICOLOR 0 ESCALLONIA FRASERII @ EURYOPS PECTINATUS © GREVILLEA 'NOELLII' e HEMEROCALLIS HYBRIDS © LANT ... NA MONTEVIDENSIS ® LIGUSTRUM JAPONICUM 'TEXANUhll' 0 LIRIOPE MUSCARI (0} NANDINA DOMESTICA ® PHOENIX ROBELENII ® PHORMIUM TENAX 'MAORI CHIEF' 0 PHOTINIA FRASERI ~ PITTOSPORUM TOBIRA e PITTOSPORUM TOBIRA 'WHEELER!' 0 PLUMBAGO CAPENSIS EBl PODOCARPUS GRACILIOR § PRUNUS CAROLINIANA 0 RHAPIOLEPIS INDICA 'BALLERINA' (@ RHAPIOLEPIS INDICA 'PINKIE' @ STRELITZIA NICOLAI ® STRELITZIA REGINAE (§) TECOMERIA CAPENSIS 0 VIBURNUM JAPONICUM ElB PITTOSPORUM TOBIRA 'VARIEGATA' ~ MYOPORUM PACIFICUhll VINES SYMBOL BOTANICAL M.IJaM BOUGAINVILLEA 'BARBARA KARST' ~ DISTICTIS BUCCINATORIA ~•' e ,,.,. DISTICTIS BUCCINATORIA /I/\IIM CLYTOSTOMA CALLISTEGIOIDES ~ CLYTOSTOW. CALLISTEGIOIDES M.(},vi JASMINUM POI.YANTHUM GROUND COVER SYMBOL BOTANICAL ml GAZ"-NI"' 'l,IITSUI YELLOW' ~ MYOPORUM PARVIFOLIUhll 'PUTAH CREEK' w MARATHON Ill , COMMON NAME GOLD MEDALLION TREE c...MPHOR TREE JACARANDA PIGMY 0,6.TE PALM ALEPPO PINE CALIFORNIA PEPPER TREE QUEEN PALM BRISBANE BOX CATALINA IRONWOOD COMMON NAME LILY-OF-THE-NILE WHITE LILY-OF-THE-NILE BOUGAINVILLEA COTONE"-STER FALSE HEATHER SAGO PALM FORTNIGHT LILY NCN NCN NCN DAYLILY DWARF YELLOW LANTANA TEXAS PRIVET BIG BLUE LILY TURF HEAVENLY BAMBOO PIGMY DATE P"LM NEW ZEALAND FLAX NCN MOCK ORANGE WHEELER'S DWARF TOBIRA CAPE PLUMBAGO FERN PINE CAROLINA LAUREL CHERRY INDIAN HAwrHORN INDIAN HAwrHORN GIANT BIRO OF PARADISE BIRD 01" PARADISE CAPE HONEYSUCKLE NCN VARIEGATED PITTDSPDRUM MYOPORUM COMMON NAME BOUGAINVILLEA BLOOD-RED TRUMPET VINE BLOOD-RED TRUMPET VINE VIOLET TRUMPET VINE VIOi.ET TRUMPET VINE JASMINE VINE COMMON NAME GAZANIA MYOPORUM TURF REVISION DATE 4.27.00 1\1)\CAl'I.' 111 ff( Tl ltl· ' ' 8910 UNIVERSITY CENTER WIE sum 5ao SAN DIEGO CAllFORNIA 92122 619. 558 -8977 DR.o\lfN APPROVED JOB NO. ORIGINAL DATE 8.28.00 7.28.00 9-30-00 K.N. J.P. 99-012 3.7.0D DATE SIZE 24° BOX 24" BOX 24• BOX 24" BOX 15 GAL 15 GAL QTY. 90 26 41 2 5 9 REMARKS MULTI MULTI 12' B.T.H. 31 24• BOX 30 15 GAL 36 SIZE QTY. REMARKS 1 GAL 1160 1 GAL 740 5 GAL 79 5 GAL 45 1 GAL 501 15 GAL 9 1 GAL 467 5 GAL 12 1 GAL 249 5 GAL 523 1 GAL 1018 1 GAL 75 5 GAL 199 1 GAL 629 1 GAL 118 24• BOX 0 MULTI 15 GAL 5 GAL 15 GAL 1 GAL 5 GAL 15 GAL 15 GAL 1 GAL 15 GAL 5 GAL 5 GAL 5 GAL 15 GAL 15 GAL 1 GAL SIZE 15 GAL 15 GAL 15 GAL 15 GAL 15 GAL 15 GAL SIZE FIATS FLATS SOD 55 281 154 660 245 . 104 COLUMN 108 COLUMN 335 703 0 25 56 211 287 304 QTY. REMARKS 20 ESPALIER 14 STAKED 36 ESPALIER 11 STAKED 36 ESPALIER 25 STAKED REMARKS 8" O.C. ALL SHRUB AREAS 12" 0.C. ALL SHRUB "'REA.<; ~ ¼ r-;,\ ,Psn 1 ··.. (' ~l ·1 ·· (.) ,, \ t'°' .,,, -CIJ -.· ·1 1 ~(1~·<>\ -J n ' ! I -k Jf'·IJ/ I " Ji \~ ''b':·t,•~---· f ,~ ·--~ , .. z~. • .. ~~--~ . ·. ~If CM.\'~-,/' ""--='' . INITIAL FAX 619 . 558 . 9188 ENGINEER OF WOR~ REVISION DESCRIPTION SCA.LE PLANTING NOTES I.A. THE PLANTING PLAN IS DIAGRAMMATIC. ALL PLANT LOCATIONS ARE APPROXIMATE. PLANT SYMBOLS TAKE PRECEDENCE OVER PLANT QUANTITIES SPECIFIED. I.B. QUANTITIES SHOIJN □N THE PLANTING PLAN ARE APPROXIMATE AND ARE FDR THE CONVENIENCE OF THE CONTRACTOR □NL Y. l,C, CONTRACTOR SHALL NOTIFY THE LANDSCAPE ARCHITECT □F THE DISCREPANCIES BETIJEEN QUANTITIES AND SYMBOLS SH□IJN. 2. LANDSCAPE CONTRACTOR SHALL APPLY A CONTACT HERBICIDE, IJHERE IJEEDS ARE PRESENT, PER MANUFACTURERS SPECIFICATIONS A MINIMUM OF TEN (10) DAYS PRl □R TD COMMENCEMENT OF ANY PLANTING DR IRRIGATION IJORK. IJEEDS SHALL BE ALLOIJED T □ C□MPLETEL Y DIE BACK, INCLUDING THE R[lDTS BEFORE PROCEEDING IJITH IJ□RK. 3. LANDSCAPE CONTRACTOR SHALL SUBMIT A S□IL ANALYSIS REPORT FROM AN AUTHORIZED TESTING AGENCY TO THE LANDSCAPE ARCHITECT BEFORE BEGINNING IJ□RK. 4, PRl □R TO PLANTING, IRRIGATl□N SYSTEM SHALL BE FULLY OPERATIONAL AND PLANTING AREAS SHALL BE THOROUGHLY SOAKED . 5. ALL AREAS TD BE PLANTED, IJHICH HAVE A SLOPE □F LESS THAlll, lSlHALL BE CROSS-RIPPED TD A DEPTH □F SIX (6') INCHES AND THE F□LL □IJING AMENDMENTS SPREAD EVENLY AND TH□R□UGHL Y BLENDED IN PER 1,000 SQUARE FEET (QUANTITIES SUBJECT TD CHANGE PER S□IL ANAL YSIS)o A. 3 CUBIC YARDS NITROGEN FORTIFIED REDIJO□D SHAVINGS B. 100 POUNDS AGRICULTURAL GYPSUM C. 15 POUNDS IRON SULPHATE D. 25 POUNDS 16-6-8 SLDIJ RELEASE FERTILIZER 6, EACH PLANT SHALL RECEIVE 'AGRIFORM' <OR EQUAU PLANT TABLETS AS F□LL□IJS1 ROOTED CUTTING/4' PDT -(!) 5 GRAM I GAL. CONTAINER -(I) 21 GRAM 5 GAL. CONTAINER -(3) 21 CiRAM 15 GAL. CONTAINER -(5) 21 GRAM BOX TREE -(I) 21 GRAM PER 3' BOX SIZE 7. PLANT BACK FILL SHALL BE ~OSITE S[]IL, AND 5'll NITROGEN FORTIFIED REDIJOOD SHAVINGS BY VOLUME. 8. PLANT PITS SHALL BE TIJICE THE SIZE □F THE DESIGNATED NURSERY CONTAINER. 9. PLANT MATERIAL SHALL NOT BE ROOT BOUND. FIVE-GALLON PLANTS AND LARGER SHALL HAVE BEEN GROIJN IN CONTAINERS FOR A MINIMUM □F 6 MONTHS AND A MAXIMUM OF TIJ□ YEARS. PLANTS SHALL EXHIBIT HEAL THY GR□'w'TH AND BE FREE · OF DISEASES AND PESTS, 10,A. STAKE ALL TREES PER DETAIL. 10,B. REMOVE NURSERY STAKES ON ALL VINES AND ATTACH TD ADJACENT FENCES IJITH GALV, NAILS AND GREEN NURSERY TAPE. I0.C. REMOVE NURSERY STAKES AND TIES FROM ALL CONTAINER STOCK. MAINTAIN SIDE GR□IJTH ON ALL TREES, 11, PLANTS SHALL NOT BE PLACED IJITHIN TIJEL VE (12') INCHES □F SPRINKLER HEADS. 12. SHRUBS SHDIJN IN PLANT AREAS SHALL BE UNDER PLANTED IJITH GROUNDC □VER SH□'w'N BY ADJACENT SYMBOL, TD IJITHIN 12' OF MAIN PLANT STEM. 13. LANDSCAPE CONTRACTOR SHALL MAINTAIN A MINIMUM Of"/. 8JRAINAGE AIJAY FROM ALL BUILDINGS, STRUCTURES, AND IJALLS. FINISHED GRADES SHALL BE SMOOTHED TD ELIMINATE PUDDLING DR STANDING IJATER. 14. FINISHED GRADES SHALL BE □NE (I) INCH BELO',/ THE TOP OF CURBS, SILLS, AND IJALKIJAYS IN ALL AREAS, IJHERE SOD IS LAID NEXT TD THESE IMPROVEMENTS-FINISH GRADE BEFORE LAYING SOD SHALL BE 1-1/2' BEL□'w' THE TOP. 15, THE LANDSCAPE CONTRACTOR SHALL LEAVE SITE IN A CLEAN CONDITION, REMOVING ALL UNUSED MATERIAL, TRASH, AND TOOLS. 16. LANDSCAPE CONTRACTOR SHALL MAINTI\IN ALL PLANTINGS FOR A PERI□D OF SIXTY (60) DAYS AFTER COMPLETION. ALL AREAS SHALL BE KEPT CLEAN, IJATERED, AND IJEED FREE. 17. AT COMPLETl□ N OF ALL \JDRK OUTLINED IN THESE PLANS, THE LANDSCAPE CONTRACTOR SHALL CONTACT OIJNER AND ARRANGE FOR A IJALK THROUGH TD DETERMINE THAT ALL ASPECTS OF 'w'ORK ARE COMPLETED. IJORK MUST BE FULLY COMPLETED ACCORDING TD ALL PLANS AND SPECIFICATIONS AND MUST BE COMPLETED IN A GOOD \./DRKMANSHIP MANNER AND MUST BE ACCEPTED BY THE 0\./NER IN IJRITING PRl□R TO THE BEGINNING OF THE MAINTENANCE PERI□D. THE MAINTENANCE PERl□D SHALL INCLUDE THE F□LLOIJING SCOPE OF \./ORK, A, DAILY IJATERING □F ALL PLANT MATERIAL. B. IJEEKL Y MO\./ING OF ALL TURF AREAS. C. IJEEDING AND REMOVAL OF ALL \./EEDS FROM GROUND COVER AREAS. D. REPLACEMENT OF ANY DEAD, DYING, OR DAMAGED TREES, SHRUBS, DR GROUND COVERS. E. FILLING AND REPLANTING OF ANY LOI,/ AREAS \JHICH MAY CAUSE STANDING IJATER. F. ADJUSTING OF SPRINKLER HEAD HEIGHT AND 'w'ATERING SYSTEM. G, FILLING AND RECOMPACTl□N OF ERODED AREAS, H. IJEEKL Y REMOVAL OF ALL TRASH, LITTER, CLIPPINGS, AND ALL FOREIGN DEBRIS. I. AT 30 DAYS AFTER PLANTING, AMMONIUM SULFATE SHALL BE APPLIED TD LA\./N AREAS AT THE RATE OF 5 LBS, PER 1,000 SQUARE FEET. J. AT 60 DAYS AFTER PLANTING AND PRIOR TD THE END OF THE MAINTENANCE PERl□D, BEST FERTILIZER COMPANY 16-6-8 <DR EQUAL) SHALL BE APPLIED AT THE RATE OF 6 LBS. PER 1,000 SQUARE FEET TO LA \.IN AREAS AND PLANTING AREAS. 18, PRI□R TD END OF MAINTENANCE PERl□D, LANDSCAPE CONTRACTOR SHALL CONTACT OIJNER AND ARRANGE FOR A FINAL \JALK THROUGH. 0\./NER MUST ACCEPT ALL MAINTAINED AREAS IN IJRITING PRl□ R TD END OF MAINTENANCE PERl□D, I9.A. ALL GROUND COVERS SHALL BE GUARANTEED BY THE CONTRACTOR AS TD GRD\./TH AND HEALTH FDR A PERIOD OF SIXTY (60) DAYS AFTER THE COMPLETION OF MAINTENANCE PERIOD AND FINAL ACCEPTANCE. ALL SHRUBS SHALL BE GUARANTEED BY THE CONTRACTOR AS TD GRD\JTH AND HEALTH FDR A PERIOD OF NINETY (90) DAYS AFTER COMPLETION OF MAINTENANCE PERIOD AND FINAL ACCEPTANCE, ALL TREES SHALL BE GUARANTEED BY THE CONTRACTOR TD LIVE AND GR□IJ IN AN ACCEPTABLE UPRIGHT POSITION FOR A PERI□D OF □NE (1) YEAR AFTER COMPLETION OF THE SPECIFIED MAINTENANCE PERI□ D AND FINAL ACCEPTANCE. 19.B, THE CONTRACTOR, \./!THIN FIFTEEN <15) DAYS OF IJRITTEN NOTIFICATION BY THE LANDSCAPE ARCHITECT, SHALL. REMOVE AND REPLACE ALL GUARANTEED PLANT MATERIALS, 'w'HICH FDR ANY REASON FAIL TD MEET THE REQUIREMENTS OF THE GUARANTEE. REPLACEMENT SHALL BE MADE \./ITH PLANT MATERIALS AS INDICATED DR SPECIFIED ON THE ORIGINAL PLANS AND ALL SUCH REPL.ACEMENT MATERIALS SHALL BE GUARANTEED AS SPECIFIED FDR THE ORIGINAL MATERIAL GUARANTEE. 20. ALL PLANTERS □N STRUCTURE SHALL RECEIVE LIGHT IJEIGHT SOIL MIX, SEE SHEET 28 FOR SPECIFICA TI□N, 21. ALL ROCKS 1' AND LARGER SHALL BE REMOVED FROM ALL PLANTING AREAS PRI□R TD INSTALLATION, APPROVED FOR PLANTING "AS BUILT" AND IRRIGATION ONLY, INCLUDING PRECISE RCE EXP. DATE LOCATION OF PLANTING REVIEWED BY: AREAS. INSPECTOR DATE CTr] 1 54/s I CITY OF CARLSBAD PLANNING DEPARTMENT PLANTING DETAILS FOR: RANCHO CARRILLO VILLAGE'N' -'PORTICO' APPROVED A ~f) 10-(C'-CZ) --//T_ ASSISTANT ING DI RECTOR DATE IDWN BY; I PROJECT NO. DRAWING NO. DATE INrTIAI. DATE INlllAL OTHER APPROVAL C\lY APPROVAL CHKD BY:: C.T. 99-09 386-BL RVWO BY: C.M.W.D. 97-533 I I ~ 0 \Al ~ &. IO z ~ j ' ~-GO ~-.... , 0 :i:: u ! "' ~ 0 I a, a, ... ~o~ ,.,.~ I I I I I I I / 33 I I I I I I 33 I I / I I I I I I / ,MAINLINE C 2' FROM TUB. STEEL Fe:NCE/ ' I / I A I I I I 1 I I II I MAINLINE o :5' FROM TUB. STEEL FENCE/ / I~ / 3 ~ PB 3 / 33 /~o-~ . I c / 33 'i'O 33 Sweeney & Aeeocletee, Inc. lr.-lsa•tlon D••lan .. Con•ult:-.-na 21441 -Calf ..... lld. Ito. K :r"•~••= Temecul .. CA 12580 ~ ; Ph. IOl~Bl&-2317 Fu. IOl~IIS..2417• • 1!!-1111111: lnHney10Nrthllk.ntl -t tJ O 1 1 o .._ "' "' .. 20 BO 10 0 20 40 -----------· SCALE: 1" -20' SEE SHEET 18-19 FOR IRRIGATION SPECIFICATIONS. SEE SHEET 20-21 FOR IRRIGATION DETAILS & NOTES. ~ MAINLINE 4P i' FROM I GILLESPIE OESIG'f GROUP l'fC. I AI\DSCAPF ~RCHTTFC' I lJRF 8910 UNIVERSITY CENTER LANE SUITE 580 SAN DIEGO CAIJFORNIA 92122 619 -558 -8977 FAX 619 . 55B · 9188 ~ ·-vJ :331 /I y ----- REVISION DATE DRAWN APPROVED JOB NO. ORIGINAL DATE SCALE I 1I /4(' /~ 11 ;.,.' i/ r 4.27.00 6.28.00 7.26.00 9-30-00 8-24-02 K.N. J.P. 99-012 3.7.00 DATE INITIAL ENGINEER OF WORI NOTE: BUBBLERS AND LATERAL LINES ARE SHOWN WITHIN PAVING FOR CLARITY ONLY, ACTUAL LOCATION TO BE WITHIN PLANTER. BUBBLERS SHALL BE ALIGNED WITH TREES AND AS DIRECTED BY OWNER'S AUTHORIZED REPRESENTATIVE. CONFIRM ALL LAYOUT IN FIELD WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. NOTE: CONTRACTOR SHALL ADJUST ALL HEADS AS REQUIRED TO ACCOMODATE ANY VERTICAL OBSTRUCTIONS THAT MAY OCCUR, INCLUDING BUT NOT LIMITED TO LIGHT POLES, FIRE HYDRANTS, ETC. VERIFY ALL HEAD LAYOUT WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. NOTE: MAINLINE SHOWN WITHIN PAVING AND BUILDING FOR CLARITY ONLY, ACTUAL MAINLINE LOCATION TO BE A MINIMUM OF 18" OFF ADJACENT HARDSCAPE AND OTHER OBSTACLES TYP. NOTE, I. A PHYSICAL SEPARA Tl□N SHALL BE PROVIDED BETWEEN ADJACENT AREAS □F IRRIGATED RECYCLED 1./ATER AND POTABLE I.IATER. SEPARATION SHALL BE PROVIDED BY DISTANCE, CONCRETE MDI.I STRIPS OR OTHER APPROVED METHODS. 2. HOURS OF IRRIGATION WITH RECYCLED WATER ARE FROM 10:00 P.M. NOTE: TO 6:00 A.M. THE HOURS FOR IRRIGATION WITH DISINFECTED TERTIARY RECYCLED WATER MAY BE MODIFIED BY THE LOCAL AUTHORITY. IRRIGATION DURING PUBLIC USE PERIODS WITH DISINFECTED TERTIARY RECYCLED WATER SHALL BE UNDER THE SUPERVISION OF THE DESIGNATED USER SUPERVISOR. IRRIGATION WITH WATER OF LESSER QUALITY DISINFECTED TERTIARY RECYCLED WATER SHALL BE BETWEEN lHE HOURS OF 10:00 P.M. AND 6:00 A.M. DRINKING AND WATER FOUNTAINS AND DESIGNATED OUTDOOR EATING AREAS SHALL BE PROTECTED. NO OUTDOOR DRINKING FOUNTAINS ARE USED THIS PROJECT. OUTDOOR EA TING AREAS AND DRINKING FOUNTAINfl SHALL SE PROTECTED AGAINST CONTACT WITH RCYCLED WATER OYERSPRAY, MIST, OR RUNOFF. ALL IRRIGATIO LAYOUT HAS BEEN DESIGNED TO MINIMIZE OYERSPRAY ONTO ALL HARDSCAPE, EATltG AREAS, AND DRINKING FOUNTAINS TYP. CONTRACTOR SHALL VERIFY ALL SYSTEM LAYOUT IN FIELD WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. 3. BURIAL OF ALL WIRING AND PIPING SHALL MEET CARLSBAD MUNICIPAL 1./ATER DISTRICT'S RULES AND REGULATIONS. 4. IF A CONSTANT PRESSURE RECYCLED WATER LINE MUST BE INSTALLED ABOVE A POTABLE LINE OR LESS THAN TWELVE INCHES BELOW A POTABLE 1./ATER LINE, THEN THE RECYCLED 1./ATER LINE SHALL BE INSTALLED WITHIN AN APPROVED PROTECTIVE SLEEVE AS PER CARLSBAD MUNICIPAL 1./ATER DISTRICT'S RULES AND REGULATIONS. NOTE A: CONTRACTOR SHALL ADJUST AND CAP OFF EXISTING IRRIGATION SYSTEM IN ADJACENT AREAS AS REQUIRED. SYSTEM SHALL PROVIDE COMPLETE COVERAGE AS APPROVED BY OWNER'S AUTHORIZED REPRESENTATIVE. CONTRACTOR SHALL BE RESPONSIBLE FOR THE COMPLETE ADJUSTMENT/MODIFICATION OF EXISTING IRRIGATION SYSTEM WITHIN THIS AND OTHER AREAS AFFECTED BY THE PROPOSED IMPROVEMENTS. ALL LAYOUT SHALL BE CONFIRMED WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. HEAD LAYOUT IN THIS AREA IS DIAGRAMMATIC AND SHALL BE ADJUSTED AS REQUIRED IN FIELD TO PROVIDE PROPER COVERAGE. CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLETE INSTALLATION OF PROPOSED IRRIGATION EQUIPMENT AND RELATED EQUIPMENT. INCLUDING BUT NOT LIMITED TO R.C.V. CONTROL WIRES, ELECTRICAL WIRES, CONDUIT, REMOTE CONTROL VALVES, ETC. ALL LAYOUT AND LOCATIONS SHALL BE CONFIRMED WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK. ANY EXISTING IRRIGATION CONTROL VALVES CONNECTED TO EXISTING CONTROLLER SHALL BE RECONNECTED TO EXISTING CONTROLLER. CONFIRM PROPER CONTROLLER OPERATION AND INSTALLATION WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO COMMENCING WORK AND UPON COMPLETION OF WORK. CONTRACTOR SHALL CONFIRM THE EXISTING CONTROLLER MAKE AND MODEL AND SHALL CONFIRM THAT SAID CONTROLLER HAS ADEQUATE OPEN STATIONS TO OPERATE PROPOSED IRRIGATION SYSTEM. NOTIFY OWNER'S AUTIHORIZED REPRESENTATIVE SHOULD ANY DISCREPANCIES BE NOTED. CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIR/MODIFICATION OF ALL ADJACENT IRRIGATION SYSTEM EQUIPMENT THAT IS AFFECTED BY PROPOSED IRRIGATION IMPROVEMENTS. CONTRACTOR SHALL REPAIR SAID SYSTEMS TO A LIKE NEW MANNER, PROVIDING COMPLETE 100% HEAD TO HEAD COVERAGE IN ALL AREAS WITH SYSTEM LAYOUT AS APPROVED BY OWNER'S AUTHORIZED REPRESENTATIVE. CONTRACTOR SHALL CONFIRM ALL AREAS REQUIRING MODIFICATION WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO BIDDING WORK AND PRIOR TO COMMENCING WORK. CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING EXISTING BACKFLOW DEVICE AND TESTING FOR PROPER OPERATION. SHOULD BACKFLOW DEVICE BE INOPERABLE I I OR NOT IN PLACE CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIR OR REPLACEMENT OF SAID BACKFLOW DEVICE. CONFIRM ANY DISCREPANCIES WITH OWNER'S AUTHORIZED REPRESENTATIVE PRIOR TO BIDDING WORK AND PRIOR TO COMMENCING WORK. s~ CONTRACTOR SHALL BE RESPONSIBLE FOR THE COMPLETE REMOVAL AND DISPOSAL OF ALL EXISTING IRRIGATION EQUIPMENT AFFECTED BY THE PROPOSED IRRIGATION IMPROVEMENTS. CONTRACTOR SHALL VERIFY ALL EQUIPMENT TO BE REMOVED AND DISPOSED OF IN FIELD PRIOR TO BIDDING WORK AND PRIOR TO COMMENCING WORK. APPROVED FOR PLANTING "AS J3UILT" AND IRRIGATION ONLY, ~w.1 )Yi ~A. INCLUDING PRECISE m:r'. lJ£12-. EXP. ~ ,Q3 LOCATION OF PLANTING REVIEWED BY: ,.a, AREAS. I --A,. R,, .J. • INSPECTOR / ~' a 9.q__. CJ? DATE /b · "2,. tY.2- DATE I s:sg I CITY OF CARLSBAD 15411 PLANNING DEPARTMENT IRRIGATION PLAN FOR: (_Ap-"P,/ \(L-T _) RANCHO CARRILLO VILLAGE'N' -'PORTICO' APPROVED $,;;o.fl @-~--d"' ASSISTANT PLANN~ulRECTOR DAE OWN BY: PROJECT NO. DRAWING NO. DATE INITIAL DATE INITIAL CHKD BY: REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL R\IWD BY: C.T. 99-09 386-BL C.M.W.D. 97-533 ~ w0 0 ~ 0 °' 0.. ~ z " w ' ~ ....I ~ 5 0 ....I ....I ii< "" ~ 0 :,: 0 ! "' ~ 0 I O> O> ~o\4 ... ' lt ---a APPENDIX “D” SWPPP Template TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS TABLE OF CONTENTS SECTION NO. TITLE DIVISION 15 MECHANICAL 15041 DISINFECTION OF PIPING 15044 HYDROSTATIC TESTING OF PRESSURE PIPELINES 15065 PIPELINE REHABILITATION LINING JUNE 2008 1 of 6 SECTION 15041 Disinfection of Piping SECTION 15041 DISINFECTION OF PIPING PART 1 GENERAL 1.1 DESCRIPTION This section describes requirements for disinfection by chlorination of potable and recycled water mains, services, pipe appurtenances and connections. 1.2 REFERENCED STANDARDS The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. A. American Water Works Association (AWWA). B300 Standard for Hypochlorites B301 Standard for Liquid Chlorine C651 Disinfecting Water Mains 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Specifications 15000, 15044, 15056, 15057, 15061, and 15064 1.4 SERVICE APPLICATION A. All water mains and appurtenances taken out of service for inspection, repairs, or other activity that might lead to contamination shall be disinfected before they are returned to service. B. All new water mains and temporary high lines shall be disinfected prior to connection to the City's existing system. C. All components incorporated into a connection to the City's existing system shall be disinfected prior to installation. 1.5 SUBMITTALS A. A written disinfection and dechlorination plan signed by a certified chlorinator shall be submitted to the Engineer for review and approval prior to starting disinfection or dechlorination operations. Plan for disinfection method and procedure shall include equipment used to inject the chlorine solution, gauges or scales to measure the rate at which chlorine is injected, qualifications of personnel, testing location and schedule, source of water and water disposal locations. Personnel performing the disinfection shall demonstrate a minimum of five years experience in the chlorination and dechlorination of pipelines. B. Qualification of certified testing laboratory. C. Four copies of bacteriological test results to the Engineer upon completion of each test. D. Emergency Response Plan. JUNE 2008 2 of 6 SECTION 15041 Disinfection of Piping 1. 6 DELIVERY, STORAGE AND HANDLING Chlorination and dechlorination shall be performed by competent individuals knowledgeable and experienced in the operation of the necessary application and safety equipment in accordance with applicable Federal, State and Local laws and regulations. The transport, storage and handling of these materials shall be performed in accordance with Code of Federal Regulations (CFR) 1910.120 Hazardous Waste Operations and Emergency Response, CFR 49.172 Hazardous Materials Regulations, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5194. 1.7 CONCURRENT DISINFECTION AND HYDROSTATIC TESTING The specified disinfection of the pipelines may be performed concurrently with the hydrostatic testing in accordance with Section 15044. In the event repairs are necessary, as indicated by the hydrostatic test, additional disinfection may be required by the Engineer in accordance with this specification. 1.8 CONNECTION TO EXISTING MAINS Prior to connection to existing mains, disinfection and bacteriological testing shall be performed in accordance with this specification, and hydrostatic testing shall be performed per Section 15044. A City Connection Permit is required authorizing connection to an existing system shall and be given only on the basis of acceptable hydrostatic, disinfection and bacteriological test results. Connection to existing mains shall be performed in accordance with Section 15000. PART 2 MATERIALS 2.1 CHLORINE (GAS) A. Liquid chlorine contains 100-percent available chlorine and is packaged in steel containers in net weights of 68.1kg (150 lb.) or 907.2kg (1 ton). B. Liquid chlorine shall be used with appropriate gas flow chlorinators, heaters, and injectors to provide a controlled, high-concentration solution feed to the water. The chlorinators and injectors shall be the vacuum-operated type. 2.2 SODIUM HYPOCHLORITE (LIQUID) Sodium hypochlorite is available in liquid form in glass or plastic containers, ranging in size from 0.95 L (1 Qt.) to 18.93 L (5 Gal.). The solution contains approximately 10% to 15% available chlorine. 2.3 TABLET OR GRANULAR HYPOCHLORITE Tablet or granular hypochlorite may be used if a solution container is utilized to provide a continuous feed method. JUNE 2008 3 of 6 SECTION 15041 Disinfection of Piping PART 3 EXECUTION 3.1 GENERAL A. Disinfection of pipelines shall not proceed until all appurtenances and any necessary sample ports have been installed and the Engineer provides authorization. B. Every effort shall be made to keep the water main and its appurtenances clean and dry during the installation process. C. All piping, valves, fittings, and appurtenances which become contaminated during installation shall be cleaned, rinsed with potable water, and then sprayed or swabbed with a 5 percent sodium hypochlorite disinfecting solution prior to installation. D. Water mains under construction that become flooded by storm water, runoff, or groundwater shall be cleaned by draining and flushing with metered potable water until clear water is evident. Upon completion, the entire main shall be disinfected using a method approved by the Engineer. 3.2 METHODS A. Chlorine (Gas) 1. Only vacuum-operated equipment shall be used. Direct-feed chlorinators, which operate solely from gas pressure in the chlorine cylinder, shall not be permitted. The equipment shall incorporate a backflow prevention device at the point of connection to the potable water source used to fill the line being tested. 2. The chlorinating agent shall be applied at the beginning of the system to be chlorinated and shall be injected through a corporation stop, a hydrant, or other approved connection to ensure treatment of the entire system being disinfected. 3. Only a certified, licensed chlorination and testing contractor shall perform gas chlorination work. The chlorination contractor must also possess a Grade II Treatment Plant Operator Certification from the State of California if required by the Engineer. B. Sodium Hypochlorite Solution (Liquid) 1. Sodium hypochlorite solution shall be used for cleaning and swabbing piping and appurtenances immediately prior to installation and for disinfecting all components of connections to the City's existing system. JUNE 2008 4 of 6 SECTION 15041 Disinfection of Piping 2. Sodium hypochlorite solution may be used for the initial disinfection of newly installed water mains. The solution shall be applied at a terminus of the system to be chlorinated using an injector which can adjust the amount of solution being injected into the piping system. The solution shall be injected in the appropriate concentration to achieve the specified concentration range of chlorine throughout the entire piping system. Where pumping equipment is used in conjunction with an injector, an integral backflow prevention device shall be used and connected to the potable water supply. 3. Water trucks, pumping equipment, piping, appurtenances and all other equipment in contact with potable water shall be disinfected prior to use. 4. Sodium hypochlorite solution may also be used to increase the total chlorine residual if the concentration from the initial chlorination of the system is found to be low. The solution shall be added to the system in sufficient amounts at appropriate locations to ensure that the disinfecting solution is present at a concentration within the specified range throughout the piping system. 3.3 PROCEDURE FOR DISINFECTING WATER MAINS AND APPURTENANCES A. The pipeline shall be filled at a rate not to exceed 1,135 liters per minute (300 GPM) or a velocity of 0.3m per second (1 foot per second), whichever is less. B. Disinfection shall result in a total chlorine concentration of not less than 25-mg/l. This concentration shall be evenly distributed throughout the system to be disinfected, using a continuous feed method of chlorination. C. All valves shall be operated with the disinfection solution present in the pipeline. All appurtenances such as air-vacuum relief valves, blowoffs, hydrants, backflow prevention devices, and water service laterals shall be flushed with the treated water a sufficient length of time to ensure a chlorine concentration within the specified range in all components of each appurtenance. (Note the limitations for discharge of chlorinated water outlined below.) D. The Engineer will verify the presence of the disinfection solution throughout the system by sampling and testing for acceptable chlorine concentrations at the various appurtenances and/or at the test ports provided by the Contractor. Areas of the system found to be below the specified chlorine concentration level shall receive additional flushing as noted above and/or additional disinfection solution as necessary. (Note the limitations for discharge of chlorinated water outlined below.) Addition of disinfection solution after the initial charging of the line shall be made by either the liquid chlorine (gas) method, or the sodium hypochlorite method as directed by the Engineer. JUNE 2008 5 of 6 SECTION 15041 Disinfection of Piping E. The chlorinated water shall be retained in the system for a minimum of 24 hours. The City Engineer will test the total chlorine residual. The system shall contain a total chlorine residual of not less than 80% of the initial total chlorine residual before the 24-hour soaking period began. If the total chlorine residual has decreased more than 20%, the system shall be soaked for an additional 24-hour period. If the total chlorine residual has not deceased after this additional 24-hour period, the system shall be flushed in accordance with the procedure detailed herein. If the total chlorine residual has decreased, the system shall be flushed in accordance with the procedure detailed herein, and shall be re-disinfected. F. Following a successful retention period as determined by the City Engineer, the chlorinated water shall be flushed from the system at its extremities and at each appurtenance, using potable water from a source designated by the City Engineer. The minimum water velocity during flushing shall be 0.9 meters per second (3 feet per second) or as directed by the Engineer. Flushing shall continue until the replacement water in the new system is equal in chlorine residual to the potable source of supply as verified by the City. (Note the limitations for discharge of chlorinated water outlined below.) G. The Contractor shall contract with a State certified sampling laboratory to perform sampling, transport samples and perform bacteriological sampling and testing as specified herein. 3.4 DISCHARGE OF CHLORINATED WATER A. Indiscriminate onsite disposal or discharge to sewer systems, storm drains, drainage courses or surface waters of chlorinated water is prohibited. B. In locations where chlorine neutralization is required, the reducing agent shall be applied to the water as it exits the piping system. The Developer shall monitor the chlorine residual during the discharge operations. Total residual chlorine limits in these locations, and for the discharge of chlorinated water from the testing of pipelines to surface waters of the San Diego Region are as follows: Total Residual Chlorine Effluent Limitations 30-Day Average - 0.002 mg/l Average Daily Maximum - 0.008 mg/l Instantaneous Maximum - 0.02 mg/l The various methods of dechlorination available can remove residual chlorine to concentrations below standard analytical methods of detection, 0.02 mg/l, which will assure compliance with the effluent limit. The Developer will perform all necessary tests, keeping and providing records to the Engineer to ensure that the total residual chlorine effluent limitations listed above are met. C. In locations where no hazard to the environment is evident based on the joint examination described above, the chlorinated water may be broadcast for dust control on the surface of the immediate site. Care shall be exercised in broadcasting the water to prevent runoff. JUNE 2008 6 of 6 SECTION 15041 Disinfection of Piping 3.5 BACTERIOLOGICAL TESTING The Contractor shall employ a State certified laboratory to perform bacteriological sampling and testing of all new system installations. The testing methodology employed by the City shall be as set forth in "Standard Methods for the Examination of Water and Waste Water" (current edition). Testing requirements are as set forth in the California Domestic Water Quality and Monitoring Regulations and commensurate with current requirements for surface water testing. The testing laboratory will analyze the samples for the presence of coliform bacteria and heterotrophic-type bacteria (heterotrophic plate count). The evaluation criteria employed by the City for a passing test sample is as follows: A. Coliform bacteria: no positive sample, and B. Heterotrophic plate count (HPC): 500 colony forming units/ml or less. 3.06 REDISINFECTION If the initial disinfection fails to produce satisfactory bacteriological test results, the pipeline system shall be re-flushed and re-sampled. If the second set of samples does not produce satisfactory results, the pipeline system shall be re-chlorinated, flushed, and re-stamped. The chlorination, flushing, and sampling procedure shall continue until satisfactory results are obtained. Re-disinfection and retesting shall be at the Contractor's expense. 3.07 DISINFECTING TIE-INS AND CONNECTIONS Pipes, fittings, valves and all other components incorporated into connections with the City's existing system shall be spray disinfected or swabbed with a liquid chlorine solution in accordance with AWWA C651 and as specified herein. Upon connection to the main, the line shall be flushed as directed by the City Engineer. Disinfection by this method is generally limited to assemblies of 20' or less in length. Alternate methods such as "predisinfection" prior to installation in accordance with AWWA C651 may be required at the discretion of the City Engineer. END OF SECTION AUGUST 2021 1 of 4 SECTION 15044 Hydrostatic Testing of Pressure Pipelines SECTION 15044 – HYDROSTATIC TESTING OF PRESSURE PIPELINES PART 1 GENERAL 1.1 DESCRIPTION This section describes the requirements and procedures for pressure and leakage testing of all pressure mains. 1.2 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 15000, 15041, 15056, 15061, and 15064 1.3 REQUIREMENTS PRIOR TO TESTING A. Provide testing procedure submittal including testing pressure, testing schedule, test bulkhead locations, and water supply details. B. All piping, valves, fire hydrants, services, and related appurtenances shall be installed prior to testing. C. The pipe trench shall have trench zone backfill placed and compacted with a minimum of 2.5' of material over the pipe. D. All concrete anchor blocks shall be allowed to cure a sufficient time to develop a minimum strength of 13.79 MPa (2,000 psi) before testing. E. Pressure tests on exposed and aboveground piping shall be conducted only after the entire piping system has been installed and attached to pipe supports, hangers or anchors as shown on the Approved Plans. F. Steel pipelines shall not be tested before the mortar lining and coating on all pipe lengths within the line have been in place for a minimum of fourteen (14) days. Cement-mortar lined pipe shall not be filled with water until a minimum of eight hours has elapsed after the last joint has been mortared. 1.4 CONCURRENT HYDROSTATIC TESTING AND DISINFECTION OF PIPELINES Hydrostatic testing of pipelines shall be performed prior to or concurrently with the disinfection operations in accordance with Section 15041. In the event repairs are necessary, as indicated by the hydrostatic test, the City may require additional disinfection in accordance with Section 15041. 1.5 CONNECTION TO EXISTING MAINS Hydrostatic testing shall be performed prior to connections to existing mains. The Engineer shall authorize the connection to the existing system only on the basis of acceptable hydrostatic, disinfection and bacteriological test results. Connection to existing mains shall be performed in accordance with Section 15000. AUGUST 2021 2 of 4 SECTION 15044 Hydrostatic Testing of Pressure Pipelines PART 2 MATERIALS 2.1 WATER A. Potable water shall be used for hydrostatic testing of potable and recycled water mains. B. Potable water shall be supplied by a City-approved source. Make-up water for testing shall also be potable water. C. A chlorinated water solution, in accordance with Section 15041, shall be used to charge the line and for make-up water when hydrostatic testing and disinfection operations are combined. D. Meet all applicable state and local requirements for disposal of testing water. 2.2 CONNECTIONS A. Testing water shall be supplied through a metered connection equipped with a backflow prevention device in accordance with Section 15112 at the point of connection to the potable water source used. B. The Contractor shall provide any temporary piping needed to deliver potable water to the piping that is to be tested. Temporary piping shall be in accordance with Section 15000. Existing fire hydrant locations are anticipated up to 300 feet from the testing location. PART 3 EXECUTION 3.1 GENERAL A. All water systems shall be pre-tested to insure passage of test prior to scheduling official test with inspector. B. The Contractor shall provide the City with a minimum of 48 hours' notice prior to the requested date and time for hydrostatic tests, unless otherwise approved by the City Inspector. For the hydrostatic testing of the rehabilitation pipe liner product, Contractor shall give notification and obtain approval for testing time. C. The Contractor shall furnish all labor, materials, tools, and equipment for testing. D. Temporary blocking during the tests will be permitted only at temporary plugs, caps or where otherwise directed by the City. E. All valves and appurtenances shall be operated during the test period. The test shall be conducted with valves in the open position. The Contractor is not permitted to operate any valves on the City’s system. F. At the onset of testing, all valves, air vacuum assemblies, blowoffs, and services shall be monitored for possible leakage and repairs made, if necessary, before AUGUST 2021 3 of 4 SECTION 15044 Hydrostatic Testing of Pressure Pipelines the test proceeds. The appurtenances shall be monitored through the duration of the testing. G. For pipe with porous lining, such as cement mortar, the pipe shall be filled with water and placed under a slight pressure for a minimum of forty-eight (48) hours prior to the actual hydrostatic test. H. Testing shall be made before connecting the new line with the existing City pipes and mains. I. The pipeline should be filled at a rate such that the velocity of flow is less than 1 fps. 3.2 FIELD TEST PROCEDURE A. Before applying the specified test pressure, care shall be taken to release all air within the pipe and appurtenances to be tested. Air shall be released through services, fire hydrants, air release valves, or other approved locations. B. The leakage shall be considered as the total amount of water pumped into the pipeline during the test period. C. Apply and maintain the test pressure by means of a hydraulic force pump. D. Maintain the test pressure for the following duration by restoring it whenever it falls an amount of 5 psi: Pipe Diameter (inches) Hours 18 and less 4 20 to 36 8 Greater than 36 24 E. After the test pressure is reached, use a meter to measure the additional water added to maintain the pressure. This amount of water is the loss due to leakage in the piping system. The allowable leakage for various sizes of PUC & DIP with rubber gaskets are shown in the following table: TYPE OF PIPE: P.V.C. & D.I.P. CLASSES: 150 & 200 Pipe Sizes Allowable Leakage (inches) Gals/4 hrs/1000’ of pipe 4” .33 Gals 6” .50 Gals 8” .66 Gals 10” .83 Gals. 12” .99 Gals. 14” 1.16 Gals. 16” 1.32 Gals. 18” 1.49 Gals. 20” 1.66 Gals. 24” 1.98 Gals. AUGUST 2021 4 of 4 SECTION 15044 Hydrostatic Testing of Pressure Pipelines F. The allowable leakage for welded steel pipe shall be zero gallons. G. The allowable leakage for piping having threaded, brazed, or welded (including solvent welded) joints shall be zero gallons. H. The allowable leakage for continuous pipe liner systems shall be zero gallons. I. Repair and retest any pipes showing leakage rates greater than that allowed in the above criteria. 3.3 TEST PRESSURE Pipe sizes 16” diameter and less shall be tested at 75 p.s.i. in excess to the operating pressure of the pipeline. Pressure shall be maintained for a duration shown in section 3.2 and shall be repumped when it falls an amount of 5 p.s.i. Rehabilitated pipe shall be tested at the design pressure, as indicated in Section 15065 Pipeline Rehabilitation Lining. Pressure shall be maintained for a duration shown in section 3.2 and shall be repumped when it falls an amount of 5 p.s.i. The test pump gauge and meter shall be connected to the water main at a location other than the highest point in the line, in order to allow release of air from the high point. Means shall be provided for accurately measuring the quantity of water pumped through a meter and pumped into the pipe immediately, during and after the test period in order to maintain or restore the initial test pressure. All pipe, fittings, valves, services and appurtenances shall be subjected to the hydrostatic test and irrespective of the measured quantity of leakage, all detectable leaks shall be repaired by the Contractor at the contractor’s expense and no cost to Carlsbad Municipal Water District. If a tested system is damaged or a leak occurs after official test the entire system or portion of system will be retested as directed by Inspector. END OF SECTION SECTION 15065 PIPELINE REHABILITATION LINING 1 of 11 SECTION 15065 Pipeline Rehabilitation Lining PART 1 – GENERAL 1.1 DESCRIPTION A. This section specifies pipeline rehabilitation lining for potable water mains, including design and performance requirements for pressure ratings and standards for dimensionality, testing, quality, safe handling, storage and installation of the lining system. B. Contractor shall furnish, install and test the rehabilitation lining system conforming to the requirements of this specification section. C. Pipeline rehabilitation lining system shall conform to the following nominal size(s), dimensions and pressure designation(s) shown on the Plans and conforming to the standards referenced herein. 1.2 QUALITY ASSURANCE A. References: 1. This section contains references to published standards, manuals of practice or guidelines and are incorporated herein by reference as specified and modified. In the event of a conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect at the time of contract award. AS/NZS 4020:2005 Testing of products for use in contact with drinking water ANSI/AWWA C110/A21.10 Standard for Ductile-Iron and Gray-Iron Fittings ANSI/AWWA C111/A21.11 Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings ANSI/AWWA C153/A21.53 Standard for Ductile-Iron Compact Fittings AWWA C605 Standard for Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings AWWA C651 Standard for Disinfecting Water Mains SECTION 15065 PIPELINE REHABILITATION LINING 2 of 11 SECTION 15065 Pipeline Rehabilitation Lining AWWA C900 Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in. through 60 in. (100mm Through 1500mm)1 AWWA C907 Standard for Injection-Molded Polyvinyl Chloride (PVC) Pressure Fittings, 4 In. Through 12 In. (100 Mm Through 300 Mm), For Water, Wastewater, And Reclaimed Water Service AWWA M23 AWWA Manual of Supply Practices for PVC Pipe—Design and Installation, Third Edition AWWA M28 Rehabilitation of Water Mains ASTM D1784 Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe BS 6920:2014 Suitability of non-metallic materials and products for use in contact with water intended for human consumption with regard to their effect on the quality of the water DVGW VP 643 German Association for Gas and Water Test Specification VP 643 DVGW W 270 Microbial enhancement on materials to come into contact with drinking water - testing and assessment NSF-14 Plastics Piping System Components and Related Materials NSF/ANSI-61-G Drinking Water System Components--Health Effects PPI TR-2 PVC Range Composition Listing of Qualified Ingredients UNI-PUB-08 Tapping Guide for PVC Pressure Pipe XP P 41-250 Effect of materials on the quality of water intended for human consumption 1 Prior to 2017, AWWA C905 was the standard for PVC pipe and fabricated fittings larger than 12 in. (300 mm). “AWWA C905” marking on pipe larger than 12 in. is acceptable. SECTION 15065 PIPELINE REHABILITATION LINING 3 of 11 SECTION 15065 Pipeline Rehabilitation Lining B. Performance and Design Requirements 1. The rehabilitation lining system shall be capable of being installed through the existing host pipe bends without open excavations, in accordance with the limits from one open excavation trenchless pit to the other, as shown on the plans, and in accordance manufacturer’s requirements. 2. The liner shall have a minimum burst pressure rating of 1,200 psi without de-rating for bend fittings and an operating pressure rating of at least 220 psi when de-rated for bend fittings. The complete liner system shall have an operating pressure rating of not less than that of the liner. 3. All rehabilitation lining system materials shall be NSF 61 approved and rated for drinking water. 4. Liner interior shall have a pipe roughness, C-factor, of 150. C. Warranty 1. The rehabilitation lining system shall be warranted for five years, certified by the liner manufacturer. 2. Contractor shall furnish a five-year warranty for the installed rehabilitation lining system from the date of final acceptance. In addition to the warranty provisions of the General Provisions, the warranty shall state: “The complete pipeline rehabilitation was performed in accordance with the requirements of the project specifications and the liner manufacturer. The Contractor and Liner Manufacturer warrant all material and workmanship for five years starting from day of Owner’s final acceptance. Contractor and Liner Manufacturer agree to provide prompt field response upon Owner’s request to remedy any defect in the pipeline rehabilitation liner. Warranty shall include such repairs or measures to remedy the liner system performance issues that may occur or become evident due to any cause during the warranty period.” D. Qualifications 1. Liner Installer shall be certified to install the product liner system and shall have completed a minimum three successful liner system installations of the same product on similar size and type systems, as indicated in the Contract Documents. E. Submittals 1. The following product data shall be required from the liner system supplier and installer: SECTION 15065 PIPELINE REHABILITATION LINING 4 of 11 SECTION 15065 Pipeline Rehabilitation Lining a. Liner system and connection fitting sizes and materials, including inside and outside diameters b. Pressure Class or Pressure Rating and test standard(s) c. Applicable manufacturing standards and product testing data d. Manufacturer requirements for installation and testing procedures e. Liner Installer qualification indicating conformance with this specification. f. Host pipe camera inspection 2. The Contractor and/or Liner Installer shall submit an installation work plan to the Engineer and to the supplier containing the following: a. Staging area, excavation locations and dimensions, storm water BMP plan, and traffic control schematics, as applicable. b. The locations of underground utilities and method of protection if encountered within the planned excavations. c. Water shutdown request (City of Carlsbad Form E-28) and hydrostatic testing and disinfection plan. d. Pipeline dewatering and internal inspection procedures. e. Installation schedule identifying daily work hours and working dates for each installation at least 2 weeks prior to the start of work. F. Post-Construction Submittals The Contractor shall submit the following information to the Engineer: 1. As-built Plans indicating at minimum the following; a. Station limits of installed lining system. b. Pipe material, size and depth of adjoining pipe systems and appurtenances. c. Station dimensions to existing host pipe bends. 2. Pipeline internal inspection video. 3. Contractor and manufacturer’s 5 year warranty. SECTION 15065 PIPELINE REHABILITATION LINING 5 of 11 SECTION 15065 Pipeline Rehabilitation Lining PART 2 – PRODUCTS 2.1 REHABILITATION LINER A. The rehabilitation liner shall conform to NSF/ANSI 61; AS/NZS 4020:2005; BS 6920:2014; Certificate of Sanitary Compliance, or ACS according to XP P 41-250; DVGW Technical Standard W 270; and DVGW VP 643. Pipe QA/QC testing shall be in accordance with the test methods provided or referenced in the specified pipe standard. 1. The liner system consists of three different layers. a. The outer layer protects the internal load-bearing core structure during the installation process and, regardless of the type of fluid transported, is made of an abrasion-resistant polyethylene (PE). The outer layer is colored to identify its service application and shall have UV resistance to protect it from deleterious UV exposure during unprotected outdoor shipping and storage. Clear markings shall include: i. The nominal composite liner diameter ii. The fluid and MOP (Maximum Operating Pressure) for the transported fluid iii. The trade name/trademark iv. The day, month and year of manufacture in the format DDMMYYYY v. Liner batch number vi. The continuous production run length b. Depending on the required pressure rating, the core structure is made of either one or two layers of seamless woven Kevlar®. The aramid fabric absorbs the pulling force during the insertion of the liner as well as the operating pressure. The aramid fabric produced from aramid fibers has a seamless, continuous twill. c. The inner layer of the liner is polyethylene material and black in color. Inner and outer layers shall use only virgin PE material that has not been subjected to use or processing other than that required for the liner manufacture and to which no rework or recyclable materials have been added. B. The liner shall be as manufactured by Primus Line, SD 203/8” SD medium pressure, or approved equal. SECTION 15065 PIPELINE REHABILITATION LINING 6 of 11 SECTION 15065 Pipeline Rehabilitation Lining 2.2 LINER SYSTEM CONNECTORS A. Liner system connectors shall be specially developed termination fittings with pressure rating equal to or greater than that of the liner. Fittings shall be approved for use with the liner by the liner manufacturer. B. Liner system connectors shall be manufactured from either cast iron, carbon steel or stainless steel. The internal core of the connector is made of stainless steel. C. The fittings consist of a dimensionally stable, profiled internal core and an external sleeve with a deformable metal jacket form. During the installation, a two-component resin injected through a valve on the external sleeve forces the metal jacket and consequently the liner into the contours of the internal core. After a curing time of at least 12 hours at 20°C (68 °F), the connection is permanent and has tensile strength to withstand the rated pressure of the liner system. D. Connectors shall preserve the overall integrity and function of the liner. The liner system shall be designed for high pull-out resistance in such a way that, in the event of a failure, damage occurs in the liner wall and not within the fitting/liner assembly. Connectors shall provide a leak-free and pull-proof connection, a firm assembly onto the host pipe and an easy integration of junctions. E. Connectors shall be available with flanges or welding ends. Models with flanges have a full-surface, high quality powder coating, which provides corrosion protection on all sides. Flanges shall comply with ANSI B16.5. Models with welding ends are not coated and shall be coated after installation with an approved epoxy coating. F. Connectors shall be available from DN 150 to DN 500 (6 inches to 20 inches). G. The connector design shall be SD203 with ANSI flanges, or approved equal, and shall be fully compatible with connections to the existing pipe system as shown on the plans. 2.3 DUCTILE IRON MECHANICAL AND FLANGED FITTINGS A. Acceptable fittings for use with liner system connectors shall include standard or compact ductile iron fittings conforming to AWWA/ANSI C110/A21.10 or AWWA/ANSI C153/A21.53 and AWWA/ANSI C111/A21.11. B. Connections for use with liner system connectors may be accomplished using restrained fittings specifically designed for use with PVC pipe or welded steel pipe, as applicable, and shall include all transition gaskets and flange insulating kits. Provide dielectric protection from electrolytic corrosion at points where piping of dissimilar metals is joined. C. Restrained Flange Adapters shall be per EBAA Iron MEGAFLANGE or approved equal. All internal surfaces of the gasket ring (wetted parts) shall be lined with a SECTION 15065 PIPELINE REHABILITATION LINING 7 of 11 SECTION 15065 Pipeline Rehabilitation Lining minimum of 15 mils of fusion bonded epoxy conforming to the applicable requirements of ANSI/AWWA C213. The coating shall meet ANSI/NSF-61. Exterior surfaces of the gasket ring shall be coated with a minimum of 6 mils of fusion bonded epoxy conforming to the applicable requirements of ANSI/AWWA C116/A21.16. 2.4 CONNECTION HARDWARE Use Type 316 stainless steel bolts and nuts conforming to ASTM A193, Grade B8M for bolts, and Grade 8M for nuts. Provide washers for each bolt and nut. Use lubricant for stainless steel belts and nuts. Lubricant shall be Husky Lube “O” Seal by Husk-ITT Corporation or equal. PART 3 EXECUTION 3.1 DELIVERY AND OFF-LOADING A. Handle all liners in accordance with the Liner Manufacturer’s Installation Manual. B. Spool and ship all liners on transport reels. C. Package the liner to provide adequate protection during transportation to the site. Liner damaged in shipment shall be replaced as directed by the Engineer. D. Inspect the liner prior to unloading for quantity and proper pipe size and type and to see if the load has shifted or otherwise been damaged. The Engineer shall be notified immediately if more than immaterial damage is found. E. Off-loading devices such as chains, wire rope, chokers, or other pipe handling implements that may scratch, nick, cut, or gouge the liner are strictly prohibited. F. During off-loading and handling, care shall be taken to avoid striking the liner against hard objects. 3.2 HANDLING AND STORAGE A. Visibly damaged liner shall be set aside for thorough evaluation. B. Any damage, scratch or gouge that is deeper than 5% of the liner thickness shall be the basis for rejection unless determined acceptable by the Engineer. Damaged liner shall be rejected or cut out. Cutting shall be performed according to the liner supplier’s recommendations. C. Liner should be stored at the job site in the unit packaging provided by the manufacturer. Caution shall be exercised to avoid compression, damage, or deformation to the ends of the liner. The liner interior and end surfaces should be kept free from dirt and foreign matter.