Loading...
HomeMy WebLinkAboutPalm Engineering Construction Company Inc; 2022-04-13; PWS22-1719TRANCITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS AND TECHNICAL SPECIFICATIONS FOR MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS PHASE 1 CONTRACT NO. 6608 PWS22-1719TRAN - Bidding Revised 6/12/18 Contract No. 6608 Page 1 of 153 TABLE OF CONTENTS Item Paqe Notice Inviting Bids 7 Contractor's Proposal 14 Certification Form 23 Bid Security Form 24 Bidder's Bond to Accompany Proposal 25 Guide for Completing the "Designation of Subcontractors" Form 26 Designation of Subcontractor and Amount of Subcontractor's Bid Items 28 Bidder's Statement of Technical Ability and Experience 29 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 30 Bidder's Statement Re Debarment 31 Bidder's Disclosure of Discipline Record 32 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid 34 Contract Public Works 35 Labor and Materials Bond 42 Faithful Performance/Warranty Bond 44 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 46 1% 4 , el- Revised 6/12/18 Contract No. 6608 Page 2 of 153 GENERAL PROVISIONS Section 1 Terms, Definitions, Abbreviations and Symbols 1-1 Terms 49 1-2 Definitions 49 1-3 Abbreviations 53 1-4 Units of Measure 56 1-5 Symbols 57 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 58 2-2 Assignment 58 2-3 Subcontracts 58 2-4 Contract Bonds 59 2-5 Plans and Specifications 60 2-6 Work to be Done 64 2-7 Subsurface Data 64 2-8 Right-of-Way 64 2-9 Surveying 64 2-10 Authority of Board and Engineer 69 2-11 Inspection 69 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 70 3-2 Changes Initiated by the Agency 70 3-3 Extra Work 71 3-4 Changed Conditions 74 3-5 Disputed Work 75 Section 4 Control of Materials 4-1 Materials and Workmanship 81 4-2 Materials Transportation, Handling and Storage 85 Section 5 Utilities 5-1 Location 86 5-2 Protection 86 5-3 Removal 87 5-4 Relocation 87 5-5 Delays 88 5-6 Cooperation 88 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 89 6-2 Prosecution of Work 90 6-3 Suspension of Work 91 6-4 Default by Contractor 92 6-5 Termination of Contract 92 6-6 Delays and Extensions of Time 92 6-7 Time of Completion 93 6-8 Completion, Acceptance, and Warranty 94 704, Revised 6/12/18 Contract No. 6608 Page 3 of 153 6-9 Liquidated Damages 95 6-10 Use of Improvement During Construction 95 Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 96 7-2 Labor 96 7-3 Liability Insurance 96 7-4 Workers' Compensation Insurance 96 7-5 Permits 97 7-6 The Contractor's Representative 97 7-7 Cooperation and Collateral Work 97 7-8 Project Site Maintenance 98 7-9 Protection and Restoration of Existing Improvements 100 7-10 Public Convenience and Safety 100 7-11 Patent Fees or Royalties 107 7-12 Advertising 107 7-13 Laws to be Observed 107 7-14 Antitrust Claims 108 Section 8 Facilities for Agency Personnel 8-1 General 109 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 110 9-2 Lump Sum Work 110 9-3 Payment 110 9-4 Bid Item Descriptions 114 tar. Revised 6/12/18 Contract No. 6608 Page 4 of 153 SUPPLEMENTAL PROVISIONS TO PARTS 2, 3, 4, 6, AND 8 OF THE SSPWC PART 2 Section 200 200-2 Section 201 201-1 201-3 Section 203 203-6 Section 206 206-7 206-8 206-9 Section 207 207-2 207-26 Section 210 210-1 Section 213 213-5 Section 214 214-4 214-6 PART 3 Section 300 300-1 300-2 300-12 Section 301 301-1 Section 302 302-5 302-15 Section 303 303-1 303-2 CONSTRUCTION MATERIALS Rock Materials Untreated Base Materials 120 Concrete, Mortar and Related Materials Portland Cement Concrete 121 Expansion Joint Filler and Joint Sealants 121 Bituminous Materials Asphalt Concrete 122 Miscellaneous Metal Items Traffic Signs 124 Light Gage Steel Tubing and Connectors 126 Portable Changeable Message Sign 127 Gravity Pipe Reinforced Concrete Pipe 129 Underground Utility Marking Tape 129 Paint and Protective Coatings Paint 130 Engineering Geosynthetics Geotextiles and Geogrids 131 Traffic Striping, Curb and Pavement Markings, and Pavement Markers Paint for Striping and Marking 131 Pavement Markers 132 CONSTRUCTION METHODS Earthwork Clearing and Grubbing 133 Unclassified Excavation 133 Storm Water Pollution Prevention Plan 134 Subgrade Preparation, Treated Materials and Placement of Base Materials Subgrade Preparation 136 Roadway Surfacing Asphalt Concrete Pavement 137 Scheduling, Public Convenance and Traffic Control 138 Concrete and Masonry construction Concrete Structures 139 Air-Placed Concrete 139 t El- Revised 6/12/18 Contract No. 6608 Page 5 of 153 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways 139 303-6 Stamped Concrete 140 303-7 Colored Concrete 141 Open Trench Conduit Construction Trench Excavation 142 Prefabricated Gravity Pipe 145 Backfill 145 Trench Resurfacing 145 Payment 145 Traffic Striping, Curb and Pavement Markings, and Pavement Markers Application of Traffic Striping and Curb and Pavement Markings 146 Pavement Markers 147 EXISTING IMPROVEMENTS Removal Concrete and Masonry Improvements 148 TEMPORARY TRAFFIC CONTROL Temporary Traffic Control for Construction and Maintenance Work Zones Temporary Traffic Control Plan (TCP) 149 Temporary Traffic Control (TIC) Zone Devices 149 Temporary Traffic Striping and Pavement Markings 152 LANDSCAPE AND IRRIGATION Installation General 153 Section 306 306-3 306-7 306-12 306-13 306-15 Section 314 314-4 314-5 PART 4 Section 401 401-3 PART 6 Section 601 601-2 601-3 601-4 PART 8 Section 801 801-1 APPENDICES A — Door Hanger B — Standard Plans C — Tier 2 SWPPP Template D — Signing and Striping Notes E — Geotechnical Boring Logs F — Subsurface Utility Potholing Report — Round 1 G—Subsurface Utility Potholing Report — Round 2 H—Carlsbad Municipal Water District Standards and Specifications I — Carlsbad Municipal Water District Approved Material List J — Asbestos Concrete Pipe Removal Technical Specifications K — Asbestos Concrete Pipe Testing Technical Specifications L— Carlsbad Municipal Water District Water Main Shutdown Request (E-28 Form) •1k ta, --1- Revised 6/12/18 Contract No. 6608 Page 6 of 153 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on January 12, 2022, the City shall accept bids via electronic format via the City of Carlsbad Electronic Bidding Site, PlanetBids, which may be accessed at httcs://www.carls- badca.qov/services/depts/finance/contractinq/default.asp, for performing the work as follows: in- stallation of a new storm drain system, replacement of potable water mains and fire services, and associated street surface improvements. MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I CONTRACT NO. 6608 BID NO. PWS21-1719TRAN 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.clov/services/depts/finance/contractinci/default.aso 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 immediately see the results online. City staff may then begin reviewing the submissions for responsiveness, compliance and other issues. ES" tele —r- Revised 6/12/18 Contract No. 6608 Page 7 of 153 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. This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevoca- ble offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Depart- ment. 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 tat Revised 6/12/18 Contract No. 6608 Page 8 of 153 to the provisions of law (Public Contract Code section 10263), appropriate securities may be sub- stituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another juris- diction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the City Clerk's Office. The spec- ifications for the work include City of Carlsbad Technical Specifications and the Standard Speci- fications for Public Works Construction 2021 edition and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards, Inc., all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) of the SSPWC do not apply and have been replaced with the General Provisions herein. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contrac- tors 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 (Orig- inal) 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) BIDDER'S GUARANTEE OF GOOD FAITH (BID SECURITY) At the time of bid submission, bidders must upload and submit an electronic PDF copy of the aforementioned bid security. Whether in the form of a cashier's check, a properly certified check or an approved corporate surety bond payable to the City of Carlsbad, the bid security must be *IV fad" —1- Revised 6/12/18 Contract No. 6608 Page 9 of 153 uploaded to the City's eBidding system. Within two (2) business days after the bid opening date, the first three (3) apparent low bidders must provide the City with the original bid security. Failure to submit the electronic version of the bid security at time of bid submission shall cause the bid to be rejected and deemed non-responsive. Only the three (3) apparent low-bidders are required to submit original bid security to the city within two (2) business days after bid opening date. Failure to provide the original within two (2) business days may deem the bidder non-re- sponsive. Due to COVID-19, the City of Carlsbad offices are closed to the Public. Bidder's Bid Bond (Origi- nal) will be accepted via USPS, UPS or any other courier service during regular business hours. 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 $712,252. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submit- ted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A —General Engineering. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and sub- mitted 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's website htto://www.carlsbadca.goviservices/depts/finance/contractinq/bids.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 draw- ings 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, ta li, Revised 6/12/18 Contract No. 6608 Page 10 of 153 modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore spec- ified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad 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.iordan@carlsbadca.qov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, de- tails or specification sheets. The cutoff date to submit questions regarding this project is 5 p.m. on December 31, 2021. No questions will be entertained after this date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding the project by January 5, 2022. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Con- tract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pur- suant 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. 10‘• tima. —1- Revised 6/12/18 Contract No. 6608 Page 11 of 153 MANDATORY PRE-BID MEETING A mandatory pre-bid meeting will be held at 10 a.m. on December 7, 2021, via the online video platform that will be emailed to all plan holders registered on the City of Carlsbad Planet Bids Portal. Bidders must either attend the live pre-bid meeting or view the recorded meeting or its bid will be declared non-responsive. All bidders must confirm by signing the Certification Form on page 23 that they attended the meeting or viewed the video of the meeting. A link to the video will be sent to all plan holders following the meeting. 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 City until they are released as stated in the General Pro- visions 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 commis- sioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commenc- ing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1)Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2)Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1)Meet the conditions stated above for all insurance companies. 2)Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The 4pir, !kw —1- Revised 6/12/18 Contract No. 6608 Page 12 of 153 City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California by Resolution No. 2021-254, adopted on the 16th day of November 2021. November 17, 2021 Date Graham Jordan, Deputy Clerk t 41, Revised 6/12/18 Contract No. 6608 Page 13 of 153 CITY OF CARLSBAD MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS - PHASE I CONTRACT NO. 6608 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 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. 6608 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: MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I Item No. Description Approximate Quantity and Unit Unit Price (Figures) Total Amount (Figures) 1 Mobilization (not to exceed 10%) LS 50,440.00 $ 50,440.00 Fifty thousand four hundred forty dollars. (Price in Words) 2 Traffic Control Plan iniplementation and Maintenance LS 33,000.00 $ 33,000.00 Thirty three thousand dollars. (Price in Words) 3 Tier 2 SWPPP Preparation, Implementation and Maintenance LS 35,000.00 $ 35,000.00 Thirty five thousand dollars. (Price in Words) 4 Trench Sheeting, Bracing and LS 25,000.00 $ 25,000.00 Shoring Twenty five thousand dollars. (Price in Words) Contract No. 6608-PWS22-1719TRAN 4 Addendum No. 1 Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) f Figures) 5 Potholing and Utility LS 20,000.00 $ 20,000.00 Coordination Twenty thousand dollars. (Price in Words) 6 Connect to Existing 54" RCP LS Storm Drain Three thousand two hundred fifty dollars. 3,250.00 $ 3,250.00 (Price in Words) 7 Construct Type A-7 Cleanout with 1 EA Manhole Locking Device Twelve thousand dollars. $ 12,000.00 $ 12,000.00 (Unit Price in Words) 8 12" Asbestos Cement Pipe 148 LF $ 300.00 44,400.00 Water Main Removal and Replacement with PVC Forty four thousand dollars. (Unit Price in Words) 9 8" PVC Water Main Removal 37 LF and Replacement Eleven thousand one hundred dollars. $ 300.00 $ 11,100.00 (Unit Price in Words) 300.0 0 10 6" Asbestos Cement Pipe Fire 41 LF $ $ 12,300.00 Service Removal and Replacement with PVC Twelve thousand three hundred dollars. (Unit Price in Words) 11 Restore Private Water Service LS Two thousand five hundred dollars. 2,500.00 $ 2,500.00 (Price in Words) Contract No. 6608-PWS22-1719TRAN 5 Addendum No. 1 Item No. Description Approximate Quantity Unit Price Total Amount and Unit (Figures) (Figures) 12 Remove and Replace Fire Hydrant Assembly Per W-12 Fifteen thousand dollars. 2 EA $ 7,500.00 $ 15,500.00 (Unit Price in Words) 5,500.00 13 Asbestos Cement Pipe Removal 3 EA $ at Storm Drain Undercrossing Sixteen thousand five hundred dollars. $ 16,500.00 (Unit Price in Words) 14 Asbestos Cement Pipe Testing 18 EA Fourteen thousand four hundred dollars. $ 800.00 $ 14 400 00 (Unit Price in Words) 15 Install 2" Blow-off / Manual Air Release Assemblies per W-6 Ten thousand dollars. 2 EA s 5,000.00 $ 10' 000 00 (Unit Price in Words) 16 Install Above Surface 2" Air 4-E-,4 $ Vaeu4rn-Valve-pesA/4 (Unit Price in Words) 17 Install 12" Gate Valve 3 EA $ 4,500,00 Thirteen thousand five hundred dollars. (Unit Price in Words) 18 Remove and Replace 8" Gate 1 EA $ 2,500.00 Valve Two thousand five hundred dollars. (Unit Price in Words) 1,600.00 19 Remove and Replace 6' Gate 2 EA Valve Three thousand two hundred dollars. (Unit Price in Words) $ 13,600.00 $ 2' 500' 00 $ 3,200.00 Contract No. 6608-PWS22-1719TRAN 6 Addendum No. 1 Item No. Approximate Quantity Description and Unit Unit Price (Fidures1 Total Amount (Figures) 20 Remove and Replace 12" X 8" The 1 EA $ 1,000.00 $ 1,000.00 One thousand dollars. (Unit Price in Words) 21 Remove and Replace 12" X 6" Tee 2 EA $ 1,000.00 $ 2'000.00 Two thousand dollars. (Unit Price in Words) 22 Construct 18" RCP Storm Drain 575 LF 175.00 $ $ 100,625.00 Pipe (D-1350) One hundred thousand six hundred twenty five dollars. (Unit Price in Words) 23 Construct 24" RCP Storm Drain 405 LF 240,00 $ 97,200.00 Pipe (D-1350) Ninety seven thousand two hundred dollars. (Unit Price in Words) 24 Construct 30" RCP Storm Drain 310 LF 300.00 s 93,000.00 Pipe (D-1350) NInety three thousand dollars. (Unit Price in Words) 25 Construct Type B-5 Cleanout 6 EA $ 8,600.00 $ 51,000.00 Fifty one thousand dollars. (Unit Price in Words) 26 Construct Type B-1 Curb Inlet 1 EA s 11,000.00 11 S '00 0'00 (L=10') Eleven thousand dollars. (Unit Price in Words) 27 Construct Type 8-1 Modified Curb 1 EA $ 12,000.00 s 12,000.00 Inlet (L=11') Twelve thousand dollars. (Unit Price in Words) Contract No. 6608-PWS22-1719TRAN 7 Addendum No. 1 Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Fidures), (Figures) 28 Construct Type B-1 Curb Inlet 1 EA $ 15,000.00 $ 15,000.00 (L=17') Fifteen thousand dollars. (Unit Price in Words) 29 Construct Type B-1 Curb Inlet 1 EA 18,000.00 (L=22') $ 18,000.00 Eighteen thousand dollars. (Unit Price in Words) 30 Curb Inlet Concrete Depression 443 SF Section er D Seven frhousand four hundred $ 16.93 7,499.99 ninety nine dollars and ninety nine cents. 31 Remove and dispose sidewalk. 1175 SF 4.00 $ 4,700.00 Four thousand seven hundred dollars. (Unit Price in Words) 32 Construct Sidewalk 1030 SF 12.00 $ 12,360.00 Twelve thousand three hundred sixty dollars. (Unit Price in Words) 33 Remove and Dispose Curb and 230 LF $ 10.00 $ 2,300.00 Gutter Two thousand three hundred dollars. (Unit Price in Words) 34 Construct Curb and Gutter Six thousand fifty dollars. 110 LF $ 55'00 6,050.00 (Unit Price in Words) 35 Remove and Replace 6" Curb 20 LF 55.00 $ 1,100.00 One thousand one hundred dollars. (Unit Price in Words) Contract No. 6608-PWS22-1719TRAN 8 Addendum No. 1 Item No. Approximate Quantity and Unit Unit Price Total Amount (Figures). (Figures) Description 36 Remove and Replace 262 SF $ 18.00 $ 4,716.00 Commercial Driveway Four thousand seven hundred (Unit Price in Words) 37 2" AC Grind and Overlay of 595 SF $ 5.00 $ 2,975.00 Driveway Two thousand nine hundred seventy five Uollars. (Unit Price in Words) 38 Remove Existing Curb Outlet and LS 3,500.00 $ 3,500.00 Concrete Channel, Replace Channel and Connect to Modified Curb Inlet Three thousand five hundred dollars, (Price in Words) 39 Replace Striping, Legends and LS 5.5.00 5,500 00 Symbols In-Kind Fifteen thousand dollars. (Price in Words) Total amount of bid in words: Seven hundred seventy five thousand six hundred fifteendollars and 99 cents.. Total amount of bid in numbers: $775,615.99. Price(s) given above are firm for 90 days after date of bid opening. Ad dendum(a) No(s) . 1.-.3 has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. Contract No. 6608-PWS22-1719TRAN 9 Addendum No. 1 The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 853930 , classification A, B, C27, C10 which expires on 11130/2023 , and Department of Industrial Relations PWC registration number 1000003218 which expires on 02/28/23 . and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1.That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2.That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is a bid bond (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Contract No. 6608-PWS22-1719TRAN 10 Addendum No. 1 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1)Name under which business is conducted (2)Signature (given and surname) of proprietor (3)Place of Business (Street and Number) City and State (4)Zip Code Telephone No. (5)E-Mail IF A PARTNERSHIP, SIGN HERE: (1)Name under which business is conducted (2)Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3)Place of Business (Street and Number) City and State (4)Zip Code Telephone No. (5)E-Mail Contract No. 6608-PWS22-1719TRAN 11 Addendum No. 1 IF A CORPORATION, SIGN HERE: (1)Nam2 u d r wh.ch business is conducted Palm Engineering Construction Company Inc. t (2) (Signature) Rasoul Shahbazi, President (Title) Impress Corporate Seal here 619-291-0482 (3)Incorporated under the laws of the State of California (4)Place of Business 7330 Opportunity Road, Suites A & B City and State San Diego, California (Street and Number) (5)Zip Code 92111 Telephone No. (619) 291-1495 (6)ross@palmengineeringco.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Contract No. 6608-PWS22-1719TRAN 12 Addendum No. 1 By: (sign he ) ( Rasoul Shahbazi, President CERTIFICATION FORM (To Accompany Proposal) MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I CONTRACT NO. 6608 MANDATORY PRE-BID MEETING All Contractors are required to participate in the Mandatory Pre-Bid Meeting for the Magnolia Avenue Storm Drain Improvements — Phase I project by attending the live pre-bid video meeting in person or by watching a recorded video of the meeting. Any Contractor who does not participate shall have its bid declared non-responsive. I certify that I attended the live mandatory pre-bid video meeting on A I certify that I viewed the recorded mandatory pre-bid video meeting on 01/06/22 BY CONTRACTOR: Palm Engineering Construction Company Inc. (name of C ntract r) (print name/title) el- Revised 6/12/18 Contract No. 6608 Page 23 of 153 RICHARD WILLIAM EGANI COMM # 2305457 NOTARY PUBLIC•CALIFORNIA SAN DIEGO COUNTY My Comm. Exp. September 20, 2.02.11 WITNESS my hand and official seal. Signature Ignature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: 01/12/2022 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rasoul Shahbazi X Corporate Officer — Title(s):President _ Partner — Limited I: General _ Individual Attorney in Fact 7 Trustee — Guardian or Conservator Other: Signer Is Representing: Signer's Name: —Corporate Officer — Title(s): —Partner — Li Limited L General : Individual Attorney in Fact : Trustee 7 Guardian or Conservator : Other: Signer Is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Sari Diego On 01/12/2022 before me, Richard William Egan, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rasoul Shahbazi Name(s) of Signer(s) 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/:-.1hc/thcy executed the same in his/hcr/thcir authorized capacity(ies), and that by his/hcr/thcir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal and/or Stamp Above BID SECURITY FORM (Check to Accompany Bid) MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I CONTRACT NO. 6608 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insur- ance coverage within the stipulated time; otherwise, the check shall be returned to the under- signed. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to an- other bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed—the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) fr Revised 6/12/18 Contract No. 6608 Page 24 of 153 BIDDER'S BOND TO ACCOMPANY PROPOSAL MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I CONTRACT NO. 6608 KNOW ALL PERSONS BY THESE PRESENTS: That we, PALM ENGINEERING CONSTRUCTION COMPANY, INC. , as Principal, and THE OHIO CASUALTY INSURANCE COMPANY , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) TEN PERCENT OF GREATER AMOUNT BID (10%) for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I CONTRACT NO. 6608 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this 10TH day of JANUARY PALM ENGINEERING THE OHIO CONSTRUCTION COMPANY, INC. (SEAL) CASUALTY INSURANCE COMPANY (SEAL) (Principal) (Surety) i ) By: A . j,,,, By: q -Ai (Signature) (Signat ( RASOUL SHAHBAZI, PRESIDENT JOHN G. MALONEY, ATTORNEY-IN-FACT (Print Name/Title) (Print Name/Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY - ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City Attorn By: Assistant City Attorney t 101- Revised 6/12/18 Contract No. 6608 Page 25 of 153 ,20 22 ( RICHARD WILLIAM EGAN z comm.# 2305457 xi NOTARY PUBLIC•CALIFORNIA SAN DIEGO COUNTY My Comm. Exp. September 20, 20,2A WITNESS my hand and offici seal. Signature Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: 01/12/2022 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rasoul Shahbazi x Corporate Officer — Title(s):President Partner — L. Limited L General Individual Attorney in Fact 7 Trustee 7 Guardian or Conservator Other: Signer Is Representing: Number of Pages: Signer's Name: Corporate Officer — Title(s): Partner — El Limited T. General Li Individual . I Attorney in Fact 7..I Trustee 11 Guardian or Conservator Other: Signer Is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego on 01/12/2022 before me, Richard William Egan, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rasoul Shahbazi Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isIae subscribed to the within instrument and acknowledged to me that he/shc/thcy executed the same in hisAlieAlieir authorized capacity(iee), and that by his/hcr/thcir signature(e) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal and/or Stamp Above Signature N fit{- S atu? of y Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of SAN DIEGO On 01/10/2022 before me, TRACY LYNN RODRIGUEZ, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared JOHN G. MALONEY Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(4 is/we-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/1=te4theit signature(s) on the instrument the person(s), or the entity upon behalf of which the personH acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. TRACY LYNN RODRIGUEZ COMM.# 2318838 SAN DIEGO COUNTY NOTARY PUBLIC-CALIFORNIAZ MY COMMISSION EXPIRES IT' Place Notary Seal and/or Stamp Above OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: JOHN G. MALONEY D Corporate Officer — Title(s): o Partner 0 Limited ii General O Individual i Attorney in Fact O Trustee 0 Guardian of Conservator O Other: Signer is Representing: Signer's Name: 0 Corporate Officer — Title(s): O Partner — 0 Limited 0 General O Individual O Attorney in Fact O Trustee o Guardian of Conservator O Other: Signer is Representing: ©2017 National Notary Association This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company Liberty Mutual. SURETY Certificate No: 8205111-024100 POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the °Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Helen Maloney; John O. Maloney; Mark D. Iatarola; Sandra Figueroa; Tracy Holmes; Tracy Lynn Rodriguez all of the city of Escondido state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 29th day of March , 2021 . Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company By: David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY Ss On this 29th day of March , 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. By: eresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV- OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 10TH day of JANUARY , 2022 . By: Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC MC Multi Co 02/21 0) 0 .5 ro c ,C E 0 cl) cc 0 w >N—W 76 E E 0 < 8 o 67, CV CO 0 N y_ CO 0 CI) -0 = a o a) o u_ a_ Commonwealth or Pennsylvania - Notary Seal Teresa Pastella, Notary Public Montgomery County My mmission expires March 28,2025 Commission number 11260,14 ;16-1,4 Ltd& Member, Pennsylvania Association of Notaries GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes perfor- mance 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 Cali- fornia whom the Bidder proposes to specially fabricate and install any portion of the work or im- provement 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 Subcon- tractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. 4S': te4 Revised 6/12/18 Contract No. 6608 Page 26 of 153 Determination of the subcontract amounts for purposes of award of the contract shall be deter- mined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Revised 6/12/18 Contract No. 6608 Page 27 of 153 P ge 1 of 1 pages of this Subcontractor Designation form Subcontractor Name arid Location of ntiness Statewide Stripes P.O. Box 600710 San Diego, CA 92160 Acculine Survey 1919 Grand Ave, Suite 1G San Diego, CA 92109 Surveying 1000013806 5717 10,000.00 4,400.00 • Subcontractor's 'License No. and. Classification • 788286 858.560.6887 1000001334 Seal Right Paving 9053 Olive Drive spring Valley, CA 91977 0000 542 364113 Asphalt, grinding 21,295,95 rtion Or Striping 619.465.7411 estimating@s ealrightpavin ginc.com DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I CONTRACT NO. 6608 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." 4111' t ev- Revised 6/12118 Contract No. 6608 Page 28 of 153 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I CONTRACT NO. 6608 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contract Type of Work Amount of Contract NOV 2020 City of Imperial Beach Juan Larios Concrete, storm $8.6 million drain, walei line, medians. SEP 2017 City of Imperial Beach Juan Larios Force Main Sewer $2.1 million SEP 2021 City of Coronado James Newton Storm, drain, $2.5 million concrete DEC 2020 UCSD Ross Kunishige Storm drain, waterAine, $2.4 million concrete, medians, landscaping, bioretention 4110V L41, Revised 6/12/18 Contract No. 6608 Page 29 of 153 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I CONTRACT NO. 6608 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1)Certificates of insurance showing conformance with the requirements herein for each of: EV Comprehensive General Liability Ell' Automobile Liability Er Workers Compensation 11 Employer's Liability 2)Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of in- surance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1)Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2)Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Revised 6/12/18 Contract No. 6608 Page 30 of 153 E-MAIL kbl ADDRESS: acicwood@teagueins.com PRODUCER Teague Insurance Agency, Inc. 4700 Spring St., #400 La Mesa, CA 91942-0275 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A:Westchester Surplus Lines Insurance Company 10172 INSURED INSURER B: Everest National Insurance 10120 Palm Engineering Construction, Inc. INSURER C:GuideOne National Insurance Company 14167 7330 Opportunity Rd, Suite A INSURER D :State Compensation Insurance Fund 36076 San Diego, CA 92111 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CONTACT Kimberliegh Blackwood NAME: PHONE INC. No, Exty (619) 668-2395 176 FAX (A/C, No): City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ale,* it-bo-f4a.re.,,e-u PALMENG-01 AHOLDREN "4,4C-C)R 0:310' CERTIFICATE OF UABILITY INSURANCE DATE (MMIDDIYYYY) 2/23/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT INITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE INS() ADDLtSUBR 1M/D POLICY EFF POLICY NUMBER IMMIDD/YYYY) POLICY EXP I (NIM/DDIYYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY 1 EACH OCCURRENCE S 1,000,000 CLAIMS-MADE [X OCCUR I X X G7532090001 7/1/2021 7/1/2022 DAMAGE TO RENTED PREMISES (Ea occurrence) 100,000 S MED EXP (Any one person) 1,000 S PERSONAL & ADV INJURY s 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X1 li'ef r i L.° GENERAL AGGREGATE 2,000,000 S PRODUCTS - COMP/OP ADS S 2,000,000 OTHER: S B AUTOMOBILE LIABILITY .._ COMBINED SINGLE LIMIT (Ea accidenti 1,000,000 $ X ANY AUTO X x CF1CA00237211 2/23/2022 2/23/2023 BODILY INJURY (Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURYiper accident) $ _ HIRED AUTOPPS ONLY _ NON-OWNED AUTOS ONLY ra„),:c,c,%,-eyni(?AMAGE $ $ C UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,000,000 X EXCESS LIAB CLAIMS-MADE 56000131402 7/1/2021 7/1/2022 AGGREGATE $ 4,000,000 DED X I RETENTIONS 0 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y i_N ANY PROPRIETORIPARTNERIEXECUTIVE I OFFICERN ‘,EMBER EXCLUDED? I T (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below X N /A 9286980-2021 11/1/2021 11/112022 x I PER I 0TH- I STATUTE I ER EL. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE S 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 S I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if mo e space is required) RE: Magnolia Avenue Storm Drain Improvements - Phase I Bid No. PWS22-1719TRAN; Contract No. 6608 The City of Carlsbad, its officials, employees and volunteers are included when required by written contract/agreement as additional insured for ongoing and completed operations with primary non-contributory and waiver of subrogation language with respects to the general liability and additional insured with primary non-contributory and waiver of subrogation with respects to the auto liability and waiver of subrogation with respects to the workers compensation, per forms attached. CERTIFICATE HOLDER CANCELLATION ACORD 25 (2016/03) C) 1988-2015 ACORD CORPORATION, All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 07532090001 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations Where required by written contract or written agreement All Operations of the Named Insureds Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section ll — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 0 Name Of Additional Insured Person(s) Or Organization(s): Where required by written contract or written agreement Location And Description Of Completed Operations All operations of the Named Insureds Information required to complete this Schedule, if not shown above, will be shown in the Declarations. POLICY NUMBER: G7532090001 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- cornpleted operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page '1 of '1 LI Policy Number: G7532090001 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: G7532090001 COMMERCIAL GENERAL LIABILITY CO 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As required by written contract signed by both parties prior to loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above 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 "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 0 ENDORSEMENT AGREEMENT WAIVER OF SUBROGATION REP 04 BLANKET BASIS 9286980-21 NEW SP HOME OFFICE 7-70-50-21 SAN FRANCISCO EFFECTIVE NOVEMBER 1, 2021 AT 12.01 A.M. PAGE 1 OF 1 AND EXPIRING NOVEMBER 1, 2022 AT 12.01 A.M. ALL EFFECTIVE DATES ARE AT 12.01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME PALM ENGINEERING CONSTRUCTION, INC. 7330 OPPORTUNITY RD, STE A SAN DIEGO, CA 92111 WE HAVE THE RIGHT TO RECOVER OUR PAYMENTS FROM ANYONE LIABLE FOR AN INJURY COVERED BY THIS POLICY. WE WILL NOT ENFORCE OUR RIGHT AGAINST THE PERSON OR ORGANIZATION NAMED IN THE SCHEDULE. THIS AGREEMENT APPLIES ONLY TO THE EXTENT THAT YOU PERFORM WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US. THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE 2.00% OF THE TOTAL POLICY PREMIUM. SCHEDULE PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER JOB DESCRIPTION BLANKET WAIVER OF SUBROGATION NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. STATE COMPENSATION INSURANCE FUND COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: NOVEMBER 1, 2021 2572 OLO OP 217 AUTHORIZED REPRESENT IVE PRESIDENT AND CEO SCIF FORM 10217 (REV.7-2014) Policy # CF1CA00237211 COMMERCIAL AUTO ECA 04 521 04 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART SCHEDULE Name Of Additional Insured Organization ALL PERSONS OR ORGANIZATIONS AS REQUIRED BY WRITTEN CONTRACT WITH THE NAMED INSURED. THE WRITTEN CONTRACT MUST BE SIGNED PRIOR TO THE DATE OF THE "ACCIDENT". Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to the Who Is An Insured paragraph under Section II — Liability Coverage: The organization shown in the Schedule with respect to the operation, maintenance, or use of a covered "auto" if you are required to add such organization to this policy as an additional insured in order to comply with the terms of a written "insured contract" or written agreement. This does not apply when such contract or agreement: A. Involves the owner or anyone else from whom you hire or borrow a covered "auto" unless it is a "trailer" connected to a covered "auto" you own; or B. Is executed after the date of "loss". This paragraph does not apply if: 1.The terms and conditions of the written "insured contract" had been agreed upon prior to the "accident" or "loss"; and 2.You can definitively establish that the terms and conditions of the written "insured contract" ultimately executed are the same as those which had been agreed upon prior to the "accident" or "loss". ECA 04 521 04 14 Copyright, Everest Reinsurance Company, 2014 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., used with its permission Policy # CF1CA00237211 COMMERCIAL AUTO ECA 24 509 04 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION BLANKET This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART Paragraph c. of the Other Insurance General Condition is replaced by the following: c. Regardless of the provisions of Paragraph a. above, this Coverage Form's Liability Coverage is primary and we will not seek contribution from any other insurance for any liability assumed under an "insured contract" that requires liability to be assumed on a primary noncontributory basis. Additionally, only the coverage and limit of insurance requirements of the "insured contract" shall apply, and in no event shall those requirements exceed the coverage and limits of insurance provided under this policy. ECA 24 509 04 14 Copyright, Everest Reinsurance Company, 2014 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., used with its permission INSURED COPY Policy # CF1CA00237211 COMMERCIAL AUTO ECA 24 503 02 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Name of Person or Organization: ALL PERSONS OR ORGANIZATIONS AS REQUIRED BY WRITTEN CONTRACT WITH THE NAMED INSURED. THE WRITTEN CONTRACT MUST BE SIGNED PRIOR TO THE DATE OF THE "ACCIDENT". (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for an "accident" or "loss", provided that you are required under a written agree- ment to waive your rights of recovery. The written agreement must be made prior to the date of the "accident" or "loss". This waiver applies only to the person or organization shown in the Schedule above. ECA 24 503 02 14 Copyright, Everest Reinsurance Company, 2014 Page 1 of 1 1:1 Includes copyrighted material of Insurance Services Office, Inc., used with its permission. INSURED COPY STATE CPMEENSATION INSURANCE ENDORSEMENT AGREEMENT WAIVER OF SUBROGATION BLANKET BASIS HOME OFFICE SAN FFMNMS00 EFFECTIVE NOVEMBER 1, 2021 AT 12.01 A.M. AND EXPIRING NOVEMBER 1, 2022 AT 12.01 A.M. ALL EFFECTIVE DATES ARE AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME REP 04 9286980-21 NEW SP 7-70-50-21 PAGE 1 OF 1 PALM ENGINEERING CONSTRUCTION, INC. 7330 OPPORTUNITY RD, STE A SAN DIEGO, CA 92111 WE HAVE THE RIGHT TO RECOVER OUR PAYMENTS FROM ANYONE LIABLE FOR AN INJURY COVERED BY THIS POLICY, WE WILL NOT ENFORCE OUR RIGHT AGAINST THE PERSON OR ORGANIZATION NAMED IN THE SCHEDULE. THIS AGREEMENT APPLIES ONLY TO THE EXTENT THAT YOU PERFORM WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US. THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE 2.00% OF THE TOTAL POLICY PREMIUM. SCHEDULE PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER JOB DESCRIPTION BLANKET WAIVER OF SUBROGATION NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: NOVEMBER 1, 2021 AUTHORIZED REPRESENT IVE PRESIDENT AND cFn 2572 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE 1 CONTRACT NO. 6608 1)Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2)If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar- ments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: Palm Engineering Construction Company Inc. (name of C z tr or) sign h&e) By: Rasoul Shahbazi, President (print name/title) Page 1 of I pages of this Re Debarment form t.42. —1— Revised 6/12/18 Contract No. 6608 Page 31 of 153 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I CONTRACT NO. 6608 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 Contrac- tors' State license Board two or more times within an eight year period? x no yes 2)Has the suspension or revocation of your contractor's license ever been stayed? x no yes 3)Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 4)Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5)If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page 1 of 2 pages of this Disclosure of Discipline form t4.4 —1- Revised 6/12/18 Contract No. 6608 Page 32 of 153 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I CONTRACT NO. 6608 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party whose discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Palm Engineering Construction Company Inc. (name ofiC to/ By: / (sign here) Rasoul Shahbazi, President (print name/title) Page 2 of 2 pages of this Disclosure of Discipline form taw. —r• Revised 6/12/18 Contract No. 6608 Page 33 of 153 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I CONTRACT NO. 6608 President I am the of Company Inc. the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, com- pany, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partner- ship, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby repre- sents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on January 12th 20 22 at San Diego [city], California [state]. Signature of Bidder 1%, —T- Revised 6/12/18 Contract No. 6608 Page 34 of 153 The undersigned declares: Palm Engineering Construction RICHARD WILLIAM EGAN COMM.# 2305457 NOTARY PLIBLIC.CALIFORNIA SAN DIEGO COUNTY My Comm. Exp. September 20, 2023 II WITNESS my hand and official seal. Signature Signature of Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 -...631141tS6gtiLe.-Jtzg%022 .2 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On 01/12/2022 before me, Richard William Egan, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rasoul Shahbazi Name(a) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(e) is/are subscribed to the within instrument and acknowledged to me that hekhc/thcy executed the same in his/hcr/thcir authorized capacity(ies), and that by his/hcr/thcir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal and/or Stamp Above OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: 01/12/2022 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rasoul Shahbazi Signer's Name: X_ Corporate Officer — Title(s):President 7 Corporate Officer — Title(s): . _ Partner — Limited — General 7 Partner — 0 Limited General •Individual Attorney in Fact Individual I Attorney in Fact - Trustee — Guardian or Conservator — Trustee 7 Guardian or Conservator •Other: Other: Signer Is Representing: Signer Is Representing: ...4V>W<R235$g3:Rz="7327— CONTRACT PUBLIC WORKS This agreement is made this day of 2022, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Palm Engineering Construction Company, Inc., whose principal place of business is 3545 Camino Del Rio South, Suite A, San Diego, California 92108 (hereinafter called "Contrac- tor"). City and Contractor agree as follows: 1.Description of Work. Contractor shall perform all work specified in the Contract docu- ments for: MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS PHASE I CONTRACT NO. 6608 (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 Subcontrac- tors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contrac- tor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compli- ance. 4.Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress pay- ments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 5.Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work and is aware of those conditions. The Contract price includes payment for all work that —1- Revised 6/12/18 Contract No. 6042 Page 35 of 153 13th April may be done by Contractor, whether anticipated or not, in order to overcome underground condi- tions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A.Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B.Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C.Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inher- ent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the require- ments 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 eligi- bility 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 Cali- fornia Labor Code, section 1776, which generally requires keeping accurate payroll records, ver- ifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. TIMOV Revised 6/12/18 Contract No. 6608 Page 36 of 153 9.Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. De- fense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10.Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages and Limits. Contractor shall maintain the types of coverages and minimum limits indicted herein: a.Commercial General Liability (CGL) Insurance: Insurance written on an "occurrence" ba- sis, 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 City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. t aw'. Revised 6/12/18 Contract No. 6608 Page 37 of 153 a.The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each com- pany affording general liability, and employers' liability coverage. b.The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c.Any failure to comply with reporting provisions of the policies shall not affect coverage pro- vided to the City, its officials, employees or volunteers. d.Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C)Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in cov- erage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D)Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E)Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F)Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for sub- contractors shall be subject to all of the requirements stated herein. (G)Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H)Verification of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorse- ments for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. p MI- Revised 6/12/18 Contract No. 6608 Page 38 of 153 4.) init k init (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 in- cluded 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 ref- erence. 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 pro- visions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A)Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in antici- pation of litigation or in conjunction with litigation. (B)False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C)Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate igno- rance of the false information or in reckless disregard of the truth or falsity of the information. (D)Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E)Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F)Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G)Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H)Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's prin- cipal place of business as specified above, Contractor shall so inform the City by certified letter 0W tai, Revised 6/12/18 Contract No. 6608 Page 39 of 153 accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13.Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14.Security. Securities in the form of cash, cashier's check, or certified check may be substi- tuted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15.Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or sub- contractor 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 pursu- ant 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. ffl ffl ffl 4111. t I Revised 6/12/18 Contract No. 6608 Page 40 of 153 17.Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: Palm Engineering Conslruction Company, Inc. (namf? f Contractor) �. t I\ , 1 -----By: ____ ,---,-�_____,,-----(sign here) Rasoul Shahbazi, President (print name and title) By: ---',,-,R · ......... h/J,_____,------,----(sign here) Rasould Shahbazi, Secretary (print name and title) CITY OF CARLSBAD a municipal corporation of the State of California By: Matt Hall, Mayor ATTEST: � Faviola Medina, City Clerk Services Ml:f:ar President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. � EWE City Attorne By: Asslstant'tity Attorney ,, •+;' Revised 6/12/18 Contract No. 6608 Page 41 of 153 RICHARD WILLIAM EGAN i comm.# 2305457 NOTARY PUBLIC-CALIFORNIA 2 SAN DIEGO COUNTY My Comm. Exp. September 20, 2023 WITNESS my hand and offici I seal. Signature Signature of Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On 02/07/2022 before me, Richard William Egan, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rasoul Shahbazi Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/arc subscribed to the within instrument and acknowledged to me that he/chc/thcy executed the same in his/hcr/thcir authorized capacity(ics), and that by his/hcr/thcir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(e) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal and/or Stamp Above OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: 02/07/2022 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rasoul Shahbazi Signer's Name: Corporate Officer — Title(s): President and Secretary 11 Corporate Officer — Title(s): 0 Partner — 0 Limited D General El Partner — 0 Limited El General LI Individual 0 Attorney in Fact 0 Individual 0 Attorney in Fact 0 Trustee [71_ Guardian or Conservator 0 Trustee 0 Guardian or Conservator D Other: LI Other: Signer Is Representing: Signer Is Representing: * SEVEN HUNDRED SEVENTY FIVE THOUSAND SIX HUNDRED FIFTEEN AND 99/100 DOLLARS LABOR AND MATERIALS BOND BOND NO. 024256627 PREMIUM: $9,598.00 PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT RASED ON FINAL CONTRACT PRICE PALM ENGINEERING CONSTRUCTION WHEREAS, the City of Carlsbad, State of California, has awarded to COMPANY, INC. ., (herein- after designated as the "Principal"), a Contract for: MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I CONTRACT NO. 6608 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. PALM ENGINEERING CONSTRUCTION NOW, THEREFORE, WE, COMPANY, INC. as Principal, (hereinafter designated as the "Contrac- tor"), and THE OHIO CASUALTY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum ($775,615.99) , said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind our- selves, 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 subcontrac- tors 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 Develop- ment 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 attor- ney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. vik Ur- Revised 5/12/18 Contract No. 6608 Page 42 of 153 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this 21ST day of JANUARY , 20 22 PALM ENGINEERING CONSTRUCTION COMPANY, INC. (SEAL) (Principal) By: (Signature) RASOUL SHAHBAZI, PRESIDENT (Print Name & Title) THE OHIO CASUALTY INSURANCE COMPANY (SEAL) (Surety) By: (Signature) p SANDRA FIGUEROA, ATTORNEY-IN-FACT (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY — ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City Attorney. Assistant City Attorney <WS.' II Revised 6/12/18 Contract No. 6608 Page 43 of 153 By: Signature I dui, ( -'----2 Sig tuZ're No Public Place Notary Seal and/or Stamp Above CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies onlythe identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of SAN DIEGO 1/21/2022 On before me, TRACY LYNN RODRIGUEZ, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared SANDRA FIGUEROA Name(s) of Signer(s) 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 in44s/her/their authorized capacity(ies), and that by4rislher/theif signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. TRACY LYNN RODRIGUEZ r COMM. # 2318838 SAN DIEGO COUNTY > NOTARY PUBLIC-CALIFORNIAZ MY COMMISSION EXPIRES L JANUARY 11,2024 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: SANDRA FIGUEROA 0 Corporate Officer — Title(s): O Partner — 0 Limited 0 General 13 Individual iz] Attorney in Fact O Trustee 0 Guardian of Conservator O Other: Signer is Representing: Signer's Name: 0 Corporate Officer — Title(s): O Partner — 0 Limited 0 General O Individual 0 Attorney in Fact O Trustee 0 Guardian of Conservator O Other: Signer is Representing: ©2017 National Notary Association This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No: 8205111-024100 Liberty Mutual. SURETY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company David M. Carey, Assistant Secretary KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companiesl, pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Helen Maloney; John G. Maloney; Mark D. latarola; Sandra Figueroa; Tracy Holmes; Tracy I .yrin Rodriguez all of the city of Escondido state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 29th day of March , 2021 . By: State of PENNSYLVANIA County of MONTGOMERY Ss On this 29th day of March , 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. er7;4.34;`, e Or ;( \,:;;4ty This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV - OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 21ST day of JANUARY , 2022 . Commonwealth of Pennsylvania • Notary Seal Teresa Pastella, Notary Public d -"'N \ Montgomery County l a t e lf 4„) My commission expires March 28, 2625 By: Commission number 1126044 eresa Pastella, Notary Public t., Member. Pennssavarao Annexation of Notaries By: Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21 * SEVEN HUNDRED SEVENTY FIVE THOUSAND BOND NO. 024256627 SIX HUNDRED FIFTEEN AND 99/100 DOLLARS PREMIUM INCLUDED IN PERFORMANCE BOND FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to PALM ENGINEERING CONSTRUCTION COVPANY, INC; (hereinafter designated as the "Principal"), a Contract for: MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I CONTRACT NO. 6608 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; PALM ENGINEERING NOW, THEREFORE, WE, CONSTRUCTION COMPANY, INC. as Principal,(hereinafter designated as the "Contractor"), and THE OHIO CASUALTY INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of * ($775,615.99) , said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or as- signs, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 6/12/18 Contract No 6608 Page 44 of 153 By: In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this 21ST day of JANUARY , 2022 PALM ENGINEERING THE OHIO CONSTRUCTION COMPANY, INC. (SEAL) CASUALTY INSURANCE COMPANY (SEAL) (P, ipal (Surety) BY: '(Signature) (Signatur) RASOUL SHAHBAZI, PRESIDENT SANDRA FIGUEROA, ATTORNEY-IN-FACT (Print Name & Title) (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY — ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BRNEWER 1.1. City Attorney ES' t we Revised 6/12/18 Contract No. 6608 Page 45 of 153 By: A istant City Attorney Signature CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies onlythe identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of SAN DIEGO 1/21/2022 On before me, Date TRACY LYNN RODRIGUEZ, NOTARY PUBLIC , Here Insert Name and Title of the Officer personally appeared SANDRA FIGUEROA Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isher-e-subscribed to the within instrument and acknowledged to me that -he/she/they executed the same in 4s/her/titeir authorized capacityfies), and that by his/her/thcif signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 TRACY LYNN RODRIGUEZ COMM. #2318838 SAN DIEGO COUNTY NOTARY PUBLIC-CALIFORNIAZ MY COMMISSION EXPIRES JANUARY 11 2024 Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sig tu • f Nta& Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: SANDRA FIGUEROA Signer's Name: O Corporate Officer — Title(s): 0 Corporate Officer — Title(s): O Partner 0 Limited 0 General 0 Partner — 0 Limited 0 General 12 Individual tic Attorney in Fact 0 Individual 0 Attorney in Fact o Trustee 0 Guardian of Conservator 0 Trustee 0 Guardian of Conservator O Other: 0 Other: Signer is Representing: Signer is Representing: Number of Pages: ©2017 National Notary Association Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company David M. Carey, Assistant Secretary Commonwealth of Pennsylvania - Notary Seat Teresa Pastella, Notary Public Montgomery County My commission expires March 28, 2025 Commission number 1126644 Member. Pennsylvania Association of Notaries By: Of This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company Liberty Mutual.. SURETY Certificate No: 8205111-024100 POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Helen Maloney; John G. Maloney; Mark D. latarola; Sandra Figueroa; Tracy Holmes; Tracy Lynn Rodriguez all of the city of Escondido state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 29th day of March , 2021 . By: State of PENNSYLVANIA ss County of MONTGOMERY On this 29th day of March , 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. (•''VP"iig< t eresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 21ST day of JANUARY , 2022 . o://1 4d Ltd& By: Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and Palm Engineering Construction Company, Inc., whose principal place of business is 3545 Camino Del Rio South, Suite A, San Diego, California 92108, hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as fol- lows: 1.Pursuant to section 22300 of the Public Contract Code of the State of California, the Contrac- tor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for: MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I CONTRACT NO. 6608 in the amount of $ 775,615.99 dated (hereinafter referred to as the "Con- tract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the de- posit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2.The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3.When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into secu- rities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4.The Contractor shall be responsible for paying all fees for the expenses incurred by the Es- crow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5.The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. faj —I- Revised 6/12/18 Contract No. 6042 Page 46 of 153 6.Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Con- tractor. 7.The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8.Upon receipt of written notification from the City certifying that the Contract is final and com- plete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9.The Escrow Agent shall rely on the written notifications from the City and the Contractor pur- suant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the secu- rities and interest as set forth above. 10.The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature For Contractor: For Escrow Agent: Address 1635 Faraday Avenue, Carlsbad. CA 92008 Title Name Signature Address Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. t 41, —1- Revised 6/12/18 Contract No. 6042 Page 47 of 153 IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: Title MAYOR Name Signature Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 Title Name Signature Address For Escrow Agent: Title Name Signature Address 4t1fr t E.- Revised 6/12/18 Contract No. 6608 Page 48 of 153 (City of Carlsbad December 16, 2021 ADDENDUM NO. 1 RE: MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS PHASE I PROJECT NO. 6608; BID NO. PWS22-1719TRAN Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. GRAHAM RDAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 )\/‘ Bidder's Sig ature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t City of Carlsbad Magnolia Avenue Storm Drain Improvements Phase I Contract No. 6608 Bid No. PWS22-1719TRAN Addendum No. 1 From: Graham Jordan, Contract Administrator Phone: 760-602-2462 graham. iordanacarlsbadca.00v 1635 Faraday Ave Carlsbad, CA 92008 No. of Pages: 14 (including this page) Date: December 16, 2021 Due Date: January 12, 2022 - 11 a.m. (Unchanged) Notice: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Documents. Documents not specifically mentioned in this Addendum remain in full force. Contractor must acknowledge receipt of this Addendum with documents submitted at the due date and time specified in the bid documents. Failure to do so may subject Contractor to disqualification. MODIFICATIONS, DELETIONS, AND ADDITIONS TO SPECIFICATIONS ITEM NO. 1: CONTRACTOR'S PROPOSAL Bid item No. 16, as shown on sheet 3 of Drawing Number 531-6, is deleted in its entirety and hereby removed from the bid schedule. Replace panes 14-22 with Attachment A. ITEM NO. 2: UPDATED SHEET 3 OF DRAWING NO. 631-6 Replace sheet 3 of Drawing Number 531-6 with Attachment B. All remaining sheets in the set are unchanged. Contract No. 6608-PWS22-1719TRAN 1 Addendum No. 1 ITEM NO. 3: GENERAL PROVISIONS SECTION 9-4 BID ITEM DESCRIPTIONS Delete Bid item No. 16 on page 116 in its entirety. Bid Item No. 16: Install Above Surface 2" Air Vacuum Valve per W 7 'Each) The contract unit price paid for this item constitutes full compensation for all work required to install a 2" air vacuum valve assembly and all appurtenances detailed on Carlsbad Municipal WateF—Diet-r-i-et—Standafd—Draviti-a-q—W---7—(Ge-a-€1-61-lt—anocle—eenerete—pael—eneleau-re—ete,)—whefe si4own__Ewi_m_e_ialan__an64pG0144a44Ge_34,4444.e_teehnle_24_s.per.446.ationsHafev4cie4441_444e_Aoperld_ix_. Contract No. 6608-PWS22-1719TRAN 2 Addendum No. 1 ATTACHMENT A UPDATED CONTRACTOR'S PROPOSAL Contract No. 6608-PWS22-1719TRAN 3 Addendum Na. 1 CITY OF CARLSBAD MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS - PHASE I CONTRACT NO. 6608 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 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. 6608 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: MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS — PHASE I Item No. Description Approximate Quantity Unit Price Total Amount and Unit (Figures) (Figures) 1 Mobilization (not to exceed 10%) LS (Price in Words) 2 Traffic Control Plan LS Implementation and Maintenance (Price in Words) 3 Tier 2 SWPPP Preparation, Implementation and Maintenance LS (Price in Words) 4 Trench Sheeting, Bracing and LS Shoring (Price in Words) Contract No. 6608-PWS22-1719TRAN 4 Addendum No. 1 Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) 5 Potholing and Utility LS $ Coordination (Price in Words) 6 Connect to Existing 54" RCP LS $ Storm Drain (Price in Words) 7 Construct Type A-7 Cleanout with 1 EA $ $ Manhole Locking Device (Unit Price in Words) 8 12" Asbestos Cement Pipe 148 LF $ $ Water Main Removal and Replacement with PVC (Unit Price in Words) 9 8" PVC Water Main Removal 37 LF $ $ and Replacement (Unit Price in Words) 10 6" Asbestos Cement Pipe Fire 41 LF $ $ Service Removal and Replacement with PVC (Unit Price in Words) 11 Restore Private Water Service LS $ (Price in Words) Contract No. 6608-PWS22-1719TRAN 5 Addendum No. 1 Item No. Description Approximate Quantity and Unit Unit Price Total Amount (Figures) (Figures) 12 Remove and Replace Fire 2 EA Hydrant Assembly Per W-12 (Unit Price in Words) 13 Asbestos Cement Pipe Removal at Storm Drain Undercrossing 3 EA $ (Unit Price in Words) 14 Asbestos Cement Pipe Testing 18 EA $ (Unit Price in Words) 15 Install 2" Blow-off / Manual Air 2 EA $ Release Assemblies per W-6 (Unit Price in Words) 46 Install Above Surface 2" Air 1 EA $ Vacuum Valve W 7 per (Unit Price in Words) 17 Install 12" Gate Valve 3 EA $ (Unit Price in Words) 18 Remove and Replace 8" Gate 1 EA $ Valve (Unit Price in Words) 19 Remove and Replace 6" Gate 2 EA $ Valve (Unit Price in Words) Contract No. 6608-PWS22-1719TRAN 6 Addendum No. 1 Item No. Description Approximate Quantity and Unit Unit Price Total Amount (Figures) (Figures) 20 Remove and Replace 12" X 8" Tee 1 EA (Unit Price in Words) 21 Remove and Replace 12" X 6" Tee 2 EA $ (Unit Price in Words) 22 Construct 18" RCP Storm Drain 575 LF $ Pipe (D-1350) (Unit Price in Words) 23 Construct 24" RCP Storm Drain 405 LF $ Pipe (D-1350) (Unit Price in Words) 24 Construct 30" RCP Storm Drain 310 LF $ Pipe (D-1350) (Unit Price in Words) 25 Construct Type B-5 Cleanout 6 EA $ (Unit Price in Words) 26 Construct Type B-1 Curb Inlet 1 EA $ (L=10') (Unit Price in Words) 27 Construct Type B-1 Modified Curb 1 EA $ Inlet (L=11') (Unit Price in Words) Contract No. 6608-PWS22-1719TRAN 7 Addendum No. 1 Item No. Description Approximate Quantity and Unit Unit Price Total Amount (Figures) (Figures) 28 Construct Type B-1 Curb Inlet 1 EA $ (L=17') (Unit Price in Words) 29 Construct Type B-1 Curb Inlet 1 EA $ (L=22') (Unit Price in Words) 30 Curb Inlet Concrete Depression 443 SF $ Section per DS-1 (Unit Price in Words) 31 Remove and Dispose Sidewalk 1175 SF $ (Unit Price in Words) 32 Construct Sidewalk 1030 SF $ 33 230 LF (Unit Price in Words) Remove and Dispose Curb and Gutter (Unit Price in Words) 34 Construct Curb and Gutter 110 LF $ (Unit Price in Words) 35 Remove and Replace 6" Curb 20 LF $ (Unit Price in Words) Contract No. 6608-PWS22-1719TRAN 8 Addendum No. 1 Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) 36 Remove and Replace Commercial Driveway 262 SF $ (Unit Price in Words) 37 2" AC Grind and Overlay of 595 SF $ Driveway (Unit Price in Words) 38 Remove Existing Curb Outlet and LS Concrete Channel, Replace Channel and Connect to Modified Curb Inlet (Price in Words) 39 Replace Striping, Legends and LS Symbols In-Kind (Price in Words) Total amount of bid in words: Total amount of bid in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. Contract No. 6608-PWS22-1719TRAN 9 Addendum No. 1 The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number classification which expires on and Department of Industrial Relations PWC registration number which expires on , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1.That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2.That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Contract No. 6608-PWS22-1719TRAN 10 Addendum No. 1 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1)Name under which business is conducted (2)Signature (given and surname) of proprietor (3)Place of Business (Street and Number) City and State (4)Zip Code Telephone No. (5)E-Mail IF A PARTNERSHIP, SIGN HERE: (1)Name under which business is conducted (2)Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3)Place of Business (Street and Number) City and State (4)Zip Code Telephone No. (5)E-Mail Contract No. 6608-PWS22-1719TRAN 11 Addendum No. 1 IF A CORPORATION, SIGN HERE: (1)Name under which business is conducted (2) (Signature) (Title) Impress Corporate Seal here (3)Incorporated under the laws of the State of (4)Place of Business (Street and Number) City and State (5)Zip Code Telephone No. (6)E-Mail NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Contract No. 6608-PWS22-1719TRAN 12 Addendum No. 1 ATTACHMENT B UPDATED SHEET 3 OF DRAWING NUMBER 531-6 Contract No. 6608-PWS22-1719TRAN 13 Addendum No. 1 "AS BUILT" RCE DIP. DATE Emmy:NG No. 531-6 DM BY: CHICO sr RAW) RY: PROJECT NO. 6608 APPROVED: , HOSSEIN AJIDEH Hossein 11/10/2051 ENGPIEETUNG MANAR PE 7%91 ExPIREs 6/3o/22 1520 , MIPROPEUENT PUNS MR: MAONOUA Alf STORM DRA/N (PHASE I) ;VO7E-11 ELEC7RONIC DATA TILES ARE FOR REFERENCE ONLY AND ARE NOT TO RE USED FOR HORIZONTAL 0? VERVCAL SURVEY CON/ROE. CON7RACTOR 70 PER1FY THE EXACT LOCATION OF DIVING WILIDES IN 71/E IMO PRIOR TO CONSTRUC770N! 170 170 160 160 • 30' 15' §;' a gt4 EVSIINC PAVEXIEN \ •V " A7 S7REET - raN i - 4215', 185' k Urgi' Z.ItZ Itek •Vti.;.: 3.91' MOO' -1.or 160 160 150 150 e' MIN a.EAR PROW 50 700 12' Ele LOW 12' ACP NARY 2.3aV 97. I 1 i 1 I I I I 150 - PIC C900 KR 0 00D2 /^145.6.7 IT . 8" OR 12' ACP inw MR,/ 49 14100-7P-P4 2) 104115-701- .(19.X19 EP) EA' 12' ACP NA7ER MAN TO -/() BE RELAWED & REPLACED W./ 12" PVC (14012 0) 140 XII LP PYC ORN C900 HAWLEY( *WN %tfl76 I ps, 4.1 4 - 15 e' PVC 117/1 TO REMO/ 9.285 PER POTHOLE DAP (14.38/ 176) FX 8- PVC VTR PER 000 330-1 TO Ef &MED PORNLEP (14190 IP) 140 140 RESNARED *VAIL DIP Mal le/PVC 577C5 03' MN) 7V AC CULAR, DISTAL PVC/RC NAISMEN GUAM SECI7ON A-A - WATER CROSSING 130 130 SCAIE:- INTO 1' = 5' 224.61' JO' RCP 0 470/ 17/ INTER77.511T.1.MH5 130 11,,,,= 3521 CPS' 7:18 FPS WES 1. REAZACE 01571110 8' PVC !WM SE &MON A-A ABOVE PROF/LE - MAGNOLIA All- ceEr. Ham 1' = 20' EVE 1' = 4' STORM DRAIN DATA DELTA/BEARING REMARKS RADIUS LENGTH 120 22461' N 6152'45'E 30' RCP ,•-• 1150-0. 42+00 41+00 40+00 43+00 •INSTAU WATER77017 JOINTS 205-440-28 PRIVATE' EAMHZ9IT Ce Cr 2018-0003 WATER DATA IN01 / DELTA BEARING RADIUS LENGTH REMARKS N 619115 E 7949 12'1,10 OR14 C900 al50 1144771d.P.E. 4. 2 N 2806'54' IV 37.01' ,s• PiC (4414 0900 also WATENAVE• J N 275845'W 2190' 8" PLC C900 FIRE 5,54HCE• •• ••• 4.f:....:%.1.‘,-.f.'''' ..2.??...-.I -17.7...1'-t:"...-V31:•r........F.J. 48' RCP AYR 0140' 272-7 01leto., , I0³ MAP 16360 ttlgAi Nr- t 'bit; •LM-r'' k K, As EL Wiz 42 . - -.,N 4-1 - t,t 41) 105-4417-77 FOR SAE 8V - •••wwtoPar-e 2018-0103 • S. •RESTRAINS) JAWS •• AMIE AMINO ACP WATERI115 AND REPLACE 111771 PVC C900 .0 MANIA/ 3 700160Mar COHN 4.4 •; POTHOLE TABLE $NO EXIST. UTILITY NORTHING EASING TP ELEV P1117 MATO' AO, NV 200289074 .623089572 1417-4 1711/2 rpm. WATER 200290992 6'23091824 14590 7/9/3 AT&T 2002924.20 623094673 147.93 PHA. r PW' MU .2002871.74 62300781 14736 _NH. 12" CAVC WATER 200292273 627091900 14441 pmf5.• I.Y CNN WARN 200290544 623088.142 14558 1. II II , FINAL DESIGN 14. 4 8' ICP SINNER . 21 ORE 11-8A- ildEgralatf I FM RPM 99 CAS CAS •" *5 ,• AWN N Vt 1.1" ACP wm-'C 77 MP YAW DEN - 6,021/ES .4 APPURTENANCES) EX 54' PCP PER MC 2)9-7 KS• = = cz) 18' RCP PER EX 50 AN GAS • GAS - . cAs ' WNW cms - • 12,110-C' 7 - •51/5506fACE UNITY REVRT 047E0 NC 21 2021 1400 1- / EX 12' ACEN190 IWG7k31-1- et &PEACE a W C1219691CALLLORAEN17 35764076 .$ adz_ M210- 5 •AS twin. 1. $TORM DRAW TROICH PER SDR5D D-60 AND WY Cr CARLSBAD INDIRCATIONS 727 STANDARD. Sif NOTES ON WEI 1. 2 RE4101£ & REPLACE CURB & CUM a411I .45 NEXESSARV 70 C0157RUCT DIPROIENNIS SANY.IT BAP( OP CURB 19 AVMS-7'10M REMOIE AND RERACE SIDEIPLIC aNe & CUMIN 70 NEAREST AK 4. H19 ACE ACP WATER UNDERCROSSPIG6 REFER TO DEMI 1.1' ON 99117 2 REVOIf 0557111C ACP MU ANINS/INE SERIN& ASSOaATED EOUPIIEVT MUST &CM AVIF 3 11177E.2 - • 77- k X X 4.5' ROO/ .... • SEE NO7E 1 EY CURB & 0117754 70 MAW PROIEVT PL4CE THRUST BLOCK BEARING AREAS STATION SIZE OF PIPE BEARING PRESSURE* THRUST BLOCK BEARING AFEA 4142510 6 750 LSAT 15 SF 4144676 -11-6- 750 WV' 25 Sr 4142101. 6 750 le/ST 15 SP St007Atlf 500 CYFAAOLD , PRO1E07 IV RACE APN 205-.710-47 afIlTR. MOUND 154wases LOVID, 10 42417 7177 1 APE' 295-210-33 CARLSBAD AMR ICH 5174001 02651* C41051140 0177£9 50110a asocr 2,Y SCALE: 1": , 21' •PR CEOTEONCAL EVALUAlION MOW 0E05005 DA7157 6,49/2021 AT BORON 8-1 05 FOOT DERN aA (V 54411 IOW 971.001715860. 84510 CITY 61• 0441.740 ONCII‘19 aAtEY SAND 0079716VX0 70 RE 750 1.9/00 77PE NIDRANT THRUST NO(7/WRY ELL 41+4975 0 39. RI L CONVECT TOES. PVC HAMM IN; ; RES1RANED MIAOW , COMM ' t t Er 15' WATER 145170311-ORONO 10 aro RIO 5/23/1994 AS 60V 1994-0335945 - AC ONNO OYERLAV POR710/1 OF Of MERRY PR cs-27. MAIN/.EXIN: PR AXP EX PSC $71? REVIEKD BY: INSPECTOR PLAN - MAGNOLIA AVE DATE SCACE: 1' 20' -2- 924997$ 15 SHEET 3 CITY OF CARISBAD 8^FIC AN PER DIN 3.30-1 TRANSPORTATION DEPARTMENT BENCHMARK e)/ DESCRIPTION, 25' 015K STAMPED 25 8215' LCCATION: 14E51 aiRe VALLEY STRE'T 85 FT 51111774 OE MAGNOLIA 4165 RECORD RCN: CITY Or CARLSBAD Saner' MINX PONT 120 PER R.(45 17277 004141106: 170556 Ala DATUM: NOYD 1929 1990005 DT: AR_ DATE: FEB 2021 DRAWN Sy: J.S. SCALE: AS WON PrIckECT NCR.: 0.0. 4774 No.: 201044 CONSUITA TS A omen 0. Mt M.= TILT! MUMS MO laP71,1f2N.. 2710 LC.' Avenue Weat &No 1,03 Car1.00. C000.vnIc 920,0 76C-531-77C41 Fere 160-931-000G CGayCenaullcr00.0:. CSS Furipossing 1,01ninc Procco,n0 ENGINEER GE WORN: 'DAT 11/14/01 DATE 0419 REVISION DESCRIPTION IHMAL 74411101. DAM 000IAL DATE:11/03/2021 RCE: 32014 ENGINEER OF RORK OTHrR meaDvAL SIT APPROVAL GEORGE ‘.20.:00 01.00%, 57.1,19 00.60N\2. '07-040,•,0 Rr.11!...31,V6M121 0,:10 C City. of Carlsbad January 4, 2022 ADDENDUM NO. 2 RE: MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS PHASE I PROJECT NO. 6608; BID NO. PWS22-1719TRAN Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. GRAHAM J AN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder's Signa ure Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t City of Carlsbad Magnolia Avenue Storm Drain Improvements Phase I Contract No. 6608 Bid No. PWS22-1719TRAN Addendum No. 2 From: Graham Jordan, Contract Administrator Phone: 442-224-8938 graham. iordancarlsbadca.qov 1635 Faraday Ave Carlsbad, CA 92008 No. of Pages: 2 (including this page) Date: January 4, 2021 Due Date: January 12, 2022 - 11 a.m. (Unchanged) Notice: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Documents. Documents not specifically mentioned in this Addendum remain in full force. Contractor must acknowledge receipt of this Addendum with documents submitted at the due date and time specified in the bid documents. Failure to do so may subject Contractor to disqualification. QUESTIONS AND ANSWERS 1. What material are we using for pipe zone for this project? Are we using SE30? Pipe zone material for PVC potable water pipe shall be in accordance with the technical specifications and associated standard drawings provided in Appendix H, CMWD Standards and Specifications, of the contract. Pipe zone material for RCP storm drainpipe shall be in accordance with Section 306 of the Standard Specifications for Public Works Construction (green book), city supplemental provisions, and associated standard drawings. Soil characteristics and borings logs of the existing subgrade material are provided in Appendix E, Geotechnical Boring Logs, of the contract. Contract No. 6608-PWS22-1719TRAN 1 Addendum No. 2 2.Is there a yard close to the vicinity of the project that can be utilized for storage of equipment and materials? Is there a chance that one of the schools would be able to allocate space since the project duration occurs during the summer months? Establishment of a staging area/ laydown yard is the responsibility of the contactor per Section 9-3.4.1 Mobilization and Preparatory Work of the contract. The city has made no arrangements for an offsite staging area that is available for use by the contractor. The segment of Magnolia Avenue scheduled for closure between Brady Circle and Valley Street may provide the adequate space needed for a staging/laydown area and may be used for this purpose at the contractor's discretion. 3.Note 4 on Sheet 2 of 15 infers that the waterline relocations at stations 40+96 to 41+71 and 48+68 to 49+34 are to be performed within a 24 hour period, with no temporary highlining. Please advise if this is correct. Note 4 on sheet 2 does not specify time requirements for waterline relocations. Further instructions and requirements for water main shutdowns are provide in Appendix L, CMWD Water Main Shutdown Request (E-28 Form). 4.Reference Sheet 5 of 15. Are profiles available for the waterline crossing from station 48+68 to 49+34? Profiles are not available for the water main replacement between STA 48+68 to 49+34 or the associated fire service at STA 49+21. These improvements are material conversions to PVC pipe and shall match the elevations of the existing pipes with a minimum 3 feet of cover throughout. Contract No. 6608-PWS22-1719TRAN 2 Addendum No. 2 City of Carlsbad January 7, 2022 ADDENDUM NO. 3 RE: MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS PHASE I PROJECT NO. 6608; BID NO. PWS22-1719TRAN Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. GRAHAM DAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 Bidder's Sign ture Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t City of Carlsbad Magnolia Avenue Storm Drain Improvements Phase I Contract No. 6608 Bid No. PWS22-1719TRAN Addendum No. 3 From: Graham Jordan, Contract Administrator Phone: 442-224-8938 qraham.iordan@carlsbadca.qov 1635 Faraday Ave Carlsbad, CA 92008 No. of Pages: 1 (including this page) Date: January 7, 2021 Due Date: January 12, 2022 - 11 a.m. (Unchanged) Notice: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Documents. Documents not specifically mentioned in this Addendum remain in full force. Contractor must acknowledge receipt of this Addendum with documents submitted at the due date and time specified in the bid documents. Failure to do so may subject Contractor to disqualification. QUESTIONS AND ANSWERS 1. In a previous valve replacement project we were required to test samples of AC pipe. The only lab that we found that did the required lab testing was Wood laboratories. Have your testing measures changed or are you still requiring the testing that costs around $1600 per piece that is done at Wood labratories? Provide ACP testing in accordance with specification Section 02262. Owner pre-approved laboratories are provided in subsection 3.4 Laboratory Testing. Contractors may seek an alternate laboratory for testing services that meets the requirements of the specifications. Contractor shall confirm the cost for testing services and include such costs in the bid. Contract No. 6608-PWS22-1719TRAN 1 Addendum No. 3 GENERAL PROVISIONS FOR MAGNOLIA AVENUE STORM DRAIN IMPROVEMENTS PHASE I CONTRACT NO. 6608 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS — Unless otherwise stated, the words directed, required, permitted, ordered, in- structed, designated, considered necessary, prescribed, approved, acceptable, satisfactoty, 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", "sched- uled", 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 un- derstood 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 ap- proval, 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 ex- pense, shall perform all operations, labor, tools and equipment, and further, including the furnish- ing 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. t ur, Revised 6/15/17 Contract No. 6608 Page 49 of 153 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 bul- letins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency — The City of Carlsbad, California. Agreement — See Contract. Assessment Act Contract — A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base—A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid — The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder — Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid • for the Work, acting directly or through a duly authorized representative. Board — The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond — Bid, performance, and payment bond or other instrument of security. City Council — the City Council of the City of Carlsbad. City Manager — the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract — A Contract financed by means other than special assessments. Change Order — A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code — The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager— the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract — The written agreement between the Agency and the Contractor covering the Work. Contract Documents — Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documen- tation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Stand- ard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. arr 4 TO41, Revised 6/15/17 Contract No. 6608 Page 50 of 153 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 contrac- tor" shall mean Contractor. Contract Price — The total amount of money for which the Contract is awarded. Contract Unit Price — The amount stated in the Bid for a single unit of an item of work. County Sealer — The Sealer of Weights and Measures of the county in which the Contract is let. Days — Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection —The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board — Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier — Street light assembly complete, including foundation, standard, luminaire arm, lumi- naire, etc. Engineer — The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile — Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer — A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer — A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire — The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm — The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item — A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification — Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award — The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Revised 6/15/17 Contract No. 6608 Page 51 of 153 Notice to Proceed — A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Section 2-3.1 — Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Fur- ther, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person — Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans — The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract — Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector — The Engineer's designated representative for inspection, contract admin- istration and first level for informal dispute resolution. Proposal — See Bid. Reference Specifications — Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway — The portion of a street reserved for vehicular use. Service Connection — Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer — Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications — General Provisions, Standard Specifications, Technical Specifications, Refer- ence 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. •S' 4,1 4111- Revised 6/15/17 Contract No. 6608 Page 52 of 153 Standard Specifications — The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State— State of California. Storm Drain — Any conduit and appurtenances intended for the reception and transfer of storm water. Street — Any road, highway, parkway, freeway, alley, walk, or way. Subbase — A layer of specified material of planned thickness between a base and the subgrade. Subcontractor — An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade— For roadways, that portion of the roadbed on which pavement, surfacing, base, sub- base, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision — Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement — A written amendment of the Contract Documents signed by both parties. Supplemental Provisions — Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety — Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne—Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility — Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private ease- ment. Work — That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 4p's al- Revised 6/15/17 Contract No. 6608 Page 53 of 153 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned • ABS Acrylonitrile — butadiene — styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate 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 BE 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 Television 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 CI P Cast iron pipe CI P P Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMP Corrugated Metal Pipe 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 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 Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing 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 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 Revised 6/15/17 Contract No. 6608 Page 54 of 153 GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe 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 Invert Elevation Inside diameter NCL Including NSP. Inspection NV Invert Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint 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 OMVVD Olivenhain Municipal Water District OPP Opposite OR1G Original PACP...... Pipeline Assessment Certification Program PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve 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 RAN Private right-of-way Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant Radius R&O Rock and oil RAN 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 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 SIR GR Straight grade STRUC Structural/Structure SW Sidewalk 101- Revised 6/15/17 Contract No. 6608 Page 55 of 153 SWD Sidewalk drain USA Underground Service Alert SY Square yard VAR Varies, Variable Telephone VB Valve box TAN Tangent VC Vertical curve TC Top of curb VCP Vitrified clay pipe TEL Telephone VERT Vertical TF Top of footing VOL Volume TOPO Topography VWD Vallecitos Water District TR Tract Water, Wider or Width, as applicable TRANS Transition WATCH Work Area Traffic Control Handbook TS Traffic signal or transition structure WI Wrought iron TSC Traffic signal conduit VVM Water meter TSS Traffic signal standard WPJ Weakened plane joint TVV Top of wall XCONN Cross connection TYP Typical XSEC Cross section UE Underground Electric 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration G RI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Stand- ard 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. 411 N- Revised 6/15/17 Contract No. 6608 Page 56 of 153 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviationsi 1 mil (=0.001 in) 25.4 micrometer (jirn) 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) 0.9072 Tonne (= 907 kg) 0.1 pascal - second (Pa • s) 1 square millimeters per second (mm2/s) 4.4482 Newton (N) 6.8948 Kilopascal (kPa) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J) 1.3558 Watt (VV) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): °F =(1.8 x°C)+ 32 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Common Metric Prefixes kilo (k) centi (c) milli (m) micro (µ) nano (n) pico (p) 1-6 SYMBOLS A 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 t el- Revised 6/15/17 Contract No. 6608 Page 57 of 153 1 Ton (=2000 lb avoirdupois) 1 Poise 1 centistoke (Cs) 1 pound force (lbf) 1 pounds per square inch (psi) 1 pound force per foot (lbf/ft) 1 foot-pound force per second ([ft-lbfys) 1 part per million (ppm) Degree Celsius (°C): °C = (°F — 32)/1.8 103 10-2 10-3 10-6 10-9 10-12 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 as- signed 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), which- ever 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 Con- tractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. •Ifr 4.e. III- Revised 6/15/17 Contract No. 6608 Page 58 of 153 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 proceed- ings 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 deter- mination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcon- tracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Con- tractor, 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 Con- tract 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 Proce- dure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. TUSV Revised 6/15/17 Contract No. 6608 Page 59 of 153 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 commis- sioner. 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. 2-6.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifica- tions, 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), and the latest supplements thereto, 2021 edition as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans consist of one (1) set of drawings. The set is designated as City of Carls- bad Drawing #531-6. Standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Depart- ment of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. 1Plfr t el- Revised 6/15/17 Contract No. 6608 Page 60 of 153 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 Speci- fications and not shown on the Plans or shown on the Plans and not specified in the Specifica- tions, 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, im- mediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edi- tion of the following documents listed in order of highest to lowest precedence: 1.Permits from other agencies as may be required by law. 2.Change orders, whichever occurs last. 3.Contract addenda, whichever occurs last. 4.Contract 5.Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6.Plans. 7.Standards plans. •a. City of Carlsbad Standard Drawings. b.Carlsbad Municipal Water District Standard Drawings. c.City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d.San Diego Area Regional Standard Drawings. e.Traffic Signal Design Guidelines and Standards. f.State of California Department of Transportation Standard Plans. g.State of California Department of Transportation Standard Specifications. h.California Manual on Uniform Traffic Control Devices (CA MUTCD). 8.Standard Specifications for Public Works Construction, as amended. 9.Reference Specifications. 10.Manufacturer's Installation Recommendations. Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-6.2.1 Precedence of Contract Documents, add the following: Where CALTRANS specifica- tions 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 con- struction materials referred to in the CALTRANS specifications. The Invitation to Bid, Contract for to, Revised 6/15/17 Contract No. 6608 Page 61 of 153 Public Works, Part 1 of these Supplemental Provisions and Part 1 of the SSPWC, in the order of precedence in Section 2-5.2 of the SSPWC, shall prevail over the CALTRANS specifications in all other matters. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 15 working days for review of submittals unless other- wise specified in the Special Provisions. Each submittal shall be accompanied by a letter of trans- mittal. 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 submit- tals 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 submit- tals for the same materials.) 6.Description of the contents of the submittal. 7.Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: IP a 01- Revised 6/15/17 Contract No. 6608 Page 62 of 153 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Title Sub'ect 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 4 209-2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6 General Falsework 7 303-1.7 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 12 306-2.7.3 General Temporary Bypasses 13 307-1.1 General Jacking Operations 14 307-2.1 General Tunneling Operations 15 307-2.4 Tunnel Supports Tunneling Operations 16 306-8.2.2.3 Remodeling Existing Sewer Polyethylene Liner Installation Facilities 17 308-3 Microtunneling Microtunneling Operations 18 701-17.2.2 Controller Cabinet Wiring Traffic Signal Construction Diagrams Working drawings listed above as Items 1, 5, 6, 8, 9, 10, 12, 13, 14, 15 and 17 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-6.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assem- bled 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 Specifica- tions for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the sys- tem. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1. List of Subcontractors per 2-3.2. 4r).• t • Gliv Revised 6/15/17 Contract No. 6608 Page 63 of 153 2.List of Materials per 4-1.4. 3.Certifications per 4-1.5. 4.Construction Schedule per 6-1. 5.Confined Space Entry Program per 7-10.4.4. 6.Concrete mix designs per 201-1.1. 7.Asphalt concrete mix designs per 203-6.1. 8.Request for Permission of Laydown or staging area (if within City ROW) 9.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, man- ufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep an up-to-date record set of drawings "as-built", which shall be corrected in red and show every change from the original draw- ings and specifications and the exact "as-built" locations, sizes and kinds of equipment, under- ground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. The official record drawing shall accurately reflect all changes and modifications to the original plan. The Contractor shall formally submit the final rec- ord drawing at the final walkthrough meeting. At the direction of the engineer, the Contractor shall correct and revise the Record Drawings to accurately reflect field conditions. Re-submittal of the Record Drawings shall be completed within ten (10) working days of the final walkthrough meeting date and shall reflect any additional punch list items. Payment for the upkeep, revision, and sub- mittal of the record drawings shall be included in the lump sum price for mobilization. 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 ma- terials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be pro- vided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in 7u* Revised 6/15/17 Contract No. 6608 Page 64 of 153 writing, with the Contractor that protecting an existing monument in place is impractical, the Con- tractor 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 Sur- veyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, herein- after Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data. All surveying data submittals shall conform to the require- ments of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2" by 11") paper. The field notes, calculations and support- ing data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or docu- mentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monu- ments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. J my- Revised 6/15/17 Contract No. 6608 Page 65 of 153 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal loca- tions where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of con- struction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. TABLE 2-9.2.2(A) Survey Re uirements for Construction Stakin Feature Staked Stake De- scription g Centerline or Parallel to Centerline Spac- ing®, 0 , Lateral Spac- ing 0, 0 Setting Tolerance (Within) Street Centerline SDRS M-10 Monument £1000', Street Intersections, Begin and end of curves, only when shown on the plans on street cen- terline 0.02' Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, painted line on PCC & AC surfaces lath - Intervisible, £ 50' on tangents & £ 25' on curves, Painted line - continuous at clearing line 1' Horizontal Slope RP + Marker Stake Intervisible and £ 50' Grade Breaks & £ 25' 0.1' Vertical & Hori- zontal Fence RP + Marker Stake £ 200' on tangents, £ 50' on curves when R> 1000' & 25' on curves when R< 1000' N/A (constant off- set) 0.1' Horizontal Rough Grade Cuts or Fills ³ 10 m (33') RP + Marker Stake £ 50' N/A 0.1' Vertical & Hori- zontal Final Grade (in- cludes top of: Basement soil, subbase and base) RP + Marker Stake, Blue- top in grad- ing area £ 50' on tangents & curves when R³ 1000' & £ 25' on curves when R < 1000' £ 22' 3/8" Horizontal & 1/4" Vertical Asphalt Pave- ment Finish Course RP, paint on previous course £ 25' or as per the intersection grid points shown on the plan whichever provides the denser information edge of pave- ment, paving pass width, crown line & grade breaks 3/8" Horizontal & 1/4" Vertical Drainage Struc- tures, Pipes & similar Facili- ties CD, 0 RP + Marker Stake intervisible & < 25', beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines as appropriate 3/8" Horizontal & 1/4" Vertical Curb RP + Marker Stake £ 25', BC & EC, at 'AA, %A & v'A on curb returns & at beginning & end (constant off- set) 3/8" Horizontal & 1/4" Vertical Traffic Signal 0 Vertical locations shall be based on the ulti- mate elevation of curb and sidewalk Signal Poles & Controller 0 RP + Marker Stake at each pole & controller location as appropriate 3/8" Horizontal &1/4" Vertical Junction Box 0 RP + Marker Stake at each junction box location as appropriate 3/8" Horizontal & 1/4" Vertical 7.411, Revised 6/15/17 Contract No. 6608 Page 66 of 153 Feature Staked Stake De- scription 0) Centerline or Parallel to Centerline Spac- ingel, 6 Lateral Spac- ing 0, © Setting Tolerance (Within) Conduit 0 RP + Marker Stake < 50' on tangents & curves when 1:2__ 1000' & £. 25' on curves when R £ 1000' or where grade £ 0.30% as appropriate 3/8" Horizontal & when depth cannot be measured from exist- ing pavement 1/4 Ver- tical Minor Structure 0 RP + Marker Stake + Line Stake for catch basins: at centerline of box, ends of box & wings & at each end of the local depression 0 as appropriate 3/8" Horizontal & 1/4" Vertical (when vertical data needed) Abutment Fill RP + Marker Stake + Line Stake < 50' & along end slopes & conic transitions as appropriate 0.1' Vertical & Hori- zontal Wall 0 RP + Marker Stake + Line Point +Guard Stake £ 50' and at beginning & end of: each wall; BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height as appropriate 1/4" Horizontal & 1/4" Vertical Major Structure CD Footings, Bents, Abut- ments & Wingwalls RP + Marker Stake + Line Point +Guard Stake 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns as appropriate 3/8" Horizontal & 1/4" Vertical Superstruc- tures RP 10' to 33' sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns as appropriate 3/8" Horizontal & 1/4" Vertical Miscellaneous (Si Contour Grad- ing 0 RP + Marker Stake £ 50' along contour line 0.1' Vertical & Hori- zontal Utilities 0, 0 RP + Marker Stake £ 50' on tangents & curves when R> 1000' & £ 25' on curves when R £ 1000' or where grade £ 0.30% as appropriate 3/8" Horizontal & 1/4" Vertical Channels, Dikes & Ditches 0 RP + Marker Stake intervisible & £ 100', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities as appropriate 0.1' Horizontal & 1/4" Vertical Signs 0 RP + Marker Stake + Line Point +Guard Stake At sign location Line point 0.1' Vertical & Hori- zontal Subsurface Drains 0 RP + Marker Stake intervisible & £ 50', BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar fa- cilities as appropriate 0.1' Horizontal & 1/4" Vertical Overside Drains 0 RP + Marker Stake longitudinal location At beginning & end 0.1' Horizontal & 1/4" Vertical Markers 0 RP + Marker Stake for asphalt street surfacing £ 50' on tan- gents & curves when R³ 1000' & _£ 25' on curves when R £ 1000. At marker lo- cation(s) 1/4" Horizontal Railings & Bar- riers 0 RP + Marker Stake At beginning & end and £ 50' on tangents & curves when R > 1000' & < 25' on curves when R £ 1000' at railing & barrier loca- tion(s) 3/8" Horizontal & Verti- cal AC Dikes 0 RP + Marker Stake At beginning & end as appropriate 0.1' Horizontal & Ver- tical Box Culverts 10' to 33' as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert as appropriate 3/8" Horizontal & 1/4" Vertical Pavement Markers0 RP 200' on tangents, 50' on curves when R '--2 1000' & 25' on curves when R £ 1000'. For PCC surfaced streets lane cold joints will suffice at pavement marker loca- tion(s) 1/4" Horizontal CD Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy reauirements of the RP meet the reauirennents for the feature aw. lir Revised 6/15/17 Contract No. 6608 Page 67 of 153 O Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table O Perpendicular to centerline. •Some features are not necessarily parallel to centerline but are referenced thereto CI Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature 6 ³ means greater than, or equal to, the number following the symbol. £ means less than, or equal to, the number following the symbol. O The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(B) TABLE 2-9.2.2(B) Survey Stake Color Code for Construction Stakin Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, center- line, alignments, etc. White/Red Vertical Control Bench marks White/Or- ange Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Yellow Structure Bridges, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Blue Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Orange * Flagging and marking cards, if used. 2-9.2.3 Payment for Survey. Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compen- sation for attendant survey work and no additional payment will be made. Payment for the re- placement of disturbed monuments and the filing of records of survey and/or corner records, in- cluding filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the qual- ity and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the fin- ished 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. Te• lv Revised 6/15/17 Contract No. 6608 Page 68 of 153 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all mat- ters 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 instruc- tions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; accepta- bility 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 Engi- neer, 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 Con- tractor's staff and the staff of all subcontractors to this contract. At any time during normal busi- ness 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 relat- ing 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. Con- tractor 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 Con- tractor 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 rep- resentatives 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. 4P'‘' al- Revised 6/15/17 Contract No. 6608 Page 69 of 153 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 inter- ests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as grant- ing 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 Con- tractor 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 in- volved, 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 con- formance 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 cov- ered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 per- cent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. Revised 6/15/17 Contract No. 6608 Page 70 of 153 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work cov- ered 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 Contrac- tor. 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 spec- ified 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 notifi- cation 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. ip-sf u, Revised 6/15/17 Contract No. 6608 Page 71 of 153 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 com- pensation 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 equip- ment 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 Sec- tion 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" pub- lished 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 inci- dentals. 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 Con- tractor 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 rec- ommended by the manufacturer. 11110 Revised 6/15/17 Contract No. 6608 Page 72 of 153 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 Con- tractor 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 Sub- contractor, 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 subcon- tracted 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 doc- uments 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 siibmitted through the Contractor. The report shall: 1.Show names of workers, classifications, and hours worked. 2.Describe and list quantities of materials used. vullir Revised 6/15/17 Contract No. 6608 Page 73 of 153 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 fol- lowing Work site conditions (hereinafter called changed conditions), in writing, upon their discov- ery and before they are disturbed: 1.Subsurface or latent physical conditions differing materially from those represented in the Contract; 2.Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being per- formed; 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 perfor- mance 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 hap- pening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the par- ticular circumstances giving rise to the potential claim, the reasons for which the Contractor be- lieves 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 condi- tions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. t Or' Revised 6/15/17 Contract No. 6608 Page 74 of 153 "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 under- stands and agrees that this potential claim, unless resolved, must be restated as a claim in re- sponse 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 sub- sequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1.Project Inspector 2.Construction Manager 3.Deputy City Engineer, Construction Management & Inspection 4.Deputy City Manager, Public Works 5.City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or re- quest that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a reso- lution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. IP.141 - Revised 6/15/17 Contract No. 6608 Page 75 of 153 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 Sec- tion 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 Univer- sity, 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, polit- ical 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 de- partment. (iv)The Department of Corrections and Rehabilitation with respect to any project under its juris- diction 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 011, 01- Revised 6/15/17 Contract No. 6608 Page 76 of 153 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 gov- erning 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 dis- pute. 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 set- tlement 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 pri- vate 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. .1P‘.• t , 1111, Revised 6/15/17 Contract No. 6608 Page 77 of 153 (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 re- quest 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 pre- sented 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 con- tractual 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 To4v Revised 6/15/17 Contract No. 6608 Page 78 of 153 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 specifica- tions 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 (com- mencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. *SY "Ø Revised 6/15/17 Contract No. 6608 Page 79 of 153 20104.4. The following procedures are established for all civil actions filed to resolve claims sub- ject 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 re- quirement 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 Proce- dure, 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 ap- pointed 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 differ- ent 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 undis- puted 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. lor Revised 6/15/17 Contract No. 6608 Page 80 of 153 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 gener- ally 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 con- sidered 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 di- rected by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable no- tice, 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 Spec- ifications. 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 Con- tractor 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 neces- sary 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 fabrica- tion, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are accepta- ble 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 in- spection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety 411, f' el" Revised 6/15/17 Contract No. 6608 Page 81 of 153 regulations as may apply. Contractor shall furnish Engineer with such information as may be nec- essary 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 pur- chase materials, fabricated products, or equipment from sources located more than 50 miles out- side 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 equip- ment. 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 ex- pense, shall deliver the materials for testing to the place and at the time designated by the Engi- neer. 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 require- ments 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 im- proper 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. 4". Revised 6/15/17 Contract No. 6608 Page 82 of 153 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 nec- essary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifica- tions 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 mate- rial, 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 durabil- ity, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its in- tended 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, ap- pearance, 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 propor- tioning 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 6/15/17 Contract No. 6608 Page 83 of 153 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 Regula- tions pertaining to weighing devices. A certificate of compliance shall be presented, prior to oper- ation, 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 oper- ating 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 pres- sure 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. Cal- ibration 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 Mod- ified 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 de- fined 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 addi- tional 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 accepta- ble 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 acknowl- edgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 cal- endar 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 engi- neers 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 41,- Revised 6/15/17 Contract No. 6608 Page 84 of 153 if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1.Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2.Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 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 inves- tigation 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 pertain- ing 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 Engi- neer 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. `01V Revised 6/15/17 Contract No. 6608 Page 85 of 153 SECTION 5 - UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known rec- ords, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utili- ties indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, tele- phone, or cable television are shown on the Plans, the Contractor shall assume that every prop- erty 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 (Under- ground 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. Prior to pipeline excavation, the Contractor shall determine the location and depth (potholing) of every crossing point between the proposed pipeline and the existing utilities shown on the plan or that have been marked by the respective owners per Section 402-1. The pothole log shall be submitted a minimum of one week prior to excavating the crossing location. 6-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the sup- port 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. *Mr t 111- Revised 6/15/17 Contract No. 6608 Page 86 of 153 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 pro- tection 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 proce- dures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering por- tions 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 be- fore 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 man- hole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2009 Edition, and latest editions and supplements thereto. Utilities which are relocated in order to avoid interference shall be protected in their posi- tion 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 prop- erty 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 in- terfering 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. Teo, Revised 6/15/17 Contract No. 6608 Page 87 of 153 Such temporary omission shall be for the Contractor's convenience and no additional compensa- tion will be allowed therefore or for additional work, materials or delay associated with the tempo- rary omission. The portion thus omitted shall be constructed by the Contractor immediately fol- lowing 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 avail- able 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 Sec- tion 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unrea- sonably 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 iden- tified 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 altera- tions 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. The Contractor shall 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. The Contractor shall notify the appropriate utility company a minimum of 48 hours in advance of excavating an undercrossing, overcrossing, or parallel installations where utility may be exposed. " vo, Revised 6/15/17 Contract No. 6608 Page 88 of 153 SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as other- wise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within five (5) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's man- agement 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 precon- struction meeting. 6-1.2 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Base- line Construction Schedule shall provide the information specified in this section and shall be on hard (paper) copy or electronic media. 6-1.2.1 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. The sched- ule shall include, but is not limited to: 1.Start/end dates for each bid item 2.Start/end date of the Carlsbad Unified School District's Academic Summer session (June 13 — August 23, 2022) 3.Start/end for the different phases of work per Section 6-2.1 4.Changes to traffic control and closures to roads or drivelines 5.Dates of scheduled Saturday work 6.Critical path and associated milestones to project completion. 7.Submittal dates for working drawings and shop drawings 6-1.2.2 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contrac- tor complies with the requirements of these supplemental provisions shall be a condition prece- dent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engi- neer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental pro- visions within ten (10) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included as working days. 4 , t 42 Ey- Revised 6/15/17 Contract No. 6608 Page 89 of 153 The Engineer will review and return to the Contractor, with any comments, the Baseline Construc- tion Schedule within ten (10) working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.2.1 through 6-1.2.2.3. 6-1.2.2.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. 6-1.2.2.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to submitting any additional submittals to the City. 6-1.2.2.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the correc- tions and changes. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be consid- ered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.2.3 Maintenance of Construction Schedule. The Contractor's schedule shall be updated on a weekly basis and presented at progress meetings per Section 6-2.2. The updated schedule shall be presented at the weekly progress meeting and display start/early finish dates for all bid items, percent completed for each work item, lag time, delays, number of working days exhausted and a detailed three-week look ahead of construction activities. 6-1.2.4 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to mobilization and no sep- arate 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 defined by the requirements in this section, the Contractor shall diligently prosecute the Work to comple- tion. 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 Con- tractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said pur- poses, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and per the Project Specifications. Specific sequencing constraints include, but are not limited to, the following phases, unless oth- erwise authorized by the agency: 41,1fr10 4 oy- Revised 6/15/17 Contract No. 6608 Page 90 of 153 Phase 1 This phase constitutes the time period between the date the Notice to Proceed is issued and May 30, 2022. Site disturbing work is prohibited at this time unless approved by the Engineer. Working days will not be charged during this phase. This phase is reserved for preconstruction preparation and administrative items, such as material submittals. Phase 2 This phase constitutes the dates on and between May 31, 2022 and June 10, 2022. All work within the area provided by Stage 1 of the Traffic Control Plan is permitted during this time. Any work proposed outside of the Stage 1 work area shall be submitted to the Engineer for approval. Work- ing days will not be charged during this phase and the allowable work window is limited to 8:00AM to 4:00 PM, Monday through Friday. Phase 3 This phase constitutes all working days, as defined by Section 6-7.2, on and between June 13, 2022 and August 23, 2022. The Contractor's bid prices shall reflect the necessary work- force required to complete the project in full by the end of work on August 23, 2022. Failure to complete all improvements during this time will result in liquidated damages as defined in Sec- tion 6-9 Liquidated Damages. Any remaining work that is to occur after August 23, 2022 will be restricted to the working hours of 9 AM to 2 PM, Monday through Friday. 6-2.2 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 Rep- resentative shall be the individual determined under Section 7-6, "The Contractor's Representa- tive". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engi- neer 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 ar- chaeological 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. VW' Revised 6/15/17 Contract No. 6608 Page 91 of 153 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the prem- ises. 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 Con- tractor 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. 6-6 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own dis- cretion 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 Contrac- tor 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. 4,11f t Ey- Revised 6/15/17 Contract No. 6608 Page 92 of 153 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 Con- tractor will not be entitled to damages or additional payment due to such delays, except as pro- vided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classi- fication 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 reason- able means. Should the Contractor fail to provide the notice(s) required by this section the Con- tractor 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 Con- tract 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 sixty-one (flfl working days beginning on June 13, 2022. The Contractor's bid prices shall reflect the necessary work- force required to complete the project in full by the end of the work day on August 23, 2022 6-7.2 Working Day. A working day is any day within the period on and between June 13 through August 23, 2022, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1.Sunday, 2.any day designated as a holiday by the Agency, •Ifr Aw. 01- Revised 6/15/17 Contract No. 6608 Page 93 of 153 3.any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor associa- tion, 4.any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 5.any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work for each working day shall be between the hours of 8:00 A.M. and 5:00 P.M. Monday through Saturday. The Con- tractor 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 ob- tained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.2.1 Working Days After August 23, 2022. Should any work continue after August 23, 2022 the allowable working hours are restricted from 9 AM to 2 PM, Monday through Friday. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each work- ing 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 indi- cate 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 com- pleted 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 perma- nent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engi- neer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such VP' Revised 6/15/17 Contract No. 6608 Page 94 of 153 replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work by the end of work on August 23, 2022 will result in damages being sustained by the Agency. For each con- secutive calendar day in excess of this date, the Contractor shall pay the Agency, or have withheld monies due it, the sum of one thousand five hundred dollars ($1,500.00). 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 one thou- sand five hundred dollars ($1,500.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the im- provement 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 com- pleted facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. Revised 6/15/17 Contract No. 6608 Page 95 of 153 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 ap- plicable 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 agree- ment 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 respon- sibility 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 re- maining 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 un- dertake 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 6/15/17 Contract No. 6608 Page 96 of 153 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' Com- pensation 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 Contrac- tor 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 compen- sation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all per- mits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its pres- ence to take measures necessary to protect the Work, persons, or property. Any order or com- munication given to this representative shall be deemed delivered to the Contractor. A joint ven- ture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. 11.* Revised 6/15/17 Contract No. 6608 Page 97 of 153 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 dam- ages 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 provide access, coordinate and cooperate with Carls- bad Unified School District and North County Academy throughout the construction along their frontages. 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 incom- plete. 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 imme- diately 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 Con- tractor 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 dis- cretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. t Awl) 01- Revised 6/15/17 Contract No. 6608 Page 98 of 153 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 Con- tract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of em- ployees 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, sew- age shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number R9-2013-0001, Construction General Permit and amendments thereto, Waste Dis- charge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. A Tier 2 Storm Water Pollution Prevention Plan (SWPPP) is provided to the Contractor, in Ap- pendix C, for use in preparing the Project SWPPP for approval by the City. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. All costs for preparing and implementing the 411)' t •41" Revised 6/15/17 Contract No. 6608 Page 99 of 153 Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be included in the contract lump sum price. 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. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged dur- ing the work, Contractor is responsible to repair or replace any utilities, improvements, landscap- ing, irrigation systems, and vegetation at the Contractor's expense. 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 installa- tions, 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 relo- cated shall be done in conformance with Section 701. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconven- ience. The access rights of the public shall be considered at all times. Unless otherwise author- ized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access 'shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service lov Revised 6/15/17 Contract No. 6608 Page 100 of 153 stations and motels; hospitals; police and fire stations; and establishments of similar nature. Ac- cess to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian cross- ings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is com- pleted, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. 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 com- pany, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved park- ing within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects ve- hicular 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 af- fected 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 descrip- tion 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 du- rability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An exam- ple of such notice is provided in Appendix "A". viy Revised 6/15/17 Contract No. 6608 Page 101 of 153 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 ad- vance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional com- pensation 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 five (5) days after unloading. All materials or equipment not installed or used within five (5) days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than five (5) days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the engineer. Excavated material, expect 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, fiagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Con- tractor shall furnish and install signs and warning devices and promptly remove them upon com- pletion of the Work. After obtaining the Engineers approval and at least five (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. •"‘• t ay- Revised 6/15/17 Contract No 6608 Page 102 of 153 The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (latest version) and these provisions. If any component in the traffic control sys- tem 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 con- trol 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 mark- ing 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 Con- tractor. Warning and advisory signs, lights and devices shall be promptly removed by the Con- tractor 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 re- moved 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 trav- eled 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, in- cluding 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 equip- ment 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 t Er Revised 6/15/17 Contract No. 6608 Page 103 of 153 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 two (2) feet, nor operate equipment within five (5) feet from any traffic lane occupied by traffic. For equipment, the 5'shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and remov- ing 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. 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 (latest version) 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 nec- essary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the Cal- ifornia Manual on Uniform Traffic Control Devices (latest version) published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pave- ment delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pave- ment delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose mate- rial. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Tele Revised 6/15/17 Contract No. 6608 Page 104 of 153 Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When tem- porary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TOP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 15-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the (latest version) published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the regis- tered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefore. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Revised 6/15/17 Contract No. 6608 Page 105 of 153 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 Con- tractor 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 pro- vided or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Ma- terial Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe condi- tions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, admin- istering 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 con- tain 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 Ole GIT- Revised 6/15/17 Contract No. 6608 Page 106 of 153 The Contractor's submittal shall include the names of its personnel, including subcontractor per- sonnel, 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 con- fined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c)Payment. Payment for implementing, administering, and providing all equipment and person- nel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.6 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 infringe- ment 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 Na- tional 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. Aw. "T Revised 6/15/17 Contract No. 6608 Page 107 of 153 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 par- ties." " 1114v Revised 6/15/17 Contract No. 6608 Page 108 of 153 SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Field facilities for Agency personnel are not required. Elk t At 0 1- Revised 6/15/17 Contract No. 6608 Page 109 of 153 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 meas- urements 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 sec- tions 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 dupli- cate 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. Stand- ard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accord- ance 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 401, Revised 6/15/17 Contract No. 6608 Page 110 of 153 has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precau- tions which are the Contractor's responsibility have not been taken and are not reasonably ex- pected 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 owner- ship shall remain with the Contractor who shall be obligated to store any fully or partially com- pleted 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 re- cordation 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 appli- cable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as pre- scribed 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 Tuov Revised 6/15/17 Contract No. 6608 Page 111 of 153 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 Engi- neer 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 pay- ment 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, 5 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 re- maining progress estimates and from the final estimate may be limited to $500 or 5 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 liqui- dated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substi- tute 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 corre- sponding 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 Esti- mate. 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 adjust- ments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable 4,1fr t Mr- Revised 6/15/17 Contract No. 6608 Page 112 of 153 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 state- ment 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 Condi- tions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Re- port, 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 con- tentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. The Contract lump-sum price paid for mobilization shall not exceed TEN PERCENT (10%) of the total bid and includes full compensation for furnish- ing 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 inci- dental 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 per- formed 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. Mobilization shall include but not be limited to the following items: 1. Obtaining and paying for all required Bonds, Insurance Policies (including premiums and incidentals), and Permits. 41-3fr t CI- Revised 6/15/17 Contract No. 6608 Page 113 of 153 2.Submittal of required materials, shop drawings, construction schedule(s), and weekly schedule updates. 3.Establishment of all offices, buildings, construction yards, staging areas, security fencing, privacy screening, sanitary facilities, and any other facilities necessary for work at all pro- ject locations. 4.Posting all OSHA required notices and establishment of safety programs. 5.The movement of personnel, materials, equipment, supplies, and incidentals to and from the project site. 6.Developing and installing construction water supply. 6. Notification of residents and businesses. 7.Utility Coordination, mark out and potholing. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization and Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. No additional compensation will be allowed for additional mobilizations required, including but not limited to delays caused by the relocation of existing utility facilities shown on the Plans or dis- covered during construction operations. The deletion of work or the addition of extra work as provided for herein shall be reflected in Contract Change Orders and shall not affect the price paid for "Mobilization." 9-4 BID ITEM DESCRIPTIONS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be consid- ered as included in the Bid Items. Bid Item No. 1: Mobilization, not to exceed 10% (Lump Sum) The Contractor shall mobilize per Section 9-3.4.1. Bid Item No. 2: Traffic Control Plan Implementation and Maintenance (Lump Sum) The Contractor shall implement and maintain the traffic control plan in accordance with the plan, Section 7-10 and Part 6 of the General and Supplemental Provisions. The Contractor shall pre- pare and submit for approval, per Section 2-5.3 Submittals, a traffic control plan for all work that cannot be covered by the controls provided in the traffic control plan or for any proposed modifi- cations to the provided traffic control plan. Bid Item No. 3: Tier 2 SWPPP Preparation, Implementation and Maintenance (Lump Sum) The Contractor shall submit for approval, implement, maintain, report and document, and amend as necessary a Tier 2 Storm Water Pollution Prevention Plan per Sections 7-8 and 300-12. Bid Item No. 4: Trench Sheeting, Bracing and Shoring (Lump Sum) The Contractor shall furnish and install sheeting, bracing and shoring as necessary to install all pipelines and associated structures in compliance with CALOSHA and Section 306. This work shall include the removal of all water and materials of any nature that interfere with the construc- tion work. Subsurface soil information for shoring design is provided in the Appendix. ffr. Aw. 0 1- Revised 6/15/17 Contract No. 6608 Page 114 of 153 Bid Item No. 5: Potholing and Utility Coordination (Lump Sum) The contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for performing exploratory excavation where existing utilities that have not been previously potholed cross the proposed trench zone. This includes, but is not lim- ited to, excavating, utility locating and logging, backfilling and pavement restoration per Carlsbad Standard Drawing GS-29, traffic control, permitting and submitting a report of the located utility depths prior to trenching per Section 5-1. Previously prepared utility pothole reports for the project area are included in the Appendix but do not include all utility crossing locations. Bid Item No. 6: Connect to Existing 54" RCP Storm Drain (Lump Sum) The contract unit price paid for this item shall constitute full compensation to sawcut, excavate, break in and remove and dispose the existing 54" RCP storm drain to create a connection point for the proposed system. Item shall constitute payment for all work necessary to remove and dispose the existing reinforced concrete storm drain per the plan and in accordance with Section 401. Item shall also constitute payment for temporarily by-passing flows within the existing storm drain. Bid Item No. 7: Construct Type A-7 Storm Drain Cleanout with Manhole Locking Device (Each) The Type A-7 storm drain cleanout with a manhole cover locking device shall be constructed per San Diego Regional Standard Drawings D-09, D-11A and B, M-4 and Section 303-1. Bid Item No. 8: 12" Asbestos Cement Pipe Water Main Removal and Replacement with PVC (Linear Feet) The existing 12-inch diameter Asbestos Cement Pipe shall be removed, disposed and replaced to the nearest joint with 12-inch C900 PVC pipe to the elevations shown on the plan per the technical specifications provided in the Appendix. Trench resurfacing shall be in accordance to Carlsbad Standard Drawings GS-25 and 28 and shall consist of 6" asphalt concrete over 6" ag- gregate base. Bid Item No. 9: 8" PVC Water Main Removal and Replacement (Linear Feet) The existing 8-inch C900 PVC pipe shall be removed, disposed and replaced to the nearest joint and to the elevations shown on the plan per the technical specifications provided in the Appendix. Trench resurfacing shall be in accordance to Carlsbad Standard Drawings GS-25 and 28 and shall consist of 6" asphalt concrete over 6" aggregate base. Bid Item No. 10: 6" Asbestos Cement Pipe Fire Service Removal and Replacement with PVC (Linear Feet) The existing 6-inch diameter Asbestos Cement pipe shall be removed, disposed and replaced to the nearest joint with C900 PVC pipe to the elevations shown on the plan per the technical spec- ifications provided in the Appendix. Trench resurfacing shall be in accordance to Carlsbad Stand- ard Drawings GS-25 and 28 and shall consist of 6" asphalt concrete over 6" aggregate base. Bid Item No. 11: Restore Private Water Service (Lump Sum) The existing 1-inch diameter water service for 1710 Magnolia Avenue shall be disconnected from the outlet of the ACP main scheduled for removal and connected to the new PVC main per Carls- bad Standard Drawing W-8 with service restored in-kind per the technical specifications provided in the Appendix. t ur- Revised 6/15/17 Contract No. 6608 Page 115 of 153 Bid Item No. 12: Remove and Replace Fire Hydrant Assembly Per W-12 (Each) Items 7-10 and 12 per Carlsbad Municipal Water District Standard Drawing W-12 shall be re- moved, disposed and replaced in-kind where shown on the plan and per the technical specifica- tions provided in the Appendix. The fire hydrant shall have 4" x 2.5" outlets. Bid Item No. 13: Asbestos Cement Pipe Removal at Storm Drain Crossing (Each) All potable water mains consisting of Asbestos Cement Pipe that cross over the proposed storm drain shall be removed to the nearest joint and replaced with PVC pipe where shown on the plan and per the detail shown on sheet 2 and in accordance with the Appendix. Trench resurfacing shall be in accordance to Carlsbad Standard Drawings GS-25 and 28 and shall consist of 6" asphalt concrete over 6" aggregate base. The contract bid price shall reflect one ACP pipe seg- ment of industry standard length. Bid Item No. 14: Asbestos Cement Pipe Testing (Each) The contract unit price paid for this item constitutes full compensation for all work required to test each removed segment of Asbestos Cement Pipe in accordance with the technical specifications provided in the Appendix. Bid Item No. 15: Install 2" Blow-off / Manual Air Release Assemblies per W-6 (Each) The contract unit price paid for this item constitutes full compensation for all work required to install 2" blow-off and manual air release assemblies per Carlsbad Municipal Water District Stand- ard Drawing W-6 and in accordance with the technical specifications provided in the Appendix. Bid Item No. 16: Install Above Surface 2" Air-Vacuum Valve per W-7 (Each) The contract unit price paid for this item constitutes full compensation for all work required to install a 2" air-vacuum valve assembly and all appurtenances detailed on Carlsbad Municipal Water District Standard Drawing W-7 (conduit, anode, concrete pad, enclosure, etc.) where shown on the plan and in accordance with the technical specifications provided in the Appendix. Bid Item No. 17: Install 12" Gate Valve (Each) The contract unit price paid for this item constitutes full compensation for all work required to remove, dispose and install a 12" diameter gate valve and all items shown on Carlsbad Municipal Water District Standard Drawing W-16 and in accordance with the technical specifications pro- vided in the Appendix. Bid Item No. 18: Remove and Replace 8" Gate Valve (Each) The contract unit price paid for this item constitutes full compensation for all work required to remove, dispose and replace an 8" diameter gate valve and all items shown on Carlsbad Munic- ipal Water District Standard Drawing W-16 and in accordance with the technical specifications provided in the Appendix. Bid Item No. 19: Remove and Replace 6" Gate Valve (Each) The contract unit price paid for this item constitutes full compensation for all work required to remove, dispose and replace a 6" diameter gate valve per Carlsbad Municipal Water District Standard Drawings W-12 and W-16 and in accordance with the technical specifications provided in the Appendix. Bid Item No. 20: Remove and Replace 12" x 8" Tee (Each) The contract unit price paid for this item constitutes full compensation for all work required to remove, dispose and replace a 12" diameter ductile iron tee with 8" diameter outlet per Carlsbad 4111.1b' Revised 6/15/17 Contract No. 6608 Page 116 of 153 Municipal Water District Standard Drawing W-15 and in accordance with the technical specifica- tions provided in the Appendix. Bid Item No. 21: Remove and Replace 12" X 6" Tee (Each) The contract unit price paid for this item constitutes full compensation for all work required to remove, dispose and replace a 12" diameter ductile iron tee with 6" diameter outlet per Carlsbad Municipal Water District Standard Drawings W-12 and W-15 and in accordance with the technical specifications provided in the Appendix. Bid Item No. 22: Construct 18" RCP Storm Drain Pipe (D-1350) (Linear Feet) The 18-inch diameter watertight reinforced concrete pipe (D-1350) shall be furnished and installed where shown on the plan and in accordance with Section 306. Trench backfill shall be per San Diego Regional Standard Drawing D-60 and the modifications to the standard provided on the plan. Trench resurfacing shall be in accordance to Carlsbad Standard Drawings GS-25 and 28. Note: Resurfacing extents typical for this trench width per city standard GS-26 to be done by others. Bid Item No. 23: Construct 24" RCP Storm Drain Pipe (D-1350) (Linear Feet) The 24-inch diameter watertight reinforced concrete pipe (D-1350) shall be furnished and installed where shown on the plan and in accordance with Section 306. Trench backfill shall be per San Diego Regional Standard Drawing D-60 and modifications to the standard provided on the plan. Trench resurfacing shall be in accordance to Carlsbad Standard Drawings GS-25 and 28. Note: Resurfacing extents typical for this trench width per city standard GS-27 to be done by others. Bid Item No. 24: Construct 30" RCP Storm Drain Pipe (D-1350) (Linear Feet) The 30-inch diameter watertight reinforced concrete pipe (D-1350) shall be furnished and installed where shown on the plan and in accordance with Section 306. Trench backfill shall be per San Diego Regional Standard Drawing D-60 and modifications to the standard provided on the plan. Trench resurfacing shall be in accordance to Carlsbad Standard Drawings GS-25 and 28. Note: Resurfacing extents typical for this trench width per city standard GS-27 to be done by others. Bid Item No. 25: Construct Type B-5 Cleanout (Each) The Type B-5 cleanout shall be constructed where shown on the plan and in accordance to San Diego Regional Standard Drawings D-10 through 11 and Section 303-1. Bid Item No. 26: Construct Type B-1 Curb Inlet (L=10') (Each) The Type B-1 curb inlet with an opening length of 10 feet shall be constructed per San Diego Regional Standard Drawings D-02, D-11 A and B, D-12 and Section 303-1. Bid Item No. 27: Construct Type B-1 Modified Curb Inlet (L=11') (Each) The Type B-1 curb inlet with an opening length of 11 feet shall be constructed per San Diego Regional Standard Drawings D-02, D-11 A and B, D-12, modifications shown on the plan, and Section 303-1. Revised 6/15/17 Contract No. 6608 Page 117 of 153 Bid Item No. 28: Construct Type B-1 Curb Inlet (L=17') (Each) The Type B-1 curb inlet with an opening length of 17 feet shall be constructed per San Diego Regional Standard Drawings D-02, D-11 A and B, D-12 and Section 303-1. Bid Item No. 29: Construct Type B-1 Curb Inlet (L=22') (Each) The Type B-1 curb inlet with an opening length of 22 feet shall be constructed per San Diego Regional Standard Drawings D-02, D-11 A and B, D-12 and Section 303-1. Bid Item No. 30: Curb Inlet Concrete Depression Section per DS-1 (Square Feet) The curb inlet depression section shall be constructed per Carlsbad Standard Drawing DS-1 and Sections 401 and 303-5. Unit quantity measured for payment shall be measured by the gutter pan of the depression. The associated curb section of the depression shall be incidental to this item. Bid Item No. 31: Remove and Dispose Sidewalk (Square Feet) The existing sidewalk shall be removed and disposed to the nearest joint, where shown on the plan, and in accordance with San Diego Regional Drawing G-11 and Section 401. Bid Item No. 32: Construct Sidewalk (Square Feet) The sidewalk shall be constructed to the nearest joint, where shown on the plan, and per San Diego Regional Standard Drawing G-07 through G-11 and Section 303-5. Bid Item No. 33: Remove and Dispose Curb and Gutter (Linear Feet) The existing Type G curb and gutter shall be removed and disposed to the nearest joint, where shown on the plan, and in accordance with San Diego Regional Drawing G-11 and Section 401. Bid Item No. 34: Construct Curb and Gutter (Linear Feet) The Type G curb and gutter shall be constructed to the nearest joint, where shown on the plan, and per San Diego Regional Standard Drawing G-2, G-11 and Section 303-5. Bid Item No. 35: Remove and Replace 6" Curb (Linear Feet) The 6-inch curb shall be removed and replaced in-kind to the nearest joint, where shown on the plan, and in accordance to San Diego Regional Standard Drawing G-1 and Sections 401 and 303-5. Bid Item No. 36: Remove and Replace Commercial Driveway (Square Feet) The commercial driveway shall be removed to the nearest joint, where shown on the plan, and in accordance with Sections 401-3.2 through 401-3.3 and replaced in-kind per Carlsbad Standard Drawing GS-12 and Section 303-5. Bid Item No. 37: 2" AC Grind and Overlay of Driveway (Square Feet) This item constitutes payment for a 2-inch cold mill grind and C2 PG64-10 Hot Mix Asphalt overlay of the commercial driveway to the extents shown on the plan and in accordance to Sections 302- 5, 401 and 404. Bid Item No. 38: Remove Existing Curb Outlet and Concrete Channel, Replace Channel and Connect to Modified Curb Inlet (Lump Sum) The contract unit price paid for this bid item shall constitute full compensation to remove an exist- ing San Diego Regional Standard Drawing D-25 curb outlet and concrete channel per Section 401 and replacement of the concrete channel with connection to the modified curb inlet per the details shown on the plan and Section 303-1. Tul* Revised 6/15/17 Contract No. 6608 Page 118 of 153 Bid Item No. 39: Replace Striping, Legends and Symbols In-Kind (Lump Sum) All road striping, markers and signage disturbed or damaged by construction are to be replaced in-kind per Section 314 and the signing and striping notes in the Appendix, -4v Revised 6/15/17 Contract No. 6608 Page 119 of 153 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class II Aggregate Base per Cal- trans Standard Specification, 2018, Section 26: Aggregate Bases, Subsection 26-1.02B Class II Aggregate Base and as specified herein. Add the following section: 200-2.2.4 Class II Aggregate Base. Aggregate for Class ll aggregate base shall be free from organic matter and other deleterious substances and shall be of such nature that it can be com- pacted readily under watering and rolling to form a firm, stable base. Aggregate may include ma- terial 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. AGGREGATE GRADING REQUIREMENTS Percentage Passing 3/4" Maximum Sieve Sizes 2" 11/2" Operating Range 1" 100 3/4" 90-100 No. 4 35-60 No. 30 10-30 No. 200 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 Dura- bility 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, an- other 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 spec- ified for "Operating Range." TO1117 Revised 6/15/17 Contract No. 6608 Page 120 of 153 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 En- gineer, 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 grad- ing 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 Class Maximum Slump Inches (mm) All Concrete Used Within the Right-of-Way 560-C-3250 (1) (330-C-23) (2) Trench Backfill Slurry 190-E-400 (115-E-3) 8" (200) Street Light Foundations and Survey Monu- ments 560-C-3250 (330-C-23) 4" (100) Traffic Signal Foundations 590-C-3750 (350-C-27) 4" (100) Concreted-Rock Erosion Protection 520-C-2500P 310-C-17 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. 201-1.2.4 Chemical Admixtures. Substitute the following: (d) Air-Entraining Admixtures. 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 1/2" 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 Revised 6/15/17 Contract No 6608 Page 121 of 153 indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment as specified in Section 303-7 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 Litho- seal 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 sub- strates, 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 pre-formed, compressible, resilient, nonstaining, nonwaxing, non- extruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyeth- ylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polysty- rene foam is not acceptable. SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 203-6.2.1. Asphalt Binder. Add the Following: Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +/-0.5% Revised 6/15/17 Contract No. 6608 Page 122 of 153 of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.4. Devia- tions in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.4. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grad- ing as shown in Table 203-6.4.4. 203-6A Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class 02-PG64-10 for a surface course 2 inches in depth and B-PG64-10 for all base courses. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.4 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accord- ance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1.Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2.Stability using: a.Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values and/or b.Marshall Stability1 in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. lOnly use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/- .40 of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.4. Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.4 Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grad- ing as show in Table 203-6.4.4. t 41,- Revised 6/15/17 Contract No. 6608 Page 123 of 153 SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. 206-7.1.1 Roadside Signs. This work shall consist of furnishing and installing roadside signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the ser- viceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and alumi- num marks. 206-7.1.2 Sign Identification. The following notation shall be placed on the lower right side of the back of each sign where the notation shall not be blocked by the sign post or frame: A.PROPERTY OF THE CITY OF CARLSBAD, B.Name of the sign manufacturer, C.Month and year of fabrication, D.Type of retroreflective sheeting, and E.Manufacturer's identification and lot number of retroreflective sheeting. The above notation shall be applied directly to the aluminum sign panels in 1/4-inch upper case letters and numerals by die-stamp and applied by similar method to the fiberglass reinforced plas- tic signs. Painting, screening, or engraving of the notation will not be allowed. The notation shall be applied without damaging the finish of the sign. 206-7.1.3 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manu- facture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.1.4 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Desig- nation D4956 and conforming to the requirements of these special provisions. 206-7.1.5 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminum shall be pretreated in accordance to ASTM Designa- tion B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coat- ing shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 64, Revised 6/15/17 Contract No. 6608 Page 124 of 153 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be pro- vided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. 206-7.1.7 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stationary and porta- ble signs. 206-7.2.1 General. This work shall consist of furnishing and installing temporary signs in accord- ance with details shown on the plans, the California Sign Specifications and these special provi- sions. Permanent and temporary signs shall be free from blemishes that may affect the service- ability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7.2.2 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manu- facture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.2.3 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Desig- nation D4956 and conforming to the requirements of these special provisions. 206-7.2.4 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminum shall be pretreated in accordance to ASTM Designa- tion B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coat- ing shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation Standard Plans RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a)Wood posts shall not be used. b)Back braces and blocks for sign panels will not be required. el- Revised 6/15/17 Contract No. 6608 Page 125 of 153 c)The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). d)Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2) of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e)Sign panels mounted on temporary traffic sign posts shall conform to the requirements of these special provisions. 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of these special provisions, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these special provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tub- ing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be per- forated on all four faces with 11mm (7/16") holes on 25 mm (1") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011", -0.005"). Convexity and concavity measured in the center of the flat side shall not ex- ceed a tolerance of +0.25 mm (+0.010") applied to the specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16" in 3'). Tolerance for corner radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on corner-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(B). lidiv Revised 6/15/17 Contract No. 6608 Page 126 of 153 TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions mm (inches) Outside Tolerance for all Sides at Corners mm (inches) 25 x 25 (1 x 1) 0.13 0.005 32 x 32 (11/4 x 11/4) 0.15 0.006 38 x 38 (11/2 x 11/2) 0.15 0.006 44 x 44 (13/4 x 13/4) 0.20 0.008 51 x 51 (2 x 2) 0.20 0.008 56 x 56 (23/16 x 23/16) 0.25 0.010 57 x 57 (21/4 x 21/4) 0.25 0.010 64 x 64 (21/2 x 21/2) 0.25 0.010 51 x 76 (2 x 3) 0.25 0.010 TABLE 206-8.2(B) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension mm (Inches) Squareness(1) mm (Inches) Twist Permissible mm(2) in 900 mm (3") (Inches)(2) 0.050 25 x 25 (1 x 1) 0.15 0.006 1.3 32 x 32 (1-1/4 x 1-1/4) 0.18 0.007 1.3 0.050 38 x 38 (1-1/2 x 1-1/2) 0.20 0.009 1.3 0.050 44 x 44 (1-3/4 x 1-3/4) 0.25 0.010 1.6 0.062 51 x 51 (2 x 2) 0.30 0.012 1.6 0.062 56 x 56 (2-3/16 x 2-3/16) 0.36 0.014 1.6 0.062 57 x 57 (2-1/4 x 2-1/4) 0.36 1.014 1.6 0.062 64 x 64 (2-1/2 x 2-1/2) 0.38 0.015 1.9 0.075 51 x 76 (2 x 3) 0.46 0.018 1.9 0.075 Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall conform to ASTM B-633, Type Ill Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a con- troller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete •‘, t Ave Er- Revised 6/15/17 Contract No. 6608 Page 127 of 153 PCMS unit shall be capable of operating in an ambient air temperature range of -20°C (-4°F) to +70°C (158°F) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of com- plete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that au- tomatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-pro- grammed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be op- erator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and main- tained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in ac- cordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. Add the following section: 206-9.4 Measurement and Payment. Payment for all traffic signs, including Portable Changea- ble Message Signs, are incidental to the traffic control plan and no other compensation will be made therefor. •‘' lr'mare Revised 6/15/17 Contract No. 6608 Page 128 of 153 SECTION 207 - GRAVITY PIPE 207-2 REINFORCED CONCRETE PIPE (RCP). 207-2.5 Joints. Add the following: All RCP joints shall receive a rubber-gasket meeting the re- quirements of Section 208-3 Gaskets for Concrete Pipe. Add the following section: 207-26 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-26.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Mark- ing 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 207-26(A) and 207-26 (B): TABLE 207-26.1(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 H20 at 100 degrees Celsius Five hours without peel Colors APWA Code See Table 207-25.1 (B) TABLE 207-26.1(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 tel- evision. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Pur le Reclaimed water lines. 1•4" Revised 6/15/17 Contract No. 6608 Page 129 of 153 Add the following section: 207-26.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the re- quirements 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 Dam- age to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C.American Petroleum Institute (API). Recommended practice for marking buried liquid pe- troleum pipelines - APR RP 1109. D.General Services Administration, Washington, DC, Public Buildings Service Guide Spec- ification 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, Na- tional Electrical Safety Code for Underground Construction for remote and immediate hazards. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.5. TABLE 210-1.5 A Surface to be Painted Pre-treatment I Surface Prepa- ration Pri- mer Finish Coats Temporary Railing type (K) Abrasive Blast Cleaning to a Roughened, Textured Appear- ance None Two coats white Acrylic Emulsion Paint co 111 acrylic emulsion naint desioned for use on exterior masonry. This paint shall COMDiV in all respects to Federal Specification TT-P- 19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using."universal" or "all purpose" concentrates. arti 71141V Revised 6/15/17 Contract No. 6608 Page 130 of 153 SECTION 213 - ENGINEERING GEOSYNTHETICS 213-6 GEOTEXTILES AND GEOGRIDS Add the following section: 213-5.1 General. Geotextile types shall be used for the applications listed in Table 213-5.1. Table 213-5.1 GEOTEXTILE APPLICATIONS Application of Geotextile Type Designation Separation of Soil and Street Structural Section 9OWS 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 (1/4 Ton) 180N Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (1/4 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 9OWS Erosion Control Fence with 1.8 m (6') Post Spacing and No Wire Fencing 200WS Add the following section: 213-5.2 Erosion Control Specialties. Storm water erosion control plans shall be prepared, im- plemented, and maintained by individuals with the respective qualifications and certification as specified in the City of Carlsbad Engineering Standards Volume 4. Add the following section: 213-5.3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50Ibs) of 19 mm (34") crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS. 214-4.1 General: Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, chan- nelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pave- ment arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic con- forming to CALTRANS Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CALTRANS Specification No. 8010-004 (Type II). CALTRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CALTRANS 4PS' t gs* Revised 6/15/17 Contract No. 6608 Page 131 of 153 Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. 214-6 PAVEMENT MARKERS Add the following section: 214-6.4.3.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214- 6.4.3.1, or equal thereto. TABLE 214-6.4.3.1 TEMPORARY REFLECTIVE PAVEMENT MARKERS Type Manufacturer of Distributor TOM- Temporary Overlay Davidson Traffic Control Products, 3110 70th Avenue East, Ta- Markers coma, WA 98424, (877) 335-4638 Add the following section: 214-6.4.3.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface- mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumina- tion of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown in Table 214-6.4.3.2, or equal thereto. TABLE 214-6.4.3.2 REFLECTIVE CHANNELIZER Type Manufacturer of Distributor Safe-Hit SH336SMA Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Carsonite "Super Duck" SDR3036 Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800) 648-7916 Repo "The Replaceable Post" Western Highway Products 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflec- tive channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. viliv Revised 6/15/17 Contract No. 6608 Page 132 of 153 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 paragraphs to this subsection: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials on public or private property. 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. 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 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 miti- gation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. 300-2.2.1 General. Add the following 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 unsuit- able soils at specific locations or elevations on the site. 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. 300-2.9 Payment. Substitute the following: Payment for unclassified excavation shall be inci- dental to the bid item unit price requiring excavation to depth specified on the plan and/or standard drawing and no additional compensation will be allowed therefor. Revised 6/15/17 Contract No. 6608 Page 133 of 153 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. Add the following section: 300-12 STORM WATER POLLUTION PREVENTION PLAN 300-12.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution preven- tion work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, here- after referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the 2016 City of Carlsbad Engineering Standards Volume 4 "SWPPP Manual", "Greenbook" Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construction ("Hand- book"), the requirements of the Permit, the requirements in the plans and these supplemental provisions. 300-12.2 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 of these Special Provisions. If revisions are required, as determined by the Engineer, the Con- tractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer's comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer's acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to allow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construc- tion 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; 4.Non-storm water management and waste management and disposal control practices. 5.Daily street sweeping Specific objectives and minimum requirements for each category of control measures are con- tained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibil- ities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 4p-s , 4111T- Revised 6/15/17 Contract No. 6608 Page 134 of 153 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 quan- tities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised oper- ations. 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 Protec- tion Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. 300-12.3 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and main- taining the control measures included in the SWPPP and any amendments thereto and for re- moving and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP imple- mentation 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. 104r Revised 6/15/17 Contract No. 6608 Page 135 of 153 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 manage- ment 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. 300-12.4 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, as described in Section 7-8. 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 inspec- tion 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 con- struction 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. 300-12.5 Payment. The contract lump sum price paid for the SWPPP work shall include full com- pensation for the design, submittal, obtaining approval, and amending the Tier 2 SWPPP and for furnishing all labor, materials, tools, equipment, and incidentals to install, implement, maintain and remove construction BMPs per the approved SWPPP. The most recent Tier 2 construction SWPPP Template is available on the City Website and an example is included in Appendix C. Partial payment shall be based on the percentage the total value of work completed. SECTION 301 - SUBGRADE PREPARATION, TREATED MATERIALS AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")". 4040" Revised 6/15/17 Contract No. 6608 Page 136 of 153 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Con- tractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them (including pipelines), or curb, gutter, curb and gutter, alley pavement, driveway, sidewalk constructed over them, to no less than 95 percent maximum dry density as determined by ASTM test D-1557-12. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be incidental to the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 - ROADWAY SURFACING 302-6 ASPHALT CONCRETE PAVEMENT. Add the following section: 302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in Section 306-13.1. Ramps shall be con- structed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.4 Tack Coat. Add the following: If the asphalt concrete pavement is being constructed directly upon an existing hard-surfaced pavement, a tack coat of PG 64-10 paving asphalt at a rate of 0.05 gallon per square yard or SS-1h emulsion at a rate between 0.05 and 0.10 gal/SY shall be uniformly applied upon the existing pavement preceding the placement of the asphalt concrete. The contact surfaces of all cold pavement joints, curbs, gutters, manholes, and the like shall be painted with PG 64-10 paving asphalt, or SS-1h emulsion, immediately before the adjoining as- phalt concrete is placed. The Contractor shall place a tack coat between the successive interfaces of existing pavement and new asphalt concrete. 302-5.5 Distribution and Spreading. Modify as follows: After second sentence of sixth para- graph, add: The Contractor shall provide the self-propelled spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control. The automatic screed control shall be 5.5 m (18') minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The Contractor shall provide an on-site backup paving during all paving operations. No conveyor belt systems will be allowed for moving the AC. No AC windrows will be allowed. Only a surge volume/remix material transfer vehicle (MTV) is allowed to receive the AC from the haul trucks and then place it in the self-propelled spreading and finishing machine. If the Engineer determines the use of the MTV is not practical for a portion of the project, the Engineer may waive its requirement for that portion. Iniv Revised 6/15/17 Contract No. 6608 Page 137 of 153 302-5.6.1 General. Modify as follows: Second paragraph, Part (2), add: Pinched joint rolling pro- cedures 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. 302-5.9 Measurement and Payment. Replace the first sentence with the following: Payment for pavement resurfacing shall be made at the unit bid price for the item requiring such work. Add the following section: 302-16 Scheduling, Public Convenience and Traffic Control. Add the following: The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9400. The Contractor shall accommodate mail delivery to residences and businesses during the work. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses on which resurfacing shall occur. Obtaining the appropriate addresses shall be the contractor's responsibility. A sample letter shall be provided by the city and the Contractor shall use the city's sample letter with appropriate street names, dates, times, and phone numbers specific to the work inserted in the letter. During resurfacing operations, the Contractor's schedule shall be designed to provide residents and business owners sufficient paved parking within a 900 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects ve- hicular traffic and/or parking or pedestrian routes, the Contract shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the 72-hour advance notification door hangar which shall state the date and time the work will begin and its anticipated duration. The notification shall list two tele- phone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the 760 area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the con- struction. The Contractor shall use the sample door hangar provided by the city and submit door hangars to the Inspector for approval. Notices shall not be distributed until approved by the In- spector. The notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 4 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb card stock. The printing on the notice shall be no smaller than 12 point. The door hangars shall show art IniV Revised 6/15/17 Contract No. 6608 Page 138 of 153 the street name, date, time, phone numbers, and appropriate information specific to the work inserted. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for "Public Notification of Work" and the Contractor will not be entitled to any additional compensation for work outlined in this section. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-1 CONCRETE STRUCTURES 303-1.2 Subgrade for Concrete Structures. Add the following: If groundwater is encountered, Contractor shall work a minimum 2' deep of 3/4" gravel into soil to provide an adequate base for construction of concrete structure. 303-1.11 Measurement. Delete the subsection in its entirety and replace with the following: Con- crete structures will be measured for payment by each structure installed as specified in the bid schedule and in accordance to the plan and any referenced standard drawings. 303-1.12 Payment. Delete the subsection in its entirety and replace with the following: Payment for concrete structures will be made as set forth in the Bid Schedule. Payment shall include com- pensation for furnishing all labor, materials, tools, and equipment necessary to construct the con- crete structures complete in place. Items shall include submittal of PCC mix design for approval, structure excavation, subgrade and base preparation, furnishing PCC and casting-in-place, steel reinforcement, forms, covers, rims, grates, frames, collars, cone and draft sections, bases, steps, clean up; and for all other work necessary to install the concrete structure, complete in place, and no additional compensation will be allowed therefor. 303-2 AIR-PLACED CONCRETE. 303-2.1.1 General. add the following: Modify Regional Standard Drawing D-75 as follows: replace stucco netting with 150mm x 150mm (6" x 6") by No. 10 by No. 10 welded wire mesh. 303-6 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.1.1 General. Add the following: Portland Cement Concrete construction shall include, but not limited to, curbs, walkways, cross gutters, access ramps, driveways, concrete curb outlet, terrace ditches, and all other miscellaneous PCC construction items as indicated on the plans and per these Specifications. Removal of adjacent asphalt concrete and aggregate base removal associated with concrete curb construction shall be replaced with full depth asphalt concrete with a minimum width of one foot perpendicular to the face of concrete edge. The replaced section shall conform to the require- ments of Sections 203-6, 302-5, 401-3 and match the depth of the adjacent concrete gutter. The Contractor shall verify with a "smart level", string line and/or water testing that positive drain- age is maintained upon completion of finishing, and any irregularities causing water ponding shall Vir Revised 6/15/17 Contract No. 6608 Page 139 of 153 be corrected and refinished. The CITY shall be present to verify the concrete forms, prior to pour- ing any PCC construction improvements. 303-5.5.2 Curb. Add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Curb Face Markings Type of underground facilities Marking Water Service Lateral W Sewer Service Lateral S Irrigation Water Lateral or Sleeve RW 303-5.9 Measurement and Payment. Add the following: Curb and gutter, and curb, shall be con- sidered as continuing across driveways, access ramps and drainage inlets when constructed ad- jacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depres- sions, except that which occurs in gutter transitions at each side of an inlet. 303-6 STAMPED CONCRETE. 303-6.1 General. Add the following: Concrete shall be 560-C-3250 with 6"x6" — 10 guage wire mesh throughout. Add the following: 303-6.5 Concrete Finishing Products. 303-6.5.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal) Water base penetrating sealer shall be a sealer designed for the protection of imprinted and nat- ural concrete. Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the ma- sonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer's directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications: Color: Clear, non-yellowing Odor: Mild Flash Point: None (C.O.C. method) Specific Gravity: 1.03 Density: 8.6 pounds per gallon Drying Time: 30 minutes to 60 minutes Cure Time: 24 to 48 hours /It 7041f Revised 6/15/17 Contract No. 6608 Page 140 of 153 VOC Content: None (0 g/I) excluding water Polymer Type: Proprietary Reactive Resin System Coverages (approximate) Smooth Concrete: 300 to 400 square feet per gallon Rough Concrete: 200 to 300 square feet per gallon Note: Coverages vary depending on porosity and condition of surface and method of application. Method of: Airless sprayer. Application Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer's direction. Add the following: 303-6.7 Measurement and Payment. Payment for colored, stamped concrete paving shall be paid in accordance to the contract unit price. Said payment shall include compensation for survey, sawcut, excavation, disposal of material, grading, backfill, compaction, base material, forming, mesh, reinforcing steel, concrete, integral color, texture sealers, transitions, joints, and other material necessary to construct the specific paving. 303-7 COLORED CONCRETE 303-7.1 General. Add the following: Integral color shall consist of colored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pigments shall meet or ex- ceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architec- tural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see product information bulletin). Provide sample panel submittals of all colors to be used in the in- stallation on identical surfaces for approval by the Engineer. Contractor shall provide a mainte- nance schedule for integral colored concrete. Admixture for all integral colored concrete paving in medians and other integral colored concrete shall be the following: Color: Refer to 2016 City of Carlsbad Landscape manual for median coloring. Curing: Scofield Colorcure Concrete Sealer (or approved equal). See Section 201 of these Supplemental Provisions for Concrete Curing Materials. TM.. Revised 6/15/17 Contract No. 6608 Page 141 of 153 Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 Admixture products and procedures for installation shall be in strict accordance with the manu- facturer's specifications and recommendations, and those published by the American Concrete Institute (ACI) and the Portland Cement Association (PCA). SECTION 306 - OPEN TRENCH CONDUIT CONSTRUCTION 306-3 TRENCH EXCAVATION Add the following: 306-3.1 General. When the actual elevation or position of any existing pipe, conduit, or other underground appurtenances cannot be determined without excavation, the Contractor shall ex- cavate and expose the existing improvement at the location shown on the Plans and any other locations deemed necessary by the Engineer. Such excavation shall be considered as part of the excavation necessary for the work. The Engineer shall be given the opportunity to inspect the existing improvements when it is exposed. Any adjustments in line or grade which may be nec- essary to accomplish the intent of the plans shall be made at no additional costs. Add the following: 306-3.2 Removal of Surface Improvements. Bituminous pavement, concrete pavement, curbs, sidewalks, or driveways removed in connection with construction shall be removed in accordance with Subsection 401 of the Standard Specifica- tions and these Special Provisions and reconstructed in-kind. Add the following: 306-3.5 Maximum Length of Open Trench. The first sentence for the first paragraph is hereby deleted and replaced with the following: Except by permission of the Engineer, the maximum length of open trench where prefabricated pipe is used shall be the distance necessary to accommodate the amount of pipe installed in a single day. Add the following section: 306-3.7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-3.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recog- nized 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: loof Revised 6/15/17 Contract No. 6608 Page 142 of 153 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 4- 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmhl + SLOPE X 100] X LANES 1000 8 PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (mphl + SLOPE X 100] X LANES 1000 5 where: PS ADT EWL = plate score. = average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by Supplements 1 and 2. = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by Supplements 1 and 2. = total number of 24-hour periods during which the plates will be utilized at the site being considered. = total number of Saturdays, Sundays and holidays that the plates will be uti- lized at the site being considered. = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. = total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. = the number of lanes where plates will be used. DAYS WEEKEND NIGHTS WEATHER SPEED SLOPE LANES 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 bridg- ing 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: 306-3.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or t Er- Revised 6/15/17 Contract No. 6608 Page 143 of 153 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 Draw- ings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. Add the following section: 306-3.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a)Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b)Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c)Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install per the following: 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 un- milled 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 vol- ume, of Type I aggregate conforming to the requirements of tables 203-5.2(B) and 203-5.3(A). Add the following section: 306-3.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-3.7.4 (A) TABLE 306-3.7.4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width (1) Minimum Plate Thickness 0.3 m (10") 13 mm (h/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 IA") (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. 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 sur- face 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 Yulir Revised 6/15/17 Contract No. 6608 Page 144 of 153 construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-3.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-7 PREFABRICATED GRAVITY PIPE. 306-7.3.2.3 Gasket-Type Joints. Add the following: The Contractor shall provide Rubber Gasket- type joints for all reinforced concrete pipe (watertight joints). 306-12 BACKFILL. 306-12.1 General. Add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of Section 207-26 of the Supplemental Specifications. 306-12.3.2 Compaction Requirements. Delete Section 306-12.3.2 and replace with the follow- ing: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 915 mm (36") of the street right-of-way, compaction shall be 95 percent. 306-13 TRENCH RESURFACING. 306-13.1 Temporary Resurfacing. Add the following: Temporary bituminous resurfacing mate- rials 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 resurfac- ing 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 resurfac- ing 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 com- pensation for furnishing, placing, maintaining, removing, and disposing of such temporary resur- facing materials. 306-13.2 Permanent Resurfacing. Add the following: Except as provided in section 306-13.1, "Temporary Resurfacing," the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and compaction of backfill and aggregate base materials. 306-15 PAYMENT. 306-15.1 Basis of Payment for Open Trench Installation. This section is hereby deleted and replaced with the following: el- Revised 6/15/17 Contract No. 6608 Page 145 of 153 The price per linear foot for storm drain in place shall be considered full compensation for furnishing pipe, sawcut, removal and disposal of existing PCC and AC pavement, trench excavation, over excavation of trench as required, removal of spoils, preparation of subgrade and base material, installation of pipe, gasket joints, pipe bedding and backfill, pipe detection tape, trench plates, bedding and protection for crossing utilities, preparation of road aggregate base material pavement trench repair City of Carlsbad Standard Drawings GS 24-29 and all other work necessary to install pipe, complete and in place and no additional compensation shall be allowed therefor. SECTION 314- TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.3.1 General. Add the following: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Striping Plans, or for approved temporary traffic control essential for safe control of traffic through and around the con- struction site. The Contractor shall remove by wet grinding all existing or temporary traffic mark- ings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 314-4.3.4.1 General. Add the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (h/8") in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm (1/4") in 3 m (10') when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. Add the following section: 314-4.3.5.1 Preparation of Existing Surfaces. The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that con- flict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sand- blasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10') thick asphalt concrete overlay is not permitted. skirl‘ Tair Revised 6/15/17 Contract No. 6608 Page 146 of 153 Add the following section: 314-4.3.6.2 Layout, Alignment, and Spotting. The Contractor shall establish the necessary con- trol points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. Add the following section: 314-4.3.5.3 Application of Paint. The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer and within the same working day of pavement resurfacing. After fourteen (14) calendar days, a second coat of paint shall be applied to all final, approved striping. The Contractor shall paint the ends of each median nose yellow. If required by the approved traffic control plans, the Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 314-4.3.6 Payment. Delete this Section and add the following: The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for the installation of two coats of paint, pavement markers, thermoplastic legends and symbols, inlet stenciling, signing, the plan, and contract documents. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefore. 314-4.4.1 General. Add the following: Thermoplastic legends, symbols and striping shall be in- stalled 14 calendar days after asphalt paving. 314-5 PAVEMENT MARKERS. 314-6.4 Placement. Add the following: Temporary pavement markers shall be installed on the asphalt concrete pavement immediately after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. All temporary markers shall be removed and replaced with permanent pavement markers fourteen (14) calendar days after paving. Add the following section: 314-6.4.1 Reflective Channelizer Placement and Removal. The Contractor shall place and re- move reflective channelizers the same as for pavement marker placement and removal. The Con- tractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in Section 310-5. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Con- tractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. os, Revised 6/15/17 Contract No. 6608 Page 147 of 153 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 4, EXISTING IMPROVEMENTS SECTION 401 - REMOVAL 401-3 CONCRETE AND MASONRY IMPROVEMENTS 401-3.2 Concrete Curb, Walk, Gutters, Cross Gutters, Curb Ramps, Driveway and Alley In- tersections. Delete the third and fourth sentence and add the following: All existing concrete shall be removed to the nearest joint. Concrete shall be removed to neatly sawed edges with saw cuts made to a depth deep enough to produce a clean straight break without loosening, cracking or damaging adjoining improvements. PCC and all other material unsuitable for use as fill, as deter- mined by the Engineer, shall be removed from the right-of-way and disposed of by the Contractor at a site of his own choice and shall pay all costs incidental to the disposal. Add the following section: 401-3.2.1 Adjacent Asphalt Concrete Removal. Removal of asphalt concrete and aggerate base associated with concrete driveway, ramp and curb and gutter construction shall be replaced with full depth asphalt concrete to a minimum width of one foot perpendicular from face of nearest concrete edge. Removal of adjoining asphalt sec- tion and the full depth replacement is incidental to the concrete curb and gutter work as described in section 303-5. 'sr Revised 6/15/17 Contract No. 6608 Page 148 of 153 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 6 TEMPORARY TRAFFIC CONTROL SECTION 601 - TEMPORARY TRAFFIC CONTROL FOR CONSTRUCTION AND MAINTENANCE WORK ZONES 601-2 TEMPORARY TRAFFIC CONTROL PLAN (TCP). 601-2.2 Payment. Replace this section with the following: The Contract lump sum price paid for the traffic control system shall include full compensation for, but not limited to, design, submittal and approval of the traffic control plan, furnishing all labor (including flagging costs), materials (including construction area signs), tools, equipment, traffic control plans for the project, and inci- dentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control including channel- izers (surface mounted), temporary railing (Type K) markers, lights for illuminating the work site, delineators, temporary striping and pavement marking, barricades, portable flashing beacons, flashing arrow signs, portable changeable message signs, as shown on the Plans, these contract documents, and as directed by the Engineer. Full compensation for removing and salvaging the traffic control equipment and materials that are to be reused or reset in the project shall be considered included in the Contract lump sum price paid for traffic control system and no additional compensation will be allowed therefor. Partial payment for traffic control shall be based on the percentage of total value of work com- pleted. 601-3 TEMPORARY TRAFFIC CONTROL (TTC) ZONE DEVICES. 601-3.1 General. ADD the following: 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. Add the following section: 601-3.4.1 General. Add the following 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. 01- Revised 6/15/17 Contract No. 6608 Page 149 of 153 601-3.5 Signs and Signage 601-3.5.1 General. Add the following to the first paragraph: The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Modify the last paragraph as follows: Public notification signs of temporary no parking restriction shall be installed at least 72 hours before enforcement of the "No Park" zone. 601-3.5.2 Payment. Modify this section as follows: Payment for signs and signage is incidental to the temporary traffic control plan as specified in Section 601-2.2. 601-3.6 Channelizing Devices 601-3.6.1 General. Replace this section with the following: 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 sheet- ing 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 channel- izers to the proper alignment shall be performed by the Contractor. If the channelizers are dis- placed 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 speci- fications and conform to the prequalified design and material requirements approved by the En- gineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following subsection: 601-3.6.5.1 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. Add the following subsection: 601-3.6.5.2 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. t 1117' Revised 6/15/17 Contract No. 6608 Page 150 of 153 Add the following subsection: 601-3.6.5.3 Manufacture of Temporary Railing. In addition to the requirements herein the tem- porary 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 (3/18") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following subsection: 601-3.6.5.4 Installation of Temporary Railing. In addition to the requirements herein the tem- porary 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 align- ment. Each rail unit placed within 3 m (10') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by the MUTCD 2009 California Supplement shall also be installed at each end of railing installed adja- cent 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 rail- ing shall be restored to its previous condition or constructed to its planned condition. Add the following subsection: 601-3.6.5.5 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 de- termine 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, dura- bility 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 in- stalled 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 •Sf t my- Revised 6/15/17 Contract No. 6608 Page 151 of 153 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 conform- ing to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by the MUTCD 2009 California Supplement shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil support- ing 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. 601-4 TEMPORARY TRAFFIC STRIPING AND PAVEMENT MARKINGS Add the following section: 601-4.2.1 Application of 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 deter- mined 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 re- place 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 314-3 Removal of Pavement Markers and Section 314-5 Pavement Markers, except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in Section 314-5.4 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. 11, Revised 6/15/17 Contract No. 6608 Page 152 of 153 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 8 LANDSCAPING AND IRRIGATION SECTION 801 INSTALLATION 801-1 GENERAL. Add the following: The Contractor shall maintain all landscape and private property surrounding the construction to the greatest extent possible. Any landscape, plants, walls, or steps stones disturbed shall be restored to pre-construction condition. alk t Or Revised 6/15/17 Contract No. 6608 Page 153 of 153 APPENDIX A DOOR HANGER APPENDIX "A" CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD It (760))000000( Dear resident: As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be resurfaced with asphalt concrete over the existing roadway surface. This construction will require the closing of your street to through traffic for one day. State Street, from Carlsbad Village Drive to Grand Avenue will be closed to through traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE: XX/XX/XX from XXX A.M. to )0(X P.M. If you don't plan to leave your home by 7:00 A.M. on the above date please park your car on an adjacent street in your neighborhood that will not be resurfaced. Streets scheduled for resurfacing can be determined by calling either the Contractor or the City of Carlsbad's Project Inspector. When walking to and from your car, remember not to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overlaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at the above phone number if you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ (xxx) )ocx-x)ooc. Thank you for your cooperation as we work to make a better City of Carlsbad. APPENDIX B CITY OF CARLSBAD STANDARD DRAWINGS Appendix B CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONAL STANDARD DRAWINGS Note: The minimum allowable concrete mix design for all concrete placed within public right-of-way shall be 560-C-3250 as specified in the Standard Specifications for Public Works Construction DWG. MODIFICAITON D-2 Enlarge curb inlet top to width of sidewalk (not to exceed 5'6") by length of inlet including wings. Existing reinforcing steel shall be extended across enlarged top to clear distances shown. D-20 Delete. D-27 Add: A maximum of three (3) combined outlets in lieu of Std. D-25 D-40 Add: "T" dimension shall be a minimum of three (3) times size of rip rap. D-60 Add: Backfill 3/4" crushed rock up to the spring line of pipe. Add: pipe bedding thickness shall be Pipe Diameter/4 with a minimum thickness of 4" and a Maximum thickness of 8". Modify Note 3 to read as follows: Top 36" of trench backfill in street section shall be 95% relative compaction unless specified otherwise. D-70 Minimum bottom width shall be 6' to facilitate clea ning. D-71 Minimum bottom width shall be 6' to facilitate cleaning. D-75 Delete "Type-A" Add: 6" x 6" x #10 welded wire mesh, instead of stucco netting. E-1 Delete direction burial foundation Add: The light standard shall be pre-stressed concrete round pole. E-2 Grounding per note 2. Attachment of the grounding wire to the anchor bolt shall be below the light standard base plate with an approved connection. G-3 Delete. G-5 Add: Note 4. Tack coat shall be applied between dike and existing asphalt concrete surface as specified in Section 302-5.4 SSPWC G-6 Type B-1 not used. When specified, Type B-2 shall have a curb height of 8", width of 6", with a 3:1 batter. When specifically approved by the City Engineer, Type B-3 shall have a curb height of 8", width of 6", a 3:1 batter with the hinge point eliminated. G-11 Add: Remove curb/gutter and sidewalk from score-mark to score-mark or from joint-to-joint or approved combination. CITY OF CARLSBAD MODIFICATIONS TO THE SAN DIEGO REGIONAL STANDARD DRAWINGS (CONTINUED) DWG. MODIFICAITON G-12 Add: smooth trowel flow line (typical) 7-1/2" thick with a minimum of 6" of aggregate base per City of Carlsbad Standard GS-17 G-13 Add: smooth trowel flow line (typical) 7-1/2" thick, with a minimum 6" of aggregate base per City of Carlsbad Standard GS-17. G-14 Change: Residential Thickness = 5-1/2" Commercial/Multi-Family Residential Thickness =7-1/2" G-15 Delete requirement 3 G-24 Replaced with Carlsbad Standard Drawing GS-25 G-25 "Type-C" only (delete "Type-D") G-26 Change thickness from 5-1/2" to 7-1/2" and add minimum 4" Class ll base under curb/gutter (to 6" past back of curb). G-33 Delete G-34 "Type-C" only (delete "Type D") G-35 "Type-F" only (delete "Type E") M General" Agency shall be "City of Carlsbad" M-2 Add: to be used only with specific approval of the City Engineer. SEE M-2 FOR MANHOLE FRAME ND COVER A #4 ri AROUND OPENING TRANSITION TO NORMAL CURB HEIGHT IN 10' ON BOTH SIDES UNLESS OTHERWISE NOTED SEE D-12 FOR CONTINUOUS GALVANIZED STEEL FACE ANGLE AND PROTECTION BAR 1-12" WING, WHERE OCCURS ON ONE OR BOTH SIDES B r - — SEE NOTE 7 I V SEE NOTE 1 CURB LINE #4 (5 12" STREET/ROADSIDE 6" EDGE OF GUTTER SECTION B—B #4 @ 12" #4 @ 6" CURB LINE 3—#4 Y+10" 10" UNLESS OTHERWISE — SHOWN 2" r B PLAN L — LENGTH SHOWN ON PLANS SLOPE TO MATCH CURB PROFILE OR AS SHOWN ON PLANS F tO 6"MIN (TYPICAL BOTH SIDES) ,9) 3" CLR 7-1/2" 4—#4 AROUND PIPE OPTIONAL CONSTRUCTION JOINT 6" MIN ABOVE INVERT #4 ROUNDED PIPE ENDS SEE D-61 ELEV SHOWN ON PLANS 1' SEE SDARSD D-11A & D-11B FOR HORIZONTAL & FLOORING REINFORCEMENT (TYP) I -- TOWARDS OUTLET Y IS DETERMINED BY PIPE SIZE — 4' MIN, 8' MAX SECTION C—C 30 D LAP (TYP) (SEE NOTE 11 n OPTIONAL CONSTRUCTION JOINT 6" MIN ABOVE INVERT 30 D LAP (TYP) SLOPE FLOOR 12:1 30 D LAP 30 D LAP (TYP) SECTION A—A NOTES 1.SEE D-11A, D-11B & D-12 FOR ADDMONAL NOTES AND DETAILS. 2.TYPES ARE DESIGNATED ON PLANS AS FOLLOWS: B (NO WING), B-1 (ONE WING) or 8-2 (TWO WINGS). 3.MAINTAIN 1-1/2" CLEAR SPACING BETWEEN REINFORCING AND CONCRETE SURFACE UNLESS OTHERWISE NOTED. 4.STEPS SHALL BE INSTALLED WHEN V EXCEEDS 4'. SEE D-1 1A FOR DETAILS. 5.CONCRETE GUTTER TO MATCH ADJACENT GUTTERS. 6.AN EXPANSION JOINT SHALL BE PLACED AT THE ENDS OF THE INLET WHERE THE CURB IS TO ADJOIN. 7.PROVIDE 1/4" TOOLED GROOVE IN TOP SLAB IN LINE WITH BACK OF ADJACENT CURB. 8.SURFACE OF TOP SLAB TO MATCH SIDEWALK FINISH AND SLOPE. 9.1F REQUIRED BY LOCAL AGENCY, EXTEND TOP SLAB STEEL REINFORCEMENT 12" INTO ADJACENT SIDEWALK. 10,ELEVATIONS SHALL BE SHOWN ON PLANS WHERE INDICATED BY "0" SYMBOL. LEGEND ON PLANS 11,IF REQUIRED BY LOCAL AGENCY, ENLARGE CURB INLET TOP TO WIDTH OF ADJACENT SIDEWALK (X + 27 NOT TO EXCEED 5`-6") BY LENGTH OF INLET INCLUDING WING(S). REINFORCING STEEL SHALL BE P EXTENDED ACROSS ENLARGED TOP TO CLEAR DISTANCES SHOWN. Revision By Approved Dote SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL 12/75 Kercheval Edited T. Stanton 02/09 CUR3 INLET - TYPE B 70/25/20M Choir er'son R.C.E. 19246 Dote S'S. T. Regello 03/11 Edited T.R. 10/15 T. Regello Edited DRAWING D-02 NUMBER • Edited MM. M. WidelsI6 10/18 2—#4 BARS #4 BARS PLACED DIAGONALLY A #4 @ 8" BOTH WAYS BEND DOWN 15" (TYP) SEE M-3 FOR MANHOLE FRAME AND COVER SEE D-11A FOR STEP DETAILS 4—#4 AROUND PIPE OPTIONAL CONSTRUCTION JOINT 6" MIN ABOVE INVERT SLOPE FLOOR 12:1 TOWARDS OUTLET LEGEND ON PLANS DIAGONAL BARS 2—#4 BARS ELEV SHOWN ON PLANS SECTION A—A 0 == == PLAN TYPE PIPE DIAMETER (D1) X Y (SEE NOTE 8) Z (Max) A4 UP TO 39" 4' 4' 6' A5 42'. TO 48' 5' 4' 6' A6 51" TO 60" 6' 4' 6' A7 63" TO 66" 7' 4' 7' A8 69" TO 78" 8 4' 8' NOTES 1.SEE D-11A AND D-11B FOR ADDMONAL NOTES AND DETAILS. 2.CONCRETE BASE SHALL BE 560—C-3250. 3.ALL PRECAST COMPONENTS SHALL BE REINFORCED WITH 1/4" DIAMETER STEEL, WOUND SPIRALLY ON 4' CENTERS. 4.ALL JOINTS SHALL BE SET IN CLASS C MORTAR. 5.MAINTAIN 1-1/2" CLEAR SPACING BETWEEN REINFORCING AND CONCRETE SURFACE UNLESS OTHERWISE NOTED. 6.EXPOSED EDGES OF CONCRETE SHALL BE ROUNDED WITH A 1/2" RADIUS. 7.MANHOLE COVER TO BE MARKED "STORM DRAIN". 8.MODIFICATIONS TO "Y" DIMENSION IS REQUIRED IF PIPE (D2) EXCEEDS 39". 9.IF CONSTRUCTED ADJACENT TO SIDEWALK, TOP OF MANHOLE AND SLAB TO MATCH SIDEWALK SLOPE AND FINISH. Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DECO REGIONAL STANDARDS commnnu ORIGINAL Kercheval 12/75 Edited T. Stanton 02/09 STORM DRAIN CLEANOUT - TYPE A ro/25/2om Edited S.S. T. Regello 03/11 ChoirAle'rson R.C.E. 19246 Dote Edited T.R. T. Regello 10/15 DRAWING D-09 NUMBER Edited M. Wide1514 10/18 #4 BARS RACED DIAGONALLY 4—#4 AROUND PIPE ELEV SHOWN ON PLANS BEND DOWN 15" (TYP) ROUNDED PIPE ENDS SEE D-61 SLOPE FLOOR 121 TOWARDS OUTLET SEE D— 11A FOR STEP D ETAIL SECTION A—A TYPE PIPE DIAMETER (D1) X Y Z B5 UP TO 51" 5' 4' 5' 136 54" to 60" 6' 4' 6' B7 63" to 69" 7' 4' 7' 88 72" to 81" 8' 4' 8' B9 84" to 90" 9' 4' 9' /SEE M-3 FOR MANHOLE FRAME AND COVER Ncrms 1.SEE D-11A & D-11B FOR ADDITIONAL NOTES AND DETAILS. 2.ALL JOINTS SHALL BE SET IN CLASS C MORTAR. 3.ALL PRECAST COMPONENTS SHALL BE REINFORCED WITH 1/4" DIAMETER STEEL WOUND SPIRALLY ON 4" CENTERS. 4.MAINTAIN 1-1/2" CLEAR SPACING BETWEEN REINFORCING AND CONCRETE SURFACE. 5.CONCRETE BASE SHALL BE 560—C-3250. 6.EXPOSED EDGES OF CONCRETE SHALL BE ROUNDED WITH A 1/2" RADIUS. 7.MANHOLE COVER TO BE MARKED "STORM DRAN". 8.MODIFICATIONS TO "r DIMENSION REQUIRED IF PIPE (02) EXCEEDS 39". 9.IF CONSTRUCTED ADJACENT TO SIDEWALK, TOP OF MANHOLE TO MATCH SIDEWALK SLOPE. LEGEND ON PLANS *) Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING ORIGINAL Kerchevol 12/75 Reformatted T. Stanton 04/06 Edited T. Stanton 02/09 STORM DRAIN CLEAN OUT - TYPE B Edited S.S. T. Regello 03/11 Edited M.W. M. Widelski 10/18 RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE lo/25/.2org Chair erson R.C.E. 19246 Date DRAWING NUMBER D-10 1.6:70-L P1 p Cf VERTICAL REINFORCING #4 @ -- .-- • 18" MAX (TYP) 111 -"j - • -- U U •-IP —1 —1/2" CLR (TYP SEE TABLE ON D-11B FOR HORIZONTAL AND FLOOR REINFORCEMENT - 2" (TYP) — TYPICAL BOX SECTION APPROVED STEEL REINFORCED POLYPROPYLENE STEP STEP DETAIL NOTES 1.CONCRETE SHALL BE 560—C-3250 UNLESS OTHERWISE NOTED. 2.REINFORCING STEEL SHALL COMPLY WITH THIS DRAWING (D-11A AND D-11B) UNLESS OTHERWISE SPECIFIED. 3.REINFORCING STEEL SHALL BE INTERMEDIATE GRADE DEFORMED BARS CONFORMING TO LATEST ASTM SPECIFICATIONS. 4.BENDS SHALL BE IN ACCORDANCE WITH LATEST ACI CODE. 5.MINIMUM SPLICE LENGTH FOR REINFORCING SHALL BE 30 DIAMETERS. 6.FLOOR SHALL HAVE A WOOD TROWEL FINISH AND, EXCEPT WHERE USED AS JUNCTION BOXES, SHALL HAVE A MINIMUM SLOPE OF 1:12 TOWARD THE OUTLET. 7.DEPTH V IS MEASURED FROM THE TOP OF THE STRUCTURE TO THE FLOWLINE OF THE BOX. 8.WALL THICKNESS AND REINFORCING STEEL REQUIRED MAY BE DECREASED IN ACCORDANCE WITH TABLE ON D-11B. 9.WALL THICKNESS SHALL BE STEPPED ON THE OUTSIDE OF THE BOX. 10.WHEN THE STRUCTURE DEPTH V EXCEEDS 4', STEPS SHALL BE CAST INTO THE WALL AT 15" INTERVALS FROM 15" ABOVE FLOOR TO WITHIN 12" OF TOP OF STRUCTURE. WHERE POSSIBLE, PLACE STEPS IN WALL WITHOUT PIPE OPENING, OTHERWISE OVER OPENING OF SMALLEST DIAMETER. 11.ALTERNATE STEP MAY BE AN APPROVED STEEL REINFORCED POLYPROPYLENE STEP. 12.UPON APPROVAL OF THE AGENCY, THE USE OF PRECAST STORM STRUCTURES IS ACCEPTABLE AS AN ALTERNATE TO CAST—IN—PLACE. PRECAST UNITS SHALL CONFORM TO ASTM STANDARDS AND BE MANUFACTURED IN A PERMANENT FACILITY DESIGNED FOR THAT PURPOSE. Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL Kercheval 12/75 Edited T. Stanton 02/09 INLETS AND CLEANOUTS NOTES AND DETAILS 10/25/207e Edited S.S. T. Regello 03/11 Choir erson R.C.E. 19246 Date Edited T.R. T. Regello 10/15 DRAWING D-11A NUMBER Edited MM. M. Widelski 10/18 BOX SECTION REINFORCEMENT (HORIZONTAL AND FLOOR) MAXIMUM SPAN X OR Y DEPTH v THICKNESS T HORIZONTAL AND FLOOR REINFORCEMENT SIZE AND SPACING 3' TO 4' 4' 6" #40 18" 4'-1" TO 7' #4 © 12" 7'-1" TO 8° #4 © 8," 3° TO 4° 4'-1" TO 8° 6" #4 © 18" 4'-1" TO 5` #4 @ 12" 5'-1" TO 6' #4 © 8" 6' —1" TO 8' #4 0 6" 3' TO 4' 8°-1" TO 12' 6" #4 © 15" 4°— 1" TO 5' 8" #4 0 12" 5'-1" TO 6' #4 @ 8" 6-1' TO 8' #4 0 6" 3' TO 4' 12°-1" TO 16' 8" #4 © 12" 4.-1" TO 5' #4 © 12" 5°-1" TO 6' #4 0 8" 6°-1" TO T #4 0 6" 7'-1" TO 8' #5 10 8" 3' TO 4° 16-1" TO 20' 8" #4 0 12" 4'-1" TO 5' 10" #4 @ 12" 5°-1" TO 6° #4 @ 8" 6'-1" TO 7' #4 © 6" T-1" TO 8' #5 0 8" 3' TO 4' 20'-1" TO 24' 8" #4 © 12" 4-1" TO 5' 10" #4 © 12" 5'-1" TO 8' #4 10 8" 6°-1" TO 7° #4 0 6" 7'—l' TO 8' 12" #5 © 8" Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING ORIGINAL Kerchevol 12/75 Reformatted T. Stanton 04/06 INLETS AND CLEANOUTS NOTES AND DETAILS Edited S.S. T. Regello 03/11 Edited T.R. T. Regello 10/15 Edited M.W. M. Widelski 10/18 RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 70/25/2078 Chaiec6rson R.C.E. 19246 Dote DRAWING D-11B NUMBER 10" 4" X 3" X 3/8" 7 10, 1/2" 0 ANCHOR BAR 3' OC MAX 3" RADIUS 4. 1/2". RADIUS • 5, •.A _211; 4 4 1"0 SUPPORT BOLT ' 4 '1 • 4 c' 4 , 5, • 6" — 12" , 4 • NOTES 1.FACE ANGLE SHALL BE CAST CONTINUOUSLY INTO STRUCTURE FOR THE ENTIRE LENGTH "L". 2.ALL EXPOSED METAL PARTS SHALL BE HOT—DIPPED GALVANIZED AFTER FABRICATION. 3.WHEN CURB INLET OPENING HEIGHT (H) EXCEEDS 6", INSTALL 100 STEEL PROTECTION BAR. STEEL PROTECTION BAR SHALL BE EMBEDDED 8" INTO CURB INLET. 4.INSTALL ADDITIONAL BARS AT 3-1/2" CLEAR SPACING ABOVE FIRST STEEL PROTECTION BAR WHEN OPENING EXCEEDS 13". 5.WHEN CURB INLET OPENING LENGTH EXCEEDS 8' INSTALL 1"0 STEEL SUPPORT BOLTS SPACED AT NOT MORE THAN 5' OC. Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING ORIGINAL Kerchevol 12/75 Edited T. Stanton 02/09 Edited S.S. T. Regello 03/11 CURB INLET OPENING Edited T.R. T. Regello 10/15 Edited M.W M. Widelski 10/18 RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 1405/201.3 ChaicWerson R.C.E. 19246 Date DRAWING D-12 NUMBER *a 0 cr) J INVERT ELEVATION TRENCH WIDTH TRENCH DEPTH 11 4" CLEARANCE (MIN) \\\ MIDDLE ZONE 3/4" CRUSHED ROCK SECTION NOTES 1.SEE G-24A AND G-24B OR G-25 FOR RESURFACING DETAILS ON IMPROVED STREETS. 2.(*) INDICATES MINIMUM RELATIVE COMPACTION. 3.TOP 12" OF TRENCH BACKFIL IN STREET SECTION SHALL BE 95% RELATIVE COMPACTION UNLESS SPECIFIED OTHERWISE. Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING ORIGINAL Kercheval 12/75 Reformatted T. Stanton 04/06 PIPE BEDDING AND TRENCH BACKFILL FOR STORM DRAINS Edited S.S. T. Regello 03/11 Edited T.R. T. Regello 10/15 Edited M.W. M. Wide(ski 10/18 RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 705/2078 Chair erson R.C.E. 19246 Date DRAWING D-60 NUMBER CURB INLET CONTINUOUS PLAN 'AEET EXISTING PAVEMENT GRADE OR STREET GRADE 5' 2.5' TOP OF CURB 5' 1 FLOW FLOW GUTTER NOTES 1.CURB FACE TRANSITIONS AND WARP AREAS SHALL NOT EXTEND INTO CURB RETURNS, DRIVEWAYS, ALLEY ENTRANCES, OR ANY OTHER CURB OPENING. DEPRESSION SHALL BE 4". 2.FOR USE ONLY WITH SPECIFIC CITY ENGINEER APPROVAL. 5.5' 5' 4. 4. SECTION 6" CURB FACE (TYP) 10" CURB FACE (ryp) CURB INLET 5.5' PLANMEET EXISTING PAVEMENT OR STREET GRADE TOP OF CURB 5.5' FLOW SUMP CONDITION 5.5' FLOW ii I L a7- SECTION GUTTER 6" CURB FACE (TYP) 10" CURB FACE (TYP) REV. APPROVED DATE CITY OF CARLSBAD LOCAL DEPRESSION 12/11 CITY ENGINEER DATE SUPPLEMENTAL STANDARD NO. DS-1 #4 AT 18"0.0 E BARS — 2 ABOVE OR CLOSER AND 2 BELOW OPENING 3"RADIUS SEE NOTE 3 E BARS —2 ABOVE AND 2 BELOW OPENING #4 AT 18"0.C. OR CLOSER C BARS NOTES #4 AT 12"0.C. T #4 AT 18"0.C. OR CLOSER SECTION A-A 1). REINFORCING STEEL SHALL BE 1-1/2" CLEAR FROM FACE OF CONCRETE UNLESS OTHERWISE SHOWN. 2). REINFORCING STEEL FOR INSIDE FACE OF CURB INLET BASIN SHALL BE CUT AT CENTER OF OPENING AND BENT INTO WALLS OF MONOLITHIC CONNECTION. REINFORCING STEEL FOR OUTSIDE FACE OF CATCH BASIN WALL SHALL BE CUT 2" CLEAR OF OPENING. 3). CONNECTION SHALL BE POURED MONOLITHIC WITH CURB INLET. THE ROUNDED EDGE OF OUTLET SHALL BE CON— STRUCTED BY POURING CONCRETE AGAINST A CURVED FORM WITH A RADIUS OF 3". 4). FLOOR OF STRUCTURE SHALL BE STEEL—TROWELED TO SPRING LINE. 5). CONNECTIONS SHALL BE CONSTRUCTED WHEN: A)PIPES, 12" THROUGH 72" IN DIAMETER, INLET OR OUTLET THROUGH CORNER OF CURB INLET. B)ANGLE A, FOR PIPES 24" THROUGH 30" IN DIAMETER, IS 70'OR LESS. C)PIPES, 33" THROUGH 72" IN DIAMETER, INLET OR OUTLET THROUGH THE SIDE WALL OF CURB INLET. 6). ALL CONCRETE SHALL BE TYPE 560—C-3250. PLAN CORNER CONNECTION 3"RADIUS SEE NOTE 3 B T C BARS 1 D AND E BARS 12" 4" 1#4 AT 6" O.C. 15" 4-1/4 18* 4-1/2 21" 5" 24" 5-1/4 in 27" 5-1/2 30" 6" 33" 6-1/4 36" 6-1/2 39" 7" B T cn cr a3c (...) DAND EBARS 42" 7-1/2 45" 7-3/4 48" 8" 6 51" 8-1/2 cs 54" 9" 57" 9-1/4 if 60" 9-1/2 < 63" 10" in 66* 10-1/4 69" 10-3/4 72" 11" SEE 12" NO 5 MIN. D BARS-2 ABOVE AND 2 BELOW OPENING #4 AT 12"0.C. OR CLOSER \ A" A C BARS PLAN SIDE CONNECTION REV. APPROVED DATE CITY OF CARLSBAD A-4 6-04 CONNECTION TO CURB INLET FOR PIPES 12" THROUGH 72" CITY ENGINEER DATE SUPPLEMENTAL DS 9 STANDARD NO. 2" WEAKENED PLANE JOINT GUTTER LINE 1/2" R 3 OC) 2" WEAKENED PLANE JOINT GUTTER LINE 6" CURB 8" CURB AREA=0.89 Sq. Ft. AREA=1.12 Sq. Ft. WIDTH SHOWN ON PLANS 18" MIN GUTTER ELEVATION --•—• 1/2" WEAKENED PLANE JOINT EXISTING CURB 1-1/2" EXCEPT WHERE ELEVATIONS SHOWN INDICATE OTHERWISE GUTTER NOTES: 1.CONCRETE SHALL BE 520—C-2500. 2.SEE STANDARD DRAWINGS G-9 AND G-10 FOR JOINT DETAILS. 3.SLOPE TOP OF CURB 2% MAX TOWARD GUTTER. LEGEND ON PLANS Revision By Approved Dote SAN DIEGO REGIONAL STANDARD DRAWING CURBS AND GUTTER - SEPARATE RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 10/25/2078 Choi erson R.C.E. 19246 Dote DRAWING n U-01 NUMBER ORIGINAL KERCHEVAL 12/75 ADD METRIC T. STANTON 03/03 REFORMATTED T. STANTON 04/06 UPDATED MR/CV 11 /11 MR UPDATED CV CV 12/15 W 1/2" 2" WEAKENED PLANE JOINT ----, I 2 CO EXCEPT WHERE ELEVATIONS INDICATE OTHERWISE 6" TYPE W *AREA G 24" 1.34 SQ. FT. H 30" 1.60 SQ FT. * 6" CURB HEIGHT NOTES: 1.CONCRETE SHALL BE 520—C-2500. 2.SEE STANDARD DRAWINGS G-9 AND G-10 FOR JOINT DETAILS. 3.SLOPE TOP OF CURB 2% MAX TOWARD GUTTER. LEGEND ON PLANS Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL KERCHEVAL 12/75 ADD METRIC T. STANTON 03/03 CURB AND GUTTER - COMBINED REFORMATTED T. STANTON 04/06 ChaiAson R.C.E. 19246 Dote UPDATED MR MR/CV 11/11 DRAWING G-02 NUMBER UPDATED CV CV 12/15 1/2" R 1/2" R 2% MAX CROSS-SLOPE VARIES WIDTH AS SHOWN ON PLANS " . • 2" WEAKENED PLANE JOINT •••••••• NON—CONTIGUOUS WIDTH AS SHOWN ON PLANS 4" 1/1/2" R J. 1/2" R ---- 2% MAX CROSS-SLOPE '7r 2" WEAKENED PLANE JOINT L -J CONTIGUOUS (\WE& 1.CONCRETE SHALL BE 520-C-2500. 2.SEE STANDARD DRAWINGS G-9 AND G-10 FOR JOINT DETAILS. LEGEND ON PLANS Revision By Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY TFIE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL KERCHEVAL 12/75 ADD METRIC T. STANTON 03/03 SIDEWALK - TYPICAL SECTIONS 10/25/2018 REFORMATTED T. STANTON 04/06 Chaiype'rson R.C.E. 19246 Date UPDATED MR MR/CV 11/11 DRAWING G-07 NUMBER REVIEWED CV CV 12/15 MID POINT OF CURB RETURN P.C.R. 5' TYP, 15' TYP. 45' TYP. RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 105/2078 Choi erson R.C.E. 19246 Date NOTES: 1.EXPANSION JOINTS — — — AT CURB RETURNS, ADJACENT TO STRUCTURES AND AT 45' INTERVALS. (SEE STANDARD DRAWING G-10). 2.WEAKENED PLANE JOINTS — AT MID POINT OF CURB RETURN, WHEN REQUIED, AND AT 15' INTERVALS FROM P.C.R. (SEE STANDARD DRAWING G-10). 3.1/4" GROOVES WITH 1/4" RADIUS EDGES AT 5' INTERVALS. By Date Revision ORIGINAL ADD METRIC REFORMATTED REVIEWED Approved KERCHEVAL T. STANTON T. STANTON CV SAN DIEGO REGIONAL STANDARD DRAWING 12/75 03/03 04/06 SIDEWALK JOINT LOCATIONS cv DRAWING G-09 NUMBER 12/15 EXPANSION JOINT FILLER MATERIAL 1/4" 1/8" R 1/2" (PAVEMENT) 1/4" MIN — 1/2" MAX (SIDEWALK) EXPANSION JOINT 1/2" (#4) x 24" SMOOTH, GREASED OR OILED BAR, 30" ON CENTER CONTACT JOINT PREFORMED JOINT FILLER WEAKENED PLANE JOINT CURB AND SIDEWALK WEAKENED PLANE JOINT GUTTER AND CONCRETE PAVEMENT 1-1/2" 1/8" KEYED JOINT Revision By Approved Dote SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY ThE SAN DIEGO REGIONAL STANDARDS COMMITTEE ORIGINAL PARKINSON 02/95 ADD METRIC T. STANTON 03/03 CONCRETE JOINT DETAILS }/Iffke:5 /0/25/?.0M 2EFORMATTED T. STANTON 04/06 Chaipegrson R.C.E. 19246 Dote UPDATED CV MR/CV 11/11 DRAWING G-10 NUMBER REVIEWED CV CV 12/15 C.) EXISTING SCORE MARK AREA TO BE REMOVED Mt 5', OR FROM JOINT IN PANEL, WHICHEVER IS LESS EXISTING JOINT SIDEWALK PLAN EXISTING SCORE MARK—NN AREA TO BE REMOVED EXISTING JOINT SIDEWALK SECTION [ . PANEL, WHICHEVER IS LESS AREA TO BE REMOVED 5', OR FROM JOINT IN 30" MIN. FROM EXISTING JOINT OR EDGE OF CURB CURB LINE GUTTER LINE EXISTING JOINT OR EDGE EXISTING SCORE MARK CURB PLAN AREA TO BE REMOVED 5' MIN. FROM EXISTING 5' MIN. JOINT OR EDGE OF PAVEMENT EXISTING JOINT OR EDGE PAVEMENT SECTION REMAINING EDGE TO BE SMOOTH AND TRUE WITH NO SHATTER 1-1/2" MIN. CONCRETE TO BE REMOVED NOTE: 1. SIDEWALK CROSS SLOPE SHALL BE 2% MAX. SAW CUT 2. WHEN DISTANCE FROM "AREA TO BE REMOVED" TO EXISTING JOINT, EDGE OR SCORE MARK IS LESS THAN MINIMUM SHOWN, "AREA TO BE REMOVED" SHALL BE EXTENDED TO JOINT, EDGE OR SCORE MARK. SECTION SHOWING CUT SAN DIEGO REGIONAL STANDARD DRAWING Revision ORIGINAL ADD METRIC REFORMATTED UPDATED REVIEWED CONCRETE CURB, GUTTER, SIDEWALK AND PAVEMENT REMOVAL AND REPLACEMENT RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE to/2,5/2om Choir erson R.C. E. 19246 Dote N D U RA M : E N R G G-11 By Approved Date 12/75 KERCHEVAL T. STANTON 03/03 04/06 T. STANTON MR/CV 11/11 CV CV CV 12/15 R.O.W. NEAREST JOINT A 12" MIN. TACK COAT & A.C. PAVEMENT SAWCUT ONLY. R.O.W. 5.5), 5.5' ZISIDE-Nn 4141ERCIAL cj Ai A, J % 7 ---1 I % I I 3/4" RADIUS 1/2" RADIUS 1 % LP -F SIDEsey CRESIDENT1AL % % 8"COMMERCIAL/MULTI—FAMILY A.B. AS REQUIRED BY PLAN (6" MINIMUM) COLD JOINT AT EXTENSION OF BACK OF ADJOINING CURB. NOTES: 1.PROVIDE WEAKENED PLANE AT 15' MAXIMUM, OR AT TOP OF TRANSITION. 2.REMOVE CURB, GUTTER & SIDEWALK AS SHOWN ABOVE TO NEAREST EXISTING JOINTS. FORM ON A.C. SIDE AND SLOT PAVE WITH D —6R4000 A.C. 3/a" LIP A.C. 2% CITY OF CARLSBAD TYPICAL DRIVEWAY ADDITIONS 1 AZ 6 a --- 6 04 CITY ENGINEER DATE SUPPLEMENTAL GS-12 STANDARD NO. REV. DATE APPROVED 1-FT. MIN. 1-FT. MIN 25" MAX. ASPHALT CONCRETE FINISH COURSE SEE GS-28 LIMIT OF 2" GRIND (TYP.) LIMIT OF 2" GRIND EXISTING AC (TYP.) AND BASE SAWCUT LINE TYPICAL ASPHALT CONCRETE BASE COURSE, SEE GS-28 AGGREGATE BASE PIPE BEDDING AND BACKFILL PER PROJECT PLANS, SPECIFICATIONS, AND CITY STANDARDS. NOTES: 1.THE DETAIL SHOWN ABOVE APPLIES TO TRENCH WIDTHS LESS THAN 25 INCHES. 2.EXISTING A.C. SHALL BE CUT AND REMOVED IN SUCH A MANNER SO AS NOT TO TEAR, BULGE OR DISPLACE ADJACENT PAVEMENT. EDGES SHALL BE CLEAN AND VERTICAL. ALL CUTS SHALL BE PARALLEL OR PERPENDICULAR TO STREET CENTERLINE, WHEN PRACTICAL. 3, BASE MATERIAL SHALL BE REPLACED TO DEPTH OF EXISTING BASE. A.C. MAY BE SUBSTITUTED FOR BASE MATERIAL AT THE CITY ENGINEER'S DISCRETION. 4.WHEN THE EDGE OF THE GRIND AREA IS WITHIN 24 INCHES OF EDGE OF PAVEMENT, ANY STRUCTURE, AN ADJACENT TRENCH PATCH OR OTHER PAVING JOIN LINE, THE GRIND AREA SHALL BE EXTENDED TO THE EXISTING STRUCTURE OR JOIN LINE. 5.WHEN THE EDGE OF THE GRIND LIES WITHIN A WHEEL PATH, THE GRIND AREA SHALL BE EXTENDED TO THE NEAREST LANE LINE OR EDGE OF PAVEMENT. CITY OF CARLSBAD TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS LESS THAN 25" REV. DATE APPROVED 2/10 CITY ENGINEER DATE SUPPLEMENTAL GS-25 STANDARD NO. %.7 REV. APPROVED DATE NOTES: 1. A TACK COAT OF ASPHALTIC EMULSION OR PAVING ASPHALT SHALL BE APPLIED TO EXISTING A.C. OR P.C.C. CONTACT SURFACES PRIOR TO RESURFACING PER SSPWC SECTION 302-5. 2. ASPHALT CONCRETE RESURFACING — BASE COURSE: a.MINIMUM TOTAL A.C. THICKNESS SHALL BE ONE INCH GREATER THAN EXISTING A.C. b.A.C. SHALL BE B—PG64-10 FOR BASE COURSE, PER SECTION 203-6 OF SSPWC. c.BASE COURSE SHALL BE LAID DOWN WITH SELF PROPELLED PAVING MACHINE AND AND COMPACTED PER SSPWC SECTION 302-5. 3. ASPHALT CONCRETE RESURFACING (FINISH COURSE): a.PROVIDE 2 INCH DEEP GRIND AND A.C. FINISH COURSE C2—PG64-10 PER SECTION 203-6 OF SSPWC. b.FINISH COURSE FOR RESURFACING SHALL BE LAID DOWN USING A SELF—PROPELLED PAVING MACHINE AND COMPACTED. c.SMOOTHNESS AND COMPACTION OF RESURFACING SHALL MEET THE REQUIREMENTS OF SEC 302-5 SSPWC EXCEPT THAT THE SMOOTHNESS SHALL BE DETERMINED OVER THE LENGTH AND WIDTH OF PAVED AREAS DISTURBED BY THE CONTRACTOR'S OPERATIONS. 4. SURFACE TREATMENT TO MATCH EXISTING PAVEMENT SURFACE (SLURRY, CHIP SEAL, ETC.) 5. SLOUGHING OF TRENCH UNDER PAVEMENT SHALL BE CAUSE FOR REQUIRING ADDITIONAL PAVEMENT AND BASE. CITY OF CARLSBAD NOTES FOR ASPHALT CONCRETE TRENCH RESURFACING SUPPLEMENTAL GS-28 STANDARD NO. P01-24,4---1. 5 rys, CITY ENGIN ER EXISTING PAVEMENT SURFACE 6" MIN. 6" COMPACTED SAND (SE 30) 8"MAX. SECTION N.T.S. O 190-E-400 CONCRETE, 6"-8" SLUMP SLURRY BACKFILL. ALLOW MINIMUM 72 HOURS TO CURE. •D2-PG64-10 ASPHALT CONCRETE TO MATCH EXISTING PAVEMENT ELEVATION AND THICKNESS AFTER COMPACTION (6" MIN. DEPTH).ASPHALT CONCRETE SHALL MEET THE REQUIREMENTS OF SEC 203-6 AND SEC 302-5 SSPWC. O EXISTING A.C. PAVEMENT EXISTING BASE MATERIAL UNDISTURBED SOIL TACK COAT SHALL BE APPLIED TO ALL CONTACT SURFACES PER SEC 302-5.4 OF SSPWC (TYP.). 0 SURFACE TREATMENT TO MATCH EXIS11NG PAVEMENT (E.G. SEAL COAT, CHIP SEAL, SLURRY SEAL). 0 REV. DATE CITY OF CARLSBAD EXPLORATORY UTILITY POTHOLE BACKFILL & RESURFACING (DIAM. £ 8 IN.) APPROVED 2/10 CITY ENGIN DATE SUPPLEMENTAL r ._s29 STANDARD NO. ‘.-4 - 1-,— 0.82" Drill and tap for 0.625" X 20 UNC Theard, 1.50" Deep Coors 1.625" Dia. X 0.625" Dee Ch irperson R.C.E. 19246 Dote RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE ...„___piiki 5 700078 — Drill and tap for 0.625 X 20 UNC Thread, 1.50" Deep Chore 1.625" Dia. X 0.625" Deep 4r-- 22.69" Din. Cover See 0-Ring Groove Detail -N-22" Dia. From 1.12" • • M-01 Detail: COVER TO FRAME Drill and tap for 0.625" X 20 r UNC Thread, 1.50" Deep Chore 1.625" Dia. X 0.625" Deep —i\f- 22.69" Dia. 6.94" M-03A Detail: OUTER COVER TO FRAME DI M-03A Detail: INNER COVER TO OUTER COVER Inner Cover See 0-Mr' Groove Detail Outer Cover NEOPRENE 0-RING GROOVE DETAIL NOTES: 1.0.625" X 20 UNC THREAD, 316 STAINLESS STEEL SOCKET HEAD CAP SCREW AND 1.50" 0.D. X 0.687" I.D. X 0.078" THICK 316 STAINLESS STEEL WASHER. 2.0.25" NEOPRENE 0-RING GASKET SHALL BE GLUED INTO MACHINED GROOVE. GLUE SHALL MEET THE REQUIREMENTS OF MIL-M-81288 (AMEND. 1) 3.BOLTDOWN PATTERNS: •M-01 DETAIL (24" COVER & FRAME): INSTALL IWO (2) BOLTS AT 180 DEGREES. •M-0 DETAIL (CONCENTRIC COVERS): BETWEEN INNER AND OUTER COVERS INSTALL TWO (2) BOLTS AT 180 DEGREES. Revision ORIGINAL Updated Reviewed SAN DIEGO REGIONAL STANDARD DRAWING MANHOLE COVER - LOCKING DEVICE DRAWNG M — 04 NUMBER By D. Gerschoffer 10/18 Outer Cover See 0-Rin Groove Detail Frame -/V— 36" Dia. (Ref.) 36.32" Dia. ' . • • . . • • . •• I. • • i• . ;•• T Bolt Position Indicator M-01 COVER AND FRAME BOLT PLACEMENT (See Note 3) M-03A CONCENTRIC COVERS AND FRAME BOLT PLACEMENT (See Note 3) Approved Parkinson D. Gerschof-fer Date 2/95 12/15 APPENDIX C TIER 2 SWPPP TEMPLATE BEST MANAGEMENT PRACTICES (BMP) SELECTION TABLE Eq:16.1 Contm., 8MR, Solmert Colts( 6.,.?n T zrkirg awed /An EnSmen *magemerrOMPs Ada, Msisillertsejamentendafs..96,0... Peee te Owed GNPs Best Management Practice' PMP)Descriplion -) g g tn. li- . ...5. :31 .-1-:...6 .g.' 1 8 -a Z''. ii : m - P. g Wood Mulching Earth Dikes and Drainage Smiles A' e . E. F.-, ,t ' - . - i -6, e4 t....._, 5 E I CO ,e - eg g• 1 g Street Sweeping and Vacuuming Sandbag Barrier i et.a Ez., '00, 2 g -4 R re „, A 1, "Ifi. Az 'LI , .g 1-7, . ..t e, , § 13 .. ir, 62' 1 1 g, 5 ..,-,-.. ?_-' . B e a sf-, g -ri -E a Potable WaterArnIgotian I § 1. ..- >5 g Material Delivery and Storage 1- . . . '' . t t ; 5 iy, - . . a., 2 m e ota Solid Waste Management ., --5. 4 "`g S' CI 5 z Concrete 1142sle Management Cl:Sa4 Derignadm --> C.msnuMcneleAYe a :4 se r. co Le on 1...: "- ..1 7 7 a a 1- .1 7 ,A.I 0, 7 4.1 .1 '7' 41 0.1 7 o .11 7 N 1 % XZ 7 92 7 ' i- "? 7 'I' '"' - i3aI 7 7 7 Grading/Soil Disturbance Trenching/Excavofion StockpRing Drillina/Barina Concrete/Aspholt Sowcutting Concrete Flatwork Poving Conduit/Pipe Instaflotion SluccoAfortor Work Waste Disposal Ste/Wig/Lay Down Area Equipment Maintenance and Elam Hazardous Substance Use/Storage Dewotakro Site Access Across Dirt Other (fist): Instructions.: I. Cheali the box is fhe left of ell oppiicoNe construction act vity (first column) expected to occur during construction. 2.Located alon_g the top of fhe 811P To//s is a list of BMA's with it's corresponding California Stormwafer Quality Association (CAS/IA) designation number. Choose one or more B//Pc you intend to use during constructlon torn the list. Check the box where the chosen activity row intersects with the ENIP column. 3.Refer Is the CASQA construction handbook for information and details of Um chosen 8//Ps and how to apply Ihsm to the projech LEGEND (DELETE ITEMS NOT USED ON TIE SITE MAP) DESCRIPITON EC-10, VELOCITY DISSIPATION SE-1, SILT FENCE SE-5,FIBER ROLL SE-6,CRAVE BAG TR-I, STABILIZED CONSTRUCTION ENTRANCE NS-13, VEHICLE AND EQUIPMENT CLEANING NS-9,VEHICLE AND EQUIPMERT FUELING NS-10,VEHICLE AND EQUIPMENT MAINTENANCE 1411-1, MATERIAL DELIVERY AND STORAGE 1111-2, MATERIAL USE 1141-5, SOLID WASTE MANAGEMENT 114.1-9, SANITARY/SEPTIC WASTE MANAGEMENT BIORETENTTON BASIN CONCRETE BROW DITCH SYMBOL 401 - CrSeD FT/77777A OWNER'S CERTIFICATION: I UNDERSTAND AND ACKNOWEDGE IHAT I MUSE (1) ATIEMINT Ear MANAGEMENT PRACTICES (LE/Ps) DIIRWG CONSTRUCTION AMITIES TO RE MAJOLICA! waif PRAcncAas TO AVOID PIE MODUZA 770N OF POLLUTANTS SUCH AS SEDIMENT AND TO AVOID WE EXPOSURE or STORM WATER TO COVSTRUCRON RELATED POLLUMNTS AND (2) ADHERE TO, AND AT ALL 77//ES CO//PLY IRIS arr APPROVED we 2 CONSTRUCTION SNAPP THROUGHOUT PIE DURATVN OF RE aaysrRucnar ACTIMIES UNTIL ME CONSTRUCTOR PORK IS COMPLETE AND SIGNED OFF BY DE CITY OF CARLSBAD. OM/SOY °PIERS AGENT NAME (WWI) DATE ONNER(Sy OMER'S AGENT ?MAE (SIGNATURE) DATE SHIET CITY OF CARLSBAD ENGINEERING DEPARTMENT SHEETS 2 GM STORM WATER POLLUTION PREVENTION PLAN (SRUPP) TIER 2 PROJECT NAME. TaLE SHEET PROJECT ID DRAWING NO. NAPE OF PREPARER. QUALFICAUON OF PRO.AFER ACE/NESS: TAM-.13.3 16. IF d)PLICATiL PHONE NO: 4GRATURF. R.c.E/GERE ea LC. OR ONE ENE TIER 2 CITY STORM WATER POLLUTION PRE VEIVTION PLAN (TIER 2 SWPPP) SW - EBOSION CONTROL FIRDROSEEDAVG. PLANTING AND IRRIGATION STORM WATER POLLUTION PREVENTION. NOT aDIEBAL2miaiseasar ESILIREVENIS ME FOLLOMNG GENERAL SITE MANAGEMENT REOLINELIENTS SHALL 8E ADHERED 70 THROUGHOUT THE DURATION OF THE CONSTRUCTION VIDRK (TEAR ROUND). ES CITY OF OCEANSIDE I/lEA/WAY 78 1.IN CASE EMERGENCY OORK IS REQUIRED, CONTACT AT (ELMO.) 2.DEVICES SHOSN ON CITY APPROIED PLANS SHALL NOT ITE MOVED OR MODIFIED PITHOLIT RE APPROVAL OF THE SIGOVEERWG INSPECTOR 3.THE CaVTRACTOR SHALL RESTORE ALL EROSION CGA7ROL DEVICES TO MONO ORDER 70 THE SATISFACTION OF THE CITY ENDRE& AFTER EACH RAY-GYF PRODUCING RAINFALL 4.ITE COVIRACTCR SHALL INSTALL AODITIONAL SIOSICAI CONTROL MEASURES AS MAY BE REQUIRED BY THE CITY ENGINEER DUE 71) INCOMPLETE GRADING OPERATIONS OR ULECRSEEN aRCULISTANCES WITCH MAY ARISE 5.THE CONTRACTOR SHALL BE RESPONSIBLE AND SHALL TAME NECESSARY' PRECALITTONS TO PREVENT PUBLIC TRESP.4LIS avro AREAS WERE IMPOUNDED WATERS CREATE A HAZARDOUS CC '/0/ 6.GRADED AREAS AROUND RE Parlor PERIMETER OIL/ST DRAIN AWAY FROM THE FACE CF SLOPE AT 771E CONCLUSION OF EACH SOWING DAY 7.ALL REMOVABLE PROTECRIE DEVICES ERAS BE IN PLACE AT 7/YE END OF EACH WORAING DAY Mel EVE (5) DAY RAIN PROBABILITY FORECAST EXCEEDS FLIRTY PERCENT (40%). SILT AND OTHER DEBRIS SHALL BE REMOVED AFTER EACH RAWFALL 8.ALL GRAVEL BAGS SHALL CONTAIN 3/4 INCH MINNUM AGGREGATE 9.AU EXPOSED DISTURBED AREAS MUST HAW EROSION PROTEAN ISVPS PROPERLY INSTALLED. TES thrtuas ALL BUILDING PADS UNFINISHED ROADS AND SLOPES ADEQUArt PER/MEIER PROTECTOR B//Ps MUST BE INSTALLED AND MANTAINED AND HSI BE UPGRADED, IF NECESSARY TO PROVIDE SUFFIaMT PROTECTION mats RUNOFF DURWC RAIN EIENTS 11. ADEQUATE SEDUM- CONTROL &Ps MUST DE INSTALLED AND MAINTAINED. 12 ADEQUATE 9//Ps TO CONTROL OFFSITE SEDIMENT rvaavc mar BE INSTALLED ASO AMMITALYED. II A MINIMUM CAP 125% OF nir MATERIAL NEEDED TOO INSTALL STANDBY MIAs TO PROTECT THE EXPOSED AREAS FROM MOWN AND PREVENT g128(ENT DISCHARGES, MUST BE STORED 0115175 AREAS ALREADY PRO7ECIED FREI EROSION USING PHYSICAL STABILIZATION OR ESTABLISIED VEGETATION STAMIZAMM EafPs ARE NOT COWS/OGRE?) TO BE 'EXPOSED FOR PURPOSES OF THIS REQUIREMENT. 14. THE 01141E/DEVELOPER/COL/TRACTOR RUST FOLLOW ITATHER IRIGGERED" ACJION PLAN AND BE ABLE TO DEPLOY STANDBY BilbIs TO PROTECT THE OPOSED PORTICARS OF RE SITE SVEN 48 HOURS OF A PREDICTED STORM EVENT IA PREDICTED STORM EVENT IS ERNE AS A 40% CHANCE OF RAIN MINN A 5-DAY N ROVAL PFAFF/ER SERVICE FORECAST). 011 REQUEST, THE O//7/ER/DEVELOPER/CONTRACTOR MUST PROVIDE PROOF OF TES CAPABILITY IS DEPLOYMENT OF PHYSICAL OR VEGETATIM ROWS CONTROL BAIPs MUST COMMENCE AS SOON AS SLOPES ARE COMPLETED. TIE OPIVER/DEVEGPER/CONTRACTOR MAY NOT RELY ON PE ABILITY TO DEPLOY STANDBY MP MATERIALS TO PREVENT EROSION OF SLOPES THAT HA YE BEEN COMPLETED. 16.THE AREA THAT CAN LIE CLEARED, GRADED, AND LEFT EXPOSED AT ONE AVE IS LUTE TO RE AMOUNT OF ACREAGE THAr rhs CONTRACTOR CAN ACEQUATELY PROTECT PRIOR TO A PREDICTED RAIN EVENT. FOR LARGE? STIES, MAILING SHOULD ES PHASED. IT AMY BE NECESSARY TO DEPLOY /3/OS/ON AND SEDIMENT CONTROL 8//Ps IN ARE/IS 7HAT ARE NOT COMPLETED, OUT ARE NOT ACTIVELY BEING WORKED BEFORE ADDITIONAL GRADING IS ALLOYED TO ARMED, AT RE DISCRETTOLT OF TIE CITY INSPECTOR. 17.ALL DISIURBED AREAS NAT ARE NOT COMPLETED AND/OR NOT BEING ACTIVELY GRADED MUST BE FULLY PROTECTED FROM EROSION Vi LEFT FOR 14 OR MORE DAYS PIE ABILITY TO INSTALL BARI MATERIALS AV A PROMPT MANNER ISSCLE EIFFICENT. BVPs NEED TO BE INSTALLED IN THESE AREAS IS 8.1/Ps AILIST BE STOCKPILED AT VARIOUS LOCAT7ON THROUGHOUT RE PROJECT ME THROUGHOUT RE YEAR. MIS//EVER THERE IS A 40%. CHANCE OR GREATS? OF A RAIN 'WHIN A THREE (3) DAY FORECAST Pic :INSPECTOR RSEL WEFT THAr B//Ps ARE ADEOVATELY STOCKPILE! B//Ps MUST BE STOCKPILED ND READY FOR CEPLOYMENT P//EN MERE IS 502' CHANCE OF RAIN NIRO A 48 HOUR FORECAST FAILURE TO COMPLY PIN PPS REQUIREENT COULD RESULT N ME ISSUANCE OF A 57GP KIRK NONE OR OTHER ENFORCEMENT ACTION 19. ALL TREATMENT AND EROSION CONTROL 80/Ps MUST BE INSPECTED OEM Y AND PRIOR M A FORECASTED RAW EVENT OF GREATER THAN 50.% AND AFTER A RAN EVENT. IN ADORN TREATMENT comma 91.1Ps KIST BE SERVED AS Napo THROUGNOLIT PIE YEAR. Et IF SELECTED BET FAILS LVR4VG A RAIN EVENT, IT MUST BE REPAIRED OR IMPROVED OR REPLACED XITH AN ACCEPTABLE ALIERNATE AS SOON AS IT IS SAFE TO DO SO. TIE FAILURE OF A avp INDICATES IT WAS NOT ADEQUATE FOR 7Iff CIRCUMSTANCES W MUCH IT Y/AS USED. REPAIRS AND REPLACEMENT MAST THEREFORE PUT A MORE ROBUST BMA MEASURE IN PLACE 21. ALL CONSTRUCTTON EMPLOYEES MIST BE TRAINED AV RE IMPORTANCE OF STORM {RATER PCUURAV PIE /87/776W AND EIMP MANTENALICE WEATHER TRIGGERED ACTION PLAN RE DEVELOPER SHALL DEPLOY STANDBY BEST MANAGEMENT PRACRCE MEASURES 70 COMPLETELY PROTECT RE EXPOSED PORITAYS OF THE SITE NIRO 48 HOURS OF A PRED1CTE0 STORM EVENT ( A PREDICTED STORM EVENT IS DEFTLIER AS A FORECASTED, 40% CHANCE OF RAIN BY ndE NATIOVAL OE4TNER SERVICE), IN ADDIT1OR TO B//Ps MIPLENENTED YEAR-ROUND INCLUDING PERIMETER comma, MO EROSION COVTROL, TRACKING 11M-STORM WATER CONTROL, WASTE INIVAMENT, AND I./AERIALS POLLUTIOY CONTROL ME NATIONAL WARIER SERVICE FORECAST SHALL BE MONITORED AND USED BY THE DEVELOPER ON A DAILY BASIS F PRECIETATEN IS PREDICTED (40% CHANCE CF RAIN), THEN ME NECESSARY WATER POLLUTION CDNIROL PRACTICES SHALL BE DEPLOYED MINN 48 HOURS AND PRIOR TO THE ONSET OF TIE PRECIIITAncre THE 6EPLOYMEA'7 OF THE B//PS SHALL INCLUDE BUT NOT BE LIMITED TO GRAVEL BAGS AND SILT FENCES. A AMILWAI CF 125% OF IFIE MATERIAL NEEDED 70 tarAu STANDBY BEST MANAGEMENT PRACTICES MEASURES TO PROTECT THE EXPOSED AREAS FORM &AWAY AND PREVENT SEDIMENT DISCHARGES MUST BE STORED ON-SITE AREAS THAT NAVE ALREADY BEM PROTECTED MEI °MEM USING PHYSICAL STABILIZAROV OR ESTABLISHED PEaTA11011 STABILIZATION HAPS AS DEERMWED BY DE art OF CARLSBAD ARE NOT CONSIDERED TO BE EXPOSED' FOR THE PURPOSES OF NEATHER TRIGGERED ACTION PLAN*. AN ADEQUATE SOURCE OF EGLOPMENT AND IYORK545 SHALL BE AVAILABLE FOR aaorarevr Of WAINER TRIGGERED MPS'. 1. All PERMANENT AND TEMPORARY EROSION CONTROL PLANTING IAN IRRIGATION SHALL BE INSTALLED AND MAINTAINS) AS REQUIRED IN EXCITOR 212 OF THE STANDARD SPEafICATIONS AND DIE FaLOINTIC: A HYDROSEDING SHALL EC APPLIED TO: 1 ALL SLOPES THAT ARE GRADED 6:1 (HORIZONTAL 70 VERTICAL) OR STEEPER Mel THEY ARE: o THRE SIT OR MORE IN HEIGHT AND ADJACENT TO PUBLIC WALL OR STREET. b. ALL SLOPES 4 FEET CR MORE IN leaf!: 2 AREAS GRADED RATTER THAN 6:1 SHEN ANY OF ThE FOLLOSING MORONS EXIST: a NOT SCHEDULED FOR AMEPORETIENIS (CONSTRUCTION OR GENERAL LANDSCAPING) WNW 60 DAYS OF ROUGH CRAVING. b. DEMME° 8Y PE PARKS AND RECREATIOLT DIRECTOR AS HIGHLY MOLE TO THE Paw C. HAVE ANY SPECIAL CC/ND//ION IDENTIFIED BY ME OTY ENGWEER THAT WARRANTS IMMEDIATE TREATMENT 8 HYDROEEMIG AREAS SHALL BE IRRIGATED IN ACCORDANCE MTH THE FOLLOWING OPTIMA: 1 ALL SLOPES THAT ARE GRADED 8/7 OR STEAM AND 17/AT ARE O THREE TO EIGHT FEET IN HE/SIT SHALL BE IRRIGATED BY HAND WATE7ENG FROM ctrac COUPLERS/HOSE 818S OR A CONVENRONAL SYSTEM CF LOW PRECIPITATION SPRINKLER HEADS PRO /708/C 100% COVERAGE. P. GREATER MAN 8 FEET IN HEIGHT SHALL BE WATERED BY A CONVENRONAL SYSTEM OF LOW PRECIPITAnai SPRINKLER HEADS PROVIDING war COVERAGE 2 AREAS SLOPED LESS THAN 6:1 SHALL BE NRIGATED AS APPROVED BY THE STY MCNEES PRIOR TO HYDROSEDWO PIE DEVELOPER SHALL SUBMIT A PROPOSED SCHEME TO PROVIDE &RIVEN 70 RE CITY ENGINEER. IRE PROPOSAL SHALL BE SPECIFIC REGARDING RE NUMBERS na, AND COSTS OF THE ELEMENTS OF PIE PROPOSED SYSTEM .3 IRRIGATION SHALL MINTER RE MOISTURE LEVEL OF ME SOIL AT PE OPTIMUM LEND. FOR RE GRADWG OF THE HMO/SEEDED GROWTH. C HYDROSEDING MX SHALL cayssr OF ALL OF THE FOLIO/MO 1 SEED ME SHALL CONSIST OF NO LESS THAN: a.20 lba PER ACRE OF ROSE aova b.20 lbs PER ACRE OF ZORRO FESCUE a Xs PER ACRE OF E savoct CM CAL/PORN/CA oC 4 lbs PER ACRE GF ACELL£A AELLEPOLL4 o .7bs PER ACRE OF ALYSSUM (CARPET OF MOW) I 1/2 lb. PER ACRE IF DIMORPHEECA g.ITEMSo d o A/VOICE MIS SUBSECTION MAYBE 01.1117ED VISIBLE FROM EITHER A PUBLIC STREET OR RESIDENTIAL STRUCTURES h. ITEM a OF IIIIS SLIBCTION MUST BE INOCULATED MTH A NITROGER RANG BACTERIA AND APPLIED DRY EITHER BY OREM OR BROADCASING BEFORE HYDROSEDNO I ALL SEED MATERIALS SHALL BE TRANSPORTED TO RE JOBSITE IN UNOPENED CONTAINERS PITH THE CALIFORNIA DEPARTMENT OF FOOD AND AGRICULTURE CERMICAROV TAG ATTACTED TO, CR PRINTED AY SAID CONTAINERS NOV-PHYTO-TOWC PE777NG AGENTS MAYBE ADDED TO THE HYDROSEED SLURRY AT THE DISCRETION GF PE CONTRACTOR. 2 TYPE 1 UDEN APPLIED AT RE RAT OF NO LESS HAN 2000 lbs PER ACRE. TYPE 6 MULCH (STRAW) MAY BE SUBSTITUTED, MEW STRAW IS USED, IT MUST BE ANCHORED TO RE arra BY MECHANICALLY ALARMING NO LESS THAN 50% IF RE STRAW INTO ME SQL FERTIUZER CONSISTING OF AMMONIIMI PHOSPHATE SULFATE, 16-20-0 WM 75% SULPHUR APPLIED AT RE RATE OF SOO lbs. PER ACRE D AREAS TO BE HYDREEEDER SHALL BE PREPARED PRIOR TV MIXOSEDINO T REIGHERING THE SURFACE TO BE PLANTED BY ANY OR A COVENATICIN OF: a TRACK WALAING SLOPES STECK& THAN 6:1. •HA//ROPING AREAS 6:1 OR FLATTEN' THAT ARE SUMO/MAY FT//ABLE 2 AREAS GRADED FLATTER THAN 6:1 OWN ANY OF RE FOLLOYMG ENVIROVS EXIST a ADJUSTING THE SURFACE 501 MOISTURE TO PROVIDE A DAMP SIT NOT SATURATED SEED BED. . b. THE AMON OF SOIL *FERMENTS PH ADAISTMENT, LEACHING COVERING SALINE SC/ES TO PROVIDED VIABLE EINDIROLIS FOR GROWTH HYDROELA'NG AREAS SHALL LIE MAO/TAR/ED IV PROVIDE A VIGOROUS GROWTH UNTIL THE PROECT IS PERMANENTLY LANDSCAFE7) FOR AREAS litiSiE HYDROSEEDING IS THE PERMANENT LANDSCAPING UNTIL TIE PROJECT IS COMPLETED AND ALL BONDS liSEASED 1. AU SLOPES SHALL HAVE 1RRIGARON INSTALLED AND BE STAISIUZED, PLANTED AND/OR HYDROSEEDET) PIP/IN TEN (/0) DAYS OF ME TIME NfiEN EASY SLOPE IS BROUGHT TO GRADE AS SHOW AY ME APPROVED GRADING PLANS 3.SHOULD' GERMINATION OF HYDROSEEDED SLOPES FAIL TO PROVIDE EFFICIENT COVERACE Of GRADING SLOPES (90% COVET./ALT) PRIOR 70 OCTOBER 1, RE SLOPES MALL BE STABILIZE BY AN APPROPRIATE EROSION cavrat MATTING MATERIAL APPROVED BY THE MUG' PIRRKS WSPErTAZ 4.LANDSCAPING SNAIL E1E ACCOMPLISHER GIN ALL SLOPES AND PADS AS REQUIRED BY •aTY OF CARLSBAD LANDSCAPE MANUAL, TIE LANDSCAPRIG PLANS FOR THIS PROJECT OR AS DIRECTED BY THE CITY MOVER OF PLANNING DIRECTOR, 5. RE OMER/APPLICANT SHALL ENSURE THAT ALL COVIRACTGRS SHALL 000ROINATE OM( Cr MIS CONSTRUCI7E1 SWAP MOM OW ANY GRADING PLANS LANDSCAPE AND MEDAWAR PLANS AND IMPROWEENI PLANS AS REQUIRED FOR THIS PROJECT IfFRK CITY OF VISTA CITY OF SAN MARCOS PACIFIC OCEAN CITY OF ENCINITAS VICINITY MAP SHEET INDEX: SHEET 1: 77TLE SHEET SHEET 2- EROSION CONTROL PLANS AF'N: SITE ADDRESS: AREA OF DISTURBANCE AREA OF DISTURBANCE S.F. (THIS AREA INCLUDES BUT 15 NOT SMITE 70 OFF-SITE WORK INEUDING PUBLIC IMPROVEMENTS AND TEMPORARY DISTURBANCE SUCH AS VEHTEE AND EQUIPMENT STAGING AREAS, CCRSTRUCTION PORKER FOOT TRAFFIC, SOIL/GRAVEL PILE'S LIEIFI TRENCHES 8ACKFILL OUTS AND SLOPE KEYWAYS) CONSTRUCTION TIIREAP CORSTRUCTIOV THREAT TO STORY WATER OLIAUTY (CLIEC.K BOX), 0 HIGH 0 LIMP °WATER/APPLICANT: NAME: ADDRESS' TELEPHONE NO.: EMERGENCY CONTACT: NATE: ADDRESS' TELEPHONE I/O., TIFR 2 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) AN 156-350-11 \.) APN 156-35105.- PROJECT BOUNDARY . ./ APN NS-8 NS-9 IM41-2 NS-10 N 156-351-06 EXISTING HOUSE APN 156-351-04 APN 8 • SE-1 APN SE-1 PROJECT BOUNDARY APN 1561-351-07 APN 156-351-03 APN •• ..• • ..• . - CITY OF CARLSBA.D ENGINEERING DEPARTMENT SHEETS SHEET PROJECT NO. ORAY,INC—N/ STORM WATER POLLUTION PREVENTION PLAN (SITPPP) TIER 2 PROJECT NAME. EROSION CONTROL PLAN DM BY: CHICO E RsAVO BY APPENDIX D SIGNING & STRIPING GENERAL NOTES CITY OF CARLSBAD STANDARD NOTES FOR SIGNING AND STRIPING PLANS GENERAL NOTES: 1.The contractor is responsible for installation of all signing and striping. 2.All signing, striping and pavement markings shall conform to the California Manual on Uniform Traffic Control Devices (latest version), the Caltrans Standard Plans and Specifications (latest version), these plans and the Special Provisions. 3.All signing and striping is subject to the approval of the Public Works Director or her representative, prior to installation. 4.Any deviation from these signing and striping plans shall be approved by the Public Works Director or her representative prior to any change in the field. 5.All striping shall be reflective per Caltrans specifications. Striping shall be repainted two weeks after initial painting. 6.All permanent signage shall be reflective per ASTM Designation D4956 and shall use Type IV prismatic reflective sheeting (High Intensity Prismatic or equal) unless otherwise specified. R1-1 "STOP", R1-2 "YIELD", R2-1 "SPEED LIMIT" and street name signs shall use Type IX prismatic cube-corner reflective sheeting (Diamond Grade VIP or equal). 7.Prior to final acceptance of street improvements, all street striping and markings within a 200' perimeter of the construction project will be restored to a "like new" condition, in a manner meeting the approval of the City Inspector. 8.Exact location of striping and stop limit lines shall be approved by the Public Works Director or her representative prior to installation. 9.Contractor shall remove all conflicting painted lines, markings and pavement legends by grinding. Debris shall be promptly removed by the contractor. 10.All pavement legends shall be the latest version of the Caltrans stencils. 11.Limit lines and crosswalks shall be field located. Crosswalks shall have 10' inside dimension unless otherwise specified. 12.All crosswalks, limit lines, stop bars, pavement arrows and pavement legends shall be thermoplastic unless otherwise specified. Preformed thermoplastic arrows and legends shall not be acceptable. 13.Bike lane legends and arrows shall be painted. 14.Size of signs shall be based upon the recommended sign sizes found in the California Manual on Uniform Traffic Control Devices unless otherwise specified. 15.Sign posts shall be square perforated steel tubing with breakaway base per San Diego Regional Standard Drawing M-45. 16.When a sign is attached to a pole, it shall be mounted using a standard City of Carlsbad approved mounting bracket with straps. 17.Existing signs removed by the contractor shall be delivered by the contractor to the City of Carlsbad Public Works Yard at 405 Oak Avenue. CITY OF CARLSBAD STANDARD NOTES FOR SIGNING AND STRIPING PLANS 18.All signs shown on these plans shall be new signs provided and installed by the contractor except those signs specifically shown as existing to be relocated or to remain. 19.Fire hydrant pavement markers shall conform to the California MUTCD and San Diego Regional Standard Drawing M-19. 20.Lettering on ground-mounted street name signs on streets with a speed limit of 25 mph or less shall be 4" upper case and 3" lower case. Lettering on all other ground-mounted street name signs shall be 6" upper-case and 4.5" lower-case. Lettering font shall be Clearview. Supplemental lettering such as suffixes, block numbers and directional arrows shall be at least 3" high. Street name signs for public streets shall have white lettering on a green background. Street name signs for private streets shall have black lettering on a white background. 21.Street name sign blanks shall be flat (non-extruded) and street name posts shall be a minimum 12-gage, 13/4" square tubing per San Diego Regional Standard Drawing M-45. 22.Where R6-1 "ONE WAY" signs are installed in a raised median, the bottom of the sign shall be 18" above the finished surface of the median. 23.Where 0M1-3 object markers are installed in a raised median, the bottom of the sign shall be 24" above the finished surface of the median. 24.Where R4-7 sign and 0M1-3 object marker are to be installed in a median less than 3 feet wide, the R4-7 sign shall be 18"x24" and the OW -3 object marker shall be 12"x12". 25.All median noses and flares shall be painted yellow. 26.Existing "STOP" and "STOP AHEAD" signs and pavement legends shall not be removed until traffic signals are operational or until directed by the Public Works Director or her representative. 27.New "SIGNAL AHEAD" signs and pavement legends shall not be installed until traffic signals are operational or until directed by the Public Works Director or her representative. APPENDIX E GEOTECHNICAL BORING LOGS 0 UNIFIED SOIL CLASSIFICATION SYSTEM CONSISTENCY OR RELATIVE DENSITY Group Symbols CRITERIA Major Divisions Typical Names Well-graded gravels and gravel- sand mixtures, little or no fines Poorly graded gravels and GP gravel-sand mixtures, little or no fines GM Silty gravels gravel-sand-silt mixtures GC Clayey gravels, gravel-sand-clay mixtures SW Well-graded sands and gravelly sands, little or no fines SP gravelly sands, little or no fines Poorly graded sands and SM Silty sands, sand-silt mixtures SC Clayey sands, sand-clay mixtures Standard Penetration Test 0 - 4 Very loose 4-10 Loose 10 - 30 Medium 30 - 50 Dense > 50 Very dense GW Penetration Resistance N Relative (blows/ft) Density Inorganic silts, very fine sands, rock flour, silty or clayey fine sands Standard Penetration Test ML Inorganic clays of low to CL medium plasticity, gravelly clays, sandy clays, silty clays, lean clays OL Organic silts and organic silty clays of low plasticity Inorganic silts, micaceous or MH diatomaceous fine sands or silts, elastic silts CH Inorganic clays of high plasticity, fat clays OH Organic clays of medium to high plasticity <2 Very Soft <0.25 2 - 4 Soft 0.25 - .050 4 - 8 Medium 0.50 - 1.00 8-15 Stiff 1.00 - 2,00 15 - 30 Very Stiff 2.00 - 4.00 >30 Hard >4.00 Unconfined Penetration Compressive Resistance N Strength (blows/ft) Consistency (tons/ft2) Peat, mucic, and other highly organic soils Highly Organic Soils PT 3' 3/4" #4 #10 #40 #200 U.S. Standard Sieve Unified Soil Classification Cobbles Gravel Sand Silt or Clay coarse fine . coarse medium I fine MOISTURE CONDITIONS MATERIAL QUANTITY OTHER SYMBOLS Dry Absence of moisture: dusty, dry to the touch trace 0 - 5 % C Core Sample Slightly Moist Below optimum moisture content for compaction few 5 - 10 % S SPT Sample Moist Near optimum moisture content little 10 - 25 % B Bulk Sample Very Moist Above optimum moisture content some 25 - 45 % •• Groundwater _ Wet Visible free water; below water table Op Pocket Penetrometer BASIC LOG FORMAT: Group name, Group symbol, (grain size), color, moisture, consistency or relative density. Additional comments: odor, presence of roots, mica, gypsum, coarse grained particles: etc. EXAMPLE: Sand (SP), fine to medium grained, brown, moist, loose, trace silt, little fine gravel, few cobbles up to 4" in size, some hair roots and rootlets. File:Mgr: cASoilClassif.wpd PLATE B-1 GeoSoils, Inc. BORING LOG PROJECT: O'DAY CONSULTANTS Magnolia Avenue, Carlsbad W.O. 8087-A-SC BORING B-1 SHEET 1 OF L . • DATE EXCAVATED 4-7-21 LOGGED BY: MS APPROX. ELEV.: 149' MSL SAMPLE METHOD: Cal. Sampler, 140 lb Hammer a 30-in drop Depth (ft.) Sample USCS Symbol Dry Unit Wt. (pcf) Moisture (%) Saturation (°/0) Material Description Bulk Undisturbed T.: 0 co o 5 . _ 10- _ _ _ _ 15 - - _ _ - 20 - - _ _ - 25 - - _ _ - 30 - - _ - _ io \ sm i 100.1 12.0 47.3 IliSPHALTIC CONCRETE: \@ 0' Asphaltic concrete. UNDOCUMENTED FILL: / • @ i' SILTY SAND, dark reddish brown, damp, loose; abundant gravels and asphaltic debris. As per i'; dark reddish brown and dark grayish brown. sc SC 127.6 10.4 87.3 WEATHERED PARALIC DEPOSITS: 32 @ 3' CLAYEY SAND, light to dark reddish and grayish brown, wet, medium dense; oxidative nodules. SC SM SM 119.3 121.1 116.8 15.2 14.2 16.3 99.4 98.0 99.7 @ 5' As per 3'. PARALIC DEPOSITS: @ 7' CLAYEY SAND, reddish brown, dense, damp; oxidative nodules. @10' As per 7'; saturated. / @ 15' SILTY SAND, reddish brown, saturated, dense; potential perched groundwater above, fine to medium grain sand. @ 19' As per 15'; saturated, fine to coarse grain sand, micaceous grains, 41 44 -1— 44 moist. Total Depth = 191/2' Possible Perched Water @ 15' or higher Backfilled 4-7-21 : 6I Standard Penetration Test - Groundwater I Undisturbed, Ring Sample 9 Seepage GeoSoils, Inc. PLATE B-2 GeoSoils, Inc. BORING LOG PROJECT: O'DAY CONSULTANTS Magnolia Avenue, Carlsbad W.O. 8087-A-SC BORING B-2 SHEET 1 OF 1 DATE EXCAVATED 4-7-21 LOGGED BY. MS APPROX. ELEV.: 157' MSL SAMPLE METHOD: Cal. Sampler, 140 lb Hammer p 30-in drop Depth (ft.) Sample USCS Symbol Dry Unit Wt. (pcf) Moisture (%) Saturation (%) Material Description 'Bulk Undisturbed Blows/Ft. 0 5 10 15 _ _ - 20 — - _ - 25- - _ _ 30 — - - _ _ \ SM I SPHALTIC CONCRETE: @ 0' Asphaltic concrete. UNDOCUMENTED FILL: @ i' SILTY SAND, dark grayish brown, damp to moist, loose; abundant ravels. 41 SM SC Sc, sm SM 130.6 117.4 126.5 112.0 8.0 15.0 11.0 16.9 74.0 90.6 92.9 93.9 PARALIC DEPOSITS: @ 21/2' SILTY SAND, moderate to dark reddish brown, moist, dense; fine to medium grain sand. @ 5' As per 2%'; CLAYEY SAND, light reddish brown, wet. @ 10' As per 5'; light to dark reddish brown, very dense, reddish brown staining. @ 15' SILTY SAND, wet, dense, fine to medium grain sand; micaceous 69 91 64 grains. Total Depth = 16' No Groundwater or Caving Encountered Backfilled 4-7-21 U Standard Penetration Test -3-1 Groundwater I Undisturbed, Ring Sample Seepage GeoSoils, Inc. PLATE 13.3 GeoSoils, Inc. BORING LOG PROJECT' O'DAY CONSULTANTS Magnolia Avenue, Carlsbad WO. 8087-A-SC BORING B-3 SHEET 1 OF 1 DATE EXCAVATED 4-7-21 LOGGED BY: ims APPROX. ELEV.: 168' MSL SAMPLE METHOD: Cal. Sampler, 140 lb Hammer A 30-in drop Depth (ft.) Sample 'a I C13 co D =, . 0- g D a-. 0 Moisture (%) Saturation (%) Material Description Bulk Undisturbed • 0 CO - . . 5 — _ _ - io- - _ _ 15 - _ _ _ _ 20 — _ _ _ _ 25 — _ _ _ - 30 — _ - 0 ‘ SM / iSPHALTIC CONCRETE: \p, 0' Asphaltic concrete. FILL: SM SM SM 125.7 116.9 119.8 11.1 9.6 9.9 92.8 61.4 69.3 -UNDOCUMENTED @ i s SILTY SAND, reddish brown and grayish brown, damp to moist, loose to medium dense; abundant gravels. 1 I 27 50-6" PARALIC DEPOSITS: . @ 2' SILTY SAND, light to moderately reddish brown, wet, very dense; fine to medium grain sand, well cemented. @ 2%' As per 2'. @ 5' As per 2%'; moist. @ 10' As per 5'; grindings appeared very light reddish brown to yellowish 38/ 50-6" 45/" 50-5 I brown, difficulty drilling. Total Depth -= 11' No Groundwater or Caving Encountered Backfilled 4-7-21 - IU Standard Penetration Test - Groundwater I Undisturbed, Ring Sample 2 Seepage GeoSoils, Inc. PLATE B-4 GeoSoils, Inc. BORING LOG PROJECT: O'DAY CONSULTANTS Magnolia Avenue, Carlsbad W.O. 8087-A-SC BORING B-4 SHEET 1 OF 1 DATE EXCAVATED 4-7-21 LOGGED BY: MS APPROX. ELEV.: 178' MSL SAMPLE METHOD: Cal. Sampler, 140 lb Hammer @ 30-in drop Depth (ft.) Sam ple USCS Symbol Dry Unit Wt. (pet) Moisture (%) Saturation (%) Material Description Bulk Undisturbed Blows/Ft. 0 - _ _ 5 - - - _ lo- - _ - 15 - _ _ - 20 - _ _ _ 25 - _ _ _ 30 - _ _ _ , sm, LASPHALTIC CONCRETE: @ 0' Asphaltic concrete. NDOCUMENTED FILL: SM SM SM 122.4 124.7 119.8 8.3 11.3 11.0 62.3 91.5 79.1 @ 1/2 SILTY SAND, reddish brown and dark grayish brown, damp to moist, medium dense; gravels. I 58 PARALIC DEPOSITS: @ 2' SILTY SAND, light reddish brown to yellowish brown, moist, dense; fine to medium grain sand. @ 21/2' As per 2'. @ 5' As per 21/2'; wet, very dense, fine to medium grain sand, well cemented. @ 10' As per 5'. 25/ 50-6" 28/ 50-6" Total Depth = 12' Practical Refusal No Groundwater or Caving Encountered Backfilled 4-7-21 IU Standard Penetration Test -T-• Groundwater I Undisturbed, Ring Sample p Seepage GeoSoils, Inc. PLATE 8-5 GeoSoils, Inc. BORING LOG PROJECT: O'DAY CONSULTANTS Magnolia Avenue, Carlsbad W.O. 8087-A-SC BORING B-5 SHEET OF 1 _L .. DATE EXCAVATED 4-7-21 LOGGED BY: MS APPROX. ELEV.: 194' MSL SAMPLE METHOD: Cal. Sampler, 140 lb Hammer @ 30-in drop Depth (ft.) sample USCS Symbol Dry Unit Wt. (pcf) Moisture (%) Saturation (°/0) Material Description .. I 2 Undisturbed ce 0 Ca 0 _ - _ _ 5 - . - _ 10 - _ _ - 15- .. _ _ 20 - _ _ _ _ 25 - _ _ _ _ 30 - _ - _ •- SPHALTIC CONCRETE: 0' Asphaltic concrete. p7i! UNDOCUMENTED FILL: \ @ 1/2' CLAYEY SAND, reddish brown and dark grayish brown, moist to \wet, loose; contains gravels. I 35 - 119.9 123.0 122.1 213.6 13.0 11.3 13.8 12.7 92.9 82.9 98.4 94.2 PARALIC DEPOSITS: • ::.• . • ":7:•:: I @ 2% SILTY SAND, reddish brown and grayish brown, moist, medium dense; fine to medium grain. @ 5' As per 21/2'; dense, wet. @ 10' As per 5'; CLAYEY SAND, saturated, light to dark reddish brown, black and reddish brown staining. . • @ 15' SILTY SANDSTONE, moderate reddish brown, wet, dense; fine to 66 63 T 75 \ medium grain sand. Total Depth = 16' No Groundwater or Caving Encountered Backfilled 4-7-21 x. II/ Standard Penetration Test = Groundwater I Undisturbed, Ring Sample 2 Seepage GeoSoils, Inc. PLATE B-6 3000 1000 )14; 0 2000 r / - I II C, psf Fail. Ult 298 141 4), deg 43 37 Tan() I 0.94 0.76 3000 Normal Stress, psf 1000 2000 5000 4000 6000 e" 3000 Sample No. 1 2 3 Water Content, % 8.0 8.0 8.0 2500 Dry Density, pcf 128.7 127.5 124.8 Saturation, % 70.0 67.3 61.6 2000 Void Ratio 0.3093 0.3216 0.3511 3 Diameter, in. 2.38 2.38 2.38 Height, in. 1.00 1.00 1.00 1500 Water Content, % 9.0 9.2 10.1 Dry Density, pcf 129.0 128.1 125.5 1000 2 a) I- Saturation, % 79.2 78.3 79.3 Ze Void Ratio 0.3067 0.3163 0.3430 Diameter, in. 2.38 2.38 2.38 500 Height, in. 1.00 1.00 0.99 Normal Stress, psf 550 1100 2200 Fail. Stress, psf 829 1319 2381 0 5 10 15 20 Strain, % 2.4 3.3 3.5 Strain, °A Ult. Stress, psf 574 946 1813 Strain, % 10.2 11.8 12.6 Strain rate, in./min. 0.000 0.000 0.000 Shear Stress, psi Sample Type: Undisturbed Description: Reddish Brown Clayey Sand Specific Gravity= 2.7 Remarks: Client: O'Day Consultants Project: Magnolia Ave. Source of Sample: B-2 Sample Number: B-2 Proj. No.: 8087-A-SC Depth: 2.5 Date Sampled: Plate Tested By: TR Checked By: TR W.O. 8087-A-SC PLATE C-1 2000 4000 6000 8000 10000 12000 ,c(1 4000 C, psf Fail. Ult. , i 208 211 (1), deg 32 31 ---- .4.„, Tan(+) 0.62 0.59 ,.... i 1 _. --• i 1 ,- 411411 i _. i , ......,-...... 1 1 -4 ---- ______ i --... ,- ,- 1 , 1 , 1 1 i 1 i I 2000 6000 Specific Gravity= 2.7 Remarks: Source of Sample: B-2 Sample Number: B-2 Proj. No.: 8087-A-SC Date Sampled: Depth: 5-15 3 Normal Stress, psf I I Sample No. 1 2 3 Water Content, % 8.3 8.3 8.3 Dry Density, pcf 122.2 122.2 122.2 C5 Saturation; % 59.1 59.1 59.1 Void Ratio 0.3794 0.3794 0.3794 Diameter, in. 2.38 2.38 2.38 Height, in. 1.00 1.00 1.00 2 Water Content, % 13.2 12.9 12.5 Dry Density, pcf 122.6 124.3 125.8 a) Saturation, % 94.9 98.1 99.3 Void Ratio 0.3752 0.3559 0.3394 Diameter, in. 2.38 2.38 2.38 Height, in. 1.00 0.98 0.97 Normal Stress, psf 1100 2200 4400 Fail. Stress; psf 862 1601 2909 15 Strain, % 2.0 3.9 6.5 Ult. Stress, psf 829 1554 2791 Strain, % 7.2 7.8 11.1 Strain rate, in./min. 0.001 0.001 0.001 Sample Type: Remolded Description: Dark Reddish Brown Clayey Sand Client: O'Day Consultants Project: Magnolia Ave. 3000 2500 2000 Shear Stress, psi 1500 1000 500 5 10 Strain, % Plate Tested By: TR Checked By: TR W.O. 8087-A-SC PLATE C-2 t. ailCor CORROSION & THERMAL SCIENCES 42184 Remington Ave, Temecula CA 92590 ph (951) 795-3135 fx (951) 894-2683 Work Order No.: Client: Project No.: Project Name: Report Date: 21D4141 GeoSoils, Inc. 8087-A-SC 0-Day Consultants April 23, 2021 Laboratory Test(s) Results Summary The subject soil samples were processed with the U.S. Standard No. 10 Sieve and tested for pH (ASTM G 51-95 2012), Soil Resistivity (ASTM G 57-06 2012), Sulfate Ion Content (ASTM D 516-16) and Chloride Ion Content (ASTM D 512-12B). The test results follow: Sample Identification p H (H+) As Rec'd Resistivity (ohm-cm) Saturated Resistivity (ohm-cm) Sulfate Content (mg/L) Chloride Content (mg/L) B-1 @ 0-5ft 77 59,000 3,100 30 20 B-2 © 5-15ft 7.4 68,000 2,800 40 50 *ND=No Detection We appreciate the opportunity to serve you. Please do not hesitate to contact us with any questions or clarifications regarding these results or procedures. K Ahmet K. Kaya, Laboratory Manager 'e,1110 0.AnnArout.t E M C E www.soilcor.corn Form No. 1-PR W.O. 8087-A-SC Rev. 08/2019 PLATE C-3 130 so' AV 4555 25.88 Ors 150 • ,• c2; crs: •101175 .10'1T 0 3188 10 .1010 555. 2.0 /PS - FRP 4.26.4 •5.277 CF5 •11.21PS TD =19 12' a,. 5221 0,5 161 FPS PROFILE - MAGNOLIA A VC 26418 10167: fer SEG: .., PROFIT - STORM DRAIN XING STA 46462 VVIC inn /" 42 - 190 190 fi 180 170 • Afu 170 170 Rs: MIER .. iv 12 8-2 160 TTI 12 TD=11' 8 8 PCTr:: 4't 10 a Lg. 150 150 Qop 150 150 • St • ?At - 190 190 ci -cz al: ‘1.• 1.9017. 180 -ii.•:: :, ,,,, a, • , I LA' i 13-., • ,,,_------ . / :• , \ 17,7 .... • ; '-"49 - / ▪•:,------4 Qo n t7t,r.--- --tee- 160 to - 1,,, Z13.1 il --'' 1 ' , .., SE TD=16' z._ 501 Eist 4331 ur RCP ' 0 - .-75&518 0„, 1182 12730.2. 04.7:05- 5 Aft, 1 z Qop STORM DRAIN DATA IT) DELTA/BEARING RADIUS LENGTH REMARKS I 5 46:0611•7- 4.11' 30. RCA A: 1359-0 1 s' N 6151475- 6 morzfre= 25138 ma) •- ismo' 4 N .5,674 5 • c •• 5 I/ 611370'S - 10610' •- 6 Al 1425626- E .41.12* zor 18. RCP - 1350-0 7 .6 2.96775- 6' - POTHOLE TABLE NO EMT MUTT NORTHING EASTNG ivy in ASSI• 20020727 _ 4.1116110.4- PIA12 1r MVP 1001969.30 WW2& - P111.7 4781 100292315 4.230044.55 Plif# 4717/212C 2017321540 023111014 PN/5 l' 6.12 262.1639.98 617115113 PHA NW SAT 20110511.1 513115'412 P11717 CA7V 204823010 623151523 mo 1.5' 0.43: .117574270 813156257 1666 CAIV 11272.7028 62653003 88,10 1r AV 2:00724t1 6131381X Awn -77.10-CAS 20151231 6231353.01 MAP 75350 •`7', 200 112 GRAPHIC SCALE 100 0 50 100 INIM11111111111111 ME1=111= SHEET 3 SHEETS 1" = 100' CITY OF CA.RISBAD TRANSPORTATION DEPARTMENT GRACE OAT DATE RCE 32014 APPROVED: HOSSEIN A.110EH Lr5i-4•1•1,9 Per.. kocerLK CONSL.LT,%NTS WIC Lame ...us 'fest Celfanle 112010 760-931-77CC fog 1.-.1-0603 00010150 07 04_ GATE FEB 2021 1135741 AS. SCALE AS MOM BENOMIEK DESCRPTCH: DM (SAWED IS 5175' NI PLANS Foz: MAGVOUA AVE S7tVW DRAhV oofEssialv, --=•=011111•11•1=•••• PRO.ECT MGR.: SO. 353 Ha 201044 tn01,1.E.N OF YORE ...m.kitost PEST c60 OF VALIFf SIRET 85 1-7 scow OF liA025161 Alf RECCRD rill* 077 CF CAA251140 6R7127 MOM Fail' 720 FE? R.01 17177 /050010/I 1.12554 ma DADA MOE 1114 D'/Pi Erf: OMR': HY: WANT, Dv. DRAW/OS NO. XXX-XX RCJECT NO. CIF XXXX- XX ENGINEERING MANAGER FE 75191 MIRES 0/32/22 DATE 59400 40400 41#00 42i-00 43+00 44400 454:00 46*00 47400 484.00 49+00 HORIZONTAL SCALE: 1"=1001 VERTICAL SCALE: r=2cr 1 1 0451_1_ 1 , , ,t ----t , ,-1 ▪:24 -8,t4 4 •V. SE 1 , .12;i c' 1G 2.:3" 01 SCALE: I' APIA 205-220-99 AVM CV1S'IYAC408,1-161Drao 08529, 02757 %WV CF 26547624 PM 21274 74. 045 Iry 5717 aor 672-1 •4- 45*.I0 Ce.S & 1d t I-r2.7- TD=19-12-1-fi I !I F.. . 1 ' I; _ 1-A 1 :__ , 1 :. t t i .' T.. GS1 LEGEND .1 TD=16' - - TD=11' •-kL, T - 1-ROC305. .1•05-5. / • kW 205-220-13 cetsRA Am? lo rifita caResa.40 lama soaxe arm& / OPN.: 205-22,-47 11271AND 101.610415 ONO, IP NAP 7277 lid "AS BUILT" SE tE. REVIEWED Ent PLAN - MAGNOLIA AVE ..en•-••••••••••••, ALL LOCATIONS ARE APPROXIMATE This document or efile is not a part of the Construction Documents and should not be relied upon as being an accurate depiction of design. Afu - Clop - B-5 TD=19ir IT-5 All MOK 00/05329 ARTIFICIAL FILL - UNDOCUMENTED QUATERNARY OLDER PARALIC DEPOSITS, CIRCLED WFIERE BURIED APPROXIMATE LOCATION OF EXPLORATORY BORING 7TH TOTAL DEPTH IN FEET APPROXIMATE LOCATION OF INFILTRATION BORING WITH TOTAL DEPTH IN FEETN(NY0 & MOORE, 2017) APPROXIMATE LOCATION OF GEOLOGIC CONTACT, QUERIED WHERE UNCERTAIN Peog941 (1:1•1:5 (- GEOTECHN1CAL MAP Plate I w.o. 8087-A-SC DATE: 06/21 SCALE: AS SHOWN .;) 2106 1.04, Owen. FM Eulie I00 Wel. UM 750-931-77Le 7EC-9.31-Z6Z0 00oK~touocan C. Coln., Per., 1.-rotc.4 SHEET 4 CITY OF CARISBAD TRANSPORTATION DEPARTMENT APPROVED: HOS50,4 A,ACEH 00/110510 NO. xxx-xx 57,N SY: 711X0 OY: _ . RAW': P.O PROJECT NO. CIP XXXX-XX w.o. 8087-A-SC DATE: 06/21 SCALE: AS SHOWN _ HORIZONTAL SCALE: 1"=100' VERTICALi SCALE: 1"•-.20' 205-2.20-23 190_0,1698 FAIRY REICCABLF 712652 205-236-17 174LARD F14,2Y &SCOW /99$ 171851 if<1-23.1.46 KCX0e, .1c5 ACPA7/ C5: 1&-.220-7/ EAU KM, A-//115/1 0 OM TA01 205-210-31 MOROI Of ANIS 1:47151 Of LA1757 (GYMS 41115 CAIV 205-130-13 Zit;wA wAzras 105-2.10-10 11711-ANO KEW & 05000//.1 WOO Nor PM 1338 FAR/SE A [-. I j I 265-230-21 !ROI 51 " I VORAI RORY 1,.. 205-2.30-27 t.,- J1, 2$ MOP ef Mr It ,t ri, PhipDsVCD5pir OF a I 11 I etc . N —1 :AT _ 17 1 : - — I tezt— o , fu I /MO .. _ - 7 0.,,, , ,:t L. r.. . •.,i ,., '07 • ..... M5.-220-24 MACMIX1A VA11Er ail 1 SCH01t OxivER C.IN-4249 tO970 ACV — I 2.75-220-35 205.225..38 2415-210-64 REM AV •CAPOOFCCI NAR:A17118,YAW 300/0 RflOC1818 71711ST IINCANET 045711181 . j STORM DRAIN DATA 0_0 DELTA/BEARING RADIUS LENGTH REFIARKS 8 m 615370` 1 — 2400' .Z" RC. ... 13504 —Nfr - 28795'115-50'dr: — J810 RCP ... 13504 10 ....— 36?'18 - POTHOLE TABLE NO EXIST. 11111.11Y NORIHNIG EASING 141112 CAW 2003=5S 62310545 PHIVJ 12' AliO 202341,55 522102058 P14114 04 20031804 6257.92723 X031464 I 623193447 "AS -IL:" EXP r.:071 11,4EvrE0 f3Y: 205-230-09 AWRY AO, PAM FIW , , 5 20' BO' SCALE - 40' I. -915-230-22 4 E LLI a 14J 4-1 416 " -- -1— i 5840 $N.08 5840 C' GeiaSQ)4,,,no. GEOTECHNICAL MAP Plate 2 GRAPHIC SCALE 100 0 50 100 200 51800 52+00 53+00 54800 55+00 ! r- 20 210 210 ; 1_4 : • 1 -4... Afu 8-5 190 190 TD=16` 18 CA - 170 170 AMOY". Rcp giSe-CPS 150 PROF/LE — M 6NOLIA AVE $ColL 11,76-e lek 1'. 41' 7' 6' 140 49+00 50800 1 210 -1- ca 4-1 C') 190 18 Afu 170 160 150 Y la70' Op JO' RCP late AS 0.1 C '' .1.t. Wi-R r4-424 H !! ,.., , 'e4 .Ltz. i 4 :, -.. .% .,..8. '''V i , '.' 7-13-- ere `,*-- 7tv .,.,;„, '41 4 . -"r ezi Ft CAS )71/:"-- '111 \. 1-'s ''_1-Y.4 -C4!' -?-i: FX qr/ Af IC .r'-. 8- SMFR-- ---__,.. r. - ;- - '.712:61E1?._ t. .7; , :.....: - ft 1B.RCP le Pal '0230005 .1.292110.-£357 as 11_27 CFS r • PRORLE — STORM DRAIN XING O STA 52+98 SCAM HAW 1.= 10' e 210 00- 190 170 1" = 100" 0 /S4g :/_ CONSUITACTS COSMO 0.10_ DATE .P..242.1 010/14 110. SCAM AS OH/ON PROX, /CR. _CO.,_zo 1104 vunwi 05 WORK: DATE' SEM/ 0505 010: 52014 8ERCHAMRK OESCRP 1010 25- ZYLC s7A4,947 2S 6115' LocAucx: MST CM Of YALLFr Srlarr7 85 FT SOWN OF &Mal AlE RiC1C00 101110 (277 OF CARISE1A0 .9.Ark7 CCOINOL pour MO P530 1205 17271 ELEVA11%, 170554 117A 01,111S: 07:. 1925 NOROleeleir PLANS FM MAGNOUA Alf STORM ORAN FsCIAFERING 0301/ER PE 75091 MKS 079-2.3 OWE APPENDIX F SUBSURFACE UTILITY POTHOLE REPORT - ROUND 1 O'Day Consultants, Inc. Magnolia Ave. Strom Drain Project Subsurface Utility Report April 27, 2021 UNDERGROUND SOLUTIONS April 27, 2021 Nicole Fine, PE O'Day Consutants, Inc. 2710 Loker Avenue West, Suite I 00 Carlsbad, CA 92010 Dear Ms. Fine: I would like to take this opportunity to personally thank you for putting your trust in Underground Solutions, Inc. to perform the utility locating on this project. Over the last 18 years USI has prided itself on being the potholing company of choice of our clients, we have a 99% repeat customer base. Your opinion matters to us. We welcome any comments or suggestions that will help us improve our service and keep you coming back. The following proprietary report details our findings for the pothole locations identified by your company, complete with photographs of individual utilities found during our investigation. Underground Solutions' mission statement has never changed; we strive to provide the most professional and accurate state-of-the-art service. This is achieved by our top of the line equipment and professional field team. Once again, thank you for this opportunity and we look forward to a continued working relationship with you and your firm! Sincerely, E Aro&e, President Underground Solutions, Inc. AIN UNDERGROUND SOLUTIONS Your First Choice For Potholing Services 120 N. Andreasen Dr., Escondido, CA 92029 Ph# 760/ 294-9449 Fax# 760/ 294-9490 UNDERGROUND SOLUTIONS tif$'1 Table of Contents Pothole Summary Sheet(s) Area Map(s) / Pothole Exhibit Pothole Report Data and Photo Logs Traffic Control Plans (if applicable) Picture Thumbnails Legends UNDERGROUND SOLUTIONS ‘‘.A V 0 POTHOLE SUMMARY SHEET(S) 4/27/2021 UNDERGROUND SOLUTIONS Underground Solutions, Inc. tO N. Anckeasen Or. Escondido CA 92029 1760) 294-9449 • Fax (710 294-9490 - www.usipothole.com USI : Pothole Report Pothole Summary Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Top Bottom Station Utility (ft) (ft) Size Type Distance From Curb Direction 01 W 5.32 5.82 6" ACP 3.40 ft NW of curb face, 12.00 ft SE of W/valve, 29.00 ft S of W/valve NW/SE 02 W 5.28 6.00 8" PVC 3.40 ft NW of curb face, 12.00 ft SE of W/valve, 39.00 ft W of power pole NW/SE 03 COMM 2.00 2.32 4" PVC 3.60 ft NW of curb face, 36.40 ft SE of curb face, 35.80 ft E of W/valve NW/SE 04 T 2.12 3.06 r (2ea), 4' (lea) PVC 4.80 ft NW of curb face, 5.30 ft NW of power pole, 30.60 ft SW of W/valve NW/SE 04 E 3.82 4.22 4" PVC 4.80 ft NW of curb face, 5.30 ft NW of power pole, 30.60 ft SW of W/valve NW/SE 05 4.12 4.24 1" STL 4.40 ft NW of curb face, 23.10 ft E of W/valve, 46.60 ft NE of power pole NW/SE 06 W 2.52 2.72 2" COPP 4.30 ft NW of curb face, 60.10 ft NE of W/valve, 6.60 ft NW of water meter NW/SE 06- 1 W 2.72 2.92 2" COPP 4.30 ft NW of curb face, 58.00 ft NE of W/valve, 6.60 ft NW of water meter NW/SE 08 2.28 2.44 1.5" STL 17.00 ft E of S/MH, 10.60 ft SE of W/valve, 46.50 ft SW of power pole NW/SE 10 W 2.88 4.00 12" ACP 24.40 ft SE of curb face, 15.00 ft NW of curb face, 33.60 ft W of power pole NE/SW 11 3.24 3.48 3" STL 9.20 ft SE of curb face, 30.40 ft NW of curb face, 18.00 ft S of SD/MH NE/SW 13 W 2.56 3.70 12" ACP 14.60 ft NW of curb face, 93.00 ft NE of S/MH, 21.60 ft W of power pole NE/SW 14 G 2.88 3.18 3" STL 9.00 ft SE of curb face, 33.00 ft NW of power pole, 100.60 NE of S/MH NE/SW 17 2.88 3.00 1.5" STL 14.60 ft SW of curb face, 63.20 ft SE of S/MH, 25.40 ft NE of curb face SE/NW 18 4.36 5.10 8" ACP 9.00 ft SW of curb face, 59.20 ft SE of W/valve, 30.80 ft NE of curb face NW/SE 19 G 1.74 1.86 1.5" STL 14.60 ft SW of curb face, 25.00 ft NE of curb face, 149.00 ft N of S/MH NW/SE 20 W 3.62 4.30 8' ACP 9.00 ft SW of curb face, 30.80 ft NE of curb face, 151.00 ft N of S/MI-1 NW/SE https://usimain.azurewebsites.net/Reports/Pothole/585 1/44 UNDERGROUND SOLUTIONS nhir 0 AREA MAP(S) I POTHOLE EXHIBIT .,egeffli_jagYaMJi tf alote e• STORM DRAIN DATA POTHOLE TABLE rag. Part ....ft•roatPrAzat..1,v6frP ay. wo:offarrOF.ta,v poor4- ' 70% SUBMITTAL 210 —400 ii 1/0 r - AII A01XIWC 57,1 mess 1$0 P07/4f46AWA A If .11.I 4100 300,9 Si40 52+01, 8t: I DTA., ace( gm rir4744 Mtri, awl I For.,44ers, itt"14.ttrucli .Lihr .f2;52"'Amov' toorr me" • , S I •I — , I — • •. 4,Z - - -I • - -1 rt 70% SUBMITTAL Mr, IMe y rem MM MK. AS 1411 r - - T -- - I i II • I - . \, r I ?LAN — ACC Er. P-K 2046k1flor AW STOW NM 1 ..INVOMA.a. Joe two ',a-M.474M IFIX Mete* MIMS cnr.4,2 ar VOMP}Mell WI. al vont, cvorg [Zro:nriir. O '-' •• a _ '61 — .4• zeta:from Ltem• igpAret re Ar.e. ""'" grAnOrS?"' I — Er.,•• irwawv FAIIMG WM" AY MOM. CSMMWIt. rierArrer lo in, at rx..1 4.0011 DUC.1.111N • SO ISO •'a •• V -we ^ .1.1102. kW tar KOWA Alf $1124/ AIm c'4,5 • re.410 r . I army. OM fl($.SVFQC ar COMICUa A 017 al OW 6,1‘a .5 P.0 I0 tresomw.. =la= """ ""'"' r Zee orMir"2 Una. Nag, PIAN — VALLEY ST - 12 CO 10,1 We' 184.11 DNA 0 St 10 21.. mica PROFILF — !Olin" SI 110 SQ 0 VA - sromi. DRAIN DATA ckciyM9.4. mos MON V: • 77- -11f144- • : .5 ?J11.1" V41.0 Mr_eLT.m„F.,5,A.t!Y01:1" 70% SUBMITTAL - OLICOPOON ISO ION Oft UNDERGROUND SOLUTIONS v‘LO F 0 POTHOLE REPORT 4/27/2021 US!: Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreasen Dr. Escondido, CA 92029 (760) 294-9449 • Fax (760) 294-9490 • www.uslpothole.tom Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Station Utility Top (ft) Bottom (ft) Size Type Distance From Curb Direction 01 W 5.32 5.82 6" ACP 3.40 ft NW of curb face, 12.00 ft SE of W/valve, 29.00 ft S of W/valve NW/SE Comments Operator: Herrera, Adrian P. Technician: Evans, Dakota Vehicle: USI 5 Field Log* 16934 Loq Date: 04/05/2021 Soil Type: Clay . Asphalt Depth: 0.60 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 3/44 Top Depth Photo LJ Bottom Depth Photo 4 as 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreasen Dr. Escondido, CA 92029 (760; 294-9449. Fax (760:, 294-9490 www.usipothole.corrk Pothole: 01 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 4/44 Typo Top (ft) Size Utility Station Direction Bottom (ft) Distance From Curb Comments 02 W 5.28 6.00 8" PVC 3.40 ft NW of curb face, 12.00 ft SE of W/valve, 39.00 ft W of power pole NW/SE Operator: Field Log ft: Asphalt Depth: 4/27/2021 USI: Pothole Report UNDERGROUND SOLUTIONS ILAIF Underground Solutions, Inc. 120 N. Andreas:en Dr. Escondido, CA 02029 (760) 294-9449 • Fax (760) 294-9490. u\romusipothole.com Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Herrera, Adrian P. Technician: Evans, Dakota Vehicle: USI 5 . 16934 Log Date: 04/0512021 Soil Type; Clay 0.60 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 5/44 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 20 N. Andresen Dr. ES condido. CA 92029 (760) 294-9449 • Fax (760i 294-949) • www.usipotholo.com Pothole: 02 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Top Depth Photo Bottom Depth Photo Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 6/44 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS NU' Underground Solutions, Inc Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 120 N. Andreasen Dr. Escondido, CA 92029 (7601 294-9449. Fax (Thol 294-9490 • www.uslpothole.com Station Utility Top (ft) Bottom (ft) Size %roe Distance From Curb Direction 03 COMM 2.00 2.32 4" PVC 3.60 ft NW of curb face, 36.40 ft SE of curb face, 35.80 ft E of W/valve NW/SE Comments Operator: Herrera, Adrian P. Technician: Evans, Dakota Vehicle: USI 5 Field Log #: 16934 1,5j Date: 04/05/2021 Son 'Pipe: Clay Asphalt Depth: 0.60 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 7/44 Top Depth Photo INN 2 P4. A Bottom Depth Photo ir 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andvdasen Dr. Escondido; CA 92029 ;760) 204 0149. Fax {MI 294-9490- www.usipolbole.com Pothole: 03 Subsurface Utility Report Customer - O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 8/44 A1N Underground Solutions, Inc. Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 UNDERGROUND SOLUTIONS 4/27/2021 USI : Pothole Report (7601 12014. Andreasen Dr. Escr.ociido. CA 92029 294-,)449 • Fax 050; 29,1-9490. ...,,,Art.v.usipollole.corr, Station Utility Top (ft) Bottom (ft) Size Type Distance From Curb Direction 04 T 2.12 3.06 2'' (2ea), 4" (lea) PVC 4.80 ft NW of curb face, 5.30 ft NW of power pole, 30.60 ft SW of WNalve NW/SE Comments Operator: Gomez, Octavio H. Technician: Herrera, Daniel Vehicle: USI 6 Field Log #: 16924, 16925 Log Date: 04/05/2021 DG Asphalt Depth: 0.40 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 9/44 Top Depth Photo CIII Bottom Depth Photo 4/27/2021 USI: Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreas Di. Escondido. CA 92029 C7601291-9449. Fax imo) 294-9490 • woreo.usqx:thole,com Pothole: 04 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 10/44 UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreasen Dr. Escondido. CA 02029 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 4/27/2021 USI Pothole Report (760) 294-0449 • Fax (760) 294-9490 • onmcusipothole.com Station Utility Top (ft) Bottom (ft) TYpe Distance From Curb Direction 04 E 3.82 4.22 4 PVC 4.80 ft NW of curb face, 5.30 ft NW of power pole, 30.60 ft SW of WNalve NW/SE Comments Operator: Gomez, Octavio H Technician: Herrera, Daniel Vehicle: USI 6 Field Lop #: 16924, 16925 Log Date: 04/05/2021 Soil Type: DG Asphalt Depth: 0.40 Concrete Depth: Marker: PI< Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 11/44 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc 120 N. Ancirnseri M. Escondido CA 92029 (760) 2949449 • Fax (70M 2949490 • www.usipothole.coin Pothole: 04 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Top Depth Photo Bottom Depth Photo Finish Photo Area Photo The data on this report is intended for inforrnational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 12/44 Direction Bottom (ft) Distance From Curb Size Station Utility Type Top (ft) Comments Subsurface Photo Pre-Excavation Photo 4/27/2021 UNDERGROUND SOLUTIONS 111Itair Underground Solutions, Inc. 120 N. An rireason Dr. Escondido, CA 92029 I/60)294-9449. fax (7601294-9490 • www.usipotbolo.com USI : Pothole Report Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Gomez, Octavio H. Technician: Herrera, Daniel Vehicle: US) 6 16924 Loa Date: 04/05/2021 Soil Type: DG 0.40 Concrete Depth: Marker: PK Nail The data on this report is intended for informational purposes only. In no way should any of the Information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.oet/Reports/Pothole/5135 13/44 Operator: Field Log #: Asphalt Depth: 05 G 4.12 4.24 1" STL 4.40 ft NW of curb face, 23.10 ft E of W/valve, 46.60 ft NE of power pole NW/SE Top Depth Photo we— Lai Bottom Depth Photo Finish Photo 4/27/2021 USI : Pothole Report grIN UNDERGROUND SOLUTIONS I CIF Underground Solutions, Inc. 120 W. Andreasen Or. Escondido. CA 92029 (760) 2949449. Fax mo) 294-9490 • v.ww.usip0thofx...com Pothole: 05 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 14/44 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. Subsurface Utility Report Customer O'Day Consultants. Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 120 N. Andreasen Dr. Escondido. CA 9'2329 17601294-9449. Fax (MO) 294-9490 • www.usipothole.com Station Utility Top (ft) Bottom (ft) Type Distance From Curb Direction 06 W 2.52 2.72 2" COPP 4.30 ft NW of curb face, 60.10 ft NE of W/valve, 6.60 ft NW of water meter NW/SE Comments Operator: Gomez, Octavio H. Technician: Herrera, Daniel Vehicle: USI 6 Field Loci tt: 16924 Log Date: 04/05/2021 Soli Type: DG Asphalt Depth: 0.40 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is Intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 15/44 :....7 71P.11111111 Top Depth Photo r,...,...—_1 S Bottom Depth Photo i t t 4/27/2021 USI: Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreasen Dr. ,,scondidc. CA 92029 (7601294-04-14- Fax 1760) 2949490 • vo.y.N.usipothee.cen) Pothole: 05 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 16/44 4/27/2021 UNDERGROUND SOLUTIONS Underground Solutions, Inc. US!: Pothole Report Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 120 N. Andreasen Di. Escondido, CA 92029 (M0)294.9449. lax (7601 294-9490 • www.uslpotholesom PHP Station Utility TOP (ft) Bottom (ft) Size Type Distance From Curti Direction 06-1 W 2.72 2.92 2" COPP 4.30 ft NW of curb face, 58.00 ft NE of W/valve, 6.60 ft NW of water meter NW/SE Comments Operator: Gomez, Octavio H. Technician: Herrera, Daniel Vehicle: USI 6 Field Log #: 16924 Log Date: 04/05/2021 Soil Type: DG Asphalt Depth: 0.40 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 17/44 Area Photo Finish Photo Top Depth Photo Aga' r 1116MIP 1.11111 1111111ft aft% tat`. Bottom Depth Photo 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreasen Dr. Escondido, CA 92029 (700) 294-9449. Fax (760) 294-9190. w....p.v.Lsipothole.corn Pothole: 06-1 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 18/44 1:1 Station Utility Top (tft Bottom (ft) Size lYpe Distance From Curb Direction 08 0 2.28 2.44 1.5" STL 17.00 ft E of S/MH, 10.60 ft SE of W/ualve, 46.50 ft SW of power pole NW/SE 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Anclr,2asen Es. tsccodido. CA 92029 (760) 294-9449 Fax (7001294-9190 • ww.v.usipothnle.com Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Comments Operator: Gomez, Octavio H. Technician: Herrera, Daniel Vehicle: USI 6 Field Log 4: 16925 Loq Date: 04/05/2021 Soil Type: DG Asphalt Depth: 0.40 Concrete Depth: Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 19/44 Area Photo Finish Photo Top Depth Photo mow et Now Bottom Depth Photo 11=111= 3 MEW NMI wig aim& far• wall 1 4/27/2021 USI: Pothole Report AIN UNDERGROUND SOLUTIONS 111rar Underground Solutions, Inc. 120 N. Andreasen Or. Escondido, CA 92029 (760) 294-9449. Fa. (760) 29,1-R.190. www.usipothoie.corn Pothole: 08 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 The data on this report is intended for Informational purposes only. In no way should any of the information presented hem be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 20/44 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS IlkO r Underground Solutions, inc. Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 (760) 120 N. Antheasen 10F. ESCOIldidO. CA 92029 294-3449 Fax (760) 294,9490 • mvei.usipotholc.com Station Utility Top (ft) Bottom (ft) Type Distance From Curb Direction 10 2.88 4.00 12" ACE' 24.40 ft SE of curb face, 15.00 ft NW of curb face, 33.60 ft W of power pole NE/SW Comments Operator: Herrera, Adrian P. Technician: Evans, Dakota Vehicle: USI 5 Field Log #: 16934 Loci Date: 04/05/2021 Soil Type: Clay Asphalt Depth: 0.60 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 21/44 TOp Depth Photo V T-777:7 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreasen Or. Escondido. CA 92029 F.2601294-9449 • Fax (790294-9490 • wstaaLusipothae.tonl Pothole: 10 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 22/44 Top (ft) Size Type Utility PH# Station Direction Bottom (ft) Distance From Curb Subsurface Photo Pre-Excavation Photo 4/27/2021 telfIN UNDERGROUND SOLUTIONS vItsaY Underground Solutions, Inc. 120 N. AndreasPn Dr. Escondido. CA C.,2029 (7601294-9445. Fax (760‘; 294-9490 www.usipothole.com USI: Pothole Report Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 11 3.24 3.48 r SR 9 20 ft SE of curb face, 30.40 ft NW of curb face, 18.00 ft S of SD/MH NE/SW Comments Operator: Herrera, Adrian P. Technician: Evans, Dakota Vehicle: USI 5 Field Log j±, 16935 Loci Date: 04/05/2021 Soil Type: Clay Asphalt Depth: 0.50 Concrete Depth: 0 Marker: PK Nail The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 23/44 4/27/2021 USI : Pothole Report AIN UNDERGROUND SOLUTIONS 'VLF Underground Solutions, Inc. 120 N. Andrpasen Dr. Es Ecndklo, CA 92029 (76012944449 fax MO} 1.94-94H0 www.usipothola.com Pothole: 11 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27,2021 Top Depth Photo Bottom Depth Photo Finish Photo Area Photo Isktt T.3n 1154 The data on this report is intended for Informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 24/44 4/27/2021 UNDERGROUND SOLUTIONS lrib.APF Underground Solutions Inc. i 20 N. Andreasen D. Escondido. CA 92929 (7601294-9449 • Fax ,,760) 294-9490 • ww..v.usipothole.corn USI : Pothole Report Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Station Utility Top (ft) Bottom (ft) Size Type Distance From Curb Direction 13 W 2.56 3.70 12" ACP 14.60 ft NW of curb face, 93.00 ft NE of S/MH, 21.60 ft W of power pole NE/SW Comments Operator: Herrera, Adrian P. Technician: Evans, Dakota Vehicle: USI 5 Field Log #: 16936 Log Date: 04/06/2021 Soil Type: Clay Asphalt Depth: 0.60 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report Is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 25/44 Top Depth Photo 4/27/2021 USI: Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Aridreasn Dr. Escondido, CA C.2029 (7601 294-9449 • lax VW, 294-9190 • wv.iw.usipotholo.rom Pothole: 13 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/5135 26/44 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Anili.essen Dr. Zsconctclo, CP, 92329 (760) 29,1-9449. Fax (760 294-9490. ,,..Atow.usipetticle.com Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Station Utility Top (ft) Bottom (ft) Size Type Distance From Curb Direction 14 G 2.88 3.18 3" STL 9.00 ft SE of curb face, 33.00 ft NW of power pole, 100.60 NE of S/MH NE/SW Comments Operator: Gomez, Octavio H. Technician: Herrera, Daniel Vehicle: US) 6 Field Loq #: 16925 Log Date: 04/05/2021 Soil Type: DG Asphalt Depth: 0.40 Concrete Depth: 0 Marker: PI< Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 27/44 NSW 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS v‘IV Underground Solutions, Inc. 120 N. Andreasen Dr. Escondido. CA 92029 (760) 294-9449. Fax (760)294-9490 - www.usipothote.com Pothole: 14 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Top Depth Photo Bottom Depth Photo Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the Information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 28/44 4/27/2021 UNDERGROUND SOLUTIONS Underground Solutions, Inc. USI: Pothole Report Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 120 N. Amit.asan 07. Escond1do, CA 92029 (3601294-9449 Fax (7601 294-9490 . www.usipothala.curn Station Utility Top (ft) Bottom (ft) Size Type Distance From Curb Direction 17 G 2.88 3.00 1.5" STL 14.60 ft SW of curb face, 63.20 ft SE of S/MH, 25.40 ft NE of curb face SE/NW Comments Operator: Herrera, Adrian P. Technician: Evans, Dakota Vehicle: USI 5 Field Log jt 16935 04/05/2021 Soil Type: Clay Asphalt Depth: 0.50 Concrete Depth: Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 29/44 Top Depth Photo 4/27/2021 UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andro.ast=n O. Esccndiclo, CA 92029 [760) 291-9449 Fax (7.50:. 294-9490 • www.usipothole.com Pothole: 17 USI : Pothole Report Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 30/44 4/27/2021 USI : Pothole Report Ars UNDERGROUND SOLUTIONS Underground Solutions. Inc. 12.(3 N. Andreasen Or. 'Escondido. CA 52025 (7601 294-9449- Fax (7001 2944490 • twiw.usioothole.corn Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 1:11 Station Utility Top (ft) Bottom (ft) Size Type Distance From Curb Direction 18 W 4.36 5.10 8" ACP 9.00 ft SW of curb face, 59.20 ft SE of W/valve, 30.80 It NE of curb face NW/SE Comments Operator: Herrera, Adrian P Technician: Evans, Dakota Vehicle: USI 5 Field Log #: 16936 kiig Date: 04/06/2021 Soll Type: Clay Asphaft Depth: 0.50 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the Information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 31144 Top Depth Photo Bottom Depth Photo 411 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS I‘O r Underground Solutions, Inc. 120 N. AntheAsen D. Escondido. CA 92029 (760) 294-9449. la)f (760) 29+9490 • wv.w.usipothcle.corn Pothole: 18 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 32/44 4/27/2021 UNDERGROUND SOLUTIONS Underground Solutions, Inc. US: Pothole Report Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 120 N. AndreasenIX Escondido, C.A 92t.20 (760294-9449. Fax (760) 294-900 • www.usipothcle.corn Station Utility Top (ft) Bottom (ft) Size Type Distance From Curb Direction 19 G 1.74 1.86 1.5" STL 14.60 ft SW of curb face, 25.00 ft NE of curb face, 149.00 ft N of S/MH NW/SE Comments Operator: Herrera, Adrian P. Technician: Evans, Dakota Vehicle: USI 5 Field Loq 16936 LOA Date: 04/06/2021 Soil Type: Clay Asphalt Depth: 0.50 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 33/44 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 12014. Andreasen Dr. Esccod do. CA 92029 (760) 2949449 • Fax (760) 294-9190 • www.usipottiole.com Pothole: 19 Subsurface Utility Report Customer O'Day Consultants, Inc Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Top Depth Photo Bottom Depth Photo Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 34/44 Direction Bottom (ft) Distance From Curb Type Top (ft) Size Utility Station Pre-Excavation Photo Subsurface Photo 4/27/2021 UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreasen Dr. Escondido. CA 92024 (760)294-9449 . Fax "160) 294-9490 www.usipothole.corn USI : Pothole Report Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 20 W 3.62 4.30 8" ACP 9.00 ft SW of curb face, 30.80 ft NE of curb face, 151.00 ft NI of S/MH NW/SE Comments Operator: Herrera, Adrian P. Technician: Evans, Dakota Vehicle: USI 5 Field Logs 16936 Lon Date: 04/06/2021 Soil Type: Clay Asphalt Depth: 0.50 Concrete Depth: 0 Marker PK Nail The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 35/44 4/27/2021 USI: Pothole Report grrPs UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Ardreasen Dr. E£contlicio, CA 92029 • (7601 294-9449. Fax (74C1'; 294-4490 • www.usipothole.com Pothole: 20 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Top Depth Photo Bottom Depth Photo Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 36/44 ON UNDERGROUND SOLUTIONS 14111.7v DATA & PHOTO LOGS ScsoxiCo., ID Underground Solutions, Inc. 1205. Andrcv en Lscortkao. CA rico ?60.294-9449 • Fs. 760-294.9490 • s utooltio:e.com Date: 4 - • 21 Customer: 0 DAI Project Name: MA t±cl. Ot REPORT DATA AND PHOTO LOG N9 0 1 6 9 3 4 Vac Truckt 06' POTHOLE # Soil Type: clAy Asphalt Depth: 00 0 — Concrete Depth: M A ---- Marker: pal ni 1 pK Physical Tie. Bock Distance (It) Direction FROM Information: EXISTING: fte_-Exc Photo # Area Photo # (Facing North— ) - No. 1 -5 — 1%1V4 CURB FACE 619"51 °NS& Utility: w Material Type: AC ? Size: , LY Top Depth: 5 ----z Bottom Depth: r 0 2 -- Comments: No. 2 vo i — SC oil-ba, Depth Photo (T) ft: 41,11 Depth Photo Finish Photoft UillftypirectIon: (B) #: ovi lo 0.1154 imv, /Se No. 3 e SI W. V POTHOLE # 2 Soil Type: Asphalt Depth: 00 0 "- Concrete Depth: NA c vk ii Marker: POii An ° Physical Tie- Back Distance (ft) Direction FROM Information: EXISTING: pLez_Exc. Photo # oltiql Area Photo If (Facing North) No. 1 10 CURB FACE q459 . 14 %14 Utility: Material Type: ?VC Size: i, & Top Depth: 7.0 5 —,.. Bottom Depth: & — Comments: No. 2 it0 12.--' a - yaf- V No. 3 -5/ o 'N Pot PON Eft 6 4410. Depth Photo 61(Pi Depth Photo Finish Photo#: Utility Direction: I/ i'lv‘i Se 040 c145-5 POTHOLE # Soil Type: C !Ay Asphalt Depth: 6,0 0— Concrete Depth: NA Marker: Fai An. /PY Physical Tie- Back Information: No. 1 Distance (ft) 00 5 Direction Ntw FROM EXISTING: CURB FACE Pre-Exc. Photo ..# 4-f -i Area Photo # (Facing North) GILISI Utility: CoMP1 Material Type: ?VC. Size. 2-1 „ Top Depth: co 2 _.... Bottom Depth: -2 32 Comments: No. 2 qa se Gulz-r3 FA( C No. a V•r• V 61441. Depth Photo Depth Photo 01956 Finish Photo: I LI Utility D.irectiOn: Nifi/Sc tiql POTHOLE # 10 Soil Type: C IA% Asphalt Depth: uyt) 0 — Concrete Depth: NA Marker: Oftexi /pl.( Physical Tie- Back Information: No., Distance (ft) 40 .2.4 — Direction s.e FROM EXISTING: CURB FACE Pre-Exc,.. Photo # q 1-191/ Area Photo # (Facing North) ()MGM Utility: V4 Material Type: AG Size: t 2 v, op Depth: 2,68 Bottom Depth: a a 1-1 — Comments: No. 2 ef 46 — OV`r Ct.1(4.6 VNCE u N5°\ Depth Photo Depth Photo (B) #: 01%2 Finish Photo#: olio) Utility. DB ectIon: N e I 3,14 No. 3 00 '13/3 i>ev+eo- 9016 (T) It: - oi4b71 ..,.... Technicians: Aaglittsi 44. DAKOTA. Location: CliatS to,"J 4.s , Underground Solutions, Inc. 120 N. Anamostn zoncf do. CA C2029 76.1414440 • fox 760-2944490 • ,A..,.utipo:ho% com Date: Li.5 Customer: 0 DA" Project Name: rb46tJolc N° 016935 Technicians: Meitt_1•1 Location: CARASaAii 44 REPORT DATA A PHOTO LOG POTHOLE # 1 1 Soil Type: CiAl Asphalt Depth: c 0 0=f- Concrete Depth: N A Marker: PCI'NST / Pk: Physical Tie- Back Distance (ft) Direction FROM Information: EXISTING: troP,25c_._ Area Photo # (Facing Photo # _ North) No. 1 1 0 CURB FACE 49(06 eptio 9 ....-• Se Material Type: Size: Top Depth: Bottom Depth: Comments: Utility: sit II -5 , 2.4 46 3 — No. 2 He bo -- rd v4 azt2.- .Fove Depth Photo Depth Photo Finish Photo#: Utility Direction: 144(1 '940 .. - (B)#: 94f& I 6V-1(11 PIE/ Sv4 No. 3 0 0 i e) S &••• ri • ),) POTHOLE # il Soil Type: C IM Asphalt Depth: SO a — Concrete Depth: NA Marker: 'Pet ; r.ri ) Pl< Physical Tie- Back Distance (ft) Information: Direction FROM EXISTING: Pre-Exc. Area Photo # (Focira Photo # North) No. 1 0 FACE 01411 cimii 14 - SW CURB Utility: 6A5 Material Type: S4L. -Size: I 'Pt Top Depth: SO 2— Bottom Depth: („0 — Comments: No. 2 10 6,10 SNA/ IR No. 3 Cva(5 Depth Photo Depth Photo Finish Pholo#: Utility Direction: 61911. 0\41'1 Ottri ottii (0 isiv4 )5e POTHOLE # Soil Type: Asphalt Depth: Concrete Depth: S Marker: Physical Tie. Back Distance (ft) Direction FROM Information: EXISTING: • Na. 1 CURB FACE Pre-Exc. Area Photo # (Facing Photo # North) Utility: Material Type: Size: Top Depth: Bottom Depth: Comments: No. 2 No. 3 Depth Photo Depth Photo Finish Photo#: Utility Direction: POTHOLE # Soil Type: Asphalt Depth: Concrete Depth: Marker: Physical Tie- Back Distance (ft) Direction FROM Information: EXISTING: Pre-Exc, Area Photo # (Facing Photo # North) No. 1 CURB FACE Material Type: Size: Top Depth: Bottom Depth: Comments: Utility: No. 2 Depth Photo Depth Photo Finish photo*: Utility Direction: No. 3 Vac Truck#: C. ATIN r rrOt • Date: L. 7 I REPORT DATA AND PHOTO LOG N9 0'16936 Vac Truck#: OC •t D Underground Solutions, Inc. 123 N. AnOrcosen :ondclo. CA 92029 7W-294.9449 - Fox 760.2944490 • - Customer: 6 ` Project Name: PACitC0401; Technicians: A0/0/1 J 4 Location: CA(Z/36Adi VA Karol POTHOLE # 20 Soli Type: C IA/ Asphalt Depth: 50 O -- Concrete Depth: /VA Marker: PalArr / PK Physical Tie- Back Distance (ft) Direction FROM Information: EXISTING: Area Photo # (Facing Photo # North) No 1 . 00 CURB FACE g ql g g9 6741 1 Material Type: Size: .NTop Depth: Bottom Depth: Comments: Utility: ACP , rt 6 a 5 C — " 3° 1 No. 2 e e ../ .5 ° 146 CO"' FGfe • Depth Photo Depth Photo Finish photolt; Utility Direction: Svg a 611111 (T) #: C16190 (B) #: G19 Of 6)4 cf3 Wm i Se No. 3 OF 151 POTHOLE # t 9 Soli Type: coi Asphalt Depth: 5-0 Concrete Depth: Marker: Pa; ACT / ?le Physical Tie- Back Distance (ft) Direction FROM Information: EXISTING: Pre.Exc Area Photo # (Facing Photo # North) No. 1 (f0 S:411 CURB FACE 619it Orli/ 14 Material Type: Size: Top Depth: Bottom Depth: Comments: 4 4014 Utility: 1-AS Pit sit. 1 lit 14 1 — % 96 i "--- No. 2 .., 1 6 a 0 NC f ete Depth Photo Depth Photo Finish Photo#: Utility Direction: 611%1 CiLtis9 OLISS 614 it NYbirS--- (B) #: No. 3 1q4 3% i P4,1-) POTHO LE # i Soil Type: OM Asphalt Depth: 50 Concrete Depth: Marker: pa;krr /21( Physical Tie- Back Information: Distance (ft) Direction FROM EXISTING: No. 1 60 CU Iiii FACE eregyc. Photo # G itiVi Area Photo # (Facing North) cliiciu Utility: V4t Material Type: AC? Size: Z" Top Depth: 9 VD Bottom Depth: 10 5 — Comments: No. 2 5/ 12 sE vv. V (B)#: No. 3 it c' -SO 145. FP( Z cicao Depth Photo Depth Photo Finish Photo#: 61495 Utility Direction: qq%01 omoto Nv41 SE POTHOLE # )5 Soil Type: C WI Asphalt Depth: (9 It 0 ...' Concrete Depth: NIA Marker: PA; ar i p It Physical Tie- Back Distance (ft) Direction FROM Information: EXISTING: Pre-Exc. Area Photo # (Facing Photo # North) No. 1 6° CURB PACE oliori ci&05 Pi •-- IOW Material Type; Size: Top Depth: Bottom Depth: Comments: s %a IC Utility: V‘f ACP 12 14 ...., Sit L --- 5 16 No. 2 ao orb— oe 0.4 Depth Photo Depth Photo Finish Photo#: Utility Direction: PONNICi% 4506 (T) #: - 01502 (B) #: 0156 (4509 ne /Sy./ No. 3 Of ?oie hO S01,1 Vac Truck#: Date: ‘4 " N9 016924 REPORT DATA A PHOTO LOG ID Underground Solutions, Inc. 123 N. Ande0Axi Escondido, CA 92029 710•29,•9449 •• 90. 750-294-9490 • •••,,...10P,10010.0,,1 Technicians: C)c.:TeINV G PN L H Location: C. AF-1-613AD Customer: C, DA\I Project Name: MALIN:AAA, N POTHOLE # Soli Type: Asphalt Depth: 0 __, Concrete Depth: Marken Pk Physical Tie- Back Distance (ft) Direction FROM Information: EXISTING: Pre-Exc_ Area Photo # (Facing Photo # North) No. 1 •1,0 it '--* NI %.4 CURB FACE .9 1:736 g 5 c''') Utility: int Material Type: C-4.-Mg-- Size: ----) Top Depth: , 52 : - — Bottom Depth: 12_ Comments: No. 2 ir.,. "C,' - NC \n.):"3 • Depth Photo Depth Photo Finish Photo#: Utility Direction: q. 31 (T) it: q 53S (B) #: 9 539 q 5,51 NVJ 1 5c— No. 3 "Ct.:: fq t.,3 1,4 AVTtie- POTHOLE # G..1, Soil Type: C>C/ Asphalt Depth: '40 0 Concrete Depth: ..... Marker: 9N Physical Tie- Bock Distance (ft) Direction FROM Information: EXISTING: Pre-Exc. Area Photo # (Facing 5C.) Photo # North) No. 1 I,A — 1.‘i ‘el CURB FACE 9 4C.) "C-.7.. q Material Type: Size: -Top Depth: Bottom Depth: Comments: Utility: .4...0069- -2,- .-f — . 4'1 2_ ..= No. 2 c.56).' N r: Depth Photo Depth Photo Finish Photo#: Utility Direction: 1.-4 "MR, (T) 41: (B) #: r.4 W I 5 r,... No. 3 -.., fil POTHOLE # i."7-, Soil Type: Asphalt +4 fi Depth: 0 — Concrete Depth: ........ Marker: Pit Physical Tie- Back Information: No. 1 Distance (ft) t-•,t) %.„_\ _..., Direction !•i t,./ FROM EXISTING: CURB FACE PX.e-Exc. Area Photo # (Facing Photo # North) 9 S t-ILA 9 50A Utility: G Material Type: -1- t- Size: , -\Top \ Depth: %AI"- Bottom Depth: LA • -2.:4 Comments: No. 2 No. 3 t.9Z, '-‘6 - N; o c, \ • 9 c:,‘"Af j Depth Photo Depth Photo Finish Photo#: cl5G.,::'.) Utility Direction: rqt^ilve„ (8).#: c-19-Act M #: 9 '-)'-i9) POTHOLE # 11-.1 Soil Type: Asphalt Depth: LAO Concrete Depth: Marker Physical Tie- Back Distance (ft) Direction FROM information: EXISTING: Pre-Exc, Area Photo # (Facing :) Photo # Worth) N o. 1 I_ CURB FACE cl Utility: -1.- Material Type: Size: 6-P-. (k )4 Top Depth: P•IL. Bottom Depth: Comments: No. 2 Depth Photo Depth Photo Finish Photo#: Utility Direction: (-.0 . — --1 Ns^) I No. 3 .3 0 - 5W 1-J V . Airs N9 016925 Date: 6 .2.1 REPORT DATA AND PHOTO LOG Vac Truck#:,06, •; 10 Underground Solutions, Inc. 120N A0creoson Esconddo. Cl 92029 760.294-9449 • FOX 7440224-9490 • vrveo...usm,thole.can Customer: (..1' Technicians: OcrAvit> N10161 14 Location: C.-Ag.k..'51-30CP Project Nome: iv\p,6 r J )%-‘4‘ POTHOLE # '4 Soil Type: 1.):..7 Asphalt Depth: ,,,u tu V 4— Concrete Depth: —... Marker: PR Physical Tie- Bock Distance (ft) Direction FROM Information: EXISTING: Exc. Area Photo # (Facing Photo # North) No.1 ri w CURB FACE (6j H, Material Type: Size: Top Depth: Bottom Depth: Comments: vp Utility: E.. c' \N-- LI'. --JCL: LA= No.2 5.--- i\l'f--1 p.P. Depth Photo Depth Photo Finish Photo*: Utility Direction: V CI r'C'k (7) #: q 65 1 (B) #: - 9 f3.5 9 96 ‘,(' _.,. rai.,//54, No.3 - POTHOLE et Soil Type: Asphalt Depth: 'AO Concrete Depth: Marker: pq Information: Physical Tie- Back No.1 Distance (ft) cra \ 1 -- Direction ... FROM EXISTING: SedYrk tpU,DS..PrArEtt- Photo # q SVe) Area Photo # (Facts North) Utility: (.2 Material Type: ST t.... Size: -Top I lb'? . .,, Depth: n el --, —T.) .i— -"" Bottom Depth: 414 Comments: No.2 1 ,CP6 ..-')6.- ("I . \J, No.3 t 0 ...) 9 66'1 Depth Photo Depth Photo 9 5-1( Finish Photo#: Utility Direction: 'R 1.57(.7 q -›*) a „ ->t. POTHOLE # k L\ Soil Type: Di, Asphalt Depth: AO L Concrete Depth: .— Marker: c )i'k Physical Tie- Back Distance (ft) Direction FROM Information: EXISTING: Pre-Exc, Area Photo # (FacinR 044 No.1 -1 — SE. CURB FACE Photo # Noah) q c-17'c? Utility: (...V Material Type: 91-1— Size: •n--," Top Depth: 7—V't: Bottom Depth: _.11 et...+' .,. ..- Comments: No. 2 Depth Photo Depth Photo Finish Photo#: Utility Direction: No.3 re../ t(;)t."•-• C\I.. 91 t4 , POTHOLE # Soil Type: Asphalt Depth: Concrete Depth: Marker: Physical Tie- Back Distance (ft) Direction FROM Information: EXISTING: Le:121c.. Area Photo # (Facing Photo # North) No.1 CURB FACE Utility: Material Type: Size: Top Depth: Bottom Depth: Comments: No.2 Depth Photo Depth Photo Finish Photo#: Utility Direction No.3 Oh UNDERGROUND SOLUTIONS 0 TRAFFIC CONTROL PLANS 15' 15' r-R4-7i1 P t 1W20-11 "r• 1114-7a I ,L .. 4 . MAGNOLIA AVE 15' 144-.100' PIA 100' --)Pr 42' TAPER pl-71215711 C12(CA) a. 1:1:::_l_2(CA) I FW20-1 L_ 100' *if 100' L VALLEY ST r FLAGGER TO ASSIST PEDESTRIANS SPEED LIMIT - 25 MPH CIP# 6608 SIGN SPACING - 100' TAPER 42' SHEET 2 ** NOT TO SCALE ** Map On Behalf of: O'DAY UNDERGROUND SOLUTIONS Project Name: MAGNOLIA AVE STORM DRAIN Your First Choice in Potholing Services Project t 29 II mama, en Or, Escondido. CA 92029 Location: CARLSBAD CA °F..- 140.29d 9445, FAX 760.294.200 1W20-1 100' -*-1 4 G20-2 1 100' 4 MAGNOLIA AVE log vao-1 1C12(CA)I 1G20-2 1 VALLEY ST 1G20-2 SPEED LIMIT - 25 MPH SIGN SPACING - 100' TAPER - 42' SHEET CIP# 6608 " NOT TO SCALE " UNDERGROUND SOLUTIONS Your First Choice in Potholing Services 120 NAndmasenO EscomAdo. CA 92029 OFFICE - 760.291.9449 FAX 760.290.9490 Map On Behalf of: O'DAY F;iraotir MAGNOLIA AVE STORM DRAIN Project Location: CARLSBAD CA AIN UNDERGROUND SOLUTIONS lik.11, PICTURE THUMBNAILS Bottom Depth Photo Finish Photo Pre-Excavation Photo Subsurface Photo Top Depth Photo Pre-Excavation Photo 0.11..- . viON40 4 4,, ,rel 1 . , leo Area Photo 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Ancireasen Dr. Escondido, CA 92029 (7601 294-9449 • Fax (7601294-9490 • www.uspotholescorn Pothole: 01 Thumbnail Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Area Photo Pothole: 02 Subsurface Photo Top Depth Photo Bottom Dopth Photo Finish Photo The data on this report is intended for Informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 37/44 Top Depth Photo Bottom Depth Photo Subsurface Photo Area Photo Pothole: 04 Top Depth Photo vat Bottom Depth Photo Top Depth Photo Bottom Depth Photo Finish Photo Finish Photo Pre-Excavation Photo Subsurface Photo Area Photo Subsurface Photo 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreasen Dr. Escondido, CA 92070 (760) 294-9449 • Fax (700294-9490. vAkw.usipothcia.corn Thumbnail Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 38/44 Pre-Excavation Photo Area Photo Subsurface Photo i711 Finish Photo Subsurface Photo Finish Photo 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS ‘hAir Underground Solutions, Inc. 120 N. Andteasen Dr. Escondido. CA 92029 (7601 294-9449 Fax (7601 294-9490 ww.v.usipothole.corn Pothole: 05 Thumbnail Report Customer O'Day Consultants, Inc. Project . Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Bosom Depth Photo Pothole: 06 Pre-Excavation Photo Area Photo Bottom Depth Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 39/44 • Pothole: 06-1 Subsurface Photo Area Photo Pothole: 08 Waif Pre-Excavation Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Top Dopth Photo Bottom Depth Photo Pre-Excavation Photo Finish Photo Finish Photo 4/2712021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreasen Dr. Escondido, CA 92029 060)294-9449 - fax (760) 294-9493. won.v.usipothote.com Thumbnail Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 40/44 Pothole: 10 Stif, e Finish Photo Subsurface Photo Pothole: 11 Top Depth Photo Bottom Depth Photo Subsurface Photo Pre-Excavation Photo Top Depth Photo Bottom Depth Photo 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS 1‘4.4V Underground Solutions, Inc. 120 N. Andreasert Dr. Eicondido, CA 92029 (760) 294-9449 • Fax (760)294-9490. v.v.m.usirpothole.com Thumbnail Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 I The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 41/44 Area Photo Area Photo Finish Photo Finish PhOtt, Subsurface Photo Pre-Excavation Photo Area Photo Pothole: 14 Top Depth Photo Bottom Depth Photo 4/27/2021 USI: Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreasen Ot. Escondido, CA 92029 17601 2.949449 • Fax (260 2'949495 • www.usipothole.corn Pothole: 13 Thumbnail Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 r_e Bottom Depth Photo Finish Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 42/44 Pre-Excavation Photo Subsurface Photo Top Depth Photo Area Photo Top Depth Photo Bottom Depth Photo Subsurface Photo a ,.. %,,,,„ ....z... irrio E. 1 mg_ 113 - i _ ae' Finish Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Finish Photo Area Photo 4/27/2021 USI: Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreasen Dr. Escondido. CA 9202S (7601294-S449. Fax 1760 294-9190 • www.usipothole.com Pothole: 17 Thumbnail Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Area Photo Pothole: 18 The data on this report Is Intended for informational purposes only. In no way should any of the Information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 43/44 Thumbnail Report Ict Finish Photo Bottom Depth Photo Pre-Excavation Photo Ansa Photo Pothole: 20 Subsurface Photo Top Depth Photo 4/27/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions. Inc. 1201,1. Andreasen Dr. Escondido. CA 62029 1760)294-9449. Fax VW 294-9490 • VAVW.usipotholexorn Pothole: 19 Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain Location Carlsbad, CA Date April 27, 2021 Pre-Excavation Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Finish Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/585 44/44 Utility Types AV B/0 BL C/0 CATV CATV/MH CHW COMM DBW DRY HOLE E E/MH F F/O F/O/MH FH FM FO G HH 'CV I RR MN 0 PETRO RD RW S/MH SD SD/MH STLT SWR T T/MH T/S UNK VV W WM WS WV Air Vac Blow Off Brine Line Clean Out Cable Television Cable Television Manhole Chilled Water Communication Direct Bury Wire No Utility Electrical Electrical Manhole Fuel Fiber Optic Fiber Optic Manhole Fire Hydrant Force Main Fuel Oil Gas Hand Hole Irrigation Control Valve Irrigation Manhole Oil Petroleum Roof Drain Reclaimed Water Sewer Manhole Storm Drain Storm Drain Manhole Street Light Sewer Telephone Telephone Manhole Traffic Signal Unknown Valve Vault Water Water Meeter Water Service Water Valve Material Types ABS Acrylonitrile-Butadiene-Styrene ACP Asbestos Cement Pipe CAP Corrugated Aluminum Pipe OP Cast Iron Pipe CIPP Cast in Place Pipe CLMP Concrete Lined Metal Pipe CMP Concrete Metal Pipe COPP Copper CPVC Corrugated PVC CSP Corrugated Steel Pipe DB Direct Bury DIP Ductile Iron Pipe ENC Encasement GIP Galvanized Iron Pipe MLC Mortar Lined Concrete MTD Multiple Tile Duct PE Poly PVC Polyvinyl Chloride RCP Reinforced Concrete Pipe STL Steel STLCS Steel Casing VALVE Valve VCP Vitrified Clay Pipe WIRE Wire WSTL Wrapped Steel Pipe ... _ . APPENDIX G SUBSURFACE UTILITY POTHOLE REPORT - ROUND 2 O'Day Consultants, Inc. Magnolia Ave. Strom Drain Project Subsurface Utility Report July 23, 2021 UNDERGROUND SOLUTIONS July 23, 2021 Nicole Fine, PE O'Day Consutants, Inc. 2710 Loker Avenue West, Suite 100 Carlsbad, CA 920 I 0 Dear Ms. Fine: I would like to take this opportunity to personally thank you for putting your trust in Underground Solutions, Inc. to perform the utility locating on this project. Over the last 18 years USI has prided itself on being the potholing company of choice of our clients, we have a 99% repeat customer base. Your opinion matters to us. We welcome any comments or suggestions that will help us improve our service and keep you coming back. The following proprietary report details our findings for the pothole locations identified by your company, complete with photographs of individual utilities found during our investigation. Underground Solutions' mission statement has never changed; we strive to provide the most professional and accurate state-of-the-art service. This is achieved by our top of the line equipment and professional field team. Once again, thank you for this opportunity and we look forward to a continued working relationship with you and your firm! Sincerely, E President Underground Solutions, Inc. UNDERGROUND SOLUTIONS 41107 Your First Choice For Potholing Services 120 N. Andreasen Dr., Escondido, CA 92029 Ph# 760/ 294-9449 Fax# 760/ 294-9490 UNDERGROUND SOLUTIONS Wa r Table of Contents •Pothole Summary Sheet(s) •Area Map(s) / Pothole Exhibit •Pothole Report •Data and Photo Logs •Traffic Control Plans (if applicable) •Picture Thumbnails •Legends 7/23/2021 USI: Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. Pothole Summary Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain (2) Location Carlsbad, CA Date July 23, 2021 120 N. Andreasen Dr. Escondido, CA 92029 (760) 294-9449 Fax 1760)294.9490- wv.w,usipothole.com Station Utility Top (ft) Bottom (ft) Type Distance From Curb Direction 01 W 4.20 4.94 8" PVC 41.60 ft W of power pole, 16.80 ft E of S/MH, 5.20 ft SE of W/valve NW/SE 02 SWR 5.16 5.90 8" CLAY 53.00 ft W of power pole, 12.00 ft SE of S/MH, 12.20 ft SW of W/valve NW/SE 03 W 3.86 4.60 8" PVC 39.40 ft SE of curb face, 54.70 ft SE of W/valve, 33.50 ft SW of STLT NW/SE 04 W 5.28 6.44 12" CONC 16.70 ft NW of curb face, 4.60 ft NE of W/valve, 38.40 ft N of F/hyd NE/SW 05 W 5.14 6.30 12" CONC 16.50 ft NW of curb face, 4.50 ft SW of W/valve. 45.80 ft E of sewer c/o NE/SW hftps://usimain.azurewebsites.net/Reports/Pothole/614 1/15 1 Wass 10114.1 'ma= Naar. NUS coNSULT TS ano IflMIflO 11-* ssmssm M //M..4WD—Be Mt_ :nue 1.931O11_ mxcs was rssu POOR cr Mat 00V COS00. 0001 Am/ alars.V.; MAGNOLIA AVE STORM DRAIN BCB EXISTING CONDITIONS H.) tr. •••••! nirT7,7 14!:, 41(.74:4F.,?: ss` — M O/WI- ele'S=0;" j_117700-: — Ir•IC SiZr- ••-&-.1•••• M.SO, AWAY WI 4 • SA 4 S• S04041 NAMPO i NV 1SP • - . . .1 10-0041 Ass ANIS NM ,e40S(4412ASL.,:e NOTES: I. mesas EWAN Ok. A.,..A.V.AVe 107:204s, 21,7611.1120.M 212 4 NI,(1.0,2 2 MP MIL swam JAW ISAZ Az $0151 050 MT( 4e.41. Mir &SAW /0/C l/AOCre-.2 .i 219..1122.022 046217 ta1VA 14-411 11W I/O !1.2' AO?' • ys tee Jr srs00e000004: Z plus's., co ‘0146''SAte ft' IMMO' aw- •RYA" GM 400 "I WA Mil .744-449.11 00HfiF 44.14•14. Sr 14(0.1 Pa rwr ; s VW•Asstf sess 4. • .2= swats. _ LI • =VONA*: '•• SOSOIL,1fig?..41,&•Vfl \ • \ 7 -0 SAW SOT \‘? • ///4 11-il l st• / 5.•-••••• - tb. f ,. 7 —71-) SCIA'01434•4' • s' APE 1W4 70' bt. r — SAS — 00140 - r.ss , I - -• — ise r.tes — .- 12W MC 1140-4 1.14-I • 4,4 •-14-4:- •' ) •• ••••,• -FEL •;—= — LEGEND; zoom maw-sr-tor _ - — MAW 714, /MASS AS= 0.48,1444, isarass141.1.4.11.44. eassnmvar — — MI 3" MAIA MO, AWAY 44JESSA:444, <AVM' .1107. 00190010.10 RAW, AMY CAMAY (WSW. — =MS Os:G.4T 4 A, ,Ars Mat WASPS 70(7 4/0 — Ut —0 000•00 1077 OW = =4= .= - Meht CZ 0 »MEM. Wass: 00,1011 0/001. (MM.. tigne1.11"'" 00100C =UR IPS., 3=1W, OW. 41.07 COMO WASS 4.0, COSSIVA. . 144SPAS $ISS Lows. 44,1 0,4414 4.•• 44,42. rasSASC fa Ku en., 001'0% 1019 aft lasssac)11 tA,ISS VINSSIZSPOILS 214 Att• 414 &QV baounr wen- SI ▪1•42,01,11 •4.1 • •.•-•0.4..sue A 441 0,ArAs144 SSA . • soisTrru.ss 1 mesa, issas;. çf O, 11".0,010 Ist ' •••••---___A • i . :zsrsseso ii•siunt•ssfs. ts 010 0I. gnsW sgsusnisspseasss ? 12. 7.siongsSC 't),:••• • • dUtirr% •4444.4.4.1.4110 WPM A 164.417.11 JAMS ,SWASI0 !psi •/ • • t •:el 10410 SORtcY.• SANK, BM 014075117154/1177 140 MYR 0.011C £00M CA 3000 CO216t7 712,10 J1/4,40 7. 4 , MI I F YIRUCIRP TO 097 Or WV' 14,441421 Or WOO VIIONS DE MD PAW TO COORSUC1711/ 6121E1., °MIAOW DAM MOS Alte stIVSSIT AO MS MS 70 OC 4OrD MR WOW& ce 1011041 0,17ROL 02021 (1•Dgy Conmstlassts. h. A4S44.4,, WOAD"MAW 1•C 1,43 AWN AV, A4149 • SO Pad .41: 'resat ASSIASS sTIS-41SS •.1(4,74(14 AIN f MI:MAW 013109100 23•1344 WINS 15 CV 7'107 r4171,1111''"" WW1 MX 00,0 004905,00CI OMAR avrel Oa MASS Mil 02011111. 17.4.14 01.00: 410 1,90 NW Or rrAliSOOT aa" 0/11LAISA, 'Mr 0•44.47 Oa caSap. arewssce.r.ssao (as 19..4 17.410,14 00/10•MATteume WS 6 usesSetV smart 1/1 AM &MO 0,444. • I LII dflflf 112121a02 mar:VW f01•10/0 sOlv YOB nil CITY SLCAtria/PD 17 MAGNOLIA APE SIVRAI DRAW sor W. OW 4$4.41:404 1•0631.01 ss.,zus DWI. MAW. II 7.41 01 c.,,,= ./sza oem gr L 5PAPJECt 1In (01.010 NIX rcnic,-1,,—, _-_ r --,44TIPIAttIS2441 NS 044 4191 300 AS 441•4/4 • SWAY S1 X•4$4 s' 04• CAD UNDERGROUND SOLUTIONS 1 kO r POTHOLE REPORT UNDERGROUND SOLUTIONS Underground Solutions, Inc. I 20 N. Androasen Dr. Escondido, CA 92029 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain (2) Location Carlsbad, CA Date July 23, 2021 7/23/2021 USI : Pothole Report (760) 294-9449. Fax (760)294-9490. unew.usipothole.com Station utility Top (ft) Bottom (ft) Size Type Distance From Curb Direction 01 W 4.20 4.94 8" PVC 41.60 ft W of power pole, 16.80 ft E of S/MH, 5.20 ft SE of =valve NW/SE Comments Operator: Herrera, Adrian P. Technician: Gomez, Octavio H. Vehicle: USI 6 Field Log #: 17144 Log Date: 07/19/2021 Soil Type: DG Asphalt Depth: 0.60 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/614 3/15 Top Depth Photo Bottom Depth Photo 7/23/2021 USI: Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. AndreaiAn Dr. Escondido, CA 92029 (2601 294-9449. Fax (260) 204-9490. www.usipothole.com Pothole: 01 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain (2) Location Carlsbad, CA Date July 23, 2021 Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/614 4/15 7/23/2021 USI: Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreasen Dr. Escondido, CA 92029 (760) 294-9449 • Fax (760) 294-9490 • ww.m.usipothole.com Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain (2) Location Carlsbad, CA Date July 23, 2021 Station Utility Top (ft) Bottom (ft) Size Type Distance From Curb Direction 02 SWR 5.16 5.90 8' CLAY 53.00 ft W of power pole, 12.00 ft SE of S/MH, 1220 ft SW of W/valve NW/SE Comments Operator: Herrera, Adrian P. Technician: Gomez, Octavio Fl. Vehicle: USI 6 Field Logi; 17144 Log Date: 07/19/2021 Soil Type: DG Asphalt Depth: 0.60 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/614 5/15 7/23/2021 USI: Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreasen Of. Escondido, CA 92029 (760) 294-9449 - Fax (760) 294-9490. www.usipothnle,com Pothole: 02 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain (2) Location Carlsbad. CA Date July 23, 2021 Top Depth Photo Bottom Depth Photo Finish Photo Area Photo The data on this report is Intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/614 6/15 7/23/2021 UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. An dreasen Dr. Escondido, CA 92029 1760)294-9449. Fax 1760)294-9490. unew.usipothole.com USI : Pothole Report Subsurface Utility Report Customer O'Day Consultants, Inc Project Magnolia Avenue Storm Drain (2) Location Carlsbad, CA Date July 23, 2021 Station Utility Top (ft) Bottom (ft) Size Type Distance From Curb Direction 03 W 3.66 4.60 r PVC 39.40 ft SE of curb face, 54.70 ft SE of W/valve, 33.50 ft SW of SILT NW/SE Comments Operator: Herrera, Adrian P. Technician: Gomez, Octavio H. Vehicle: USI 6 Field Log. t 17145 Log Date: 07/19/2021 Soil Type: DG Asphalt Depth: 0.50 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/614 7/15 7/23/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 20 N. Andreasen Dr. Escondido, CA 92029 1760) 294-9449 • Fax (765) 294-9490, www.usipothole.corn Pothole: 03 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain (2) Location Carlsbad, CA .Date July 23, 2021 Top Depth Photo Bottom Depth Photo Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/614 8/15 7/23/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 20 N. An d ro.asen Or. Escondido, CA 92029 (760) 294.9449. Fax (760) 294-9490 • www.usipothole.ccm Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain (2) Location Carlsbad, CA Date July 23, 2021 Station Top (ft) Bottom (ft) Size 1Yrie Distance From Curb Direction 04 W 5.28 6.44 12" CONC 16.70 ft NW of curb face, 4.60 ft NE of W/vatve, 38.40 ft N of F/hyd NE/SW Comments Operator: Herrera, Adrian P. Technician: Gomez, Octavio H. Vehicle: USI 6 Field Log #: 17144 Log Date: 07/19/2021 Soil Type: DG Asphalt Depth: 0.70 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/614 9/15 Bottom Depth Photo +l a I. ow Area Photo Finish Photo ro. Top Depth Photo ;100411011111Pk. 7/23/2021 USI : Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. I 20 N. Androasa0 Dr. E,cortrlido, CA 92029 (760)294-9449. Fax (760)294-9490. wv.^,v.usipothole.com Pothole: 04 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain (2) Location Carlsbad, CA Date July 23, 2021 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/614 10/15 7/23/2021 USI: Pothole Report UNDERGROUND SOLUTIONS Mitur y Underground Solutions, Inc. 120 N. Andreasen Or. Escondido, CA 92029 (760)294-9449 Fax (760)294-9490. www.usipothole.coni Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain (2) Location Carlsbad, CA Date July 23, 2021 Station Utility Top (ft) Bottom (ft) Type Distance From Curb Direction 05 W 5.14 6.30 12" CONC 16.50 ft NW of curb face, 4.50 ft SW of W/valve, 45.80 ft E of sewer do NE/SW Comments Operator: Herrera, Adrian P. Technician: Gomez, Octavio H. Vehicle: USI 6 Field Log #: 17144 Log Date: 07/19/2021 Soil Type: DG Asphalt Depth: 0.70 Concrete Depth: 0 Marker: PK Nail Pre-Excavation Photo Subsurface Photo The data on this report Is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/614 11/15 7/23/2021 USI : Pothole Report UNDERGROUND SOLUTIONS I t\Aar Underground Solutions, Inc. 120 N. Andreasen Dr. Escondido. CA 92029 (760) 294-94-19. Fax (790) 204-4490 vonet.e..usipothole.com Pothole: 05 Subsurface Utility Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain (2) Location Carlsbad, CA Date July 23, 2021 Top Depth Photo Bottom Depth Photo Finish Photo Area Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/614 12/15 " UNDERGROUND SOLUTIONS l atfi r DATA & PHOTO LOGS Date: 1- 1 REPORT DATA AND PHOTO LOG N2 017144 Vac Truck#: 06 , V Underground Solutions, Inc. 120 N. Andelo Ezonew:10. C.-. 52029 MI-2944,W • Po• 74.•-2Y4-5,170 • •..uSe.Olhole •-,trn Customer: cpcvq. Project Name: ..M.6.(2NA.x.A___S Technicians: OCTAVIO C/.., ADV48.14 Location: CARASBRD POTHOLE # 5 Soil Type: DC., Asphalt Depth: -10 0 --- Concrete Depth: Marker: 9 14 Physical Tie. Back Distance (it) Direction FROM information. EXISTING: Station # Pre-ix_c.,_ Area Photo # (pacing Photo # Ole ,\ North) 0193 Slot Trench: Width _. x Length __ x Depth No. 1 9 . 1(9 N1,-..t CURB FACE - Material Type: Size: Top Depth: Bottom Depth: Comments: Utility: cow- ?In ,. 12_ \tk 5 ,3::• to— No. 2 60 ti -- SW Subsurface Depth Photo 'leap Photo Finish Photo#: Utility Direction: -7e3 Photo#: o 81VV\ (T) #: 0 -1VA (B) #: ol 05 — 0142. N E / 5t4 . No. 3 ^k5(II-2 V. 5CD POTHOLE # Li Soil Type: D(.7 Asphalt Depth: „..:10 Ca— Concrete Depth: — Marker: PR Physical Tie- Back Distance (ft) Direction FROM Information: EXISTING: Station # pre-Exc. Area Photo # (Facing 10 Photo # -- cr tdo North) ----- 0196 No. 1 \ (0 N W CURB FACE Slot Trench: Width x Length _ x Depth Material Type: Size: Top Depth: Bottom Depth: Comments: too Utility: 44 coNc plpf I , 17- 1.4b 5 — (24-`3. t t No. 2 '-'1 Hs Vsk • •1 . Subsurface .42.0, ,.,...., Depthitoto Depth Photo Finish Photo#: Utility Direction: Photo#: c•-1 oltibci I 'iv'', (T) #: o190 (B) #: 0191 0194 N E i ' 5t4 No. 3 '..6i5 .\° , POTHOLE # 2 . Soil Type: De, Asphalt Depth: (9° Cs .--- Concrete Depth: — Marker: 'FR Physical Tie- Bock Information: No. 1 Distance (ft) 5312 Direction irJ PROM EXISTING: . • GiALEAet Station # Pre-Exc, Area Photo # (facing Slot Trench: Width _ x length_ x Depth .,_ Photo # CriCi6 North) IC)etOt ' Utility: Material Type: cL.A v, Size: ,..... 's . bib. Top Depth: c IG ... Bottom Depth: =9 0 ,. Comments: — — No. 2 No. 3 1.0 ‘1•--- •\) ' Subsurface Photo#: 6199 Depth Photo Depth Photo CAM Finish Photo#: 090-1 Utility Direction: (SE 08 0 0 POTHOLE # I Soil Type: AG. Asphalt Depth: (P° — 4, Concrete Depth: — Marker: FR Physical Tie. Bock a Distance (ft) Direction FROM Information: EXISTING: Station # Pre-Exc, Area Photo # (Facing co Photo # 0 et02. North) . No, 1 LIA— vJ •641itti4ACE ) °SVC) Slot Trench: Width x Length x Depth _ Material Type: Size: 'Top Depth: Bottom Depth: Comments: Utility: v-J i'•1 G e LA, c, 14 No. 2 t r to i io — E. SNA Subsurface Depth Photo Depth Photo Finish Photo* Utility Direction: Photo#: CIZot-1 (T) #: ____. 0905 (B) #: 02)0E3 OZ0S 1•1\415 . No. 3 ers. ' 5.** %,-.1N. Date: --t• 19.21 Customer: dt)A"I Project Name: MA(7NOLIA Ss REPORT DATA A. PHOTO LOG N9 017145 Vac Truck#: Technicians: 4_:04,1_1•A‘JkOCtAD&ANH___ Location: (.2.AgloGIND Underground Solutions, Inc. 12OW.Aneeusefl CA 5., 760.:94•9449 • Fox 76,2,4 900 • • •• .1,11C0Inde.com POTHOLE # 3 D (2 Soil Type: Asphalt Depth: 50 Concrete Depth: Marker: 9‘•k Physical Tie- Bock Distance (ft) Direction FROM Information: EXISTING' Station # ele.-11(c., Area Photo # (Facing Photo It oe North) Slot Trench: Width x Length _ x Depth CURB FACE No.1 ko 39 — 5f. Mil hi Material Type: i)vc. Size: 8 Top Depth: Botton•I Depth: to0 Comments: No. 2 •1 0 '— 6 e v.) ..., • Subsurface Depth Photo Depth Photo Finish Photo#: Utility Direction: Photo#: CRP, (T) #: 02)S (B) 41: oeAG VW-1 Nv4 I SC No. 3 ier SO A3 — Sw 6-TN.-A • POTHOLE # Soil Type: Asphalt Depth: Concrete Depth: Marker: Physical Tie- Back Distance (It) Direction FROM Information: EXISTING: Station # Pre-Exc. Area Photo It (Facing Photo # North) No. 1 CURB FACE Slot Trench: Width _ x Length x Depth _ Utility: Material Type: Size: Top Depth: Bottom Depth: Comments: No. 2 No. 3 Subsurface Depth Photo Depth Photo Finish Photo*. Utility Direction: Photo#: (I) #: (B) #: POTHOLE # Soil Type: Asphalt Depth: Concrete Depth: Marker: Physical Tie- Back Distance (ft) Direction FROM Information: EXISTING: Station # No. 1 CURB FACE Pre-Exc. Photo 0 Area Photo # (Facing Slot Trench: Width x Length x Depth _ Nodh) Utility: Material Type: Size: Top Depth: Bottom Depth: Comments: No. 2 No. 3 Subsurface Photo#: Depth Photo Depth Photo Finish Photo#: Utility Direction: (T) #: (B) #: POTH OLE # Soil Type: Asphalt Depth: Concrete Depth: Marker: Physical Tie- Back 0 Distance (ft) Direction FROM Information: EXISTING: Station # ag,Exc. Area Photo # (Facing Photo # North)•No, 1 CURB FACE Slot Trench: Width x Length x Depth MI Material Type: . Size: Top Depth: Bottom Depth: Comments: No. 2 Subsurface Depth Photo Depth Photo Finish Photo#: Utility Direction: Photo#: (T) #: (B) #: No. 3 AIN UNDERGROUND SOLUTIONS 0 PICTURE THUMBNAILS ri s Top Depth Photo VW 1••• Z•L Bottom Depth Photo Subsurface Photo Pre-Excavation Photo - - - Area Photo air Bottom Depth Photo Area Photo Pothole: 02 Subsutface Photo r Finish Photo lk-a" r•sli az* Finish Photo 7/23/2021 USI: Pothole Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 N. Andreasen Of. Escondido, CA 92029 [760) 294-9449 - Fax (7601294-9490 www.usipothole.com Pothole: 01 Thumbnail Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain (2) Location Carlsbad, CA Date July 23, 2021 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/614 13/15 Top Depth Photo Bottom Depth Photo Finish Photo Top Depth Photo Bottom Depth Photo Area Photo 7/23/2021 USI : Pothole Report Thumbnail Report UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120 NI. And reasen Dr. Escondido, CA 92029 (760)294-9449. Fax (760)294-9490. www.usipothole.com Pothole: 03 Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain (2) Location Carlsbad, CA Date July 23, 2021 Area Photo Pothole: 04 Finish Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/614 14/15 Bottom Depth Photo Finish Photo Pre-Excavation Photo Subsurface Photo Top Depth Photo 7/23/2021 USI : Pothole Report ArIN UNDERGROUND SOLUTIONS Underground Solutions, Inc. 120N. Andreasen Dr. Escondido, CA 92029 17601 294-9449 • Fax (7601 294-9490 • www.usipothole.com Pothole: 05 Thumbnail Report Customer O'Day Consultants, Inc. Project Magnolia Avenue Storm Drain (2) Location Carlsbad, CA Date July 23, 2021 Area Photo The data on this report Is intended for informational purposes only. In no way should any of the information presented hem be a substitute for professional engineering and design. https://usimain.azurewebsites.net/Reports/Pothole/614 15/15 Utility Types AV B/O BL C/O CATV CATV/MH CHW COMM DBW DRY HOLE E/MH F/O F/O/MH FH FM FO HH 'CV I RR MH 0 PETRO RD RW S/MH SD SD/MH STLT SWR T/MH T/S UNK VV WM WS WV Air Vac Blow Off Brine Line Clean Out Cable Television Cable Television Manhole Chilled Water Communication Direct Bury Wire No Utility Electrical Electrical Manhole Fuel Fiber Optic Fiber Optic Manhole Fire Hydrant Force Main Fuel Oil Gas Hand Hole Irrigation Control Valve Irrigation Manhole Oil Petroleum Roof Drain Reclaimed Water Sewer Manhole Storm Drain Storm Drain Manhole Street Light Sewer Telephone Telephone Manhole Traffic Signal Unknown Valve Vault Water Water Meeter Water Service Water Valve Material Types ABS Acrylonitrile-Butadiene-Styrene ACP Asbestos Cement Pipe CAP Corrugated Aluminum Pipe CIP Cast Iron Pipe CIPP Cast in Place Pipe CLMP Concrete Lined Metal Pipe CMP Concrete Metal Pipe COPP Copper CPVC Corrugated PVC CSP Corrugated Steel Pipe DB Direct Bury DIP Ductile Iron Pipe ENC Encasement GIP Galvanized Iron Pipe MLC Mortar Lined Concrete MTD Multiple Tile Duct PE Poly PVC Polyvinyl Chloride RCP Reinforced Concrete Pipe STL Steel STLCS Steel Casing VALVE Valve VCP Vitrified Clay Pipe WIRE Wire WSTL Wrapped Steel Pipe APPENDIX H CMWD STANDARDS AND SPECIFICATIONS CITY OF CARLSBAD ENGINEERING STANDARDS VOLUME 3 - STANDARD DRAWINGS AND SPECIFICATIONS CHAPTER 4 - POTABLE & RECYCLED WATER STANDARD DRAWINGS TABLE OF CONTENTS DWG NO. W-1 Standard Symbols for improvement Plans W-2 Typical Trench Section W-3 1" Water Service Connection for 5/8",314" & 1" Meters W-3A 1" Water Service Connection for Domestic Service With Fire Sprinkler W-4 2" Water Service Connection for 1 1/2" & 2" Meters W-5 1" Manual Air Release Assembly W-6 2" Blow-Off / Manual Air Release Assemblies W-7 Above Surface 2" Air Vacuum Valve Assembly & Appurtenance W-8 Outlets on A.C. or P.V.C. Main for 1" thru 2" Assemblies W-9 Outlets on al. or Steel main for 1" thru 2" Assemblies W-10 Dielectric Connection to Steel Main W-11 6" Blow-Off Assembly (Ductile Iron) W-11A 6" Blow-Off Assembly (Steel) W-12 Fire Hydrant Assembly W-13 Valve Box Assembly W-14 Tapped Connection to Steel Main W-15 Concrete Thrust Blocks for Non-Restrained Joints W-16 Gate Valve Installation P.V.C., D.I.P., A.C.P. & STEEL PIPE W-17 Butterfly & Plug Valve Installation for P.V.C. W-18 Thrust Anchor for Water Main Reducer — 4" thru 16" W-19 Thrust Block Bearing Areas — 4" thru 16" W-20 2" and Under Backflow Installation W-21 3" and Above Backflow Installation W-22 Above Ground Double Check Valve Detector Assembly W-23 Extension Stem and Marker Post 2/16/2016 POTABLE AND RECYCLED WATER STANDARD DRAWINGS TABLE OF CONTENTS (CON'T) W-24 Protection Post W-25 Zinc Anode and Connectors for 1" & 2" Water Service W-26 At Grade 2-Wire Test Station with Anodes W-27 Exothermic Weld Process W-28 2-Wire Test Station with Anodes Wiring Diagram W-29 Magnesium Anode W-30 Concrete Test Box W-31 Buried Insulating Flange W-32 Mechanical Joint Bond W-33 4" Air Vacuum Valve Assembly & Appurtenance W-34 Welded Steel Pipe Section with Thrust Walls for Slopes and Dips W-35 Bypass Tee for Recycled Water Testing (NEW 2/21/12) 2/16/2016 W-1 CARLSBAD MUNICIPAL WATER DISTRICT 6.4-T STANDARD SYMBOLS FOR IMPROVEMENT PLANS 1 2) CITY ENGINE STANDARD DWG. NO. DESCRIPTION C sM ABREVIATION DWG. NO. SYMBOL WATER PIPELINE (Size Per Plan) W None RECYCLED WATER PIPELINE RW None (Size Per Plan) WATER GATE VALVE GV W-16 & WATER BUTTERFLY VALVE BFV W-17 BLOW-OFF ASSEMBLY BO W-6 MANUAL AIR RELEASE ASSEMBLY MAR W-6 AIR VACUUM ASSEMBLY AVA W-7 DETECTOR CHECK VALVE ASSEMBLY DDCV W-22 IRRIGATION SERVICE IR W-4 (2" unless shown otherwise) WATER SERVICE W W-3 (1" unless shown otherwise) WATER SERVICE WITH FIRE SPRINKLER WIF W-3A (1" unless shown otherwise) FIRE HYDRANT FH W-12 END CAP ASSEMBLY W-15 WITH TRHUST BLOCK CATHODIC TEST STATION CT W-26 through W-32 RW DATE REV. APPROVED TRENCH WIDTH AT TOP OF TRENCH VARIES TOP OF BACKFILL TO BE SAME AS ORIGINAL GROUND AND MATCH ADJACENT UNDISTURBED GROUND MAXIMUM ALLOWABLE / SLOPE OF EXCAVATION / PER REQUIREMENTS OF / CAL/OSHA BACKFILL TRENCH (/ ZONE WITH NATIVE EARTH BACKFILL OR IMPORTED MATERIAL 90% RELATIVE COMPATION* (DBACKFILL PIPE BASE AND PIPE ZONE WITH IMPORTED SAND 90% RELATIVE COMPATION MINIMUM COVER 6! , PIPE OD A PIPE DIAMETER MIN, MAX. 1" THROUGH 8" 6" 9" 10" THROUGH 16" 8" 12" 18" THROUGH 24" 10" 18" 27" THROUGH 36" 12" 24" *IN PAVED AREA, TRENCH ZONE SHALL BE COMPACTED TO 95% MIN. NO SCALE SPEC/DWG SECT 02223 DESCRIPTION BEDDING AND BACKFILL MATERIAL ITEM 1 REV. DATE CARLSBAD MUNICIPAL WATER DISTRICT TYPICAL TRENCH SECTION R.J44+1-44iNkfth (4. 7/0/OS., CITY ENGINEtR DATE STANDARD DWG. NO. W-2 APPROVED 00 SIDEWALK Li CURB & GUTTER > co „ .:7 6 - 4 METER AND , BALL VALVE BY DISTRICT c-.1 (--,, #' . <Z- s:==L------- 000 CONNECT OUTLET OR® TO ASSY. ------- 15° MIN. _—_—_—_—_—_—_—_—_—_—_—_—_—_—_- i NOTES: WEINAV 1.CONTRACTOR SHALL ADJUST ANGLE p VALVE & METER BOX TO F.G. AFTER Ct_ta.kr_4'E2 SIDEWALK IS INSTALLED & APPROVED 2.DISTRICT WILL SET METER AND BALL VALVE F, ED •. , - • 3. ALL 2" OR SMALLER COPPER JOINTS SHALL V.E_C_,SLITVE BE PRESS—CONNECT IN CONFORMANCE WITH MTh COPPER PIPE SPECIFICATIONS. 4, TAP TO MAIN TO BE MINIMUM OF 24" FROM NON—CONT1GUOUS DETAIL SIDEWALK & CURB NEAREST COUPLING, FITTING, VALVE, BELL OR OTHER TAPS. 5.POSITON ANODE MIDWAY BETWEEN PIPELINE AND METER BOX. 6.INTERIOR OF METER BOX SHALL BE CLEAR OF DEBRIS TO DEPTH OF 12" AND CORP STOP FULLY EXPOSED ITEM DESCRIPTION SPEC/DWG 1 COPPER, (TYPE 'K' , SOFT) 15057 2 OUTLET ON PVC PRESSURE PIPE W-8 3 OUTLET ON AC PIPE W-8 OUTLET ON CML&C STEEL PIPE W-9 4 5 OUTLET ON DUCTILE IRON PIPE W-9 6 1" ANGLE METER STOP 7 METER BOX AND COVER (TRAFFIC AREA) 8 METER BOX AND COVER (NON—TRAFFIC AREA) 9 30 LB. ZINC ANODE WITH ANODE LEAD WIRE W-25 H_ REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT -0--,....4,--_- 02/16 1 02/16 I" WATER FOR 5/8" SERVICE CONNECTION 3/4" & I" METERS DISTRICT ENGINEER DATE STANDARD DWG. NO. W-3 -........, DOMESTIC WATER- - 1 LINE 0 —.-t---- - ' • E111 -` 7 i 1 4 .. --ie.— . — •6 . Ti. — it ti Ilr , — TIt•-7 _I I _ _ 16" 12 11 11 _ 1E- 1— 1 i 1 III—III—III= i 1 I 1 0 111 1 SEE DETAIL BRASS OR . ii I II W-3 COPPER 0 e. . PRIVATE ., PUBLIC ,- --, i NOTES: 1.REFER TO DRAWING W-3 FOR SPECIFICATIONS OF INSTALLATION OF SERVICE LINE AND APPURTENANCES. 2.DISTRICT TO SET METER AND BALL VALVE, ALL OTHERS TO BE INSTALLED BY CONTRACTOR. 3.DOMESTIC WATER LINE MATERIAL WILL BE IN 17.5 " 0 0 0 6 CONFORMANCE TO CODE. 4.ALL 2" OR SMALLER COPPER JOINTS SHALL BE PRESS—CONNECT IN CONFORMANCE WITH SPECIFICATIONS. o 7 ..... SIDEWALK ....._-- SEE W-3, W-8, OR W-9 ITEM DESCRIPTION SPEC/DWG 15057 1 COPPER, ITYPE 'K' , SOFT1 2 30 LB. ZINC ANODE LEAD WIRE W-25 3 2" X 1" COPPER TEE (PRESS—CONNECT) 4 1" 90 COPPER BEND (PRESS—CONNECT) 5 NOT USED 6 1'' ANGLE METER STOP 7 #37 ARMORCAST METER BOX (OR EQUIVALENT) 8 1" BALL VALVE 9 1"WATER METER BY DISTRICT BRASS UNION 11 2"FIRE SYSTEM WATER LINE (SIZE TO BE APPROVED BY FIRE MARSHAL) 1" DOUBLE CHECK VALVE WITH SHUT OFF VALVES (LEAD FREE) REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ,_.-/,.....:r.‹. O2/16 1 02/16 I" DOMESTIC WATER SERVICE CONNECTION WITH FIRE SPRINKLER SYSTEM DISTRICT ENGINEER DATE STANDARD DWG. NO. w -3 A METER BY 00 SIDEWALK DISTRICT. Li- m = 0_ < >- D_ •• ' . . A • A -rat-M-I II - III 71 I IIT.1 I lEl —" '7111 • 11-114- i' I, _...11 6 IHL I, 2 3 4 R ‘,.. / >:. o I- H. cr) <z I I FLANGED BALL VALVE C.) BY DISTRICT. LLI Z Z 0 00 I- LL1 ___I I- D T 1._ (III) . ® 1 2' MIN -_-_-_-_-_-_-_-_-_-_-_-_-_-_ NOTES: 1.DISTRICT WILL SET METER AND BALL VALVE 2.ALL 2" AND SMALLER COPPER JOINTS SHALL BE PRESS-CONNECT IN CONFORMANCE WITH SPECIFICATIONS. 3.TAP TO MAIN TO BE MINIMUM OF 18" FROM NEAREST COUPLING OF TAP. 4.POSITION ANODE MIDWAY BETWEEN PIPELINE AND METER BOX. 5.FOR NON-CONTIGUOUS SIDEWALK SEE DETAIL DRAWING W3. ITEM DESCRIPTION SPEC/DWG 2" COPPER SERVICE PIPE 15057 OUTLET ON PVC PRESSURE PIPE W-8 OUTLET ON ACP PIPE W-8 OUTLET ON CML&C STEEL PIPE W-9 (i) OUTLET ON DUCTILE IRON PIPE W-9 0 2" ANGLE METER STOP el METER BOX AND COVER (TRAFFIC AREA) 0 METER BOX AND COVER (NON- TRAFFIC AREA) 2" C X C 90" ELL (PRESS-CONNECT). 8 30 LB. ZINC ANODE WITH ANODE LEAD WIRE W-25 REV. APPROVED DATE -------......-- CARLSBAD MUNICIPAL WATER DISTRICT 02/16 02/16 2" WATER SERVICE CONNECTION DISTRICT ENGINEER DATE FOR I 1/2" & 2" METERS STANDARD DWG. NO. W-4 ____. FINISH SURFACE. 1 [lilt'.Ink _I 1111 3,0 .. , _ 0 0 0 7 _ Li-) 13 I i , _ i i 2' MN 30 LB. ZINC ANODE _ WITH ANODE LEAD WIRE ICS NOTES: PER STD. DWG. NO. 25. '.. 1. SEE SPECIFICATIONS FOR SOLDERING REQUIREMENTS 2.SEE SPECIFICATIONS FOR LID PAINTING REQUIREMENTS. OR 3.POSITION ANODE MIDWAY BETWEEN PIPELINE AND VALVE BOX. ITEM DESCRIPTION SPEC/DWG 1 1" TYPE "K" SOFT COPPER 2 OUTLET ON PVC PRESSURE PIPE. W-8 3 OUTLET ON AC PIPE. W-8 W-9 OUTLET ON CML&C STEEL PIPE. 4 5 OUTLET ON DUCTILE IRON PIPE. W-9 6 1" ANGLE METER SIOP 7 1 1/4" X 1" BRASS BUSHING. 8 1" BRASS STREET ELL. 9 1" ADAPTER M.I.P. X N.S.HT 10 HOSE THREAD CAP 11 VALVE BOX/LID W-13 12 CONCRETE COLLAR 13 8" PVC, C900 REV APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT , iXatoleti-T- AiltiwoNe, Vii242a I" MANUAL AIR RELEASE ASSEMBLY CITY ENGINtER DATE STANDARD DWG. NO. W-5 0 C.) 1 3" AC v . \ A A • T . $ .54 . - • \ \ . . \ 4.4 11" 4 4 0-A •4 . A • •• 4 III-11 11 ErnE.----11 LOCATON OF \fr11 I 1=111= E-IIP-II 24" MAR CORP. STOP. °.!.) @ =ti I= LI I IWT111, H 77111111. , C X FIP 90 BEND ,Ag 0 0 -git :-Lf.aIF I (SILVER SOLDER) 2 4 5 ..- NOTES: I. SEE SPECIFICATIONS FOR CC 90' ELL I SOLDERING REQUIREMENTS (SILVER SOLDER) 2.SEE SPECIFICATIONS FOR LID PAINTING REQUIREMENTS 3.SEE IMPROVEMENT PLANS ____ p____ LOCATON OF , FOR ASSEMBLY SIZE. BO CORP. STOP. C X FIP 45' BEND - — -_- 3 0 LB. ZINC ANODE -_- - _ (SILVER SOLDER) WITH ANODE LEAD WIRE PER STD. DWG. NO 25. ITEM DESCRIPTION SPEC/DWG 1 OUTLET ON PVC PRESURE PIPE W-8 2 OUTLET ON AC PIPE W-8 3 OUTLET ON CML8cC STEEL PIPE W-9 4 OUTLET ON DUCTILE IRON PIPE W-9 5 2" COPPER SERVICE PIPE. (PE 'K' SOFT). 5 2" ANGLE METER STOP 7 2- METER COMPANION FLANGE. (BRASS NUTS AND BOLTS). 8 2" BRASS STREET ELL 9 ADAPTER-2" M.I.P. X 2 1/2" NSH T W/ 2 1/2" CAP 10 12" DIA. C.I. VALVE BOX COVER MARKED WATER OR RECYCLED WATER 1 i 30" DIAMETER X 8" THICK CONCRETE RING 12 12" GRAVITY SEWER PIPE SDR 35 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT IN4,1-17dPLA, ?Wei 2" BLOW-OFF / MANUAL AIR RELEASE ASSEMBLIES CITY ENGINEtR DATE STANDARD DWG. NO. W-6 ENCLOSURE PER APPROVED MATERIAL UST Ea. SEE SIDE VIEW.10.2.HE...LEET_ 0 00 t i SIDEWALK , .\\--\* L Y ----I'l .74 ' / . .. . ' . - •,1 I I I - • Li.. ; 'LI 6 z - ..... •X FIP BEND I 2 SILVER SOLDER) 2: CNI 2C1' CxC BEND c\I guR© ILI 2% MIN RISE 2 AVER SOLDER) •} r --4.7.=.....,--, 30 LB. ZINC ANODE WITH ANODE CONNE T TO .-, LEAD WRE PER STD. DWG. NO. 25 — OUTLED ASSY S 4 NOTES: OR 1.SEE SPECIFICATIONS FOR SOLDERING REQUIREMENTS_ 4. ALL VALVES AND FITTINGS 2.SEE SPECIFICATIONS FOR SHALL BE SAME SIZE AS PAINTING REQUIREMENTS. AIR VENT INLET. 3.SEE IMPROVEMENT PLANS 5. POSITON ANODE MIDWAY BETWEEN FOR ASSEMBLY SIZE. PIPELINE AND VALVE BOX. ITEM DESCRIPTION SPEC/DWG ITEM DESCRIPTION SPEC DWG 1 1" COPPER, (TYPE 'K , SOFT), 2" COPPER SER. PIPE. (TYPE "K" SOFT' 14 2' COPPER ADATFR, COPPER SOLDER JOINT x MALE IPT, OUTLET ON PVC PRESSURE PIPE W-8 0-300 PSI 3 OUTLET ON AC PIPE W-8 15 2" FLARED TUBE STR CPLG, 4 OUTLET ON CML&C STEEL PIPE W-9 COPPER x MALE IPT, 0-150 PSI 5 OUTLET ON DUCTILE IRON PIPE W-9 16 CONCRETE ANCHOR BLOCK 6 1" OR 2" ANGLE METER STOP WITH 2 CUBIC FEET METER BOX & COVER (TRAFFIC AREA) 17 2" UL 125 CAST BRONZE 90' ELBOW WITH FEMALE IPT 8 METER BOX & COVER (NONTRAFFIC AREA) 13 2" BRASS PIPE, REGULAR WALL WITH MALE IFT 9 10 1" OR 2" I ICAVY DUTY 19 30"x30"x6" CONCRETE PAD COMBINATION AIR RELEASE. 1" OR 2" BRASS STREET "L" 20 2" COMB. AIR RELEASE AND VACUUM VALVE, FEMALE IPT 11 1" OR 2" X 6" BRASS NIPPLE 21 AVE ASSEMBLY ENCLOSURE 12 1" OR 2" SCHEDULE 40 PVC 13 BRASS METER COMPANION FLANGE. 22 1" OR 2" METER STOP (BRASS NUTS AND BOLTS ON 2" 2aa_.Z:j2B_QLIZ;L_aAIL.V.L .\..L.c.._._._ REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT fit) liaiNT 17 0...s.-- - )11 yivs ABOVE SURFACE I & 2" AIR-VACUUM VALVE CITY ENGINE DATE ,,,,.. ASSEMBLY a APPURTENANCE STANDARD DWG_ NO. W -7 00.00 00.00 .. . .. 2 .f.x ...-01 ' . • -- •.. • 1 ., , ..'•;:;.; .." A.G. MAIN P.V.C. MAIN FOR WATER SERVICE 3 4 ii CONNECTION TYP. ( ) ITEM DESCRIPTION SPEC/DWG 1 DOUBLE BAND BRASS SERVICE SADDLE. 2 BRONZE DOUBLE STRAP SERVICE SADDLE. 3 CORP, STOP 1" WATER SERVICE. W-3 4 CORP. STOP 2" WATER SERVICE. W-4 5 CORP. STOP 1" AIR VACUUM VALVE ASSEMBLY. W-7 6 CORP. SWF' 2" AIR VACUUM VALVE ASSEMBLY W-7 7 1'' MANUAL AIR RELEASE ASSEMBLY W-5 8 2" BLOW—OFF MANUAL AIR RELEASE ASSEMBLY. .W-58c6 9 2" MANUAL BLOW—OFF / AIR RELEASE ASSEMBLY. W-6&7 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT Ztowki: toio..-m. 7//e/of, OUTLETS ON A.C. OR P.V.C. MAIN FOR I INCH THRU 2 INCH ASSEMBLIES CITY ENGIN R DATE STANDARD DWG. NO. W — 8 4 5 6 7 8 4 5 6 7 8 1 11 . 10 4 - ,•:: . ... - I. • : A • . • • . •. A . • A .; 1 t• • . • • • a _. A . _. •. 4 1 •: . •t .. ' 4 . • ' . .'.. I . •S• . . • A ... . t • • :.... •. I • D.I. MAIN STEEL MAIN FOR WATER SERVICE 2 3 CONNECTION ( TYP. ) ITEM DESCRIPTION SPEC/DWG 1 DOUBLE BAND BRASS SERVICE SADDLE. 2 CORP. STOP 1" WATER SERVICE. W— 3 3 CORP. STOP 2" WATER SERVICE. W— 4 4 CORP. STOP 1" AIR VACUUM VALVE ASSEMBLY. W-7 5 CORP. STOP 2" AIR VACUUM VALVE ASSEMBLY. W— 7 6 1" MANUAL AIR RELEASE ASSEMBLY. W-5 7 2" BLOW—OFF MANUAL AIR RELEASE ASSEMBLY. W-680 8 2" BLOW—OFF / AIR RELEASE ASSEMBLY. W-68c7 9 NOT USED 10 3000 PSI FORGED STEEL COUPLING WELDED TO MAIN. W-14 11 INSULATING BUSHING. ( LEXAN OR DELRIN ). W-10 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT R.taiNt-r: , -00/08 OUTLETS ON D.I. OR STEEL MAIN FOR I INCH THRU 2 INCH ASSEMBLIES CITY ENGIN R DATE STANDARD DWG. NO. W-9 FIELD WELD ( TYPICAL ). SECTION A-A IELD APPLIED CEMENT MORTAR ALL AROUND. NOTES: 1. DIELECTRIC CONNECTIONS SHALL BE REQUIRED ON ALL AIR AND VACUUM VALVE ASSEMBLIES, MANUAL AIR RELEASE ASSEMBLIES, BLOW-OFF ASSEMBLIES SIZING TABLE AND WATER SERVICE ASSEMBLIES WHERE COPPER TUBING OR BRASSS PIPE CONNECTIONS ARE MADE TO STEEL MAINS. COPPER TUBING VALVE OR CORP. STOP STEEL COUNTING INSULATING BU eING 2" 2 1/2" 2112 x 2` 1" 1" 1 1/2" 1 1 2" x 1" SPEC/DWG DESCRIPTION ITEM CL 3000 STEEL COUPLING — STEEL WELDED. SEE DRAWING NO W9 1 W-9 2 3 INSULATING BUSHING — NET LEXAN OR DELRIN. 9" CIA. 10 GA. SADDLE. 4 NOT USED 6 cgc 2" COPPER SERVICE PIPE ( TYPE "K" SOFT ). CARLSBAD MUNICIPAL WATER DISTRICT RplartFtnt, .CITY ENG1Nc R DATE STANDARD DWG. Na W•al 0 DATE REV. APPROVED DIELECTRIC CONNECTION TO STEEL MAIN CURB OR BERM. [ "" PER PLAN _ _FINISHED SURFACE. f 1 111 1 III I III I III illl I 1111 Ill Hill III I I0 I DI 11111 III rill III 111111111111 I \. `-4- ) c- ) )3 VARIES A7,— 1 12 .1 A CD i 1, .6--.- 1 :111.1 0 SAND I 5" y iilli IOR I 1 f VI •- - .— I • ' . . • ....I.. •.. • . • • I . ' \ 1 I C) I * • —'1 .........‹.>)'•• 8 I &A • t . , ' - I •• , , ..... 111=111= .... • ' 1 1 -r 4 T mm . • a . _ — - - - . *-- _--.....).... ...! - • • .. - 3 5 15 717--11- NOTES -:1 ,. . 7 - .. .. 4 1 r-,-* / 1. SEE SPECIFICATIONS FOR LID — PAINTING REQUIREMENTS — 45° 2. ALL BURIED NUTS AND BOLTS SHALL BE ® WAX TAPE COATED PER SPEC. 09902. ITEM DESCRIPTION SPEC/DWG 1 A.C.P. - RT X FL TEE. 2 STEEL PIPE - FL TAPPED CONNECTION. W-14 , 3 CONCRETE THRUST BLOCK 560-C-3250. W-10 4 D.I.P. - MJ X FL TEE. ( FL. BOSS OUTLET ALTERNATE / DELETE THRUST BLOCK ). 5 POLYETHYLENE WRAP. 6 FL X PJ GATE VALVE. 7 PE CL. 50 D.I.P. 8 MJ 90 BEND. 9 RETAINER GLAND. 10 FL X PE CL. 50_0.1.P. 11 COMPANION FLANGE CONCENTRICALLY DRILLED AND TAPPED FOR ITEM 12. 12 THREADED PLUG, OR STL. NIPPLE, FEMALE HOSE NIPPLE & HOSE CAP. 13 12" VAL. BOX MKD. "WATER" OR "RECYCLED WATER" W-6 14 VALVE BOX ASSEMBLY W-13 15 FL X FL 45" DJ. BEND. REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT , Rbioprr E evAsnie, 7_,W93 6" BLOW-OFF ASSEMBLY (DUCTILE IRON) CITY ENGIN R DATE STANDARD DWG. NO. W- I I CURB OR BERM. I "" PER PLAN . — , _ FINISHED SURFACE. , 1 m 1 1 . r, 1 1 111 1 ii 1 1 1 111 1 I nifuliffiliumoini llIIuIHIfflIuItD11 I D ) D VARIES \ SAND I _. '4 ® .11....:14 I— 4-1 H OR I I iI 1 _ Tr..z , ... i• -, . - ' , N 0 7 •-• . • . , . .. 411-1 •.• .• I:7177 ....., :..;.. , •- • -% _ \ • •• 3 14 —11TILlIP,..= NOTES •' •...i.. 1.SEE SPECIFICATIONS FOR LID — 45' PAINTING REQUIREMENTS 2.ALL BURIED NUTS AND BOLTS WAX TAPE COATED PER SPEC. SHALL 09902 BP ITEM DESCRIPTION SPEC/DWG 1 A.C.P. — RT X FL TEE. 2 STEEL PIPE - FL TAPPED CONNECTION. W-14 3 CONCRETE THRUST BLOCK 560-C-3250. W-19 4 D.I.P. - MJ X FL TEE. ( FL BOSS OUTLET ALTERNATE / DELETE THRUST BLOCK ). 5 POLYETHYLENE WRAP. 6 FL X FL GATE VALVE. 7 CML&C 0.25" STEEL 8 WELD ON PREFABRICATED CML&C W/TAPE COAT STEEL / 90 BEND 09870; 15061 9 VALVE BOX ASSEMBLY W-13 10 FL X PE CML&C STL/SOWO FL 11 COMPANION FLANGE DRILLED AND TAPPED FOR ITEM 12. 12 THREADED PLUG. OR STL. NIPPLE, FEMALE HOSE NIPPLE & HOSE CAP. 13 12" VAL. BOX MKD. "WATER" OR "RECYCLED WATER" W-6 14 FL X FL 45' D.I. BEND REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT Ztexti--r:(4•444; lig/g3. 6" BLOW-OFF ASSEMBLY (STEEL) CITY ENGINtfR DATE STANDARD DWG. NO. W-IIA NOTES: 1.FIRE HYDRANT BASE - 6 EA. 13/16" DIA. HOLES. 2.BOLTS & NUTS - 3/4" X 3" HEX HEADS. 3.INSTALL BOLTS WITH NUTS ON TOP OF FLANGE. 1 8"* 4.SEE SPECIFICATION FOR PAINTING REQUIREMENTS. (BEGIN PAINT AT SCORE IN BREAK-OFF SPOOL). - 5_ SEE SPECIFICATION FOR BURIED FLANGE REQUIREMENTS. 6.SEE IMPROVEMENT PLANS FOR FIRE I 0 HYDRANT LOCATIONS. 7. A 3' CLEAR SPACE SHALL BE MAINTAINED AROUND THE CIRCUMFERENCE OF F.H. EXCEPT AS OTHERWISE REQUIRED OR APPROVED. - - I\ ( 1 A * 36" BEHIND FACE OF CURB FOR NON-CONTIGUOUS / OR NO SIDEWALK. ---4- 8.ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SPEC. 09902 .c. . • . • : . 1 1 v, I.L.1 ""'"" , A E2 1 , .• . -:z 2 011111 III I IL II) I DU ii 4I . . I _ ? i -I 4 11 SIDEWALK -I 3 CURB & GUTTER 7i - 1 2 , I —. 1 0,,.._ < - , • . c= x - ...— • 0% SLOPE •_ - . - •'' c= co co • :" •' '.71altr-r4.-V:1-1-) rr 1 I , II- — 12 VARIES -1 — I I © ITEM DESCRIPTION SPEC/DWG 1 A.C.P. - RT X FL TEE. 2 DUCTILE IRON PIPE - D.I. TEE WITH 6" FL. OUTLET. ( PJ OR MJ X FL ) 3 STEEL PIPE - 6" STEEL FL OUTLET. 4 ASBESTOS CEMENT PIPE - RT X FL TEE WITH 6" OUTLET. 5 6" FL X PJ GATE VALVE. 6 6" CLASS 150 PVC PRESSURE PIPE. 7 6" X 30" PJ X FL BURYELL. ( 6 HOLE PATTERN ). 8 6" VARIABLE LENGTH FL. BREAK OFF SPOOL. ( GROOVED BOTH ENDS ). 9 6" FIRE HYDRANT. 10 POLYETHYLENE ENCASEMENT 11 VALVE BOX ASSEMBLY. 12 THRUST BLOCK REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT -00/08s FIRE HYDRANT ASSEMBLY CITY ENGINE 1 DATE STANDARD D. ND. W- 12 A B B —41 i 1 WATER • . . aS WATER E Y L 3 ; 2 WATER PLAN PLAN PLAN A --goi B 1 OR® B 24" DIA. 24" DIA. _.. FINISH GRADE. 2 3I-) AC PAVEMENT. co , ..., • .: , ... ! ta , _ 7 "' : „ .. '. "- : • - . ' . _ = a, 0 .. , ..::.0.... z 1•—• Lo •.' ' - - 8" DIA E —J 'CC _ Tt= ,....41 8" , DIA -- 7 p - - 0 m r -1 -,i- -... .:1'• ' RISER SHALL NO 7 REST ON BONNET i I OF VALVE. (2" MIN. 1 CLEARANCE). I I i i t 'DOMESTIC SECTION A-A WATE --)--\ SECTION RECLAIMED B-B WATER NOTES: 1.IN NON-ROAD AREAS PLACE MARKER 3. SEE DRAWING NO. 23 FOR GATE VALVE POST NEXT TO VALVE BOX ASSEMBLY EXTENSION. AS DIRECTED BY THE ENGINEER. ( SEE 4. UPPER SIDE OF LID TO RECIEVE 2 COATS DRAWING NO. 23 ). OF PAINT. SEE SPECIFICATIONS FOR 2.ALL BURIED NUTS AND BOLTS SHALL BE PAINTING REQUIREMENTS, ( PAGE 4 ). WAX TAPE COATED PER SPEC. 09902 ITEM •DESCRIPTION SPEC/DWG 1 VAL. BOX & COVER WITH NON-SKID C.I. COVER AND LIFT HOLE, MARKED "WATER". 2 VAL. BOX & COVER FOR NORMALLY CLOSED VALVE. 3 VAL. BOX & COVER MARKED "RECYCLED WATER". 4 8" C900 PVC OR ASPHALT COATED WELL CASING. 5 CONCRETE COLLAR IDENTIFY CONC. BY CLASS 560-C-3250 6 POLYETHYLENE ENCASEMENT REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT t Zlewk-r: 14,volv, . 7//ofre VALVE BOX ASSEMBLY CITY ENGINER DATE STANDARD DWG. NO. W...13 B" 0 N _ t.../...s_ ,-----:4--- .s_ \ ---,1",\ / zz ,-- . . N . .., • . 7 0 7 • • i,i zy- .. / 0 / _,/ // , ' 3 ,1/47—J \ CEMENT MORTAR —. Hi i II 4 \\ 1 I LINE IN SHOP. HELD POINT MORTAR IF DRY \ \\ \ 1/4 \\ /i / CONNECTION IS MADE. CUT TO FIT PIPE. \ / ........ -\ , -- - \\ •;\ ... \ N. \ \N. •-„,....._ .., 0 -,- -- E - • - e — _. .7 -:7 - r - -- 7—/— A it A Fat-) Lii A A SECTION A—A ! 1r 11 -MIN. ON ARC. , i 71--1 1 I _ i_ I 4,.. , , _ NOTES: 1. FLANGE PRESSURE CLASS Se FACING ir SHALL BE SAME AS ADJACENT VALVE li jil REINFORCING SADDLE THICKNESS VALVE & PIPE 2. TO BE SAME AS MAIN "T"(3/16" MINIMUM). PER PLAN. 3. FULL BACKING PLATE IS REQUIRED I PLAN ON 12" AND LARGER MAINS Sc MAINS EXCEEDING 150 P.S.1. ITEM DESCRIPTION SPEC/DWG 1 s.o.w.O. FLANGE. 2 FIELD WELD ( TYPICAL ). 3 EXISTING STEEL PIPE. 4 EXISTING STEEL PIPE I.D. 5 3/4" MIN. CEMENT MORTAR COAT IN FIELD. REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT Atzet,. 7/071 TAPPED CONNECTION TO STEEL MAIN CM' ENGINE DATE STANDARD DWG. NO. W ...14 REINFORCING FITTING OR COUPLING. CAP. STEEL DETAIL . 1... 39'7 MAX. 1 (RIGID PIPE) 1 _ 3 _ - FMING O.D. - c) I ' •- -75 NO. 4 BAR - e (2 EA. TYP.) END CAP BLOCK. •_ 1— 1 6 I JI 1. N ..^ •--,........ . ,..—f— „, , t A =111/4%221/Z, - *... - •. ____I -711 in TEE (TOP VIEVV). VERTICAL BEND. r<A=111/4°,221/24, ----pm-- —11 _ _ ., 1 ., ,_, 45%50%60'. . a . • , MIN": 0 j/ q )\® .0 .... ' ' J .......:-k J 1 •.. \ . .. li 1) ____ 1 ____ 7 1 •e — ... .., • 2.......>—•,_ ..• : All i .4 •. - _ . - .1 S ral - 1 . E-_-.1111— 2 1 -7,1 ; 4 ..:.. 4,i 4 ‘.•••• 4 "... 7.. _...„,.1 2 ,.., ...••4,, .., iTrEtrrtiliElir HORIZONTAL & TEE (SIDE VIEW). VERTICAL BEND. 3. CONCRETE SHALL BE 6 SACK, (3250 P.S.I.). NOTES: A MIN. 3 DAY CURING TIME BEFORE 6. ALL BURIED NUTS AND BOLTS SHALL BE HYDROSTATIC TEST. WAX TAPE COATED PER SECT. 09902 1. FITTINGS SHALL BE DUCTILE IRON FOR 4. SEE DWG'S. NO. 17 & 18 FOR REDUCER, D.I.P. & P.V.C.; CAST IRON FOR A.C.P. PLUG, & BUTTERFLY VALVE THRUST (CEMENT LINED SHORT BODY). BLOCKS. 2. FOR A.C. PIPE, A MIN. 3'-3" TO A C-6" MAX. 5. ENGINEER TO PROVIDE CALCULATIONS FOR LENGTH INTO AND OUT OF ALL FITTINGS. THRUST/ANCHOR BLOCK SIZE. ITEM DESCRIPTION SPEC/DWG 1 CONCRETE THRUST BLOCK. (560—C-3250) 2 POLYETHYLENE ENCASEMENT. 3 NO. 4 REINFORCING STEEL. 4 VALVE BOX ASSEMBLY. 5 FL X RT OR FL X MJ GATE VALVE. REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT 2106..i-T:plAnpm14 2//ofos CONCRETE THRUST BLOCKS FOR NON-RESTRAINED JOINTS CITY ENGINEYR DATE STANDARD DWG, NO. W... 15 FINISHED SURFACE (TYP.) , ... NOTES: 1 C5) 1. SEE SPECIFICATIONS FOR ---, BURIED FLANGE AND VALVE REQUIREMENTS. 2 SEE DRAWING NO.19 FOR THRUST BLOCK BEARING PJxPJ AREAS. GATE VALVE. 7-1 3. ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SECT. 09902. PVC & DIP , PIPE. \---1 ..... f ® TENCH - ---,,,-,,,-- 11.-111- ELEVATION REINFORCING PVC PIPE STEEL DETAIL, 12" TRENCH _12"_ 3 I I I I WIDTH MIN. FITTING O.D.MIN. .. NO, 4 BAR -V-- 5 z (2 EA. TYP.) iL I= :i . 0 6 :=W i i=iii—ii1=1 i k 2 1 i I r- 6" FLXFL . .. , --,11 •• ;.. , • .1 ...... IL -I . . .. .. •L _ . PIPE. . • .,.`11Fc--4 ' I.-•;'. —fiF-Llir -I - •--- _ ....„ - TEI\JC- SECTIO\ "1-111-T TE\CH ' 17 tit ili'Pl- ELEVATIO\ (TYPICAL) STEEL PIPE ITEM DESCRIPTION SPEC/DWG 1 GATE VALVE 2 POLYETHYLENE ENCASEMENT 3 NO. 4 REINFORCING STEEL. 4 CONCRETE THRUST/ANCHOR BLOCK. (3250 P S.I) 560—C-3250 W-19 5 VALVE BOX ASSEMBLY. W-13 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT Rot,12A-I": c/: 7//0/ GATE VALVE INSTALLATION ciTY ENGINEER DATE P. V.C., & STEEL PIPE. sTANDARD DwG. NO. W-I6 30" (Typ.) BUTTERFLY OR ---- 1u ' --- PLUG VALVE. . . . 4ii1=1 :T - . •L? .di:_-_—_iiii •• F. oi . . Ci) 10 \:-.../.1=iii=i . 9-- =Z > • sT, — . , — 0 II P. V.C. z I— , # CC -§-• • :. © !. F--- ..7±---'n•r—tIn_'±I. -' -1 imili-=- - .1 11:-.-±11 I:--at' .. =11 17- LINE VALVE 1 0 INSTALLATION -7.11611 f BUTTERFLY OR 6 i 9 III_ 0 PLUG VALVE. i 6" MIN. ri—,111-F,_711rz..—r.._ _, ... • -.. - ,..:7111FRiii, , • •.• • •: 4 P. V.C. Lt, o . . I- i FTTI= . =11i=11Fir .. 7 — . IC TEE -C.?! Li.. ASSEMBLY I= 5 = NOTE: ALL BURIED NUTS AND BOLTS SHALL BE WAX TAPE COATED PER SPEC. 09902 ITEM DESCRIPTION SPITE-7TC- 1 FOR A.C.P. — 30' LONG FL X PJ WALL PIPE. -- -- 2 FOR P.V.C. — 30 LONG FL X MJ WALL PIPE. 3 NO. 4 REINFORCING STEEL 6" D.C. EACH WAY. 4 CONCRETE THRUST BLOCK. (3250 P.5.1.) 560—C-3250 W-19 5 POLYETHYLENE ENCASEMENT 5 FOR P.V.C. — FL X PJ ADAPTER. 7 FOR P.V.C. FL X MJ ADAPTER. 8 CONCRETE SUPPORT. 9 SANDBAGS. 10 BUTTERFLY OR PLUG VALVE REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT Ret4,-*1—. 1w/I 71/0/0R BUTTERFLY & PLUG VALVE INSTALLATION FOR P.V.C. CITY ENGINE R DATE STANDARD DWG. NO. W-17 - 8 IF TRENCH 'T11-11-1=7- Efff-r--I i . co MINI =I- t. - WIDTH . 1, a:5 — --- r I-- 0_ 41 4 . 4 W a , • a 4 0 Li-1 Ls.J Z LLI f: a. or • • In i 1 3 4 I a ..4 A . Lu C121 4 • J ctr EE , a - 4 1 tr. a VARIABLE - SEE NOTE ..] .11-1-p t-rrr 12' MIN. „ . 3 1 .. . 2 - .... . _ NOTES: __ ..-- _ — BEARING AREA SHALL BE THE DIFFERENCE — BETWEEN THE BEARING AREAS REQUIRED FOR THRUST ANCHORAGE OF MAINS ON EACH SIDE OF • REDUCER AS FOUND FROM STD. DWG. 19 PLUS — AREA -IT,— ''.1- f 1 r THE OF THE TRENCH OPENING. a -jJ — MINIMUM DIMENSIONS SHOWN SHALL BE ADHERED TO. ITEM DESCRIPTION SPEC/DWG 1 POLYETHYLENE ENCASEMENT 2 CONCRETE THRUST BLOCK (560-C-3250 CONCRETE). W-19 3 NO. 4 BAR 9" ON CENTER EACH WAY. REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT LZ1/4.4----r.,,Adv, 7,410,9 THRUST ANCHOR FOR WATER MAIN REDUCER — 4 THRU 16 INCH. CITY ENGINE DATE STANDARD DWG. NO. W-18 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT THRUST BLOCK BEARING AREAS CITY ENGIN STANDARD DWG. NO. W 19 0 4 5 8 10 12 14 16 NOTES: Pipe Diameter in Inches 1. HAUL/ UN 2n PSI 1E51 PRESSURE AND 13LARING VALULS OF DRY SOILS, 2.VALUES FROM CURVES ARE FOR TEES AND DEADENDS, I.E. ; STRAIGHT LINE THRUST. FOR 90* BEND: 1.4 VALUE FROM CURVE. FOR 45* BEND: 0.8 VALUE FROM CURVE. FOR 22 1/2 BEND: 0.4 VALUE FROM CURVE, 3 FOR CONDITIONS NOT COVERED BY CURVES, SPECIAL THRUST WALLS, THRUST BLOCKS AND ANCHORS MUST BE CALCULATED AND APPROVED. rust Block in S 10 20 MEMEMMINIMMEMEMSEMEMMEMUMEMOMMINIMMUMMEMEVASIMMEMOMMEMAM MOMMIIMMEMMOMMIMEMEMUNIMIMMEMMUMMEMEMMOMMEMUMMEMMEMEMMIUMFAMM ESINIMMMUMMUMMEMMEMEMEMOMEMEMMUMMUMMOMMEWIMMIMMOSEMEMAMM mommommommummummommummommumemmummommimmummimmumrnmonimms MEMMOMMEMERVIMOMMMOMMANMEMMEMEMMEMINIMMAMEMMEMMIUMMAMME MMEMMEMMMEMEEMIEMMEMCIMEMMEMMEMMERMKOMMMIIMMEMMOMUMMEMMEMEE mommummummismammmansmusgmumplummimmusrAimmEmmmEmmwsmil MEMEMMEMEMMEMEMEMEMMImmommlIONMEMEMEMEMEMMEMMOMMEMMEMMEM MMEMOMEMMUMMOMMIUMMEMMOMMEMMEMENEMMEMMAMMIMIMEMMIMMEWIIMMOM INIMMMUMMEMMORMOMMOMMEMEMEMMEMMEMONAMMEMMIMEMEMMIAMMIM smommimmiummummeXnummmommummilinimmommummimmicrnimmiriminmmil INIUMMOMMEMMIEMMEAMMOMMEMOMMUIMMOMMYAMMENINIMMOMSMAMINMUMM mmuniummilimmilammmiimminimmainiumiummummummummumminummumm immanimmlimmummummummunommummummummummenummuum winummemmommumwriammilmaninirnmsminumwsmmummismimmanimmemm mumommommommalAmummumummummintsmimmummummummis NIMMEMMERUMMIUMMINJUMMOMINIMUNSMOMEMMUMAMMIUMMUMMEMIWANEMMEMMEM ESSIMMIOMMMEMIUMMAIIMMOMMORMOMMMUMMIMMEMMEMMONMEMMUEMMEMMEMOM mummilliThillimpWAMMOIRRINThlummummumummemmimmimmommummy 30 REMMEMMINIMEMERWMIMMOMMEMEMOREMSEMIAMMINIMMOMMAMEMEMMEMMOU maniumnommimuummimmulimmummirmummimmummummumnsminn simminimmessoitmommommummwmwmummilmmummummomwas mmmimmimmommemmommimmmummummiummonsmminsmulmimmummums ENSMONMMOMMURWAMMUNMEMMIRMUMUMPAIMMERIMMEMMEMMOMMEMMUNIM 11111111111MMEMMUNDIMMERMMAMMEMEMMOMAMMEMMUNNEMENAMEMEMSRUMmimm mmilmminimmomummumminummumplonamminnimMEMMIMMEMEMEMPArnin MMENINIMMEMMININAMMEMMEMMOMMORINOAMMEMMEMMEMMIAMMUMEMMUMMEMM mummummuummsminsmimmimminshinummummommAmmummommummum immummummilimummummpimenwammommuumnommumummommum mumninimmilagmmumnimmOmminsmUNNEMEMMUMWANIummumminimmom MEMOMMINME.WAIMMIMMEMIUMMAIMMEMMEMMOMMEMUMMOMORREMUMMINIMEN immummilm immuummommumftwommummommonsimmmummummouno mommommummimmummmummincmommummommammaramitimmommmi INMEMMEMEMIWAMMEMUMUMMUMMWMPAMMEMMENIMMIWAMMEMMENAMAImminimilim immommumwommummilsommetumummummonsommigsmummommumm minsommumummmummommminnummismwassmimpimmommmumm MEMMINIMMEWAMMEMENUMMEWJAMSOMMIMEMMAMMErMKIMMIIIIIIIIII mumminiSNOrammIUMESEmilimerAmmumminownimmim Vmstilim IIIIMOMMIMMAMMINMEMEMMXIMANIMMEMMIROMMOIMEM 0.,AMEMOMMIIMUMMON mmmimmumtIMMOMMEMOMMEMMUMMIIRMOMMSRAMMEMMUWIAMMMEMMUMUMMIMMM mommommininOMOMMMUMMEMmummilimmosummummamMinimmiliMMMEMMEM NERNEMMWMEMOMERNIMMINISWENMEMMUMWAMMMIWOMMUMMEMMEMMINIMMORMON MilliMMUMWOMMEMEMEMWMPAIMMEMNIUMIEMOMMITWIMMUMMIIMMENEMMEMEN MEMMEMWAMSMEMMEMMINIMPAIMMIMMINMRAMINMOO tiMMEMEMEMMEMMEMEMINIM mmulimMIAMIUMMEMMIThummummirmArAmmuMx.mwminimmomMUMMOMMIlit millIMMEAMMINIMMEMMEMMEMMEMMENROAMMOMIRWAROMMMEMMOMMEMIMMOWIM MEEMMUNIMMAROMMIIMMAMEMOMMRpalUMMENNXIMMEMEMMINIMMEMMIMMEMM MMEMMAMISMENROMMWARMOMMINK1AUMMEWNEAMUMMAIMMEMMEMOMMEMMEMOM IIIMInininintmomminmummommAinammirlikommimmummimmummummimmit MOMEAMEMMUMMUMEMIAMMOIMPWAMMEMMOAMMUMMOMMIMAMMEMMIUMMEMEW4 mmonummumminummummeleaummiwammummmonommummimmr4m mmmAmmwmmnmmmmmummmmmorwwmmmrns.gmmmummmmnmmugmmmmmpmmg milinimmimMEMEMMIAIMMEMOVARMMENCOWAIMMinmiummummummumwommilimm MRAMMINIMMEMENTAMMUMMWTAMMOKOMOMMIIMMONMEMESMIMMEMEAMINIMM MIAMMINEMMUMMIAMMEMMELP2MMEMMOMMEMMOMMEMMEMOMMIMMOMMONOMMEM WennimiummillimommurierANMEMPOWaimmilmiMMIUMMOKIWAUnammimms WOMMIIMMORMUMERMRMNAMERMINOWIMMEMOMMUMMMEMMERWM,MOMMOMMO summissumnimilummompaummummimmummoscumminummomm mumummininummarAmmitarmommummummesakrimmumummum ummummmimmiummlWAIMMOWn.MAmmimmummimmimmWtmommommommt mmommormsnumwmpOmmiummommummuralowaimmummummumm MMINIMMOWIMMEMIMMEMMOMMOMMEMMUMMENVEZnAMMINIMMOOMMOMMMEMEM mommmummommainrimOmmommenummumm1vmaimmilimmummommmumm mminimuMmemliw2MMWAMammimmummumer amillimmlirnmimallimmmil mummummormum02mmummummuns&Aalgaaommummummummins monwicumminumcnimmummommummArpnolmmaimmummimmummummamm iii nummundumunammumwmAtPfaimmammommummummumummemum 1111111P2MOMOMOMEMMEMEMENettlitiMMEROMMOMIMMUMMEMMEMEMEMMEMOMMIRMEM mmgaimmunammommmommuirtlammummummumnimmimmilimMumlimmimmil p2MMERWHIMMIMMUMWMAIIIIMMENMEMMWOMMANNUMMEMMIIMMEMMEMEMMEMOMM allipralIMMEMMIMMER=WEEMMERMWMEMMENIMMERMIMMEMMERMIIMEMMINEM itAginommimmmmilmmEnsmiummummummummemmumummummumms OMMOMMMIIMMniMMOMMEMMEMMIIMMOIMUMMINEMMEMMOMMINIMMIMEMMIUMIN MilmummT2411111111MMUMINIMMOMMMEMMOMMOMMINIMMIMEMMEMMEMMEMMEMMEMOM MIPEZMOMMIMEMMOMMINIMMOMMEMMENEMOMMEMRIMMEMEMERMUMMOMMESERMIlm wOMMEMUMMUMMUMMIMMOMMIMOMMOMMUMINUMOMMOIMMEMMOMMOMMOMMIMMUM EMBERMIrniminumnimummUmmommUMMEMMOMEMMNEMOMMENNEWEEMM MIIIMEMEENSIMMEMMEMMEMMEMMEMMEMMEMMEMSOMMEMMMEMEMMUMIIMEMMEM 40 NOTES: 1.THERE SHALL BE NO FITTINGS OR CONNECTIONS BETWEEN THE METER AND BACKFLOW ASSEMBLY. 2.CONSTRUCT 2' HIGH RETAINING WALL ON 3 SIDES OF BACKFLOW PREVENTER WHEN INSTALLED ON 4:1 OR GREATER SLOPE. OPEN END 0 ,-N 3 SHALL BE AT DOWNHILL SIDE OF SLOPE. PROVIDE 2' HORIZONTAL CLEARANCE BE1VEEN WALL 4 v 6 `<e) j- AND BACKFLOW PREVENTER. 2' MAX 3.DO NOT INSTALL IN AREA SUBJECT TO FLOODING. 12" MIN. 36" MAX. in 0 0 _ 36" MAX LI 0 (D II M TR a 0 •q .- . .‘. _ __J ... A ) // 11 /1 .--..., 1 PUBLIC 3 PRIVATE 7 0 CONSUMERS RESPONSIBILITY TO BE INSTALLED PURSUANT TO MUNICIPAL CODE BOOK 14.08.010,4001-SEC.5 & TITLE 17 OF THE CALIFORNIA ADMINISTRATIVE CODE. ITEM DESCRIPTION SPEC/DWG 1 METER AND VALVE ( BY DISTRICT ). 2 TYPE K HARD OR TYPE L HARD COPPER OR BRASS RISER. W-9 3 COPPER OR BRASS 90 ELBOW ( SOLDER JOINTS OR THREADED FITTINGS ). 4 COPPER OR BRASS NIPPLE. 5 BRASS UNION. 6 APPROVED BACKFLOW PREVENTER ASSEMBLY. 7 FOUNDATION ANCHOR BLOCK. 8 METER BOX. 9 WRAP PIPE WITHIN CONCRETE WITH PROTECTIVE UTILITY TAPE. APP. C REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ja,n 791 12/11 2 INCH AND UNDER BACKFLOW INSTALLATION CITY ENGINEER DATE STANDARD DWG. NO. W-20 CD GATE VALVE INLET SENSING LINE CHECK VALVE 1 2 f .i — H HM-E--TER----4*-1— ,..,__ !)) --- -- i '-' _I------ 1 GATE VALVE 2 SECTIO\ CHECK VALVE 2 REDUCED PRESSURE ZONE puBLIC PRIVATE - = SENSING LINE. 10 2' MAX. t \ ( \ 1 -------- — CD ® _-\ PIPING _ _-\_) PER PLAN 61 MIN. 8" MIN.(TYP.) 11"__E—FIN. GR. . a ,,, . 4 1 1j Li 1 11 I I I I 9 i _R-11 Li- 8 1 ® 474 I- +7 -&T-ER 1.10 ® PLA\ -un -LS - -F Ll U CONSUMERS 4_2 0 RESPONSIBILITY 81- TO BE INSTALLED PURSUANT TO MUNICIPAL CODE NOTE: BOOK 14.08.010,4001-SEC. 5 & TITLE 17 OF THE ALL BURIED NUTS AND BOLTS SHALL BE CALIFORNIA ADMINISTRAllVE CODE. 316 STAINLESS STEEL INSTALLED PER SEC. 15056. ITEM DESCRIPTION SPEC/DWG 1 APPROVED CHECK VALVE AND BACKFLOW PREVENTER (RP) ASSEMBLY. 2 FL. 90' BEND (SIZE X TYPE) PER PLAN 3 4 INCH THICK CONCRETE PAD (2000 PSI). 4 VAULT TO BE PURCHASED AND INSTALLED BY CONTRACTOR 5 FL. 10 GA CML&C C-150 STEEL SPOOL WITH S.O.W.O. FLANGE. 6 THRUST BLOCKING (3250 PSI). 560-C-3250 W-19 7 VALVE AND METER (BY DISTRICT). POLYETHYLENE ENCASEMENT REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ,b, i/ian sAii, 12/11 3 INCH AND ABOVE BACKFLOW INSTALLATION 'CITY ENGINEER DATE STANDARD DWG. NO. W-21 GATE VALVE 1 CHECK VALVE 1 CHECK VALVE 2 2 2 . _ .... CN 4________, • . . GATE VALVE 2 SECTION BYPASS METER* 141/ DOUBLE CHECK VALVE PUBLIC PRIVATE BYPASS *BYPASS METER TO BE PURCHASED FROM CITY 0 FIG CONNECTION FOR X 2 1/2" X 2 1/2" FDC AND 9 /4" CHECK VALVE L_.,....e-- 0 i - 2 PIPING® PER PLAN. 7---Ni-N 1' MIN. 8 0 1 8" MIN.(TYP.) Q1)- CD 3' MAX. I i {-FIN. GR. d . • . t — . a ..i 6 - - iiik J PLAN 1 CONDUIT TO ALARM PANNEL NOTE: ALL BURIED NUTS AND BOLTS — AS REQUIRED BY FIRE MARSHAL 5 CONSUMERS RESPONSIBILITY sm SHALL BE WAX TAPE COATED PER SPEC. 09902 THIS DRAWING SHOWS MINIMUM REQUIREMENTS BY CMWD FOR THE DOCV ASSEMBLY. MODIFICATIONS MAY BE REQUIRED FOR FIRE MARSHAL'S APPROVAL ITEM DESCRIPTION SPEC/DWG 1 APPROVED DOUBLE CHECK VALVE AND DETECTOR ASSEMBLY. 2 FL. 90" BEND OR TEE WITH HOSE FITTINGS 2A DEPENDING ON THE PIPELINE MATERIAL SHOWN ON PLANS, 90 BEND CAN BE FLXPO OR FLXMJ 3 4 INCH THICK CONCRETE PAD (2000 PSI). 4 FL. 10 GA CML&C C-150 STEEL SPOOL WITH S.O.W.O. FLANGE. 5 THRUST BLOCKING (3250 PSI). 560—C-3250 W-1 9 6 POLYETHYLENE ENCASEMENT 7 6" MINIMUM DIAMETER — REDUCE DIAMETER IN RISER ABOVE FINISH 8 GALV. PIPE SUPPORT; FEE & MASON FIG. 291 9 TAMPER SWITcH REQUIRED BY FIRE MARSHAL REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT V100.4-rroLn,(1.4 *AB ABOVE GROUND DOUBLE CHECK VALVE DETECTOR ASSEMBLY CITY ENGINtER 4 DATE STANDARD DWG_ NO. W-22 1/4" BEVEL /-1—\ / \ 1 2 I A 1 i , -18" IF VALVE SET AT FINISH 7'0 7 I GRADE. EXISTING , -- ' •b W GROUND. -co , 9 1-1--riall; rf=- 11 -111=---TR , - . -to-• , CD X L_2) IN 3'-0" 1 3 , .- 111 DOMESTIC WATER , RECLAIMED WATER NOTES: I. ENTIRE MARKER POST SHALL 2.EXTENSION STEM SHALL BE 4 REQUIRED WHEN OPERATING BE PAINTED PRIOR TO INSTALLATION. FOR DOMESTIC WATER SYSTEM PAINT 2 COATS OF WHITE EXTERIOR a 1 i NUT IS 5' OR MORE BELOW TOP OF VALVE COVER. 3.ALL BURIED NUTS AND BOLTS ENAMEL OVER A PRIME COAT, WITH 2" STENCILLED BLACK LETTERS PAINTED VERTICALLY. STATING , I 1 I SHALL BE WAX TAPE COATED 1 PER SPEC. 09902. N . 'WATER' ON EACH POST FACE. FOR RECLAIMED WATER SYSTEM PAINT 2 COATS OF PURPLE EXTERIOR 1 I 1 I ) L ENAMEL OVER A PRIME COAT, WITH 2 STENCILLED BLACK LETTERS , PAINTED VERTICALLY, STATING 'RECLAIMED' ON EACH POST FACE. 1 , , ITEM DESCRIPTION SPEC/DWG I 4X4" REDWOOD OR PRESSURE TREATED DOUGLAS FIR (S4S). 2 VALVE BOX ASSEMBLY. 3 DISC GUIDE WELDED TO EXTENSION STEM. 4 NON—RISING EXTENSION STEM AV SQUARE WRENCH NUT. (COUPLE PER MANU. SPECS.) 5 GATE VALVE. 6 POLYETHYLENE EN CASEMENT 7 CONCR:TE ANCHOR COLLAR IF LOCATED IN UNPAVED SURFAq REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT glA,i-I-.Attio4. 4045 EXTENSION STEM AND MARKER POST CITY ENGINEER DATE STANDARD DWG, NO. W-23 ... Q CD v--) FINISHED GRADE. ---14Tfr'---iriLit - 1 ' _7,-,-;+--,„ ..., •- • mifilf-T7-7 -1-7 - ------- •=--- • -----11 I NOTE: 2 4 4 . 4 •DISTRICI _ r - LO .. PIPE SHALL BE PAINTED IN CONFORMANCE WITH SPECIFICATIONS. 4 " 4 ' , • $ . a • „ d "- . 4 .. (-0 _ 12" _ D I A. ITEM DESCRIPTION SPEC/DWG 1 4" STEEL PIPE. GALVANIZED / PAINTED 2 470—C-2000 CONCRETE FOOTING. 3 FILL PIPE WITH 470—C-2000 CONCRETE ( ROUND OFF TOP s,. REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT y-,&ffir.///0/013 PROTECTION POST Cl ii ENGINE DATE STANDARD DWG. NO. vv_24 WIRE IAJ ANODE LEAD 0 DETAIL A TIE BAG ABOVE GRADE CONNECTION g ABOVE GRADE CONNECTION NOTES: 1.RISER PIPE SHALL BE WIRE BRUSHED TO CLEAN BRIGHT METAL 2.PIPE CLAMP SHALL BE LOCATED ON RISER PIPE. 3.WIRE INSULATION SHALL BE STRIPPED TO A MINIMUM LENGTH TO CONNECT WIRE TO PIPE CLAMP. PACKAGED BACKFILL COMPOSITION: 75% GYPSUM 20% BENTONITE 5% SODIUM SULFATE INGOT WEIGHT: 30 LBS. ZINC ANODE PKGD. WEIGHT: 70 LBS. APPROX. ITEM DESCRIPTION SPEC/DWG 1 ANODE LEAD NO.12 AWG STRD. COPPER WIRE W/ THW INSULATION. HEAT SHRINKABLE SLEEVE. 2 3 SILVER SOLDER CONNECTION. 4 1/4" DIAMETER GALVANIZED STEEL CORE. 5 2"X2mX30" ZINC ALLOY INGOT. 6 CLOTH BAG. 7 PACKAGED BACKFILL. 8 BRASS OR COPPER RISER PIPE. 9 BRASS OR COPPER PIPE CLAMP WITH SCREW TERMINAL. , REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT . ZINC ANODE AND CONNECTORS FOR I" AND 2" WATER SERVICE 06A--t-.41v.stnifi; 742/._oi CITY ENGINEYR 1 DATE STANDARD DWG. NO. vv_25 TO REMAINING ANODE (SEE NOTE 1) 1 -NO. 12 WHITE THWN ANODE LEAD 2-NO. 8 BLACK HMWPE PIPE LEADS WARNING TAPE 12' MINIMUM WIRING AND INSTALLATION SEE DWG. Na W28 SIDEWALK 12" GREEN AREA 111E111 EXOTHERMIC WELD (TYP) SEE DWG. Na W27 III CML&O WITH TAPE_ MAGNESIUM ANODE SEE DWG. Na W29 (2 REQR0) SEE NOTE 1 6' MIN (SEE NOTE 2) --e NOTES: 1.1 ANODE SHOWN, 2 ARE REQUIRED. ANODES TO BE INSTALLED PARALLEL TO THE PIPE, 15 FEET APART IN AUGERED HOLES 17 DEEP. ANODE LEADS TO BE TRENCHED TO CTS AT A DEPTH OF 36". 2.INSTALL ANODES A T A 6' MINIMUM DISTANCE FROM PIPE. NO SCALE CARLSBAD MUNICIPAL WATER DISTRICT AT GRADE 2-WIRE TEST STATION WITH ANODES `ZIAzi-NrrfrLeKe, "ThiA CITY ENG1NEtR DATE STANDARD DWG. NO. W-26 REV. DATE APPROVED WIRE SLEEVE GRAPHITE COVER STARTING POWDER METAL WELDING POWDER METAL DISC GRAPHITE MOLD PIPE HANDLE 6 --------9 STEP 1. FILE STRUCTURE CONNECTION AREA (3 IN x 3 IN) TO BARE SHINY METAL AND CLEAN. V///.4 STEP 2. STRIP INSULATION FROM WIRE. ATTACH SLEEVE WHERE REQUIRED BY MANUFACTURER. STEP 3. HOLD MOLD FIRMLY WITH OPENING AWA Y FROM OPERATOR AND IGNITE WITH FLINT GUN. STEP 4. REMOVE SLAG FROM CONNECTION AND PEEN WELD FOR SOUNDNESS. STEP 5. COVER CONNECTION AND EXPOSED STRUCTURE SURFACE WITH A BITUMINOUS COAT7NG COMPOUND. PLACE PLASTIC SHIELD CAP FIRMLY OVER CONNECTION. NOTES: 1.ALL WIRE WELDS SHALL BE MINIMUM 3 INCHES APART. 2.STANDARD WELD CAR TRIDGES SHALL BE USED FOR STEEL SURFACES, NO SCALE CARLSBAD MUNICIPAL WATER DISTRICT EXOTHERMIC WELD PROCESS Zetat-i-Td0L/K(14 th/afik CITY ENGINEtR DATE STANDARD DWG. NO. W DATE REV. APPROVED 27 NATIVE SOIL TO ANODES TO CML&TC STEEL REC WATER LINE CONCRETE TEST BOX, SEE DWG. Na W30 BRASS SPLI 'ROL T (TYP) CONCRETE PA VEMEN T OR PAD 24" .90 X 4" THICK IN UNPAVED AREAS ONLY /// NO. 4 REBAR (ALL FOUR SIDES OF PAD ONLY) 0.07 OHM SHUN T 8" SLACK WIRE (TYP) AVERY LABEL WIRE I.D. LEGEND WIRE A &B SIZE 2 - NO 8 HMWPE LABEL IDENTIFICATION STL/CML&TC R W NOTES: 7. NO WIRE OR CABLE SPLICES ARE PERMITTED EXCEPT AS INDICATED IN THE CPA WINGS OR AS SPECIFICALLY APPROVED BY THE ENGINEER. 2.WIRES SHALL BE TAGGED USING MINIIOUM 10 PT FONT AND CONTAIN: PIPELINE MATERIAL & SIZE DATE INSTALLED PIPELINE STATION NO. 3.PROVIDE 18" SLACK WIRE AT WELD TO PIPE AND COILED IN TEST BOX NO SCALE REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT zharrr in* ii. 7 i /02 2-WIRE TEST STATION WITH ANODES 1 CITY ENGIN; Di-tr r WIRING DIAGRAM STANDARD DWG. NO. vv_28 ANODE LEAD THWN (WHITE) NO. 12 A VVG STRANDED COPPER WIRE SILVER SOLDERED CONNECTION MAGNESIUM ALLOY INGOT — GALVANIZED STEEL CORE CLOTH BAG PACKAGED BACKFILL COMPOSITION: 75% GYPSUM 20% BENTONITE 5% SODIUM SULPHATE CHEMICAL COMPOSITION (HIGH POTENTIAL) MAGNESIUM INGOT DIMENSIONS: 5" X 6" X 32" LONG INGOT WEIGHT' 48 LBS. PKGD WEIGHT: 105 LBS. (APPROX.) ELEMENT Aluminum Manganese Copper Nickle Iron Other Magnesium CONTENT Z O. 010 0.50 TO 1.30 0.02 MAX O. 001 MAX O. 03 MAX 0.05 MAX BALANCE NO SCALE CARLSBAD MUNICIPAL WATER DISTRICT MAGNESIUM ANODE ZisadrStedtketf 74°714 CITY ENGINEltt STANDARD DWG. NO. vv..29 DATE REV. APPROVED DATE CAST IRON COVER MARKED AS SHOWN COAICRETE BODY COVER WEIGHT: 12 LBS. BODY WEIGHT: 54 LBS. NOTES: I. ALL AT GRADE TEST STATIONS SHALL BE THE CIRCULAR, CONCRETE, AT-GRADE TYPE WITH A METAL LID. A.BOTTOM OF TEST BOX SHALL BE NATIVE SOIL. B.A REINFORCED CONCRETE PAD (24" SQUARE X 4" THICK) IS REQUIRED AROUND TEST BOXES LOCATED IN UNPAVED AREAS. C.PLACE TEST BOX BEHIND SIDEWALK WITH APPROVAL OF CITY OF CARLSBAD. DO NOT PLACE IN STREET OR MEDIAN. NO SCALE CARLSBAD MUNICIPAL WATER DISTRICT CONCRETE TEST BOX Z4r-i--.T:eokviSiNNA4 244 CITY ENGINE eR DATE STANDARD DWG. NO. 01-30 REV. DATE APPROVED STEEL WASHER ec NUT (BOTH SIDES)(2 PLS) INSULATING WASHER (BOTH SIDES) THREADED INSULATING SLEEVE (FULL LENGTH) INSULATING GASKET /- (TYPE E) STUD (2 PLS) EXTERNAL P'ETROLATUIV WAX TAPE WRAP SEE SPECIFICATIONS EXOTHERMIC WELD PROCESS. (TYP) SEE DWG. NO. W27 NOTES: 1.FULL LENGTH INSULA TING SLEEVES REQUIRED A T ALL THRU-FLANGE BOLTS OR STUDS. HALF LENGTH SLEEVES REQUIRED AT THREADED BOLT HOLES AT VALVE BONNET AND BASE 2.INSTALL TEST BOX BEHIND CURB SIMILAR TO DETAIL 1 ON rills SHEET. NO SCALE CARLSBAD MUNICIPAL WATER DISTRICT BURIED INSULATING FLANGE R06244:TirlP Y0440+ CITY ENGINEER DATE STANDARD DWG. NO. W-3 I REV. APPROVED DATE INSULA TING MA TERIALS: GASKET - TYPE "E" G10 GLASS VV/ RECT. 0-RING SLEEVE -G10 GLASS WASHER -G70 GLASS 2-BOND WIRES- AWG NO. 2 1-NO 6 AWG HMWPE STRD. COPPER WIRE (TYP) (TYP) SEE NOTE 4 WITH HMWPE INSUL. FLEXIBLE COUPLING EXOTHERMIC WELD BEND (TYP) SEE DWG. Na W27 TEE SPOOL VALVE NOTES: 1.ALL WIRE WELDS SHALL BE 3" APART MIN. 2.ALL BOND WIRES SHALL BE INSTALLED AT MINIMUM LENGTHS. 3.BOND WIRES SHALL NOT BE INSTALLED ACCROSS INSULA TING JOINTS 4, BOND WIRE SIZE SHALL BE A WG NO 2. TWO ARE REQUIRED. ONE NO. 5 A WG HMWPE IS REQUIRED FROM PIPE TO VALVE BODY, SPOOL, COUPLING, AND TEE. NO SCALE REV. APPROVED CARLSBAD MUNICIPAL WATER DISTRICT DATE PePE MECHANICAL JOINT BOND CITY ENGIN R DATE STANDARD DWG. NO, w-32 ------0 5 2 0 .,• / ® 7 SIDEWALK 0 FINISH GRADE 1® 11: CURB ..... . --. ... : • •• , 1 4 — ' I 1 7 es! E 2 I I I ------ 1 I i—rn 1 4 -7 II ilD 0 1 5 1 13 16 it—t- 1 . .. , - ) 41D 1.0% MIN - , RISE .111 NOTES: - 0 • 0 #z 110 „," i 9 1. NO DIPS OR 2. LOCATE ENCLOSURE LOW SPOTS INILL BE ALLOWED IN PIPING INSTALLATION ' • AS SHOWN ON ••• •-• la- - la 7im 4.BREAK-AWAY HOLE DRILLED THE FLANGE. 5.AIR AND VACUM IDENTIFIED 6.CONNECTIONS 7.MATERIALS 3. INSTALL WARNING/IDENTIFICATION BOLTS SHALL BE 58 x3" VVITH 318" j i ArE SHOWN ON uraLurol-ra IN THE SHAFT OF E BOLT. INSTALL WITH NUTS ON TOP OF BOLTS SHAFT SHALL BE FILLED WITH SILICONE SEALANT. VALVES INSTALLED FOR THE USE OF RECYCLED WATER SHALL BE AS DESCRIBED IN SECTION 15151 OF THE SPECIFICATIONS TO STEEL MAINS SHALL BE IN ACCORDANCE WITH SECTION 15061 SHALL BE SELECTED FROM THE APPROVED MATERIALS LIST ITEM DESCRIPTION ITEM 1 4" AUTOMATIC RELEASE & AIR COMBINATION AIR /VACUUM VALVE ASSEMBLY 10 CONCRETE THRUST/ANCHOR BLOCK 11 4" FLD DI PIPE x REQUIRED LENGTH (MAXIMUM OF 2 SPOOLS) 2 BREAK-AWAY BOLTS, SEE NOTE 5 3 4"x8" LONG FLG'D 8-BOLT SPOOL WITH BREAK-OFF GROOVES 12 4" FLG x MVP° 90' BEND 13 4" C-900 PVC PIPE 4 1/2"x3" STAINLESS DROP-IN ANCHORS STEEL (3 EA 0120' APART) 14 B" GATE WELL 15 4" FLG x MU/PO/FLG RWCV 5 AVA ASSEMBLY ENCLOSURE 16 4" FLG x MU/PO 90' ADAPTER (IF REQUIRED) 6 TRACER WIRE (IF REQUIRED) 7 42" x42" x6" THICK CONCRETE SLAB 17 4" FLANGE 90 BEND 18 4 MJ/PO/FLG x FLG TEE 8 COLD JOINT STRIP 19 WATER MAIN 1" PVC CONDUIT INSTALLED 2" FOR TRACER WIRE ABOVE SLAB 20 POLYETHYLENE ENCASEMENT & WAX TAPE WRAP BURIED NUTS & BOLTS PER SPEC. 09902 REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT 1Q.,6 1- loisio e. 7 /6 0 4" AUTOMATIC COMBINATION AIR RELEASE & AIR/VACUUM VALVE INSTALLATIONS CITY ENGINE-6 DATE STANDARD DWG. NO. W-33 B , TRENCH WIDTH 1 B 3'' CLR rf.b_ I:.0 =1, -1-61 r CLR r il";Z TYP 1-1 41-1T TYP ' hr 3 - • ' - • -, . . - t___ • .. `. I -6ENCH • . , PM , 7 ; ? :: 1 1 v • p JI 1 , - . . 4.• % :. GOT 0 i I 11 I ii 1 I II I - C • . . . •!.!*.-r.:::.-:; •.i !:. .. 1 t :.- c .. • 115-.-_--1117- — ' -, . .., I I P I #4912 OC EA FACE J L #6012- OC EA FACE 4 - EAVI ES°i2 iAt6H EN cFd'cppt Cf;Fi'kcAP('E' - ANCHOR BLOCK SECTION ANCHOR BLOCK ELEVATION 10' MIN. I 5' 1---4 45 TIP SLOPE SECTION PIPE SIZE ABC0 . • 4' ALL DIMENSIONS 111 1 6' CALCULATED 1 8' BY ENGINEER • 3 10' AND SUBMITTED • 2 45' TIP 2 12 FOR APPROVAL . . 0 lul 10' MIN. 1-* • • •45- 5' t----; 45' TYP TYP 2 .-, / \ . .- j \\ OBSTACLE / :: III I r • 1 11'01 I I Il .. 1 I t . I i 45' TIP / ‘ . . ‘ / 12" i DIP SECTION . ITEM DESCRIPTION SPEC/DWG 1 STEEL PIPE, CML&C, WELDED JOINTS 2 FLANGE X PUSH JOINT ADAPTOR 3 CONCRETE ANCHOR BLOCK WITH REINFORCING STEEL 4 1" THICK X 3" HIGH WELD STL RING , REV. APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT , 7/404- WELDED STEEL PIPE SECTION WITH THRUST WALLS FOR SLOPES AND DIPS crrY ENGIN R DATE STANDARD DWG. NO. vv_34 DESCRIPTION SPEC/DWG ITEM NOTES: 1.UNLESS SPECIFIED OTHERWISE, FITINGS AND PIPE SIZES SHALL MATCH WATER SERVICE DIAMETER. 2.THREADED JOINT FITTINGS (NPT) MAY BE USED IN PLACE OF SOLDERED JOINTS SHOWN ON THIS DRAWING. ITEM DESCRIPTION (SEE NOTES) 1 COPPER x COPPER UNION 2 COPPER TEE 3 MALE x COPPER ADAPTER 4 BALL VALVE WITH HAND LEVER 5 TYPE L COPPER 6 1.5" FIRE HOSE FITTING 7 _ BALL VALVE WITH PADLOCK WING 8 C x C x C TEE 9 3/4" HOSE BIB OR TEST COCK 10 MIP ADAPTER DATE' CARLSBAD MLNICIPAL WATER DISTRICT BYPASS TEE FOR RECYCLED WATER TESTING 12/11 CITY ENGINEER DATE STANDARD DWG. NO. w_35 REV. APPROVED Q:\EngineeringShared\Reference\Manuols & Standards\CARLSBAD ENGINEERING STANDARDS_LDEVolume 3 - Standard Drawings and Specifications \CAD Drawings for Standard Drawings\CMWD Standard dwgs\CMWD STD DWGS R-6-08 VOLUME 3 — STANDARD DRAWINGS and SPECIFICATIONS CHAPTER 6 — CONSTRUCTION SPECIFICATIONS STANDARD SPECIFICATIONS FOR POTABLE WATER, RECYCLED WATER, AND SEWER FACILITIES TABLE OF CONTENTS Section Name Pages Site Work Trenching, Excavation, Backfilling, and Compacting 2 Concrete Cast-In-Place Concrete 11 Precast Concrete Sewer Manholes 21 Finishes Tape Coating System with Mortar Shield for the Exterior of Steel Water Pipelines 29 Painting and Coating 39 Petrolatum Wax Tape Coating 49 Mechanical General Piping System and Appurtenances 51 Disinfection of Piping 67 Testing of Gravity Sewer Pipelines 73 Hydrostatic Testing of Pressure Pipelines 77 Ductile-Iron Pipe and Fittings 81 Copper Tubing, Brass and Bronze Pipe Fittings 89 Cement-Mortar Lined and Coated Steel Pipe and Specials 93 Polyvinyl Chloride (PVC) Gravity Sewer Pipe 111 Polyvinyl Chloride (PVC) AVVVVA C-900 Pressure Pipe 119 Polyvinyl Chloride (PVC) AVVWA C-905 Pressure Pipe 125 High Density Polyethylene (PE 3408) Pipe 129 Blowoff Assemblies 135 Miscellaneous Couplings, Pipe and Appurtenances 137 Process Valves, Regulators and Miscellaneous Valves 139 Resilient Wedge Gate Valves (RWGV's) 145 Butterfly Valves (BFV's) 151 Air Release Valve, Air and Vacuum Valve and Combination Air Valve Assemblies 157 161 165 171 177 Electrical Cathodic Protection by Sacrificial Anodes 180 Volume 3 Chapter 6 Page 1 of 190 2/16/16 Division Section Division 02 02223 Division 03 03000 03460 Division 09 09870 09900 09902 Division 15 15000 15041 15043 15044 15056 15057 15061 15063 15064 15066 15068 15074 15092 15099 15100 15102 15108 15112 Backflow Prevention Assemblies 15121 Open Trench Casing 15125 Jacked Pipe Casing 15139 Fire Hydrants Division16 16640 SECTION 02223 TRENCHING, EXCAVATION, BACKFILLING, AND COMPACTING PART 1 GENERAL 1.1 DESCRIPTION This section includes materials, testing, and installation for trench excavation, backfill, and compaction of piping, conduit, manholes, and vaults. 1.2 REFERENCE 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. ASTM C 131 Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 150 - Portland Cement ASTM D 75 - Practice for Sampling Aggregates AS-F[1/11556 - Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone method ASTM D 1557 Test Method for Moisture-Density Relations of Soils Using a Modified Effort ASTM D 2419 Test Method for Sand Equivalent Values of Soil and Fine Aggregate ASTM D 3017 Test Method for Water Content of Soil and Rock in Place by Nuclear Methods ASTM D 3776 Test Method for Mass Per Unit Area (Weight) of Woven Fabric ASTM D 4253 - Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Plate ASTM D 4254 Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density ASTM D 4632 Test Method for Grab Breaking Load and Elongation of Geotextiles ASTM D 4751 Test Method for Determining the Apparent Opening Size of a Geotextile CAL-OSHA - Title 8 General Industry Safety Orders 1.3 RELATED WORK SPECIFIED ELSEWHERE Standard Specifications 15000, 15043, 15044, 15056, 15061, 15063, 15064, and 15066 1.4 GEOTECHNICAL TESTING The Developer or Contractor shall engage the services of a geotechnical engineering firm or individual licensed in the State of California to monitor soil conditions during earthwork, trenching, bedding, backfill, and compaction operations. Sampling and testing procedures shall be performed in accordance with the Reference Standards and as follows: A.The soils technician shall be present at the site during all backfill and compaction operations. Failure to have the soils technician present will subject such operations to rejection. B.Density and optimum moisture content of soil shall be determined by the use of the sand cone method, ASTM D 1556, or nuclear density gauge method, ASTM D 2922 & D 3017. Since the composition of the pipe and the walls of the trench have an effect on the nuclear density gauge output, a minimum of 25% of the density and optimum moisture tests shall be made using the sand cone method. Volume 3 Chapter 6 Page 2 of 190 2/16/16 C.Determine laboratory moisture-density relations of existing soil by ASTM D 1557, Method C and/or D. D.Determine the relative density of cohesion less soils by ASTM D 1557, Method C and/or D. E.Sample backfill material by ASTM D 75. F.Express "relative compaction" as a percentage of the ratio of the in-place dry density to the laboratory maximum dry density. A report of all soils tests performed shall be stamped and signed by the soils firm or individual and shall be submitted by the Contractor prior to the filling of the Notice of Completion by the City. The report shall document the sampling and testing of materials, the location and results of all tests performed, and shall certify that materials and work are in compliance with this specification. 1.5 PIPE ZONE The pipe zone includes the full-width of the trench from 6-inches below the bottom of the pipe to 12-inches above the top of the pipe and extends into manhole or vault excavations to the point of connection to or penetration of such structure. 1.6 TRENCH ZONE The trench zone includes the portion of the trench from the top of the pipe zone to the bottom of the pavement zone in paved areas, or to the existing surface in unpaved areas, and extends into manhole or vault excavations above the pipe zone. 1.7 PAVEMENT ZONE The pavement zone includes the concrete or asphalt concrete pavement and aggregate base section placed over the trench zone and extends into manhole or vault excavations above the trench zone. 1.8 PROTECTION OF EXISTING UTILITIES AND FACILITIES The Contractor shall be responsible for the care and protection of all existing utilities, facilities, and structures that may be encountered in or near the area of the work. 1.9 PROTECTION OF EXISTING LANDSCAPING The Contractor shall be responsible for the protection of all the trees, shrubs, fences, and other landscape items adjacent to or within the work area. 1.10 ACCESS The Contractor shall provide continuous, unobstructed access to all driveways, water valves, hydrants, or other property or facilities within or adjacent to the work areas. Volume 3 Chapter 6 Page 3 of 190 2/16/16 1.11 SAFETY A.Protection of workers within trenches shall be as required by the California Labor Code. B.All excavations shall be performed in a safe manner and shall be protected and supported in accordance with CAL-OSHA regulations. C.Barriers and traffic delineators shall be placed in accordance with the requirements of the agency having jurisdiction. 1.12 BLASTING Blasting for excavation shall not be performed without the written permission of the City Procedures and methods of blasting shall conform to all Federal, State, and local laws and ordinances. 1.13 PIPE JACKING Pipe jacking may be permitted in accordance with Section 15125. City approval is required in advance of such operations. 1.14 EXCESS EXCAVATED MATERIAL A.The Contractor shall remove and legally dispose of all excess excavated material and demolition debris. B.It is the intent of these specifications that all surplus material shall be legally disposed of by the Contractor. Before acceptance of the work by City, the Contractor shall provide the City with written releases signed by all property owners with whom the Contractor has entered into agreements for disposing of excess excavated material, absolving the City from any liability connected therewith. 1.15 CHANGES IN LINE AND GRADE In the event obstructions not shown on the plans are encountered during the progress of the work, and which will require alterations to the plans, the Engineer shall have the authority to change the plans and order the necessary deviation from the line and grade. The Contractor shall not deviate from the specified line and grade without prior written approval by the City. 1.16 HYDROSTATIC TESTING Pre-testing of the piping system may be performed for the Contractor's convenience at any time. However, the final hydrostatic pressure test, as described in Sections 15043 and 15044, shall be performed following the completion of all backfilling and trench zone compaction with a minimum of 2.5-feet of material over the pipe. Volume 3 Chapter 6 Page 4 of 190 2/16/16 PART 2 MATERIALS 2.1 GENERAL The Contractor shall furnish backfill material as specified below. All materials used in and above the pipe zone shall be capable of attaining the required relative density. 2.2 IMPORTED SAND — PIPE ZONE Imported sand shall be used within the Pipe Zone for installations of PVC Pressure Pipe, Ductile- Iron Pipe, Cement-Mortar Coated Steel Pipe, Tape-Wrapped Steel Pipe, and Paint-Coated Pipe. A.Imported sand shall be free from clay balls, organic matter, and other deleterious substances and shall have a coefficient of permeability greater than 0.014 measured in accordance with ASTM D2434 or a sand equivalent of greater than 30 per ASTM D2419. B.Resistivity for imported sand shall be not less than 2,000 ohm-cm when maximum chloride concentration of 200 mg/I when measured in accordance with California Test Method 422 and a maximum sulfate concentration of 500mg/I when measures in accordance with California Test Method 417. C.Imported Sand shall conform to the following gradation: Sieve Size Percent Passing by Weight % inch 100 No. 4 75-100 No. 16 35-75 No. 50 10-40 No. 200 0-10 2.3 CRUSHED ROCK — PIPE ZONE Crushed Rock shall be used in the Pipe Zone on PVC Gravity Sewer Pipe. Crushed rock shall be clean, crushed stone free of organic matter. Crushed rock shall be certified to contain less than 1% asbestos by weight or volume and shall conform to the following gradation and requirements: U.S. Standard Sieve Size Percent Passing by Weight 1-Inch 100 3/4-Inch 90-100 1/2-Inch 30-60 3/8-Inch 0-20 No. 4 0-5 No. 8 --- ASTM C 131 Testing Grade B Test Test Method Requirement Percentage Wear ASTM C 131 --- 100 Revolutions --- 15 Maximum 500 Revolutions --- 52 Maximum Volume 3 Chapter 6 Page 5 of 190 2/16/16 2.4 TRENCH PLUGS Trench plugs consisting of compacted Imported Granular Material or sand cement slurry shall be installed on piping systems that are backfilled with crushed rock. 2. 5 EARTH BACKFILL MATERIAL — TRENCH ZONE A.Earth backfill is defined as materials removed from the required excavations and used as backfill of earth fill. Earth backfill that meets the requirements specified herein may be used for all backfill or fill, except where imported materials are shown on the Plans or specified herein. Do not use stockpiled topsoil for backfill or fill. B.Earth backfill shall be excavated materials that is free from organic matter, roots, debris, and rocks larger then 4 inches in the greatest dimension. C.Earth backfill used in the trench zone shall be native granular materials free from roots, debris, and organic matter with less than 50 percent passing the No. 200 sieve and more than 40 percent passing the No. 4 sieve and rock particles with a maximum dimension no greater than 4 inches. D.Where the onsite materials are determined by the Engineer to be unsuitable, imported fill shall be provide by the Contractor. 2.6 SAND-CEMENT SLURRY Sand-cement slurry shall consist of two sacks, 188 pounds, of Portland cement per cubic yard of sand and sufficient moisture for workability. City approval is required for use of slurry as a backfill material. 2.7 FILTER FABRIC Filter fabric shall be manufactured from polyester, nylon, or polypropylene. Material shall be of non-woven construction and shall meet the following requirements: Grab tensile strength (ASTM D 4632): 100 lbs. minimum for a 1-inch raveled strip Weight (ASTM D 3776): 4.5 oz./yd2) Apparent opening size (ASTM D 4751): 0.006-inch PART 3 EXECUTION 3.1 CLEARING AND GRUBBING A.Areas where work is to be performed shall be cleared of all trees, shrubs, rubbish, and other objectionable material of any kind, which, if left in place, would interfere with the proper performance or completion of the completed work, would impair its subsequent use, or would form obstructions therein. B.Organic material from clearing and grubbing operations will not be incorporated in the trench backfill and shall be removed from the project site or retained and incorporated into the topsoil. Volume 3 Chapter 6 Page 6 of 190 2/16/16 3.2 PAVEMENT, CURB, AND SIDEWALK REMOVAL Bituminous or concrete pavements, curbs, and sidewalks shall be removed and replaced in accordance with the requirements of the agency having jurisdiction. 3.3 DEWATERING A.The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and dispose of all water from any source entering excavations or other parts of the work. Dewatering shall be performed by methods that will ensure a dry excavation and preservation of the final lines and grades of the bottoms of excavations. Dewatering methods may include well points, sump points, suitable rock or gravel placed as pipe bedding for drainage and pumping, temporary pipelines, or other means, all subject to the approval of the City. The cost of all dewatering activities shall be borne by the Developer or Contractor. B.Sewer systems shall not be used as drains for dewatering trenches or excavations, nor for disposal of collected or accumulated groundcover, without the approval of the agency of jurisdiction. C.Concrete shall not be poured in water, nor shall water be allowed to rise around concrete or mortar until it has set at least four hours. D.The Contractor is responsible for meeting all Federal, State, and local laws, rules, and regulations regarding the treatment and disposal of water from dewatering operations at the construction site. 3.4 SHORING AND SHIELDING A.The Contractor's design and installation of shoring shall be consistent with the rules, orders, and regulations of CAL-OSHA. B.Excavations shall be shored, sheeted, and supported such that the walls of the excavation will not slide or settle and all existing improvements of any kind, either on public or private property, will be fully protected from damage. C.The sheeting and shoring shall be arranged so as not to place any stress on portions of the completed work until the general construction has proceeded far enough to provide ample strength. D.Care shall be exercised in the moving or removal of trench shields, sheeting, and shoring to prevent the caving or collapse of the excavation faces being supported. 3.5 CORRECTION OF OVEREXCAVATION Over-excavations shall be corrected by backfilling with approved imported granular material or crushed rock, compacted to 90% relative compaction, as directed by the City. Volume 3 Chapter 6 Page 7 of 190 2/16/16 3.6 FOUNDATION STABILIZATION A.When unsuitable soil materials are encountered, the unsuitable material shall be removed to the depth determined necessary in the field by the Soils Technician, and as acceptable to the City. The sub-grade shall be restored with compacted Imported Granular Material or crushed rock as recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. B.When rock encroachment is encountered, the rock shall be removed to a point below the intended trench or excavation sub-grade as determined necessary in the field by the Soils Technician, and as acceptable to the City. The sub-grade shall be restored with compacted Imported Granular Material as recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. C.When excessively wet, soft, spongy, or similarly unstable material is encountered at the surface upon which the bedding or base material is to be placed, the unsuitable material shall be removed to the depth determined necessary in the field by the Soils Technician, and as acceptable to the City. Restore the trench with crushed rock enclosed in filter fabric as directed by the Engineer. Larger size rocks, up to 3-inches, with appropriate gradation, may be used if recommended by the Soils Technician. Place the appropriate bedding or base material on this restored foundation. 3.7 TRENCH EXCAVATION AND PLACEMENT OF BEDDING A.Excavate the trench to the lines and grades shown on the drawings with allowance for 6-inches of pipe bedding material. The trench section shall be as shown on the Standard Drawings. B.The maximum length of open trench shall be 500-feet except by permission of the City, City, or County. The distance is the collective length at any location, including open excavation and pipe laying, which has not been backfilled to the elevation of the surrounding gate. C.Trench walls shall be sloped or shored per the requirements of CAL-OSHA. D.The trench bottom shall be graded to provide a smooth, firm, and stable foundation that is free from rocks and other obstructions. E.Place the specified thickness of bedding material over the full width of the trench. Grade the top of the pipe base ahead of the pipe laying to provide a firm, uniform support along the full length of pipe. F.Excavate bell holes at each joint to permit proper assembly and inspection of the entire joint. G.Trenches for main pipelines and all appurtenances shall be backfilled with the materials and methods as specified for the Pipe Zone, Trench Zone, and Pavement Zone. H.Trench widths shall be in accordance with the Standard Drawings. Volume 3 Chapter 6 Page 8 of 190 2/16/16 Trench depth shall be as required to install pipelines in accordance with the Approved Plans and these Standard Specifications. Unless shown otherwise in the Approved Plans, the minimum cover for pipelines shall be as follows: Pipeline Application Minimum Cover Required Potable Water 36-inches Recycled Water 48-inches Sewer 60-inches 3.8 MANHOLE AND VAULTS A.The Contractor shall prepare an excavation large enough to accommodate the structure and permit grouting of openings and backfilling operations. The walls of the excavation shall be sloped or shored per the requirements of CAL-OSHA. B.Manholes and vaults shall be placed at the location and elevation shown on the plans, on undisturbed soil with 6-inches of compacted crushed rock base. C.Manhole and vault excavations shall be backfilled with the materials and methods as specified for the Pipe Zone, Trench Zone, and Pavement Zone. 3.9 COMPACTION REQUIREMENTS A. Compaction shall be accomplished by mechanical means. Consolidation by water settling methods such as jetting or flooding is prohibited. B. If the backfill fails to meet the specified relative compaction requirements, the backfill shall be reworked until the requirements are met. All necessary excavations for density tests shall be made as directed by the Soils Technician, and as acceptable to the Engineer. The requirements of the Agency having jurisdiction shall prevail on all public roads. C. Compaction tests shall be performed at random depths, and at random intervals not to exceed 150-feet, as directed by the Soils Technician or City. D. Relative compaction shall be determined by the impact or field compaction test made in accordance with ASTM D 1557 Procedure C. E. Unless otherwise shown on the plans, standard drawings or otherwise described in the specifications for the particular type of pipe installed, relative compaction in pipe trenches shall be as follows: 1.Pipe zone — 90% relative compaction. 2.Trench zone — 90% relative compaction. 3.Structural section in paved areas — per agency requirements, 95% minimum. 4.Imported Granular Material for over excavation or foundation stabilization — 90% relative density. F. All excavations are subject to compaction tests. 3.10 TRENCH PLUGS Volume 3 Chapter 6 Page 9 of 190 2/16/16 Trench plugs shall be installed at 200-foot intervals along the entire length of piping systems. Trench plugs shall be 10-feet in length and shall encompass the entire pipe zone. Additional trench plugs may be required as directed by the Engineer. 3.11 PIPE ZONE BACKFILL A.Care shall be taken in placing the imported granular backfill material simultaneously around the main pipeline and appurtenance pipes so that the pipe barrel is completely supported and that no voids or uncompacted areas are left beneath the pipe or on the sides of the pipe. Care shall be taken to place material simultaneously on both sides of the pipe to prevent lateral movement. This area shall be mechanically compacted to attain 90% relative density. Care shall be taken when compacting appurtenance laterals 2-inches and smaller to prevent the crushing or denting of the copper lateral. Additional lifts of 12-inches or less thickness may be required on 16-inch or larger diameter pipe to attain complete support of the haunch area. Soils tests may be taken on this layer or backfill. B.After the spring line backfill has been approved by the Soils Technician, backfill of the remainder of the Pipe Zone may proceed. Do not drop sharp, heavy pieces of material directly onto the pipe or the tamped material around the pipe. C.Place and compact the imported granular material at a maximum of 12-inch lifts. Compact all material placed in the Pipe Zone by mechanical methods. Sand cone tests shall be taken on this layer of backfill. D.The use of a backhoe mounted compaction wheel is prohibited within the pipe zone to 12-inches above the top of the pipe. E.Under no circumstances shall consolidation by water settling or water-setting methods (i.e., jetting, diking, etc.) be permitted. 3.12 TRENCH ZONE BACKFILL A.After the Pipe Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the City, backfill in the Trench Zone may proceed. B.Compaction using vibratory equipment, tamping rollers, pneumatic tire rollers, or other mechanical tampers shall be performed with the type and size of equipment necessary to accomplish the work. The backfill shall be placed in horizontal layers of such depths as are considered proper for the type of compacting equipment being used in relation to the backfill material being placed. Each layer shall be evenly spread, properly moistened, and compacted to the specified relative density. The Contractor shall repair or replace any pipe, fitting, manhole, or structure damaged by the installation operations as directed by the City. 3.13 PAVEMENT ZONE BACKFILL AND RESTORATION A.After the Trench Zone material has been placed, compacted, approved by the Soil Technician, and accepted by the City, backfill in the Pavement Zone may proceed as necessary in accordance with the requirements of the agency having jurisdiction. B.Replace bituminous and concrete pavement, curbs, and sidewalks removed or damaged during construction in accordance with the requirements of the agency having jurisdiction. END OF SECTION Volume 3 Chapter 6 Page 10 of 190 2/16/16 SECTION 03000 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 DESCRIPTION This section describes materials and methods for formwork, reinforcement, mixing, placement, curing and repairs of concrete, and the use of cementitious materials and other related products. This section includes concrete, mortar, grout, reinforcement, thrust and anchor blocks, valve support blocks, and manhole bases. 1.2 REFERENCE 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. ASTM A 185 ASTM A 615/A 615M ASTM C 150 ASTM C 494 ASTM C 881 CRSI SSPWC -Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement -Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement - Specification for Portland Cement - Specification for Chemical Admixtures for Concrete - Specification for Epoxy-Resin-Base Bonding Systems for Concrete - Recommended Practice for Placing Reinforcing Bars - Standard Specifications for Public Works Construction "Greenbook" 1.3 RELATED WORK SPECIFIED ELSEWHERE Standard Specifications 02223,15000, 15041, 15044, 15056, 15061, 15064, 15074, 15102, 15108, 15112, AND 16640 1.4 APPLICATIONS The following materials, referenced in other sections, shall be provided and installed in accordance with this specification for the applications noted below: A.Concrete for thrust and anchor blocks for horizontal and vertical bends, ductile-iron or steel fittings, fire hydrant bury ells, and support blocks for valves 4-inches and larger, all in accordance with the Standard Drawings. B.Concrete for collars, cradles, curbs, encasements, gutters, manhole bases, protection posts, sidewalks, splash pads, and other miscellaneous cast-in-place items. C.Mortar for filling and finishing the joints between manhole and vault sections and setting manhole grade rings and cover frames. Mortar may also be used for repairs of minor surface defects of no more than 1/4-inch in depth of %-inch in width on non-structural, cast-in-place items such as splash pads or concrete rings around manholes. (Note that large voids, structural concrete and pipe penetrations into vaults shall be repaired with non-shrink grout; repairs to precast manholes and vaults and cast-in-place manhole bases shall be repaired with an epoxy bonding agent and repair mortar, as outlined below). Volume 3 Chapter 6 Page 11 of 190 2/16/16 D.Epoxy bonding agent for bonding repair mortar to concrete on repairs to damaged surfaces to precast or cast-in-place concrete manoles and vaults. E.Repair mortar for repair to damaged surfaces of precast or cast-in-place concrete manholes and vaults. An epoxy bonding agent shall be used in conjunction with repair mortar. F.Non-shrink grout for general purposes repair of large construction voids, pipe penetrations into vaults and grouting of base plates for equipment or structural members. G.Epoxy adhesives for grouting of anchor bolts. H.Protective epoxy coating for application to reinforcing steel with existing concrete structures exposed during construction. I.Damp-proofing for application to the exterior surfaces of concrete manholes and vaults located at or below the water table or where showing evidence of moisture or seepage, and as directed by the Engineer. 1.5 DELIVERY, STORAGE, AND HANDLING Deliver reinforcing steel to the site bundled and tagged with identification. Store on skids to keep bars clean and free of mud and debris. If contaminated, all bars shall be cleaned by wire brushing, sand blasting, or other means prior to being set in forms. PART 2 MATERIALS 2.1 CONCRETE A.All Portland cement concrete shall conform to the provisions of Sections 201, 202, and 303 of the Standard Specifications for Public Works Construction (Greenbook). B.Class 560-C-3250 concrete, as described in the Greenbook, Section 201, shall be used for all applications unless otherwise directed by the City. The maximum water/cement ratio shall be 0.53 by weight, and the maximum slump shall be 4-inches. C.In certain circumstances, rapid-setting concrete may be required. Accelerating admixtures shall conform to ASTM C-494 and may be used in the concrete mix as permitted by the City. Calcium chloride shall not be used in concrete. 2.2 REINFORCING STEEL A.Reinforcing steel shall conform to ASTM A 615, Grade 60. B.Fabricate reinforcing steel in accordance with the current edition of the Manual of Standard Practice, published by the Concrete Reinforcing Steel Institute. Volume 3 Chapter 6 Page 12 of 190 2/16/16 2.3 WELDED FIRE FABRIC Welded wire fabric shall conform to ASTM A 185. 2.4 TIE WIRE Tie wire shall be 16-gage minimum, black, soft annealed. 2.6 BAR SUPPORTS Bar supports in beams and slabs exposed to view after removal of forms shall be galvanized or plastic coated. Use concrete supports for reinforcing in concrete placed on grade. 2.6 FORMS A.Forms shall be accurately constructed of clean lumber. The surface of forms against which concrete is placed shall be smooth and free from irregularities, dents, sags or holes. B.Metal form systems may be used upon City approval. Include manufacturer's data for materials and installation with the request to use a metal form system. 2.7 MORTAR Cement mortar shall consist of a mixture of Portland cement, sand, and water. One part cement and two parts sand shall first be combined, and then thoroughly mixed with the required amount of water. 2.8 EPDXY BONDING AGENT The epoxy bonding agent shall be an epoxy-resin-based product intended for bonding new mortar to hardened concrete and shall conform to ASTM C 881. The bonding agent shall be selected from the Approved Materials List. 2.9 REPAIR MORTAR Repair mortar shall be a two-component, cement-based product specifically designed for structurally repairing damaged concrete surfaces. The repair mortar shall exhibit the properties of high compressive and bond strengths and low shrinkage. A medium-slump repair mortar shall be used on horizontal surfaces, and a non-sag, low-slump repair mortar shall be used on vertical or overhead surfaces. Repair mortar shall be selected from the Approved Materials List. 2.10 NON-SHRINK GROUT Non-shrink grout shall be a non-metallic cement-based product intended for filling general construction voids or grouting base plates for equipment or structural members. The non-shrink grout shall exhibit the properties of high compressive and bond strengths and zero shrinkage, and shall be capable of mixing to a variable viscosity ranging from a dry pack to a fluid consistency as required for the application. The non-shrink grout shall be selected from the Approved Materials List. 2.11 EPDXY ADHESIVE Volume 3 Chapter 6 Page 13 of 190 2/16/16 Epoxy adhesive shall be a high-modulus epoxy-resin-based product intended for structural grouting of anchor bolts and dowels to concrete. The epoxy adhesives shall conform to ASTM C 881. A pourable, medium-viscosity epoxy shall be used on horizontal surfaces, and a heavy-bodied, non-sag epoxy gel shall be used on vertical surfaces. The epoxy adhesives shall be selected from the Approved Materials List. 2.12 PROTECTIVE EPDXY COATING The protective epoxy coating shall be an epoxy-resin-based product exhibiting high bond strength to steel and concrete surfaces, and shall conform to ASTM C 881 The protective epoxy coating shall be selected from the Approved Materials List. 2.13 DAMP-PROOFING FOR CONCRETE STRUCTURES Damp-proofing material shall consist of two coats of a single-component self-priming, heavy-duty cold-applied coal tar selected from the Approved Materials List. PART 3 EXECUTION 3.1 FORMWORK A.The Contractor shall notify the City a minimum of one working day in advance of intended placement of concrete to enable the City to check the form lines, grades, and other required items before placement of concrete. B.The form surfaces shall be cleaned and coated with form oil prior to installation. The form surfaces shall leave uniform form marks conforming to the general lines of the structure. C.The forms shall be braced to provide sufficient strength and rigidity to hold the concrete and to withstand the necessary fluid pressure and consolidation pressures without deflection from the prescribed lines. D.Unless otherwise indicated on the plans, all exposed sharp concrete edges shall be 3/4-inch chamfered. 3.2 REINFORCEMENT A.Place reinforcing steel in accordance with the current edition of Recommended Practice for Placing Reinforcing Bars, published by the Concrete Reinforcing Steel Institute. B.All reinforcing steel shall be of the required sizes and shapes and placed where shown on the drawings or as directed by the City. C.Do not straighten or re-bend reinforcing steel in a manner that will damage the material. Do not use bars with bends not shown on the drawings. All steel shall be cold bent — do not use heat. Volume 3 Chapter 6 Page 14 of 190 2/16/16 D.All bars shall be free from rust, scale, oil, or any other coating that would reduce or destroy the bond between concrete and steel. E.Position reinforcing steel in accordance with the Approved Plans and secure by using annealed wire ties or clips at intersections and support by concrete or metal supports, spacers, or metal hangers. Do not place metal clips or supports in contact with the forms. Bend tie wires away from the forms in order to provide the concrete coverage equal to that required of the bars. If required by the Engineer, the Contractor shall install bars additional to those shown on the drawings for the purpose of securing reinforcement in position. F.Place reinforcement a minimum of 2-inches clear of any metal pipe, fittings, or exposed surfaces. G.The reinforcement shall be so secured in position that it will not be displaced during the placement of concrete. H.All reinforcing steel, wire mesh, and tie wire shall be completely encased in concrete. Reinforcing steel shall not be welded unless specifically required by the Approved Plans or otherwise directed by the Engineer. Secure reinforcing dowels in place prior to placing concrete. Do not press dowels into the concrete after the concrete has been placed. J.Minimum lap for all reinforcement shall be 40 bar diameters unless otherwise specified on the Approved Plans. K.Place additional reinforcement around pipe penetrations or openings 6-inches diameter or larger. Replace cut bars with a minimum of 1/2 of the number of cut bars at each side of the opening, each face, each way, same size. Lap with the uncut bars a minimum of 40 bar diameters past the opening dimension. Place one same size diagonal bar at the four diagonals of the opening at 45° to the cut bars, each face. Extend each diagonal bar a minimum of 40 bar diameters past the opening dimension. L.Wire mesh reinforcement is to be rolled flat before being placed in the form. Support and tie wire mesh to prevent movement during concrete placement. M.Extend welded wire fabric to within 2-inches of the edges of slabs. Lap splices at least 1-1/2 courses of the fabric and a minimum of 6-inches. Tie laps and splices securely at ends and at lest every 24-inches with 16-gage black annealed steel wire. Pull the fabric into position as the concrete is placed by means of hooks, and work concrete under the steel to ensure that it is at the proper distance above the bottom of the slab. 3.3 EMBEDDED ITEMS All embedded items, including bolts, dowels and anchors, shall be held correctly in place in the forms before concrete is placed. Volume 3 Chapter 6 Page 15 of 190 2/16/16 3.4 MORTAR MIXING The quantity of water to be used in the preparation of mortar shall be only that required to produce a mixture sufficiently workable for the purpose intended. Mortar shall be used as soon as possible after mixing and shall show no visible sign of setting prior to use. Re-mixing of mortar by the addition of water after signs of setting are evident shall not be permitted. 3.5 MIXING AND PLACING CONCRETE A.All concrete shall be placed in forms before taking its initial set. B.No concrete shall be placed in water except with permission of the City. C.As the concrete is placed in forms, or in rough excavations (i.e., thrust or anchor blocks), it shall be thoroughly settled and compacted throughout the entire layer by internal vibration and tamping bars. D.All existing concrete surfaces upon which or against which new concrete is to be placed shall be roughened, thoroughly cleaned, wetted, and grouted before the new concrete is deposited. 3.6 CONCRETE FINISHING A.Immediately upon the removal of forms, voids shall be neatly filled with cement mortar, non-shrink grout, or epoxy bonding agent and repair mortar as required for the application and as directed by the City. B.The surfaces of concrete exposed to view shall be smooth and free from projections or depressions. C.Exposed surfaces of concrete not poured against forms, such as horizontal or sloping surfaces, shall be screeded to a uniform surface, steel-trowelled to density the surface, and finished to a light broom finish. 3.7 PROTECTION AND CURING OF CONCRETE The Contractor shall protect all concrete against damage. Exposed surfaces of new concrete shall be protected from the direct rays of the sun by covering them with plastic film wrap and by keeping them damp for at least 7 days after the concrete has been placed, or by using an approved curing process. Exposed surfaces shall be protected from frost by covering with tarps for at least 5 days after pouring. Volume 3 Chapter 6 Page 16 of 190 2/16/16 3.8 REPAIRS TO DAMAGED CONCRETE SURFACES Minor surface damage to hardened cast-in-place or precast concrete may be repaired, at the discretion of the City, using the specified materials in accordance with the manufacturer's recommendations and the following procedures: A.Cast-in-place or precast concrete for manholes and vaults: Remove loose or deteriorated concrete to expose a fractured aggregate surface with an edge cut to a ninety degree angle to the existing surface. Clean all debris from the area, apply a 20 mil coat of epoxy bonding agent to the prepared surface, and place repair mortar while the epoxy is still wet and tacky. On horizontal surfaces, for repair depths greater than 2-inches, add aggregate to the repair mortar as recommended by the manufacturer. On vertical or overhead surfaces, for repair depths greater than 2-inches, apply the repair mortar in successive lifts, scarifying the lifts, allowing them to harden, and applying a scrub coat of the material prior to proceeding with the next lift. Cure the material as for concrete in accordance with this specification. B.General Purpose: Remove loose and deteriorated concrete by mechanical means, sandblasting, or high-pressure water blasting. Clean all debris from the area and apply non-shrink grout in a 1/4-inch minimum thickness, at the desired consistency, ranging from a dry pack, to a fluid-poured into a formed area, according to the application. Cure the material as for concrete in accordance with this specification. 3.9 EPDXY ADHESIVES FOR ANCHOR BOLT INSTALLATION Anchor bolts grouted in place with an epoxy adhesive shall be installed using the specified materials in accordance with the manufacturer's recommendations and the following general procedures: Drill the hole with a rotary percussion drill to produce a rough, unpolished hole surface. the hole shall be sized to the manufacturer's recommendations and should be approximately 1/4-inch wider than the diameter of the bolt, with a depth equal to 10 to 15 times the bolt diameter. Remove debris and dust with a stiff bristle brush and clean using compressed air. Utilizing a medium-viscosity epoxy for horizontal surfaces, and a gel-type non-sag epoxy for vertical surfaces, apply the material to fill the hole to approximately half its depth. Insert the bolt, forcing it down until the required embedment depth and projection length are attained and then twist the bolt to establish a bond. Secure the bolt firmly in place in the permanent position until the epoxy sets. 3.10 PROTECTIVE EPDXY COATING Following core drilling at existing concrete structures, clean the exposed concrete surface and ends of reinforcing steel and apply two coats of protective epoxy coating for a total dry film thickness of 10-15 mils. Allow the material to cure between coats and prior to continuing the installation through the penetration. 3.11 DAMP-PROOFING FOR THE EXTERIOR OF CONCRETE STRUCTURES Following completion of the exterior surfaces of manholes and vaults, including necessary repairs and piping penetrations into the structure, apply the specified material to prepared concrete surfaces in accordance with the manufacturer's recommendations. The surfaces to be coated shall be fully-cured and free of laitance and contamination. The material shall be applied to all exterior surfaces below a point 12-inches above the water table or indications of seepage or moisture as directed by the Engineer. Apply two 15 mil coats, curing between coats, prior to backfill and/or immersion in accordance with the manufacturer's recommendations. 3.12 THRUST AND ANCHOR BLOCKS Volume 3 Chapter 6 Page 17 of 190 2/16/16 Concrete thrust and anchor blocks shall be poured against wetted, undisturbed soil in accordance with the Standard Drawings and as directed by the City. The concrete shall be placed so that fittings and valves will be accessible for repairs or replacement. Prior to filling the pipeline with water, the concrete for thrust and anchor blocks shall cure for the following number of days: Thrust Blocks 3 days minimum Anchor Blocks 7 days minimum A.Safe Soil Bearing Load: Soil Safe Bearing Load Muck, peat, etc.*** 0 PSF Soft Clay 500 PSF Fine Sand 1,000 PSF Decomposed Granite (D.G.) 1,500 PSF Sandy Gravel 2,000 PSF Cemented Sandy Gravel 2,000 PSF Hard Shale 2,500 PSF Granite 10,000 PSF ***In muck or peat soils, competent resistance shall be achieved by removal and replacement with ballast or sufficient stability to resist the intended thrusts. Consult the project geotechnical consultant. B.Thrust Block Placement and Sizing: Thrust blocks shall be located at all unrestrained pipe fittings and bear against firm, undisturbed soil. The thrust blocks shall be centered on the fitting so that the bearing area is exactly opposite the resultant direction of the thrust, refer to the Standard Drawings. Care shall be taken to prevent the placed thrust block concrete from eliminating maintenance access to the valve operators. All thrust block excavation location, shape, and the City prior to pouring the concrete shall verify size. The size, in sq. ft., of the thrust block can be calculated by dividing the thrust by the safe bearing load. For instance, use a 12-inch pipe, 45° end, at 200 psi test pressure with a D.G. trench the value of 11,720# of thrust can be obtained from the upper chart and 1,500#/sq. ft. safe bearing load from the lower chart as follows: 11,720# x 2 / 1,500#/Sq. ft. = 15.6 sq. ft. or 16 sq. Therefore, for this example, the trench wall adjacent to the fitting shall be excavated to the dimensions of 4 ft. x 4 ft. or 3.5 ft. x 5 ft. or some closely approximate multipliers to achieve the minimum required 16 sq. ft. bearing area. Volume 3 Chapter 6 Page 18 of 190 2/16/16 C. Anchor Block Placement and Sizing: For all vertical bends in pipelines (downward bends) that do not have restrained joints, the fittings shall be retained in place by means of an anchor block. The block shall be sized to withstand the thrust exerted for the particular deflection angle at the required test pressure plus 10%. (Do not rely on the restraining benefit from the soil). The City shall verify the size chosen and the reinforcing steel required. The size, in cu. ft. of the anchor block can be calculated by dividing the thrust by the unit weight of concrete (i.e., one cu. ft. or concrete weighs approximately 145#). For instance, use the same 12-inch pipe, 450 bend, at 200 psi test pressure — the value of 11,720# of thrust can be obtained from the upper chart: 11,720# x 2 / 145# = 162 cu. ft. (plus 10%) = 178 Cu. ft. or 6.6 cu. yd. Therefore, for this example, the anchor block shall be 5.5' x 5.5' x 6' or 6' x 6' x 5', or some closely approximate multipliers to achieve a minimum of 178 cu. ft. of concrete. 3.13 VALVE SUPPORT BLOCKS Valve support blocks shall be installed as described below and in accordance with the Standard Drawings: A.Support blocks below valves shall be cut into the side of the trench a minimum of 12-inches. B.Support blocks shall extend up to a height of adjoining pipe and shall have a minimum depth below the valve of 12-inches. C.Support blocks shall be installed so that the valves will be accessible for repairs. END OF SECTION Volume 3 Chapter 6 Page 19 of 190 2/16/16 Volume 3 Chapter 6 Page 20 of 190 2/16/16 SECTION 03460 PRECAST CONCRETE SEWER MANHOLES PART 1 GENERAL 1.1 DESCRIPTION A. The CONTRACTOR shall provide precast concrete sewer manholes, also referred to as access holes, complete and in place, in accordance with the Contract Documents. 1.2 REFERENCE STANDARDS A. Commercial Standards: ASTM A 48 Gray Iron Castings ASTM C 478 Precast Reinforced Concrete Manhole Sections ASTM C 923 Resilient Connectors between Reinforced Concrete Manhole Structures, Pipes, and Laterals 1.3 RELATED WORK ELSEWHERE The CONTRACTOR shall refer to the following specification section(s) for additional requirements: A.Trenching, Excavation, Backfilling and Compacting: 02223 B.Cast-In-Place Concrete: 03000 C.Polyvinyl Chloride (PVC) Gravity Sewer Pipe: 15063 1.4 CONTRACTOR SUBMITTALS A.General: Furnish submittals in accordance with GENERAL PROVISIONS. B.Shop Drawings: 1.Show dimensions, locations, lifting inserts, reinforcement, and joints. 2.Structural design calculations. 1.5 QUALITY ASSURANCE A. Inspection: After installation, the CONTRACTOR shall demonstrate that manholes have been properly installed, level, with tight joints, at the correct elevations and orientations, and that the backfilling has been carried out in accordance with the Contract Documents. Volume 3 Chapter 6 Page 21 of 190 2/16/16 PART 2 MATERIALS 2.1 MANHOLES A.The CONTRACTOR shall provide precast manhole sections and conical sections conforming to ASTM C 478 and the requirements of this Section. Adjusting rings shall be standard items from the manufacturer of the manhole sections. Minimum wall thickness of rings shall be 1/8 of the internal diameter of the riser or largest cone diameter. B.Axial length of sections shall be selected to provide the correct total height with the fewest joints. C.Conical sections shall be designed to support cast iron frames and covers under an H-20 loading, unless indicated otherwise. D.Sewer manhole sections shall be cast without ladder rungs. E.Design Criteria: Manhole walls, transitions, conical sections, and base shall be designed per ASTM C 478 for the depths indicated and the following: 1.AASHTO H-20 loading applied to the cover. 2.Unit weight of soil of 120 pcf located above all portions of the manhole. 3.Lateral soil pressure based on saturated soil producing 100 pcf acting on an empty manhole. 4.Internal fluid pressure based on weight of 63 pcf with manhole filled from invert to cover with no balancing external soil pressure. 5.Dead load of manhole sections fully supported by the base and transition. 6.The minimum allowable steel shall be hoops of No. 4 wire. Add reinforcing steel in walls to transfer stresses at openings. 7.The minimum clear distance between the edges of any 2 wall penetrations shall be 12-inches or one-half of the diameter of the smaller penetration, whichever is greater. 8.All manholes on sewer pipelines 15-inches in diameter or larger, all drop manholes, regardless of size and all forcemain terminal manholes shall be 1-lock PVC lined including the bench. 9.All manholes with incoming pipe slopes of 7% or greater shall be "T-lock" PVC lined. 10.Where there is a slope change from steep to flat of 5% or greater, the manhole at the grade change and the next manhole upstream shall be PVC lined. Volume 3 Chapter 6 Page 22 of 190 2/16/16 F.Joint sealing compound shall be a mastic-type material in a flexible rope or rolled form with removable wrapper sized to fit into the key manhole sections. G.Concrete for base and channel formation shall be concrete conforming to Section 03000 — Cast-In-Place Concrete. H.Barrel section to sewer pipe connections shall be sealed with resilient connectors complying with ASTM C 923. Mechanical devices shall be stainless steel. I.Drop manholes, if approved by the City Engineer, shall conform to the applicable provisions for precast manholes as specified herein. J.Manhole Manufacturers, or Equal 1.B&W Precast 2.Mar-Con Products 3.Ameron 2.2 MANHOLE FRAMES AND COVERS A.Manhole frames shall be 36" in diameter with two concentric covers, made of cast-iron in accordance with ASTM A 48 Class 30 and the Standard Drawings. Covers shall incorporate a "pic-hole" for lifting purposes. 1. Locking frames and covers may be required in areas located outside the public right of way, in remote areas or when determined by the City Engineer. B.Frames and covers shall be designed for H-20 highway wheel loading. C.Covers shall be cast with the words "CITY OF CARLSBAD" and "SEWER". No other lettering will be permitted on the top portion of the cover. D.Casting shall be smooth, clean, and free from blisters, blowholes, and shrinkage. Mating surfaces of the frame and cover shall be machined to prevent movement of the lid. Frames and covers shall be match marked in sets before shipping to the site. E.All castings shall be dipped twice in a preparation of asphalt or coal tar and oil applied at a temperature of not less than 290 degrees F nor more than 310 degrees F and in such a manner as to form a firm and tenacious coating. F.Castings Manufacturers, or Equal 1.Alhambra Foundry 2.South Bay Foundry 2.3 PVC LINER A. Where a PVC lined manhole is shown, specified or required, the entire interior of the manhole shall be covered with white PVC liner as shown on Carlsbad Standard Drawing (CSD) S-1A. Volume 3 Chapter 6 Page 23 of 190 2/16/16 B. Precast shaft sections, cone sections, and grade rings shall utilize PVC liner sheet with integrally cast PVC T-shaped extensions. C. The channel of the cast-in-place base shall be formed and shall utilize PVC liner sheet with integrally cast PVC T-shaped extensions. The bottom 90-degrees of the channel shall remain unlined as shown on CSD S-1A. D. T-shaped PVC liner sheets shall be a minimum of 0.065-inch in thickness. Locking extensions (T-shaped) of the same materials as that of the liner shall be integrally extruded with the sheet. The locking extensions shall be approximately 2.5-inches apart and shall be at least 0.375-inches high. E. T-shaped liner sheets shall be placed with the "T"s run vertical. F. The shelf of the manhole base shall be covered with PVC liner using one of the following two methods: 1.Place PVC T-shaped liner sheets where the base is cast-in-place. 2.Place a PVC liner sheet after the base has cured utilizing the Arrow-Lock Lining system in accordance with the manufacturer's recommendations (Ameron protection Linings Division). G. PVC Liner Manufacturers, or Equal 1. Amer-Plate T-Lock Liner, Ameron Protective Linings Division PART 3 EXECUTION 3.1 GENERAL A.Pre-cast concrete sections shall be transported and handled with care in accordance with the manufacturer's written recommendations. Where lifting devices are provided in pre- cast sections, such lifting devices shall be used as intended. Where no lifting devices are provided, the CONTRACTOR shall follow the manufacturer's recommendations for lifting procedures to provide proper support during lifting. B.The manhole base shall be poured in place against a minimum of 6-inches of 3/4" crushed rock base situated on undisturbed soil. The manhole stubs and sewer main shall be set before the concrete is placed and shall be rechecked for alignment and grade before the concrete has set. The various sized inlets and outlets to the manhole shall be located as indicated on the Approved Plans. The manhole base shall extend 9-inches below the bottom of the lowest pipe. Invert elevations of connecting sewers may vary depending upon sizes. When intercepting flows from smaller pipelines in manholes, set invert of the smaller mains at % of the depth of the larger main. The invert of the manhole base shall be hard worked so as to provide channels conforming in size and shape to the lower portions of the inlets and outlets. The channel shall vary uniformly in size and shape from inlet to outlet and be constructed higher than pipe as indicated on the Approved Plans. The manhole invert channels shall be smooth and accurately shaped. Channels may be formed directly in the concrete base. All transitions shall be smooth and of the proper radius to give an uninterrupted transition of flow. The concrete base shall be shaped with a wood float and shall receive a hard-steel trowel finish prior to the concrete setting. Volume 3 Chapter 6 Page 24 of 190 2/16/16 In the event additional mortar is required after initial set has taken place, the surface to receive the mortar shall be primed and the mortar mixed with "Willhold Concrete Adhesive" in the amounts and proportions recommended. The bases shall set a minimum of 24 hours before the manhole construction is continued. C.Straight through channels in manholes with no tributaries may have SDR 35 PVC pipe installed though the manhole. The top section of pipe shall be removed flush with top of shelf. All cuts shall be neat and dressed minimizing burrs and rough edges. D.Each manhole section shall be sealed with butyl rubber sealant rope (See Detail on Std Dwg S-1A) to make a watertight joint, shall be neatly banded on the inside and outside and shall be set plumb. All manholes shall be vacuum tested in accordance with the procedures specified herein in paragraph 3.3 and shown on Carlsbad Standard Drawing S-1A. Sections of various height grade rings shall be used in order to bring the top of the manhole ring and cover to the elevation on the Approved Plans, but limited to a maximum of 18 inches of grade ring. The precast concrete manhole rings shall be jointed with a minimum thickness of 1/2 inch of Portland cement mortar along with butyl rubber sealant rope. Mortar shall be composed of one part Portland cement to two parts clean well- graded sand of such size that all pass a No. 8 sieve. Preformed, cold applied ready-to- use plastic joint sealing compound may be substituted for mortar between units and shall be used when ground water is encountered. The finished elevations at which the manhole frames and covers are to be set shall conform to the requirements set forth in the Approved Plans. Where the frame and cover are in existing pavement or in the traveled way of the existing road shoulder, it is to be placed flush with the existing surface. When the structure is outside the limits of the traveled shoulder but not in the roadside ditch, it should be placed 1/10-foot above the existing ground surface. Where the manhole cover falls in the existing roadside ditch or easement right-of-way "offsite", it is to be placed approximately 6-inches above the existing ground surface. Manhole frames shall be set at the required grade and shall be securely attached to the top precast manhole shaft unit with a cement-mortar bed and fillet. After the frames are securely set in place, covers shall be installed and all necessary cleaning and scraping of foreign materials from the frames and covers shall be accomplished to ensure a satisfactory fit. E.Damp-proof material shall be applied, when ground water is present or anticipated and at the discretion of the City Engineer, to the exterior surfaces of man-holes in accordance with the manufactures recommendations. The material shall be applied to all exterior surfaces below a point one foot above the water table or indications of seepage or moisture as directed by the Engineer. Use water-proofing material for exterior surface when below ground water, per Std Dwg S-1A or as required by Engineer. F.Selected clean backfill material shall be used around all man-holes. It shall be compacted by pneumatic tampers as shown on Standard Drawing No. S-5, unless shown otherwise on the approved plans. G.A concrete ring shall be cast around manhole frames to within 3" of finished grade and capped with asphalt, as shown on the Approved Plans. The ring shall be placed after the final grading or paving together with the final cleanup. 3.2 WATER-TIGHTNESS OF MANHOLES Volume 3 Chapter 6 Page 25 of 190 2/16/16 A. It is the intent that all man-holes and appurtenances be water tight and free from infiltration. All man-hole joints shall use butyl rubber sealant material to provide a water tight seal and shall comply with the vacuum test requirements specified herein in paragraph 3.3 of this Section. Where manholes are to be given a protective lining or coating, they shall be free of any seeping or surface moisture. Sections of manholes below ground water levels or anticipated ground water levels shall have sealant material installed on the external surface per Std Dwg S-1A. 3.3 VACUUM TESTING OF MANHOLES A.All sewer manholes shall be vacuum tested in accordance with the requirements specified herein. B.Vacuum testing equipment shall be as manufactured by P.A. Glazier, Inc. or approved equal. C.Manholes shall be tested after assembly and prior to mortaring the joints or backfilling. In case of manholes incorporating a PVC liner, the testing is to take place prior to mortaring the joints, welding the liner seams between sections, and backfilling. D.All lift holes shall be plugged with an approved grout prior to testing. All pipes entering the manhole shall be plugged and bracing installed to prevent the plug from being drawn into the manhole. The test head shall be placed inside the top of the cone section and the seal inflated in accordance with the manufacture's recommendations. A vacuum of 10 inches of mercury shall be drawn. The time shall be measured for the vacuum to drop 9- inches. The manhole shall pass the test if the time taken for the drop is greater than 60 seconds. If the manhole fails the test, necessary repairs shall be made and the test repeated until acceptable results are obtained. The leak(s) shall be located and repaired, according to the type of leak, with material-in-kind. 3.4 PULL-TESTING OF PVC-LINED MANHOLES At the Engineers request, PVC-lined manholes shall have field-welded joints pull tested. Field welds shall withstand a pull test of at least 100 pounds per linear inch applied perpendicularly to the concrete surface for a period of one-minute without evidence of cracks or separation. This test shall be conducted at a temperature of 70°F to 80°F, inclusive. 3.5 HOLIDAY TESTING OF PVC-LINED MANHOLES PVC-lined surfaces shall be holiday tested with an electrical holiday detector as manufactured by Tinker and Rasor (model No. AP-W with power pack) with the instrument set at 20,000 volts and used as directed by the Engineer. All imperfections identified on the PVC lining shall be repaired and the test shall be repeated until no holidays are evident. Volume 3 Chapter 6 Page 26 of 190 2/16/16 3.6 MANHOLE ABANDONMENT Sewer manholes shall have the cover and frame, concrete ring, grade rings and cone section removed. Inlet and outlet piping shall be plugged with concrete, manhole void shall be filled with sand, and a 12" thick, reinforced concrete slab shall be poured over the top of remaining manhole. The Contractor shall backfill the hole to ground surface with compacted select fill. END OF SECTION Volume 3 Chapter 6 Page 27 of 190 2/16/16 Volume 3 Chapter 6 Page 28 of 190 2/16/16 SECTION 09870 TAPE COATING SYSTEM WITH MORTAR SHIELD FOR THE EXTERIOR OF STEEL WATER PIPELINES PART 1 GENERAL 1.1 DESCRIPTION A. The steel pipe shall be coated with polyethylene tapes in accordance with AVVWA C214. Fittings and specials shall be coated with cold-applied polyethylene tapes in accordance with AVVWA C209. A reinforced cement mortar shield shall be applied in accordance with AWVVA C205. Any modifications to the aforementioned standards are as stated herein. 1.2 RELATED WORK ELSEWHERE The Contractor shall refer to the following specification section(s) for additional requirements: A.Painting and Coating: 09900 B.Petrolatum Wax Tape Coating: 09902 C.Cement Mortar Lined Steel Pipe: 15061 1.3 QUALIFICATIONS OF MANUFACTURERS A. Manufacturer to demonstrate a minimum of five years' successful application of tape coating system on similar diameter steel water pipelines as specified herein. 1.4 SUBMITTALS A.List of tape coating materials indicating manufacturer, product numbers, and thickness of materials related to tape system for joints and repairs. B.Certification of test results for each batch of liquid adhesive and each tape material specified shall be in accordance with AVVVVA C214. C.Tape application procedure approved by tape manufacturer. 1.5 COORDINATION WITH TAPE MANUFACTURER A. The pipe manufacturer shall require the tape material manufacturer to furnish qualified factory technical representative to visit the site for technical support at the beginning of the pipe installation as may be necessary to instruct Contractor on appropriate tape application methods in the field or to resolve problems. This visit shall be coordinated to allow City Inspection and Maintenance Staff to participate in the instruction. The Contractor shall allow time for representative to give field taping instructions to his workforce. Volume 3 Chapter 6 Page 29 of 190 2/16/16 PART 2 MATERIALS 2.1 POLYETHYLENE TAPE COATING A.Provide polyethylene tape coating in accordance with AWWA C214 with a reinforced cement mortar shield in accordance with AVWVA C205 and as specified herein. Plant and field applied liquid adhesive, polyethylene tape, and plant and field applied repair tape shall be furnished by a single manufacturer. The physical properties of tape materials shall meet or exceed the requirements of AV\M/A C214 when tested in accordance with the methods described in Section 5.3, "Coating System Tests". B.The tape coating systems consist of an exterior polyethylene tape over the bare metal surface of steel pipe with a reinforced cement mortar coating applied over the tape system. ' Tape coating systems are specified for: 1.Normal plant cold-applied tape 2.Plant cold-applied tape for special sections, connections and fittings, and plant repairs of cold-applied tape 3.Field joint, field coated fittings and repair of field cold-applied tape. 2.2 LIQUID ADHESIVE A. Liquid adhesive shall consist of a mixture of suitable rubber and synthetic compounds and a solvent in accordance with AVVWA C214. The liquid adhesive shall be Polyken #1039 primer or equivalent. 2.3 STORAGE PRIMER A. Storage primer on the exposed steel at the tape cutbacks shall be Polyken #924 or equivalent. 2.4 PLANT APPLIED POLYETHYLENE TAPE SYSTEM, POLYKEN, or equivalent (80 mil) A.Liquid adhesive shall be Polyken #1039 primer. B.Anti-corrosion inner layer tape shall be Polyken #989 (20 mil), black. C.First mechanical outer layer tape shall be Polyken #955 (30 mil), gray. D.Second mechanical outer layer tape shall be Polyken #956 (30 mil), white. E.Reinforced cement mortar shield 3/4" thick. F.Weld Stripping Tape shall be Polyken #933 (25 mil), if required. Volume 3 Chapter 6 Page 30 of 190 2/16/16 2.5 PLANT COLD-APPLIED TAPE COATINGS FOR SPECIAL SECTIONS, CONNECTIONS AND FITTINGS, AND PLANT REPAIR COLD-APPLIED POLYETHYLENE TAPE MATERIAL A.Liquid adhesive shall be Polyken #1039 primer. B.Anti-corrosion inner layer shall be Polyken #932-50 (50 mil), black. C.Mechanical layer outer tape for plant fittings and plant repair cold-applied polyethylene tape shall be Polyken #955 (30 mil), white. 0. Reinforced cement mortar shield 3/4" thick. E. Weld stripping tape shall be Polyken #933 (25 mil), if required. 2.6 FIELD JOINT, FIELD COATED FITTINGS, AND FIELD REPAIR COLD-APPLIED POLYETHYLENE TAPE A. Primer shall be Polyken #1029. B. Joint filler tape to be Polyken #939 (125 mil), black. C. Field joint, field fitting, and field repair outer layer tape shall be Polyken #932, (50 mil), D. Mechanical layer outer tape for field joint, field fittings and field repair shall be Polyken #932-50, continue inner layer with 50% overlap. PART 3 EXECUTION 3.1 POLYETHYLENE TAPE COATING A.Apply polyethylene tape coating to pipe in accordance with AVVVVA C214. Apply polyethylene tape coating to fittings and specials in accordance with AWWA C209, Apply the reinforced cement mortar shield in accordance with AWWA C205. Any modifications to the aforementioned standards are as stated herein. B.Certificate of Compliance: Prior to shipment of pipe, furnish a certificate of compliance stating that tape materials and work furnished hereunder will comply or have complied with the requirements of these specifications and AVVVVA C214 and C209. 3.2 STRAIGHT RUN PIPE APPLICATION A For straight run pipe, plant applied conditions, the polyethylene tapes shall be a four layer system consisting of: (1) liquid adhesive; (2) corrosion prevention tape (inner layer); (3) mechanical protective tape (first outer layer); (4) mechanical protective tape (second outer layer) B. Perform the entire coating operation by experienced workers skilled in the application of polyethylene tapes and cement mortar coating under qualified Volume 3 Chapter 6 Page 31 of 190 2/16/16 supervisors. After completion of the tape system, all handling shall be by padded equipment to prevent any damage of the tape system. Testing of tape system shall be performed per 3.5 of this section. C. All equipment for blasting and application of the tape coating system shall be of such design and condition to comply with all the requirements of AWWA C214 and these specifications. Immediately repair or replace equipment that, in the opinion of the Engineer, does not produce the required results. Include equipment and a repair procedure for correcting defective tape application for use under this specification in the steel pipe fabrication plan. Make available for review a copy of this portion of the fabrication plan, and any updates, at the location of the coating operation, and a repair procedure for correcting defective tape application. D. Remove the exterior weld bead along the entire exterior surface of the pipe. The exterior weld bead shall be flush with the exterior surface of the pipe with a tolerance of plus 1/32-inch. E. Surface preparation shall conform to AVVWA C214 and the following. 1.Bare pipe shall be clean of all foreign matter such as mud, mill lacquer, wax, coal tar, asphalt, oil, grease, or any contaminants. Remove welding slag or scale from all welds by wire-brushing, hammering, or other satisfactory means. Remove welding splash globules prior to priming. 2.Prior to blast cleaning, inspect surfaces and, if required, preclean in accordance with the requirements of SSPC SP-1, Solvent Cleaning, to remove oil, grease, and all foreign deposits. Remove visible oil and grease spots by solvent wiping. Use only approved solvents that do not leave any residue. Include in the manufacturer's fabrication plan the cleaning solvent applications procedure and safety precautions. F. Blast cleaning shall conform to AWVVA C214 and the following. 1.Blast the pipe surface using a commercially available shot grit mixture to achieve a prepared surface equal to that which is specified in SSPC SP-6, Commercial Blast Cleaning. 2.For plant mortar lined pipe, perform blast cleaning of said exterior surfaces after the initial curing of the spun mortar lining. Perform the exterior blast cleaning in such a manner as not to endanger the mortar lining in the pipe. Completely remove corrosion and foreign substances from the exterior of the pipe in the cleaning operation, and apply liquid adhesive after completion of blast cleaning. 3.Achieve from abrasive blasting an anchor pattern profile a minimum of 1.0 mil, but not exceeding 3.0 mils. Measure the anchor pattern or profile of the blasted surface using comparator tape as specified herein. 4.Inspect the blast cleaned exterior pipe surface for adequate surface preparation prior to application of the liquid adhesive. Surface comparator tapes are to be used by the manufacturer in at least eight random areas, Volume 3 Chapter 6 Page 32 of 190 2/16/16 along any given 40-foot length of pipe. The results of the surface comparator tapes are to be documented on the quality control sheet for each pipe section. 5. Coat each pipe section with liquid adhesive and tape within the same day of being blast cleaned. Do not allow blasted and/or blasted and primed pipe to sit overnight. All blasted and primed pipe must be coated by the end of the day. No coating will be permitted on pipe sections showing evidence of rust. G. Liquid adhesive application shall conform to AWWA 0214 and the following. 1.Prior to liquid adhesive application, clean the pipe surface free of foreign matter such as sand, grease, oil, grit, rust particles, and dirt. 2.Apply the liquid adhesive in a uniform thin film at the coverage rate recommended by the manufacturer. Meet the recommendations of the manufacturer for the state of dryness of the liquid adhesive prior to the application of the inner layer of tape. 3.Limit the application of liquid adhesive to that length of pipe which can be taped within the same workday. Pipe coated with liquid adhesive that was not taped within the same workday shall be rejected at the discretion of the Engineer. The liquid adhesive shall be removed and the surface shall be re-primed. 4.Protect liquid adhesive coated pipe sections from moisture, dirt, sand, and other potentially contaminating materials 5.Apply storage primer to the exposed steel pipe at tape cutbacks to prevent oxidation of the cleaned metal surface. Apply minimum of 1.5 mils and maximum of 2.5 mils of storage primer to exposed steel per the manufacturer's recommendations. H. Inner layer tape application: 1. Apply the inner layer tape directly onto the primed surface using approved mechanical dispensing equipment to assure adequate, consistent tension on the tape as recommended by the tape manufacturer. Use rollers to apply pressure on the tape as it comes in contact with the pipe. Make necessary adjustments to mechanical application equipment to assure a uniform, tight coating. Maintain a tight, smooth, mechanically induced, wrinkle-free coating throughout the application process. Volume 3 Chapter 6 Page 33 of 190 2/16/16 2.The application of tension shall be such that the width of tape will be reduced between 1% to 2 percent of tape width prior to the pull. Provide a pressure readout gauge and chart recorder, suitable to the Engineer, with the tape let-off machine to document the tape tension during application. 3.Apply inner layer tape at a minimum roll temperature of 70°F. Continuously monitor the temperature of the tape within 12 inches of the point of contact with the pipe surface. Use a chart recorder, suitable to the Engineer, to document the temperature of the tape during application. Sections where the tape application tension and temperature is not maintained within manufacturer's recommendations shall be rejected and the tape removed from the entire pipe section and reapplied. 4.Continuously electronically test the inner tape layer at 6,000 volts immediately following application of the tape by a holiday tester permanently mounted to the tape application station and equipped with an indicator light and audio buzzer, suitable to the Engineer to alert the workmen of the presence of holidays in the coating system. 5.Spirally wrap the inner layer tape over longitudinally or spirally welded pipe. Provide a 1-inch minimum tape overlap. 6.Splice each new roll by overlapping the new tape over the end of the preceding roll by at least 6 inches. Perform this end lap splice by hand or by a mechanical applicator so that the splice is wrinkle free and maintains the continuity of the inner wrap coating. Maintain the wrapping angle of the new roll parallel to that of the previous roll. 7.Provide tape cutbacks based on the joint type required, cutting the tape edge parallel to the end of the pipe. Perform cutbacks using a cutting device that is guided from the end of the pipe to insure a uniform, straight cutback. I. Mechanical outer layer tape application. 1. Apply the first mechanical outer layer of tape over the inner layer tape using the same type of mechanical equipment used in the application of the inner layer tape. No overlap splice of the other layer coinciding with the overlap splice of the inner layer will be permitted. Provide a minimum 6-inch separation between overlap of splices. Apply two mechanical outer layers of tape as specified herein. The inner layer tape shall be electrically tested, inspected, and approved prior to the application of the first mechanical outer layer tape and the first mechanical outer layer tape shall also be visually inspected and approved prior to the application of the second mechanical outer layer tape. Ensure that both mechanical outer layer tapes are smooth, tight and wrinkle-free. Volume 3 Chapter 6 Page 34 of 190 2/16/16 2. Apply mechanical outer layer tapes in accordance with the requirements for the inner layer tape, except that the minimum tape roll application temperature shall be 90°F. Monitoring for tension and temperature will be required for the mechanical outer layer tapes. The use of rollers to apply pressure on the tape is not required during application of the mechanical outer layer tapes. Holiday testing of the mechanical outer layer tapes is not required during tape application. Test the complete tape system prior to coating as specified herein. J.Apply a reinforced cement mortar shield over the outer layer of tape in accordance with AVVWA C205. Cement mortar shall be per Section 15061. K.Storage primer application shall conform to AVVVVA C214 as modified herein: 1.Prior to storage primer application, clean the pipe surface free from foreign matter such as sand, grease, oil, grit, rust particles and dirt. 2.Apply primer only to a dry pipe surface. Whenever the ambient air temperatures are cold enough to cause gelling of the primer, the use of heaters will not be permitted to return the primer back to a fully liquid state. Use new primer at a minimum of 40°F. 3.Apply storage primer to the exposed steel pipe at tape cutbacks to prevent oxidation of the cleaned metal surface. Apply minimum of 1.5 mils and maximum of 2.5 mils of storage primer to exposed steel per the manufacturer's recommendations. Do not place storage primer on the edge of the steel plate. 3.3 FITTINGS COATED AT THE PLANT A.Coat fittings that cannot be machine coated in accordance with AVVWA C209 using materials as specified herein. Weld bead preparation, surface preparation, blast cleaning and liquid adhesive shall be as specified for straight run pipe. Apply an inner layer tape of Polyken #932-50 with a 1-inch minimum tape overlap on all plant coated fittings. Apply an outer layer of cold-applied polyethylene tape as specified herein with a 55 percent overlap on all plant-coated fittings. Provide a minimum thickness of 110 mils for the total tape coat system for plant-coated fittings. B.Test all completed tape coated fittings in the presence of the Engineer with an electrical flaw detector prior to the application of the cement mortar coating. Applied voltage shall be in the range of 11,000 to 15,000 volts. Repair any holidays found. C.Repair cement mortar coating defects in accordance with the approved repair procedures. D.Apply cement mortar coating in accordance with AVWVA C205, over the tape- coated fittings after completion of tape coating, testing and inspections. 3.4 TAPE APPLICATION TO FITTINGS, SPECIALS AND PIPE JOINTS (Field) Volume 3 Chapter 6 Page 35 of 190 2/16/16 A.Field cold applied plastic tape coating shall be in accordance with AVVWA C2O9, as modified herein. B.Prior to welding any fieldjoints, wrap an 18-inch strip of heat resistance material over the entire coated pipe section to avoid damage to the plant applied coating by the hot weld spatter. C.Clean the pipe surface free of mud, mill lacquer, wax, tar grease, or any foreign matter. The pipe surface shall be free of any moisture and all foreign matter prior to the application of prime. D.Pack irregularities in joint with elastameric joint filler. E.Apply primer by brush or roller (4 mil wet, 1 mil dry). F.After primer has dried, apply tape to the joint and extend a minimum of 3-inch onto adjacent tape wrap. Maintain 55 percent overlap on all field joint tape to produce a minimum thickness of 100 mils. G.Apply tape with sufficient tension to conform with the surface. The finish wrap shall produce a smooth, wrinkle-free surface. H.The tape system for pipe joints is shown in Section 2.6. 3.6 INSPECTION OF TAPE COATING Test the applied tape coating in the presence of the engineer with an electrical holiday detector, as a part of the tape installation process. Repair all holidays and physical damage. If mortar shield is applied at a different location than the tape coating system, a second electrical holiday spark test shall be required after all transportation and handling to the mortar coating location confirming the integrity of the tape undercoating. Upon completion of the mortar coating process a continuity or spark test will again be preformed for the tape system. Repair any holidays and physical damage and spark test, verifying repair. 3.6 MORTAR SHIELD A. Apply mortar coating in accordance with Section 15061 cement. Mortar lined and coated steel pipe and specials, over the tape coated pipe immediately upon completion of tape wrapping, testing, and inspections. Volume 3 Chapter 6 Page 36 of 190 2/16/16 3.7 PROTECTING COATED PIPE A.The CONTRACTOR shall protect all coated surfaces from damage prior to and during the pipe installation in accordance with these specifications. B.In transporting the coated pipe, it shall rest in saddles shaped to the outside diameter of the coated pipe. The saddles shall be in contact with the bottom of the pipe along an arc of at least 60 degrees. Saddles shall be completely lined with adequate padding. No nails or any other fasteners that may damage the coating will be allowed in the installation of the padding of the saddles. C.While laying tape coated steel pipe, the pipe shall not be rolled or skidded when it is in contact with the ground at any point. Immediately before the coated pipe is lowered into the trench the CONTRACTOR shall provide a visual and holiday inspection of the coating on the entire pipe coating system. Coated pipe shall be lowered into the trench using saddled, not choked, belt slings. The use of chains, hooks, or other equipment which might damage the pipe coating will not be permitted. All other pipe handling equipment and methods shall be approved by the ENGINEER. Pipe stored alongside of the trench shall be supported on padded skids, sand bags, or rock-free sand berms. END OF SECTION Volume 3 Chapter 6 Page 37 of 190 2/16/16 Volume 3 Chapter 6 Page 38 of 190 2/16/16 SECTION 09900 PAINTING AND COATING PART 1 GENERAL 1.1 DESCRIPTION This section described the requirements for the preparation of surfaces and subsequent application of protective coatings. The Contractor shall furnish all labor, materials and equipment required for satisfactory completion of all items contained herein. The Contractor shall furnish all necessary safety equipment and protective clothing, as well as be responsible for proper instruction and supervision of their use. Requirements for steel storage reservoirs are specified elsewhere in the Specifications. 1.2 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A. General Piping System & Appurtenances: 15000 1.3 SUBMITTALS Contractor shall furnish submittals in accordance with the requirements of the GENERAL PROVISIONS. The following submittals are required: A. Submit a chart of the manufacturer's available colors for color selection well in advance of painting operation. B. Submit manufacturer's data sheets showing the following information: 1.Recommended surface preparation. 2.Minimum and maximum recommended dry-film thicknesses per coat for prime, intermediate, and finish coats. 3.Percent solids by volume. 4.Recommended thinners. 5.Statement verifying that the selected prime coat is recommended by the manufacturer for use with the selected intermediate and finish coats. 6.Application instructions including recommended application, equipment, humidity, and temperature limitations. 7.Curing requirements and instructions. C. Submit certification that all coatings conform to applicable local Air Quality Management City rules and regulations for products and application. Volume 3 Chapter 6 Page 39 of 190 2/16/16 1.4 PAYMENT Payment for the Work in this section shall be included as part of the lump-sum or unit- price bid amount for which such Work is appurtenant thereto. PART 2 MATERIALS 2.1 GENERAL All materials shall be those of current manufacture and shall meet all applicable regulations for the application and intended service. All coats of any particular coating system shall be of the same manufacturer and shall be approved by the manufacturer for the intended service. In the event that a product specified herein is no longer manufactured or does not meet current regulations, the Contractor shall provide a substitute, currently manufactured product of at least equal performance which meets all applicable regulations subject to Engineer's approval, at no additional cost. All materials shall be delivered to the Project Site in their original, unopened containers bearing the manufacturer's name, brand, and batch number. Standard products of manufacturers other than those specified will be accepted when it is proved to the satisfaction of the Engineer they are equal in composition, durability, usefulness and convenience for the purpose intended. Paint listed in the system refers to products of the following manufacturers and distributors: Ameron Corrosion Control Division, Brea, CA I.C. Devoe, Louisville, KY Engard Coating Corporation, Long Beach, CA I. DuPont de Nemours & Company, Los Angeles, CA Tnemec Company, Inc., Kansas City, MO 64141 All surfaces to be coated or painted shall be in the proper condition to receive the material specified before any coating or painting is done. No more sandblasting or surface preparation than can be coated or painted in a normal working day will be permitted. All sharp edges, burrs, and weld spatter shall be removed. All concrete and masonry surfaces shall cure 30 days prior to coating or painting. Surface preparation, prime coatings, and finish coats for the various systems are specified herein. Unless otherwise noted, all intermediate and finish coats shall be of contrasting colors. It is the intent that the coating alternates specified herein serve as a general guide for the type of coating desired. 2.2 VALVES A. Exterior Coating: Coat metal valves located above ground, in vaults or in structures the same as the adjacent piping. If the adjacent piping is not coated, then coat valves per this Specification section unless otherwise noted. Apply the specified prime coat at the place of manufacture. Apply intermediate and finish coats in the field. Finish coat shall match the color of the adjacent piping. Coat handwheels and floor stands the same as the valves. Coat the exterior of buried metal valves at the place of manufacture per this specification. Volume 3 Chapter 6 Page 40 of 190 2/16/16 B.Coating (Devoe Alternate): Prime coat shall be BarRust 231 or Devran 200 applied at 2 to 3 mils dry-film thickness. Intermediate coat shall be Devran 224H Epoxy applied at 2 to 4 mils dry-film thickness. Finish coat shall be 379 Urethane applied at 2 to 3 mils dry-film thickness. C.Interior Lining: Valves 4-inches and larger shall be coated on their interior metal surfaces excluding seating areas and bronze and stainless-steel pieces. Sandblast surfaces in accordance with SSPC-SP-10 (near white blast cleaning). Remove all protuberances which may produce pinholes in the lining. Round all sharp edges to be coated. Remove any contaminants which may prevent bonding of the lining. Coat the interior ferrous surfaces using one of the following methods: 1.Apply powdered thermosetting epoxy per the manufacturer's application recommendations to a thickness of 10 to 12 mils. 2.Apply two coats of polyamide epoxy to a dry-film thickness of 10 to 12 mils total. Follow the manufacturer's application recommendations including minimum and maximum drying time between the required coats. 3.Apply two coats of Tnemec Series 140 (for potable water) or Series 69 (for non- potable water), or equal, to a dry film thickness of 10 to 12 mils total. Follow manufacturer's application recommendations including minimum and maximum drying time between required coats. 4.Apply two coats of Devoe Bar-Rust 233H Epoxy applied to a dry-film thickness of 6 to 8 mils, each. Total dry-film thickness shall be 10 to 12 mils minimum. All epoxy lining shall be applied at the factory by the manufacturer of the valve, and shall meet current Volatile Organic Compound (VOC) content regulations. Epoxy lining for potable water valves shall also be listed by National Sanitation Foundation (NSF) for contact with potable water. Test the valve interior linings at the factory with a low-voltage holiday detector. The lining shall be holiday free. 2.3 METAL, INTERIOR AND EXTERIOR, NORMAL EXPOSURE A.General: The Contractor shall paint all exposed steelwork, non-galvanized handrails, exposed pipework, fittings, all mechanical equipment, pumps, motors, doors, door frames and window sash with this coating system. All metalwork previously given a shop prime coat approved by the Owner's Representative shall be touched up as required in the field with Tnemec Series 4 Versare Primer or equal. B.Surface Preparation: All exterior metal surfaces which are to be painted shall be commercial blast cleaned per Specification SP-6 (commercial blast cleaning) except as otherwise specified, in locations where sandblasting would damage previously coated surfaces and installed equipment, and in locations where dry sandblasting is prohibited. The above locations in which SP-6 commercial sandblasting is not possible shall be given a SP-3 power tool cleaning. This sandblasting shall be done not more than 8 hours ahead of the painting, subject to humidity and weather conditions between the time of sandblasting and painting operations. If any rusting or discoloration of sandblasted surfaces occurs before painting, such rusting or discoloration shall be removed by additional sandblasting. Sandblasted surfaces shall not be left overnight before painting. Volume 3 Chapter 6 Page 41 of 190 2/16/16 C.Coating (Tnemec Alternate): Prime coat or spot prime coat as required shall be Tnemec Series 4 Versare primer applied to a dry-film thickness of 2 to 3.5 mils. Two or more finish coats of Tnemec Series 2H Tneme-Gloss enamel shall be applied to a thickness of 1.5 to 3.5 mils. Total dry-film thickness of the complete system shall be 7 mils, minimum. D.Coating (Devoe Alternate): Prime coat or spot prime as required shall be 4140 Q.D. Alkyd Primer. Two or more finish coats of Devshield 4328 Alkyd applied to a dry-film thickness of 1.5 to 2 mils, each. Total dry-film thickness of the complete system shall be 5 mils, minimum. 2.4 METAL, SUBMERGED OR INTERMITTENTLY SUBMERGED A.General: All submerged metalwork, gates, equipment, valves, exposed pipework and all other metalwork within areas which will be submerged, except as noted hereinafter, shall be painted with this coating system. B.Surface Preparation: All metal surfaces shall be field sandblasted according to SSPC-SP-10 (near white blast cleaning). C.Coating (Tnemec Alternate): Prime coat shall be Tnemec Series 69 Epoxoline II applied to a dry-film thickness of 4 to 6 mils. Two finish coats of Tnemec Series 69 Epoxoline II shall be applied to a dry-film thickness of 4 to 6 mils each coat. Total try-film thickness of the complete system shall be a minimum of 12 mils. D.Coating (Devoe Alternate): Apply two coats of Bar-Rust 233H Epoxy applied to a dry-film thickness of 6 to 8 mils each coat. Total dry-film thickness of the complete system shall be a minimum of 12 mils. 2.5 METAL, SEVERE EXPOSURE TO MOISTURE OR CHEMICAL FUMES A.Surface Preparation: All metal surfaces shall be field sandblasted according to SSPC-SP-10 (near white blast cleaning). B.Coating (Tnemec Alternate): Prime coat shall be Tnemec Series 104 H.S. Epoxy to a dry-film thickness of 6 to 10 mils. One or more finish coats of Tnemec Series 104 H.S. Epoxy topcoat shall be applied. Total dry-film thickness shall be a minimum of 12 mils. C.Coating (Devoe Alternate): Prime coat shall be Catha-Coat 304V Zinc, 2 to 3 mils dry-film thickness. Intermediate coat shall be Devran 2241-I Epoxy applied at 4 to 6 mils dry-film thickness. Finish coat shall be Devthane 379 Urethane applied at 2 to 3 mils dry-film thickness. Total dry-film thickness shall be 8 mils minimum. 2.6 METAL, HIGH-TEMPERATURE EXPOSURE A.General: Engine mufflers, exhaust systems and other metal surfaces subjected to high temperatures shall be coated with this system. B.Surface Preparation: Surface shall be field sandblasted in accordance with SSPC- SP-10 (near white blast cleaning). Volume 3 Chapter 6 Page 42 of 190 2/16/16 C.Coating (Tnemec Alternate): One coat of Tnemec Series 90-96 Tneme-Zinc to a minimum total dry-film thickness of 2 to 3.5 mils. D.Coating (Devoe Alternate): One coat of Catha-Coat 304V Zinc to a dry-film thickness of 2 to 4 mils. 2.7 METAL, GALVANIZED, ALUMINUM, COPPER, OR BRASS A.Surface Preparation: Surfaces shall be solvent cleaned in accordance with SSPC- SP-1 (solvent cleaning) and SSPC-SP-2 (hand tool cleaning). B.Coating: Pre-treatment prime coat shall be Tnemec Series 32-1215 Tneme-Grip or Sinclair 7113 Wash Primer applied at J mil dry-film thickness. Next, apply recommended coating or paint for the particular surface to be coated. C.Coating (Devoe Alternate):' Pre-treatment prime coat shall be Devoe BarRust 231 primer applied at 3 mil dry-film thickness. Next, apply recommended coating or paint for the particular surface to be coated. 2.8 METAL, BURIED A.General: The Contractor shall coat all buried metal which includes valves, bolts, nuts, structural steel and fittings. It does not include steel storage reservoirs. B.Surface Preparation: Sandblast to SSPC-SP-6 (commercial blast cleaning) C.Coating (Tnemec Alternate): Prime none. Finish with two coats of Tnemec Series 46-465 H.B. Tnemecol or equal at 10 to 12 mils dry-film thickness, each. Total dry- film thickness shall be 20 mils minimum. D.Coating (Devoe Alternate): Prime with Devtar 221 (5A) Epoxy applied at 8 mil dry- film thickness. Two coats of Devtar (5A) Epoxy applied at 8 mils dry-film thickness, each. Total dry-film thickness shall be 24 mils, minimum. PART 3 EXECUTION 3.1 GENERAL The Contractor shall arrange with the Owner's Representative so that all surface preparation may be inspected and approved prior to the application of any coatings. The Contractor is hereby notified that the Engineer will inspect the Work prior to the expiration of the warranty period and all defects in workmanship and material shall be repaired by the Contractor, at his own expense. Volume 3 Chapter 6 Page 43 of 190 2/16/16 3.2 WORKMANSHIP It is the intent of the Specifications that finishes shall be provided which meet standards for best grades of painting. Drop cloths shall be placed where required to protect floors, surfaces and equipment from spatter and dropping, not to receive paint or coatings. The Contractor shall take all necessary precautions to protect all adjacent Work and all surrounding property and improvements from any damage whatsoever as a result of the painting and coating operation. Only good, clean brushes and equipment shall be used and all brushes, buckets, and spraying equipment shall be cleaned immediately at the end of each painting period. Each coat of paint shall be of the consistency as supplied by the manufacturer, or thinned, if necessary, and applied in accordance with manufacturer's instructions. Each coat shall be well brushed, rolled or sprayed to obtain a uniform and evenly applied finish. Work shall be free from "runs"' "bridges", "shiners", or other imperfections due to faulty intervals. Particular care shall be taken to obtain a uniform unbroken coating over all bolts, threads, nuts, welds, edges and corners. Paint shall not be applied in extreme heat, in dust or smoke laden air, or in damp or humid weather, unless written permission of the Engineer is obtained. If paint is applied by spray, the air pressure used shall be within the ranges recommended by both the paint and spray equipment manufacturers. Spray painting shall be conducted under controlled conditions and the Contractor shall be fully responsible for any damage occurring from spray painting. Care shall be exercised not to damage adjacent Work during sandblasting operations. Stainless steel need not be sandblasted. Blasted surfaces shall not be left overnight before coating. All dust shall be removed from the surface following sandblasting. 3.3 APPLICATION PROCEDURES A.Surfaces to be Coated: All surfaces of materials furnished and constructed are to be painted or coated per the Specifications except as indicated below. B.Surfaces Not To Be Coated: The following surfaces shall not be coated unless otherwise noted on the Plans and shall be fully protected when adjacent areas are painted. Aluminum grating Machined surfaces Aluminum surfaces Metal letters Bearings Mortar-coated pipe and fittings Brass and copper tubing, submerged* Nameplates on machinery Buried pipe Pipe interior* Couplings Shafts Grease fittings Stainless steel Hardware Switch plates Lighting fixtures * unless specifically required on the Plans or elsewhere in the Specifications C.Protection of Surfaces Not To Be Coated: Surfaces not intended to be painted shall be removed, masked, or otherwise protected. Drop cloths shall be provided to prevent paint materials from falling on or marring adjacent surfaces. Working parts of mechanical and electrical equipment shall be protected from damage during surface preparation and painting process. Openings in motors shall be safely masked to prevent paint and other materials from entering the motors. All masking Volume 3 Chapter 6 Page 44 of 190 2/16/16 materials shall be completely removed and surfaces cleaned at completion of painting operations. D. Weather Conditions: Paint shall not be applied in the rain, wind, snow, mist, and fog or when steel or metal surface temperatures are less than 5°F above the dew point. Paint shall not be applied when the relative humidity is above 80%, the air temperature is above 90°F, or the temperature of metal to be painted is above 125°F. Alkyd, chlorinated rubber, inorganic zinc, silicone aluminum, or silicone acrylic paints shall not be applied if air or surface temperature is below 50°F or expected to be below 50°F within 24 hours. Epoxy, coal tar epoxy, acrylic latex, and polyurethane paints shall not be applied on an exterior or interior surface if air or surface temperature is below 50°F or expected to drop below 50°F within 24 hours. 3.4 SURFACE PREPARATION A. General: Sandblast or prepare only as much surface area as can be coated in one day. All sharp edges, burrs, and weld spatter shall be removed. Epoxy-coated pipe that has been factory coated shall not be sandblasted. B. SSPC Specifications: Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast cleaning" or similar words are used in the Specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC (Steel Structures Paint Council, Surfaces Preparation Specifications, ANSI A159.1) Specifications listed below: SP-1 Solvent Cleaning SP-6 Commercial Blast Cleaning SP-2 Hand Tool Cleaning SP-7 Brush-Off Blast Cleaning SP-3 Power Tool Cleaning SP-8 Pickling SP-5 White Metal Blast Cleaning SP-10 Near White Blast Cleaning Oil and grease shall be removed from aluminum and copper surfaces in accordance with SSPC SP-1 using clean cloths and cleaning solvents. Weld spatter and weld slag shall be removed from metal surfaces. Rough welds, beads, peaked corners, and sharp edges including erection lugs shall be ground smoothly in accordance with SSPC SP-2 and SSPC SP-3. Welds shall be neutralized with a chemical solvent that is compatible with the specified coating materials using clean cloths and chemical solvent. C. Abrasive Blast Cleaning: Dry abrasive blast cleaning shall be used for metal surfaces. Do not recycle or reuse contaminated blast particles. Dry clean surfaces to be coated by dusting, sweeping, and vacuuming to remove residue from blasting. Apply the specified primer or touch-up coating within the period of an 8-hour working day. Do not apply coating over damp or moist surfaces. Reclean prior to application of primer or touch-up coating any blast cleaned surface not coated within said 8-hour period. Prevent damage to adjacent coatings during blast cleaning. Schedule blast cleaning and coating such that dust, dirt, blast particles, old coatings, rust, mill scale, etc., will not damage or fall upon wet or newly coated surfaces. Volume 3 Chapter 6 Page 45 of 190 2/16/16 3.6 PROCEDURES FOR THE APPLICATION OF COATINGS The recommendations of the coating manufacturer shall be followed, including the selection of spray equipment, brushes, rollers, cleaners, thinners, mixing, drying time, temperature and humidity of application, and safety precautions. Coating materials shall be kept at a uniform consistency during application. Each coating shall be applied evenly, free of brush marks, sags, runs, and other evidence of poor workmanship. A different shade or tint shall be used on succeeding coating applications to indicate coverage where possible. Finished surfaces shall be free from defects or blemishes. Only thinners recommended by the coating manufacturer shall be used. If thinning is allowed, do not exceed the maximum allowable amount of thinner per gallon of coating material. Apply a brush coat of primer on welds, sharp edges, nuts, bolts, and irregular surfaces prior to the application of the primer and finish coat. The brush coat shall be done prior to and in conjunction with the spray coat application. Apply the spray coat over the brush coat. Apply primer immediately after blast cleaning and before any surface rusting occurs, or any dust, dirt, or any foreign matter has accumulated. Reclean surfaces by blast cleaning that have surface colored or become moist prior to coating application. A.Paint Mixing: Multiple-component coatings shall be prepared using all the contents of each component container as packaged by the paint manufacturer. Partial batches shall not be used. Multiple-component coatings that have been mixed beyond their pot life shall not be used. Small quantity kits for touch-up painting and for painting other small areas shall be provided. Only the components specified and furnished by the paint manufacturer shall be mixed. For reasons of color or otherwise, additional components shall not be intermixed, even within the same generic type of coating. B.Field Touch Up of Shop-Applied Prime Coats: Organic Zinc Primer: Surfaces that are shop primed with inorganic zinc primers shall receive a field touch up of organic zinc primer to cover all scratches or abraded areas. Organic zinc coating system shall have a minimum volume solids of 54% and a minimum zinc content of 14 pounds per gallon. Coating shall be of the converted epoxy, epoxy phenolic, or urethane type and shall be manufactured by the prime coat and finish coat manufacturer. Other Primers: Surfaces that are shop primed with other than organic zinc primer shall receive a field touch up of the same primer used in the original prime coat. 3.6 DRY-FILM THICKNESS TESTING AND REPAIR A. Special Instructions to the Contractor: The Contractor shall furnish to the Owner at no charge for use during execution of the Work, necessary dry-film thickness gauge and electrical flaw detection equipment. The Contractor shall perform the holiday (pinholes) inspection in the presence of the Owner's Representative, and the Volume 3 Chapter 6 Page 46 of 190 2/16/16 Contractor shall monitor wet film measurements throughout the application of each coat of coating. B.Coating Thickness Testing: Coating thickness specified for steel surfaces shall be measured with a magnetic-type dry-film thickness gauge. Dry-film thickness gauge shall be provided as manufactured by Mikrotest or Elcometer. Each coat shall be checked for the correct dry-film thickness. Measurement shall not be made until a minimum of eight hours after application of the coating. Non-magnetic surfaces shall be checked for coating thickness by micrometer measurement of cut and removed coupons. Contractor shall repair coating at all locations where coupons are removed. C.Holiday Testing: The finish coat (except zinc primer and galvanizing) shall be tested by the Contractor in the presence of the Engineer for holidays and discontinuities with an electrical holiday detector of the low-voltage, wet-sponge type. Detector shall be provided as manufactured by Tinker, Rasor, K-D Bird Dog, or approved equal. D.Repair: If the item has an improper finish, color, insufficient film thickness, or holidays, the surface shall be cleaned and top-coated with the specified paint material to obtain the specified color and coverage. Visible areas of chipped, peeled, or abraded paint shall be hand or power-sanded, feathering the edges. The areas shall then be primed and finish coated in accordance with the Specifications. Work shall be free of runs, bridges, shiners, laps, or other imperfections. 3.7 CLEANUP Upon completion of all painting and coating Work, the Contractor shall remove all surplus materials and rubbish. The Contractor shall repair all damage and shall leave the premises in a clean and orderly condition. END OF SECTION Volume 3 Chapter 6 Page 47 of 190 2/16/16 Volume 3 Chapter 6 Page 48 of 190 2/16/16 SECTION 09902 PETROLATUM WAX TAPE COATING PART 1 GENERAL 1.1 SCOPE This section covers the work necessary to furnish and install petrolatum wax tape coating on buried ferrous materials including pipe flanges, bolted fittings and couplings, valves and other buried pipeline appurtenances, complete, as shown or specified. 1.2 SUBMITTALS DURING CONSTRUCTION Submit manufacturer's technical product data, details, installation instructions and general product recommendations. 1.3 PRODUCT IDENTIFICATION The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the Contract Documents. PART 2 MATERIALS 2.1 GENERAL Wrap all exposed surfaces of buried ferrous pipe, flanges, couplings and other pipeline appurtenances (including bolts, nuts, etc.) with petrolatum wax tape, unless another corrosion protection system (other than a factory-installed paint coating) is otherwise specified or indicated by the Contract Drawings. Exposed piping shall be wrapped only where specifically called out on the Drawings. Ductile iron pipe encased with polyethylene sheathing shall not be wrapped with this product. 2.2 PRIMER Exposed surfaces shall be prime coated with a blend of petrolatum, plasticizer, and corrosion inhibitor having a paste-like consistency. The material shall have the following properties: Pour Point 400-100° F Flash Point 350° F minimum Approximate Coverage 1 gal/100 square feet Color Brown The primer shall be Trenton Wax-Tape Primer or equivalent. Volume 3 Chapter 6 Page 49 of 190 2/16/16 2.3 WAX TAPE Two types of petrolatum wax tape shall be available from the manufacturer: one type for buried installations and another type for above-ground installations. Buried Installations: The covering material shall be a plastic-fiber felt tape, saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is easily formable over irregular surfaces. The tape shall have the following properties: Color: Brown Saturant Pour Point 115° - 125°F Thickness 70-90 mils Dielectric Strength 170 volts/mil Tape Width 6 inches Wax tape shall be Wax-Tape #1 as manufactured by The Trenton Corporation (Ann Arbor, Michigan), or approved equal. 2.4 OUTER COVERING The primed and wax-tape wrapped surface shall be wrapped with a plastic tape covering consisting of three (3) layers of 50 gauge, clear, polyvinylidene chloride, high cling membranes wound together as a single sheet. The material shall have the following properties: Width 6 inches Thickness 1.5 mils Dielectric Strength 2000 volts/mil Water Absorption Negligible Color Clear The outer covering shall be Trenton Poly-Ply or approved equal. 2.6 OTHER PETROLATUM WAX TAPE SYSTEM COMPONENTS Any components not listed above, but required for a complete petrolatum wax tape coating system as recommended for this application by the manufacturer shall be provided at no additional cost to Owner. PART 3 EXECUTION 3.1 GENERAL The petrolatum wax tape system shall be installed in conformance with the manufacturer's recommendations. END OF SECTION Volume 3 Chapter 6 Page 50 of 190 2/16/16 SECTION 15000 GENERAL PIPING SYSTEM AND APPURTENANCES PART 1 GENERAL 1.1 DESCRIPTION This Section describes the requirements and procedures for piping systems and appurtenances that apply to a number of other complimentary Specification Sections. The items are listed in this Section to avoid repetition in Sections elsewhere. This Section includes, but is not limited to: Temporary above ground piping (high line), wet taps, flexible pipe couplings, grooved and shouldered end couplings, joint restraint system, field touch up, bolts, nuts, polyethylene wrap, warning/identification tape, tracer wire, gate well and extension stems, meter boxes, abandonment and removal of existing facilities, and salvage. 1.2 REFERENCE 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 National Standards Institute (ANSI) B.American Society for Testing and Materials (ASTM) 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings t4 SUBMITTALS Submit manufacturers' catalog data showing dimensions, materials of construction by ASTM reference and grade and coatings.. 1.5 LINING CONTAMINATION PREVENTION Volatile organic compounds present in the linings of items in contact with potable water or recycled water shall not exceed concentrations allowed by the latest requirements of the State Office of Drinking Water and Department of Health Services. Some products and materials may also require proof of NSF certification on the lining materials to be used. 1.6 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) High line piping, where shown on the Approved Plans or required by the City Engineer, shall be furnished, installed, disinfected, connected, maintained, and removed by the Contractor. Bacteriological sampling and testing shall be performed by a State of California Certified testing laboratory. The Contractor shall provide a submittal to the City showing pipe layout, materials, sizing, flow calculations, schedule and duration of use, and disinfection for all high line piping. The submittal shall be reviewed and approved by the Engineer prior to ordering or delivery of any materials. Volume 3 Chapter 6 Page 51 of 190 2/16/16 1.7 PIPE TAPPING (WET TAP) All pipe tap (wet tap) connections to existing pipelines, whether for mainline extensions or service laterals, shall be performed by the Contractor under the inspection of the City. The Contractor shall provide materials and labor to excavate, pour thrust block, backfill, compact, and repair pavement as indicated in this Section. 1.8 JOINT RESTRAINT SYSTEM Joint Restraint Systems may be used for PVC or ductile-iron pipe only with prior approval of the City Engineer. Joint restraint systems shall be used in the place of, or in conjunction with, concrete thrust blocks as directed. Restrained joint systems shall be wax tape coated and polyethylene encased. Contractor shall submit shop drawings, calculations, and catalog data for joint restraint systems. Splined gaskets, also known as joint restraint gaskets, may be used for PVC or ductile- iron pipe located within casings, or for PVC pipe casings, only. 1.9 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be used for all ferrous metal materials that are not protected with annodes. A.Polyethylene wrap shall be used for the protection of buried valves in conjunction with wax tape. B.Polyethylene sleeves shall be used for the protection of buried ductile iron pipe and fittings. Where the use of a sleeve is not practical, the fittings may be wrapped. Additionally, all bolted connections shall be coated with wax tape in accordance with Section 09902. C.Polyethylene wrap or sleeves may also be installed around buried PVC pipe for recycled water identification. 1.10 WARNING/IDENTIFICATION TAPE Warning/identification tape shall be used to identify location of underground utilities and to act as a warning against accidental dig-ins of buried utilities. Warning/identification tape shall be used on all underground water and recycled water mains, potable and recycled water irrigation systems, sewer mains, and all related appurtenances. Warning/identification tape shall also be used on cathodic protection wiring systems and tracer wire brought into and out of access ports. 1.11 GATE WELLS Gate Wells shall be used for buried valves 4" and larger, unless otherwise indicated on the Standard Drawings. Gate well box and lid shall be used on all gate wells. Volume 3 Chapter 6 Page 52 of 190 2/16/16 1.12 VALVE STEM EXTENSION Valve Stem Extensions shall be installed when the valve operating nut is more than 5' below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 12" and 18" below the gate well lid. 1.13 METER BOXES A.Meter boxes shall be used for all water meters. B.Meter boxes shall be sized for the specific meter size or size as indicated on the Standard Drawings. 1.14 RECYCLED WATER IDENTIFICATION Facilities installed for the use of recycled water shall be identified with purple color coating, identification labels, or signs. 1.15 CURB IDENTIFICATION MARK FOR SERVICES The Contractor shall mark the location of all potable water, recycled water and sewer laterals at the curb crossing by stamping the face of the curb in 2" high letters as described below: A.Potable water laterals shall be stamped with a letter 'W". B.Recycled water laterals shall be stamped with a letter "RW". C.Sewer laterals be stamped with a letter "S". PART 2 MATERIALS 2.1 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) High line piping layout, materials and appurtenances shall be as indicated on the approved submittal. 2.2 FLEXIBLE PIPE COUPLINGS Flexible pipe couplings shall be in accordance with the Approved Materials List and as described below: A.Steel Couplings shall have middle rings made of steel conforming to ASTM A 36/A 36M, A 53 (Type E or S), or A 512 having a minimum yield strength of 207 MPa (30,000 psi). Follower rings shall be ductile-iron per ASTM A 536, or steel per ASTM A 108, Grade 1018 or ASTM A 510, Grade 1018. Minimum middle ring length shall be 7" for pipe sized 6" through 24". B.Sleeve bolts shall be made of stainless steel per ASTM A193 and shall have a minimum yield strength of 276 MPa (40,000 psi), an ultimate yield strength of 414 MPa (60,000 psi), and shall conform to AWWA C111. Volume 3 Chapter 6 Page 53 of 190 2/16/16 2.3 GROOVED END OR SHOULDERED COUPLINGS FOR DUCTILE IRON OR STEEL PIPE Groove end or shouldered couplings shall be in accordance with the Approved Materials List and as described below: A.Use square-cut shouldered or grooved ends per AWWA 0606. Grooved-end couplings shall be malleable iron per ASTM A 47, or ductile iron per ASTM A 536. Gaskets shall be per ASTM D 2000. B.Bolts in exposed service shall conform to ASTM A 183, 69 MPa (10,000 psi) tensile strength. 2.4 JOINT RESTRAINT SYSTEM Joint Restraint Systems shall be ductile-iron and shall consist of a split-ring restraint with machined (not cast) serrations — on the inside diameter, a back-up ring, and connecting bolts, and shall be selected from the Approved Materials List. Splined gaskets, also known as joint restraint gaskets, shall be a rubber-ring type with stainless steel locking segments vulcanized into the gasket. 2.5 FIELD TOUCH-UP APPLICATIONS All surfaces of metallic appurtenances in contact with potable water and not protected from corrosion by another system shall be shop-coated by the manufacturer. Appurtenances with damaged coatings shall be repaired or replaced as directed by the Engineer. Touch-up of damaged surfaces, when allowed by the Engineer, shall be performed in accordance with the manufacturer's recommendations. 2.6 BOLTS AND NUTS Bolts and nuts shall be as indicated below. A.Cadmium-plated or zinc-plated bolts and nuts shall be used for the installation of pipelines up to 20" diameter and shall be carbon steel conforming to ASTM A307, Grade A, unless otherwise indicated on the approved drawings. Bolts shall be standard ANSI B1.1, Class A coarse threads. Nuts shall be standard ANSI B1.1, Class 2H coarse threads. B.Stainless steel bolts and nuts shall be used for the installation of pipelines 24" diameter and larger and for submerged flanges. Bolts and nuts shall be Type 316 stainless steel conforming to ASTM A193, Grade B8M for bolts, and Grade 8M for nuts. Use lubricant for stainless steel belts and nuts. Lubricant shall be Husky Lube "0" Seal by Husk-ITT Corporation or equal C.All bolt heads and nuts shall be hexagonal, except where special shapes are required. Bolts shall be of such length that not less than 1/4" or more than 1/2" shall project past the nut in tightened position. D.Provide a washer under each nut and under each bolt head. Use washers of the same materials as the nuts. Volume 3 Chapter 6 Page 54 of 190 2/16/16 2.7 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be as indicated below and shall be selected from the Approved Materials List. Polyethylene materials shall be kept out of direct sunlight exposure. A.Polyethylene sleeves shall be a minimum 0.012" thick polyethylene plastic in accordance with AVVWA C105. B.Polyethylene wrap shall be a minimum 0.008" thick polyethylene plastic in accordance with AWWA C105. C.Polyethylene wrap and sleeves shall be clear for use with potable water and purple for use with recycled water. D.Polyethylene or vinyl adhesive tape a minimum of 2" wide or plastic tie straps shall be used to secure polyethylene encasement. 2.8 WARNING/IDENTIFICATION TAPE Warning/identification tape shall be as indicated below and in accordance with the Approved Materials List. A.Tape shall be an inert plastic film or metallic formulated for prolonged underground use that will not degrade when exposed to alkalies, acids and other destructive substances commonly found in soil. B.Tape shall be puncture-resistant and shall have an elongation of two times its original length before parting. C.Tape shall be colored to identify the type of utility intended for identification. Printed message and tape color shall be as follows: Printed Message Tape Color Caution: Waterline Buried Below Blue Caution: Recycled Waterline Buried Below Purple Caution: Cathodic Protection Cable Buried Below Red Caution: Electric Line Buried Below Red Ink used to print messages shall be permanently fixed to tape and shall be black in color with message printed continuously throughout. D.Tape shall be minimum 0.004" thick x 6" wide with a printed message on one side. Tape used with the installation of onsite potable and recycled water irrigation systems shall be a minimum of 3" wide. Volume 3 Chapter 6 Page 55 of 190 2/16/16 2.9 INSULATING UNIONS & COUPLINGS A.For insulating unions, use a molded nylon sealing sleeve mounted in a three-piece malleable-iron body (ASTM A47 or A197). Use thread ends when connecting to steel piping, and copper solder joint when connecting to copper piping. Minimum working pressure shall be 150 psi. B.Threaded insulating couplings shall provide dielectric protection from electrolytic corrosion at points where piping of dissimilar metals is joined. 2.10 GATE WELLS Valve gate wells shall be as indicated below in accordance with the Approved Materials List. A. Valve gate well size and material shall be as follows: Valve Size Gate Well Size and Material 4" and Larger 8" diameter Class 150, C-900 PVC 1.PVC gate wells for use in recycled water system applications shall be white. 2.PVC gate wells for use in potable water system applications shall be white or blue. B. Gate well lids shall be as indicated below in accordance with the Approved Materials List. 1.Gate well box lids shall be circular ductile-iron, and shall include a skirt for a close fit inside the upper portion of the gate well. Lids shall be cast with the AGENCY NAME (CMWD) and the word WATER for use on potable water systems, and Recycled Water for recycled water systems. 2.Lids shall be Brooks 4TT with long skirt or approved equal. 3.Normally closed potable water valves and recycled water valves shall use box lids by Brooks 3RT or approved equal. 4.Lid sizes shall be as follows: Valves Gate Well Lid 4" and Larger where the speed limit is 35 mph or greater Machined ductile-iron frame and 8" lid with 6" long skirt Volume 3 Chapter 6 Page 56 of 190 2/16/16 2.11 VALVE STEM EXTENSIONS Stem extensions shall be complete with operating nut, location ring, and lower socket to fit valve-operating nut. The configuration of the extension stem nut shall match that of the valve it operates. A.Stem extensions shall be square fiberglass tubing glued together to make a continuous one-piece unit used to a maximum length 8'. B.Steel stem extensions shall be used where the maximum length of the extension exceeds 8' or at the request of the City Engineer. Steel stem extensions may be round or square hot-dipped galvanized steel tubing of solid design (no pinned couplings permitted) with guides. 2.12 METER BOXES Meter boxes shall be polymer-type boxes with lids selected from the Approved Materials List. A. Meter box sizes shall be as follows: Meter Box Size Meter Box Uses 12" x 20" 1"water services 17" x 30" 2"water services B.Meter box lids for use in potable water system applications shall be gray. C.Meter box lids for use in recycled water system applications shall be purple. 2.13 RECYCLED WATER IDENTIFICATION Materials used to identify pipe and appurtenances used for recycled water, not manufactured in purple color, shall be as described in Volume 2 of the Carlsbad Engineering Standards. PART 3 EXECUTION 3.1 TEMPORARY ABOVEGROUND PIPE (HIGH LINE) A.All high line piping, fittings, and service connections shall be furnished, installed, and maintained by the Contractor, and the Contractor shall make connections to a water source designated by the City Engineer. B.All pipe, valves, fittings, hose and connections furnished by the Contractor shall be of good quality, clean, and suitable for conveying potable water in the opinion of the City Engineer. C.The high line pipe shall be installed in such a manner that it will not present a hazard to traffic and will not interfere with access to homes and driveways along its route. Volume 3 Chapter 6 Page 57 of 190 2/16/16 D.Valves shall be installed at 200' intervals or as directed by the City Engineer. The use of pressure reducing valves (PRV) may be required as directed by the City Engineer. E.The Contractor shall be responsible for disinfecting all high lines, connections, and flushing. F.Following disinfection and acceptance of the high line as a potable water system, the Contractor shall maintain continuous service through the high line piping to all consumers normally served both directly and indirectly by the pipeline. G.Upon completion of the work, the Contractor shall remove the high line piping and appurtenances. H.If progress in making repairs to the high line is inadequate, the City Engineer, may order necessary corrective measures. Corrective measures may consist of directing City personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. 3.2 CONNECTION TO EXISTING FACILITIES (WET TAPS AND CUT-IN INSTALLATIONS) The Contractor shall furnish the tapping sleeve or tee, valves and all other materials as called for in the Standard Specifications in accordance with the Approved Materials List. The Contractor shall provide all equipment and labor required for the excavation and installation of the connection including, but not limited to, backfill and pavement replacement. In certain circumstances the Contractor may be required to provide a water truck, high line, and fittings as part of the equipment for making the connections. In addition, the Contractor shall assist the City in alleviating any hardship incurred during a shutdown for connections. Emergency standby equipment or materials may be required of the Contractor by the City Engineer. Wet taps or cut-in tee and valve installations shall be performed as follows: A. Prior to construction, Contractor shall pothole the existing pipe at the location of the proposed connection. The City shall inspect the pothole prior to Contractor's repair of trench. Refer to Section 01000 for protection of existing facilities. Contractor shall record the following information on as-built drawings: 1.Pipe size, outside diameter. 2.Pipe type such as ACP, PVC, Ductile-Iron or Steel. 3.Pipe class and/or pressure rating. 4.Elevation, grade, and alignment. 5.Location of collars, pipe bells, fittings or couplings, if found. Note: Collars, bells, fittings, or couplings shall not be within 18-inches of the outer dimension of the tapping saddle. 6.Potential conflicts with existing utilities. Volume 3 Chapter 6 Page 58 of 190 2/16/16 B. To facilitate the proposed connection and allow for slight adjustments in alignment, the Contractor shall leave a minimum 10' gap between the new pipe installation and the proposed connection point at the existing water main. The Contractor shall leave a gap longer than 10' if conditions warrant, or if directed by the Engineer. C. The new pipeline shall have successfully passed pressure testing in accordance with Section 15044 and disinfection and bacteriological testing in accordance with Section 15041 prior to proceeding with the connection to the existing pipeline. D. After the City Engineer has given approval to proceed with the connection, the Contractor shall schedule with the City for the wet tap or cut-in installation. 1.Shutdowns will be scheduled at the convenience of the City. Shutdowns may be scheduled for nights or weekends if required. 2.The Contractor shall give the City a minimum of 5 working days notice prior to any proposed excavation or shutdown of existing mains or services. Scheduling shall be subject to approval by the City Engineer. 3.The City may postpone or reschedule any shutdown operation if, for any reason, the City Engineer believes that the Contractor is improperly prepared with competent personnel, equipment, or materials to proceed with the connection. 4.If progress in completing the connection within the time specified is inadequate, the Engineer may order necessary corrective measures. Corrective measures may consist of directing City personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. E. Contractor may proceed with excavation only after potholing has been completed, materials have been approved and delivered, and wet tap or cut-in installation has been scheduled with approved Connection Permit. 1.The Contractor shall saw-cut pavement, excavate and provide and install shoring and steel plating, when necessary, one day prior to the wet tap or cut-in installation. 2.The Contractor shall provide lights, barricades and traffic control in accordance with the agency of jurisdiction and as deemed necessary for the excavation by the Engineer. 3.The Contractor shall de-water existing mains in full compliance with NPDES standards where cut-in installations are required and shall be done in the presence of the Engineer and in accordance with Section 15041. Only City personnel are authorized to operate existing valves. The Contractor shall be responsible for any and all damage resulting from unauthorized operation of existing City facilities. 4.The Contractor under the inspection of the City shall perform the following work for wet taps and cut-in installations: Volume 3 Chapter 6 Page 59 of 190 2/16/16 a.Wet taps: Disinfect and install and tapping saddle and tapping valve and perform tapping operations. b.Cut-ins: Cut and remove portions of existing mains, and disinfect and install tees, valves, couplings, and appurtenances required to complete the closure. The Contractor shall discard pipe and appurtenances removed from service in accordance with this Section. 5. After the Contractor has performed tapping or cut-in operations, and the Engineer has given approval to proceed, the Contractor shall complete the installation as shown on the Approved Plans in accordance with the Standard Specifications including, but not limited to: a.Disinfecting and installing the pipe section(s) necessary to make the closure to the new system. b.Installing and setting the valve gate well(s) in accordance with the Standard Drawings. c.Installing ,thrust and anchor blocks in accordance with Section 03000. d.Completing all backfill and compaction of the trench in accordance with Section 02223. e.Repairing or replacing pavement as necessary. 3.3 FLEXIBLE PIPE COUPLINGS Flexible pipe couplings shall be installed in accordance with the manufacturers recommendations and as described below: A.Use plain-end pipe with flexible couplings per AWWA C200. Provide joint harnesses per AVVWA M11 for aboveground applications or where indicated on the Approved Plans. B.Flexible couplings may be used only where indicated on the drawings. C.Clean oil, scale, rust, and dirt from the pipe ends and touch-up the epoxy coating and allow time for curing before installing the coupling. Clean the gaskets before installing. D.Follow the manufacturer's recommendation for installation and bolt torque using a properly calibrated torque wrench. E.Lubricate the bolt threads with graphite prior to installation. 3.4 GROOVED-END OR SHOULDERED COUPLINGS FOR DUCTILE IRON OR STEEL PIPE Volume 3 Chapter 6 Page 60 of 190 2/16/16 Grooved-end or shouldered couplings shall be installed in accordance with the manufacturer's recommendations and as described below: A.Grooved-end or shouldered joint couplings shall be installed per AVVWA C606 and the manufacturer's recommendations. B.Clean loose scale, rust, oil, grease, and dirt from the pipe or fitting groove and touch-up the epoxy coating as necessary, allowing time for curing before installing the coupling. C.Clean the gasket before installation. Apply a lubricant selected from the Approved Materials List to the gasket exterior including lips, pipe ends, and housing interiors. D.Fasten the coupling alternately and evenly until the coupling halves are seated. Follow the manufacturer's recommendation for bolt torque using a properly calibrated torque wrench. 3.5 JOINT RESTRAINT SYSTEM Joint Restraint Systems shall be installed in accordance with the manufacturers recommendations and as described below: A.Length of pipe to be restrained on each side of bends, tees, reducers and other fittings shall be determined by the Private Engineer or manufacturer of the restraint device and approved by the City Engineer. B.Split ring restraint shall be installed on the spigot end of pipe, connected to a back-up ring which seats behind the bell of the adjoining pipe or fitting. C.Restraint devices can be installed prior to lowering pipe into the trench. D.Splined gaskets, also known as joint restraint gaskets, shall be installed in accordance with the manufacturer's recommendations. 3.6 BOLTS AND NUTS A.All bolts and nuts shall be new and unused. B.Bolts and nuts shall be cleaned, if needed, by wire brushing and lubricated prior to assembly. C.Tighten nuts uniformly and progressively. D.Buried bolts and nuts shall be coated with wax tape in accordance with Section 09902 prior to being encased with polyethylene. E.All stainless steel bolts shall be coated with an anti-seize compound selected from the Approved Materials List. F.Bolts and nuts shall not be reused once tightened. Used bolts and nuts shall be discarded and removed from the job. Volume 3 Chapter 6 Page 61 of 190 2/16/16 3.7 POLYETHYLENE ENCASEMENT A.Polyethylene encasement shall completely encase and cover all buried metal surfaces not otherwise protected with a cathodic protection system. All bolted connections shall be coated with wax tape prior to polyethylene encasement. Pipe & Fittings: All ductile-iron pipe and fittings shall be encased with polyethylene sleeves in accordance with Method A described in AWVVA C105, except that tees may be encased with polyethylene wrap in accordance with Method C described in AVVWA C105. Valves: Buried valves shall have only the stem and operating nut exposed and the wrap shall be attached so that valve operation will not disturb the wrapping or break the seal. Refer to the applicable valve specification to determine other coating requirements. B.Polyethylene sleeves shall be secured with polyethylene or vinyl adhesive tape or plastic tie straps at the ends and quarter points along the sleeve in a manner that will hold the sleeve securely in place during backfill. Polyethylene wrap shall be secured with polyethylene or vinyl adhesive tape in a manner that will hold the wrap securely in place during backfill. 3.8 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed as described below in accordance with the Standard Drawings. A.Tape shall be placed at the top of the pipe zone 12" above and centered over the utility intended for identification. Tape used with onsite potable and recycled water irrigation systems shall be installed at 6" above the pipe. B.Tape shall be installed with the printed side up and run continuously along the entire length of the utility intended for identification. Tape shall be installed on the main piping and all appurtenant laterals, including blowoffs, air valve assemblies, fire hydrants, and services. Tape splices shall overlap a minimum of 24" for continuous coverage. C.Tape shall be installed prior to placement of the Trench Zone Backfill. Volume 3 Chapter 6 Page 62 of 190 2/16/16 3.9 GATE WELLS AND VALVE STEM EXTENSIONS Gate wells shall be installed as shown on the Standard Drawings and as described below: A.Gate wells shall be installed as shown on the Standard Drawings and as described below: B.The top exterior portion of the gate well lid and ring shall be coated in accordance with Section 09900. C.Valve Stem Extensions shall be installed when the valve operating nut is more than 5' below grade. Stem extensions shall be of sufficient length to bring the operating nut to a point between 12" and 18" below the gate well lid. Valve stem extensions shall be installed in accordance with the Standard Drawings. 3.10 METER BOX INSTALLATION Meter boxes shall be installed at the elevations and locations shown on the Approved Plans and in accordance with the Standard Drawings. Near the completion of the project, a final meter box adjustment to finish grade may be required. Water meters shall not be installed until final adjustments are made to the meter box and approved by the City. 3.11 ABANDONMENT OR REMOVAL FROM SERVICE OF EXISTING FACILITIES Before excavating for new mains that are to replace existing pipes or services, the Contractor shall make provisions for the continuation and maintenance of service to customers as directed by the City Engineer. Abandonment or removal from service of existing mains, appurtenances or water services shown on the Approved Plans or as called for by the City Engineer shall be as directed by the City Engineer. Abandonment or removal from service of existing mains, appurtenances or water services shown on the Approved Plans or as called for by the City Engineer shall be as indicated below and in accordance with the Standard Drawings: A. Abandonment in place: 1.Existing pipe 4" and smaller shall have a short section of pipe removed and pipe ends encased in concrete. 2.Existing pipe 6" through 14" shall be cut and plugged with concrete or shall be pressure-grouted at intervals of 200' as recommended by the Engineer. 3.Existing pipe 16" and larger shall be entirely filled by pressure-grouting or by blown sand as determined by the Engineer. 4.Existing pipe ends shall be filled with concrete. 5.All valves shall be removed with remaining pipe or fittings permanently sealed with blind flange or concrete plug. Volume 3 Chapter 6 Page 63 of 190 2/16/16 6.Gate wells shall be cut 24" below grade and filled with 1-2 slurry sack concrete or removed and replaced with compacted backfill. 7.Water service corporation stops shall be closed. Meter boxes and curb stops shall be removed. Service laterals shall be cut back a minimum of 24-inches below the finish grade. 8.Water services to be abandoned that are connected to pipelines that will remain in service shall be abandoned in-place. B. Removal by excavation: 1.Existing pipe and appurtenances shall be removed from the ground as indicated on the Approved Plans or as directed by the City Engineer. 2.Contractor shall provide measures that allow for the removal of existing sewer mains and appurtenances with no leakage of raw sewage. Transportation of sewer mains and appurtenances removed from service shall be in waterproof trucks to prevent raw sewage from leaking on public streets. 3.Removal of asbestos-cement pipe (ACP) and sewer mains and appurtenances shall be in accordance with all applicable State and Federal requirements. Legal disposal is the responsibility of the Contractor. Obtain approval from the agency having disposal jurisdiction with respect to disposal sites. 4.Backfill, compaction, and surface repair of all excavations for removal of pipe and appurtenances shall be made in accordance with the Approved Plans, Section 02223 of the Standard Specifications, and the Standard Drawings. 3.12 SALVAGE When the Contractor is required to remove existing pipe and appurtenances, or portions thereof, from the ground, such material may, at the discretion of the Engineer, be considered salvage. All materials identified as salvage are considered property of the City. A.The Contractor shall remove and temporarily stockpile all materials identified as salvage in a safe location that will not disrupt traffic or shall deliver salvage to the City's Field Operations Yard as directed by the City Engineer. B.The Contractor shall legally dispose of all other materials in an appropriate manner. Disposal is the responsibility of the Contractor. Obtain concurrence from the agency having disposal jurisdiction with respect to disposal sites and transportation methods. 3.13 RECONNECTIONS Volume 3 Chapter 6 Page 64 of 190 2/16/16 A.The Contractor may encounter unused service laterals or appurtenant piping connected to an existing pipeline being replaced. Laterals and appurtenance piping that will not be connected to the new pipeline shall be abandoned as described in section 3.11. B.Existing service laterals or appurtenances to be connected to new pipelines shall be installed as shown on the Approved Plans or as directed by the City Engineer in accordance with the Standard Drawings. END OF SECTION Volume 3 Chapter 6 Page 65 of 190 2/16/16 Volume 3 Chapter 6 Page 66 of 190 2/16/16 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. Volume 3 Chapter 6 Page 67 of 190 2/16/16 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. Volume 3 Chapter 6 Page 68 of 190 2/16/16 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. Volume 3 Chapter 6 Page 69 of 190 2/16/16 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/I. 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. Volume 3 Chapter 6 Page 70 of 190 2/16/16 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/I Average Daily Maximum - 0.008 mg/I Instantaneous Maximum - 0.02 mg/I The various methods of dechlorination available can remove residual chlorine to concentrations below standard analytical methods of detection, 0.02 mg/I, which will assure compliance with the effluent limit. The Developer will perform all necessary tests, keeping and providing records to the Engineer to ensure that the total residual chlorine effluent limitations listed above are met. 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. Volume 3 Chapter 6 Page 71 of 190 2/16/16 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 (H PC): 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 AWVVA 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 AVVWA C651 may be required at the discretion of the City Engineer. END OF SECTION Volume 3 Chapter 6 Page 72 of 190 2/16/16 SECTION 15043 TESTING OF GRAVITY SEWER PIPELINES PART 1 - GENERAL 1.1 DESCRIPTION A.The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work as indicated on the Drawings and specified herein. B.This Section covers the performance of all pipeline flushing and testing, complete, for sanitary sewer system piping as specified herein and in accordance with the requirements of the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Polyvinyl Chloride (PVC) Gravity Sewer Pipe: 15063 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. 1.4 CONTRACTOR SUBMITTALS A.Submittals shall be made in accordance with the GENERAL PROVISIONS. B.The CONTRACTOR shall submit in writing all proposed plans for testing, and for water conveyance, control and disposal. The CONTRACTOR shall also submit written notice 48 hours in advance of the proposed testing schedule for review and concurrence of the ENGINEER. 1.5 QUALITY ASSURANCE (NOT USED) PART 2 — PRODUCTS 2.1 GENERAL A. Temporary valves, plugs, bulkheads, and other air pressure testing and water control equipment and materials shall be provided by the CONTRACTOR subject to the ENG1NEER's review. No materials shall be used which will be injurious to pipeline structure and future function. Air test gages shall be laboratory-calibrated annually. At the discretion of the City Engineer, gages shall be recalibrated by a certified laboratory at the CONTRACTOR's expense prior to the leakage test. Volume 3 Chapter 6 Page 73 of 190 2/16/16 PART 3 — EXECUTION 3.1 GENERAL A.Unless otherwise specified, water for testing will be furnished by the CONTRACTOR; and, the CONTRACTOR shall make all necessary provisions for conveying the water from the AGENCY-designated source to the points of use. B.Release of water from pipelines, after testing has been completed, shall be performed as directed by the ENGINEER. C.All testing operations shall be performed in the presence of the INSPECTOR. 3.2 SEWER PIPE CLEANING A.All sewer pipe shall be thoroughly flushed with clean water, from access-hole to access- hole with an appropriately sized inflatable ball. B.All construction debris and water shall be removed from each access-hole prior to removal of expandable plugs. C.Water used in flushing the new sewer mains and laterals shall not be discharged into the existing sewer system. 3.3 TESTING OF PIPELINE A.General: All gravity sewer pipes and service laterals shall be tested for exfiltration and/or infiltration and deflection, as specified. Sewer pipelines shall be backfilled prior to testing. All leakage tests of sanitary sewer systems shall be in conformance with SSPWC Section 306-1.4.1. B.Water Exfiltration Test shall be in conformance with SSPWC Section 306-1.4.2. C.Water Infiltration Test shall be in conformance with SSPWC Section 306-1.4.3. Unless otherwise specified, infiltration will be measured by the CONTRACTOR using measuring devices approved by the ENGINEER. D.Air Pressure Test shall be in conformance with SSPWC Section 306-1.4.4. E.At the CONTRACTOR's option, joints may be air tested individually, joint by joint, with the use of specialized equipment. The CONTRACTOR shall submit its joint testing procedure for the ENGINEER's review and approval prior to testing. Prior to each test, the pipe at the joint shall be wetted with water. The maximum test pressure shall be 3.0 psi. The minimum allowable pressure drop shall be 1.0 psi over a 30-second test period. F.Water Pressure Test shall be in conformance with SSPWC Section 306-1.4.5. Volume 3 Chapter 6 Page 74 of 190 2/16/16 G. Deflection Test: All flexible and semi-rigid main line pipe shall be tested in accordance with SSPWC Sections 306-1.2.12 and 306-1.2.13 for deflection, joint displacement, or any other obstruction by passing a rigid mandrel through the pipe by hand, not less than 30 days after completion of the trench bacicfill, but prior to permanent resurfacing. The mandrel shall be a full circle, solid cylinder, or a rigid, non-adjustable, odd-numbered leg (9 leg minimum) steel cylinder, accepted by the ENGINEER as to design and manufacture. The circular cross section of the mandrel shall have a diameter of at least 95 percent of the specified average inside diameter of the pipe and the minimum length of the circular portion of the mandrel shall be equal to the nominal diameter of the pipe. Obstructions encountered by the mandrel shall be corrected by the CONTRACTOR. 3.4 CLOSED CIRCUIT TELEVISION INSPECTION A.A closed circuit television inspection shall ne conducted of new sewer lines after sewer pipe cleaning and mandrel testing. B.Closed circuit television inspections shall be performed in accordance with the SSPWC, 500-1.1.5. Video documentation shall be provided in digital format (DVD). C.All defects and evidence of reverse slope by ponding of water or dips in pipe alignment revealed by the closed circuit television inspection shall be repaired to the satisfaction of the City Engineer at the Contractor's expense. END OF SECTION Volume 3 Chapter 6 Page 75 of 190 2/16/16 Volume 3 Chapter 6 Page 76 of 190 2/16/16 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. A City Connection Permit authorizing connection to the existing system shall 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. Volume 3 Chapter 6 Page 77 of 190 2/16/16 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. 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. 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 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. Volume 3 Chapter 6 Page 78 of 190 2/16/16 H.Testing shall be made before connecting the new line with the existing City pipes and mains. The pipeline should be filled at a rate such that the velocity of flow is less than 1 fps. J. Maximum length of pipe to be included in any one (1) test shall not exceed 2,500 linear feet or vertical elevation difference of 58 feet. 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. 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. Volume 3 Chapter 6 Page 79 of 190 2/16/16 H. Repair and retest any pipes showing leakage rates greater than that allowed in the above criteria. 3.3 TEST PRESSURE Pipe sizes in excess of 16" diameter shall be tested at a pressure based on test pressure as shown on the drawings. If no test pressure is shown, the pipeline at the low point in test section shall be pumped to a hydrostatic test pressure of 125 percent of the operating pressure or pipe class, whichever is the greater. 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. 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. 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 Volume 3 Chapter 6 Page 80 of 190 2/16/16 SECTION 15056 DUCTILE-IRON PIPE AND FITTINGS PART 1 GENERAL 1.1 DESCRIPTION This section includes materials and installation of ductile-iron pipe and fittings for potable water systems. 1.2 REFERENCE 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. ANSI B16.42 ASTM A536 AWWA 0104 AWWA C105 AWWA C111 AWWA C600 Ductile iron pipe flanges and flanged fittings, classes 150 and 300. Specification for ductile iron castings. Cement mortar lining for ductile iron pipe and fittings for water Polyethylene encasement for ductile iron pipe systems Rubber-gasket joints for ductile iron pipe Installation of ductile iron water mains and their appurtenances 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15044, 15061, 15064, 15108, and 15112 1.4 SERVICE APPLICATION Ductile-iron pipe shall be used only in specific areas, locations, and uses allowed by the City. 1.5 DESIGN REQUIREMENTS A. General: 1.Ductile-iron pipe and fittings shall be manufactured per AWWA C110, C111, C115, C150, C151, and C153. Gray-iron and cast-iron fittings or flanges shall not be used. 2.Ductile-iron fittings manufactured per AWWA C153 shall be installed on mains 12" and smaller only. 3.Joints for ductile-iron pipe and fittings shall be mechanical, flanged, or push-on in accordance with AVVWA C110, C111, and C153. 4.Except as amended herein, or otherwise shown on the Approved Plans, joints for ductile-iron pipe and ductile-iron fittings shall have a pressure rating equal to or greater than the adjacent piping. Volume 3 Chapter 6 Page 81 of 190 2/16/16 5.Joints in buried piping may be of the push-on, flanged or mechanical-joint type per AWWA C111 except where particularly specified on the Approved Drawings. 6.Joints that are aboveground, within structures, or submerged shall be flanged unless otherwise shown on the Approved Plans. B.Unless otherwise specified, ductile-iron flanges shall be in accordance with AVVWA C115, rated at a working pressure of 1,724 KPa (250 psi). Where required in order to connect to the flanges of 1,724 KPa (250 psi) butterfly valves, or as otherwise shown on the approved plans, ductile-iron flanges shall be compatible with AVVWA C207, Class "F". Maximum working pressure of flanges shall be as specified in AWVVA or ASME/ANSI. Flanges shall be integrally cast per AVVWA 0110 or shop-threaded per AVWVA 0115. Flanges shall be solid. Hollow-back flanges are not permitted. Gray-iron or cast-iron flanges are not permitted. Threading of flanges in the field is not permitted. Where threaded flanges are used, the pipe or spool piece to which they are connected will be hydrostatically tested in the presence of the Engineer prior to installation. The pipe section or spool piece shall be hydrostatically tested for 15 minutes at the pressure rating of the flanges. No leaks shall be permitted. C.Plain ends shall conform to the requirement of AVWVA 0151 and to the dimensions included within AVVWA C110 to accept a mechanical joint, push-on joint, flanged coupling adaptor, flexible coupling, or grooved coupling. Refer to Section 15000 for coupling descriptions. D.The exterior surfaces of all pipe and fittings shall be factory coated with a minimum one-(1) mil thick petroleum asphaltic material per AWWA C110 and 0151. E.All pipe and fittings shall be cement-mortar lined in accordance with AWVVA C104, using the double thickness requirements indicated in said standard. Type II or Type V Portland cement per ASTM C 150 shall be used. 1.6 QUALITY ASSURANCE A.The manufacturer of each shipment of pipe shall be required to supply a statement certifying that each lot or load of pipe and fittings has been subjected to and met the tests specified for ductile-iron pipe and fittings per AVVWA 0110, C111, 0115, C150, C151, and 0153, as applicable. B.All pipe shall have a home mark on the spigot end to indicate proper penetration when the joint is made. C.Ductile-iron pipe shall bear indelible identification markings as required by AVWVA 0151. Volume 3 Chapter 6 Page 82 of 190 2/16/16 1.7 SUBMITTALS The following items shall be submitted and reviewed by the City prior to shipping of ductile-iron pipe and fittings: A.An affidavit of compliance with AWWA C104, C110, C111, C115, 0150, C151, C153, and the requirements of this specification. B.Typical joint details. C.Typical details and description of lining and coating. D.Calculations supporting selected wall thickness. E.Calculations demonstrating that each proposed restrained joint arrangement can resist the applied forces. F.Cathodic protection materials. 1.8 DELIVERY, STORAGE, AND HANDLING Delivery, storage, and handling of ductile-iron pipe and fittings shall follow the recommendations of AVVVVA C600 and as specified herein: A.Handling of pipe shall be performed with lifts, cranes, or other suitable equipment and devices. Slings, hooks, or pipe tongs shall be padded and used in such a manner as to prevent damage to the pipe, linings, and coatings. The pipes shall not be dropped or dragged. B.During transport, the pipe shall be supported and secured against movement using padded devices in such a manner to prevent damage. C.Stored pipe shall be protected from damage and kept free from dirt and foreign materials by closing the ends of the pipe. Other pipeline materials shall be protected by appropriate packaging or wrapping. Gaskets shall be stored in a cool location out of direct sunlight. Bolts, nuts, and washers shall be handled and stored in a dry location in a manner that will ensure proper use with respect to types and sizes. D.Pipe laid out for installation shall be placed on earth berms or timber cradles adjacent to the trench in the numerical order of installation. E.Maintain plastic end caps on all pipe and fittings in good condition until the pipe is ready to be installed in the trench. Periodically open the plastic end caps and spray clean potable water inside the pipe for moisture control. F.Under no circumstances shall ropes or other devices be attached through the fitting's interior for handling. Volume 3 Chapter 6 Page 83 of 190 2/16/16 1.9 RECYCLED WATER IDENTIFICATION Ductile-iron pipe and fittings for recycled water shall be identified with purple-colored coating, purple polyethylene sleeves, identification labels or signs in accordance with Section 15000. 1.10 CORROSION PROTECTION Polyethylene encasement shall be installed on all buried ductile-iron pipe and fittings in accordance with Section 15000. Additionally, all buried ductile iron fittings with bolted connections (flanges, mechanical joints, etc) shall be coated with wax tape in accordance with Section 09902. 1.11 WARNING/IDENTIFICATION TAPE Warning/Identification tape shall be installed for ductile-iron pipe and fittings in accordance with Section 15000. PART 2 MATERIALS 2.1 DUCTILE-IRON Ductile-iron pipe and appurtenant components and materials shall be selected from the Approved Materials List in accord with the Standard Drawings. 2.2 GASKETS A.Mechanical joint rubber gasket configuration •and materials shall comply with AWWA C111, and according to the applicable joint type and pressure rating of the piping system. B.Flange gaskets shall be 1/8" thick acrylic or aramid fibers bound with nitrile for all sizes of pipe. Gaskets shall be full-face type with pre-punched holes. Ring gaskets extending to the inner edge of the bolt circumference may be used only upon approval of the City Engineer. C.Push-on joint rubber gaskets shall be per AWVVA C111. D.If organic solvents or petroleum products are encountered during the course of the work, alternate gasket materials or joint treatment may be required by the Engineer. 2.3 BOLTS AND NUTS FOR FLANGES Bolts and nuts shall be in accordance with Section 15000 and shall be selected from the Approved Materials List. 2.4 WAX TAPE COATING Wax Tape shall be provided in accordance with Section 09902 and the Approved Materials List. Volume 3 Chapter 6 Page 84 of 190 2/16/16 2.5 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be provided in accordance with Section 15000 and selected from the Approved Materials List. 2.6 WARNING/IDENTIFICATION TAPE Warning/Identification tape materials shall be in accordance with Section 15000 and selected from the Approved Materials List. PART 3 EXECUTION 3.1 GENERAL At all times when the work of installing pipe is not in progress, including worker break times, ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water to enter the pipe. Do not place tools, clothing, or other materials in the pipe. The Contractor shall maintain the interior of the pipe in a sanitary condition free from foreign materials. 3.2 TRENCHING, BACKFILLING AND COMPACTING Trenching, backfilling and compacting shall be performed in accordance with Section 02223. 3.3 DEWATERING The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and dispose of all water from any source entering trench excavations or other parts of the work. Any damage caused by flooding of the trench shall be the Contractor's responsibility. Dewatering shall be performed by methods that will maintain a dry excavation, preservation of the final lines and grades and protection of all utilities. If flooding of the trench does occur, the Contractor shall immediately dewater and restore the trench. Damaged or altered pipeline appurtenances or trench materials shall be repaired or replaced as directed by the Engineer. 3.4 PIPE INSTALLATION When the work requires and the size of the pipe allows entry of personnel into the pipe, the Contractor shall comply with all Federal and State regulations for confined space entry. Work inside pipelines shall not be undertaken until all the tests and safety provisions of the Code of Federal Regulations 1910.146, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5159 for confined space entry have been performed and the area is verified as safe to enter. Volume 3 Chapter 6 Page 85 of 190 2/16/16 The Contractor shall furnish and install all pipe, specials, fittings, closure pieces, valves, supports, bolts, nuts, gaskets, jointing materials, and all other appurtenances as shown on the Approved Plans and as required to provide a complete and workable installation. Install pipe in the trench as follows: A. Inspect each pipe and fitting before lowering the pipe or fitting into the trench. Inspect the interior and exterior protective coatings. Patch damaged areas in the field with material recommended by the protective coating manufacturer. Thoroughly clean the ends of the pipe. Remove foreign matter and dirt from inside of the pipe and keep pipe clean during and after installation. B. Install pipe according to the manufacturer's approved order of installation. Install pipes uphill if the grade exceeds 10%. Lower the pipe onto the bedding at the proper lines and grades. C. The manufacturer's printed installation guide outlining the radius of curvature that can be negotiated with pipe sections of various lengths shall be followed, except they shall not exceed the deflections allowed in AWWA C600 according to joint type. Combined deflections at rubber gasket or flexible coupling joints shall not exceed that recommended by the manufacturer. D. The pipe shall have firm bearing along its full length, and bell holes shall be provided at each joint to permit visual inspection of the joint and prevent the pipe from being supported by the bell end or coupling. E. Pipe Assembly: 1.Push-On Type: Assemble the pipe joint using a lubricant selected from the Approved Materials List. Insert the spigot end into the bell or coupling to the proper insertion mark. Check that the elastomeric ring has not left the groove during assembly by passing a feeler gauge around the completed joint. Drive spigot ends of the pipe into bell ends in accordance with the manufacturer's recommendations. Stabbing shall not be permitted. 2.Mechanical Joint Type: Assembly of mechanical joint fittings shall be in accordance with the manufacturer's recommendations regarding installation. F. During installation operations, do not place tools, clothing, or other materials in the pipe. G. When pipe installation is not in progress, including worker break times, ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water, animals, or foreign material to enter the pipe. 3.6 CORROSION PROTECTION Polyethylene encasement shall be installed on all buried ductile-iron pipe and fittings in accordance with Section 15000. Additionally, all buried ductile iron fittings with bolted connections (flanges, mechanical joints, etc) shall be coated with wax tape in accordance with Section 09902. Volume 3 Chapter 6 Page 86 of 190 2/16/16 3.6 FLANGED PIPE AND FITTINGS Flanged connections shall be installed where indicated on the Approved Drawings. A.Bolt holes shall straddle the horizontal and vertical centerlines. B.The bolts, nuts and flange faces shall be thoroughly cleaned by wire brush prior to assembly. C.Bolts and nuts shall be lubricated with a City-approved anti-seize compound. D.Nuts shall be tightened in an alternating "star" pattern to the manufacturer's recommended torque. E.Coat the exterior of exposed flanges, bolts and nuts located aboveground or within vaults in accordance with Section 09910. 3.7 MECHANICAL JOINT CONNECTIONS A.Install mechanical joint connections per AWVVA 0600 and the manufacturer's recommendations. B.Prior to installation of the mechanical joint, clean the socket and plain end of the pipe. Lubricate both the gasket and plain end of the pipe with an approved lubricant per AVVWA C111 immediately prior to slipping the gasket onto the plain end of the pipe. C.Tighten the bolts to the normal range of bolt torque per the manufacturer's recommendations and AVWVA C600k, Table 3, as follows: Pipe Diameter Bolt Size Range of Torque 3" 5/8" 61-81 N-M (45-60 ft.-lb.) 4-24" 3/4" 102-122 N-M (75-90 ft.-lb.) 30-36" 21" 136-163 N-M (100-120 ft.-lb.) 3.8 CROSSES A.Each flanged ductile-iron cross shall be installed with flanged ductile-iron pipe spools between the cross and the valves. The spools are included to position the valves a sufficient distance from the cross to allow installation of the thrust blocks without conflicting with the valve actuators. B.The spools shall be 18" long for pipe sizes 8" through 12", and 24" long for pipe sizes 16" and larger. C.The spools shall be equal in class to the adjacent pipe. 3.9 JOINT BONDING AND CATHODIC PROTECTION Bonding of joints to provide continuity, flange insulation kits, internal epoxy linings, and other cathodic protection items and materials shall be installed where shown on the Approved Plans in accordance with the Standard Drawings and Section 16640. 3.10 COUPLINGS FOR DUCTILE-IRON PIPE Volume 3 Chapter 6 Page 87 of 190 2/16/16 Mechanical type flexible joints shall be installed where shown on the Approved Drawings. Grooved couplings shall be used in vaults and above ground. Flexible couplings may be used, where indicated on the drawings, below ground, but may also be used above ground with restrained joints. Flanged coupling adapters shall be used for buried pipelines, where allowed by the City. A.Grooved joint couplings shall be installed per AVVVVA C606 and as indicated in Section 15000. B.Flanged coupling adapters, where allowed by the City, shall be installed per the manufacturer's recommendations. C.Flexible couplings shall be installed per Section 15000 and the manufacturer's recommendations. D.All couplings for ductile-iron pipe shall be shop-coated in accordance with Section 15000. 3.11 CONCRETE Concrete thrust and anchor blocks shall be installed in accordance with Section 03000 and the Standards Drawings. 3.12 WARNING/IDENTIFICATION TAPE Warning/Identification tape shall be installed in accordance with Section 15000 and the Standard Drawings. 3.13 DISINFECTION AND BACTERIOLOGICAL TESTING Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. 3.14 HYDROSTATIC TESTING Field hydrostatic testing shall be performed in accordance with Section 15044. END OF SECTION Volume 3 Chapter 6 Page 88 of 190 2/16/16 SECTION 15057 COPPER TUBING, BRASS AND BRONZE PIPE FITTINGS PART 1 GENERAL 1.1 DESCRIPTION This section includes materials and installation of copper tubing, brass and bronze pipe fittings and appurtenances. 1.2 REFERENCE 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. ANSI B1.20.1 Pipe treads, general purpose ANSI B16.18 Case copper alloy solder joint pressure fittings 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15041, 15044, 15056, 15061 and 15064 1.4 SERVICE LATERAL WET TAP CONNECTIONS Contractor shall perform all wet tap connections to existing pipelines in accordance with Section 15000. 1.5 RECYCLED WATER IDENTIFICATION Copper Tubing, Brass, and Bronze Pipe Fittings for recycled water shall be identified with purple color coating, purple polyethylene sleeve, identification labels or signs in accordance with Section 15000. 1.6 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be used for all copper tubing, except that which is bored or jacked, in accordance with Section 15000. PART 2 MATERIALS 2.1 COPPER TUBING Copper tubing shall conform to the requirements of ASTM B 88 Type K or ASTM B 88 M (Metric) Type A seamless copper water tube. Copper tubing up to 1" diameter shall be soft; 2" may be soft or rigid. Components shall be selected from the Approved Materials List in accordance with the Standard Drawings. Volume 3 Chapter 6 Page 89 of 190 2/16/16 2.2 BRASS PIPE, NIPPLES, AND FITTINGS Threaded nipples, brass pipe and fittings shall conform to ASTM B 43, regular wall thickness. Threads shall conform to ANSI B1.20.1. Fittings shall be flared or silver soldered pr CMWD Standard Drawings W3 and W4. 2.3 BRONZE APPURTENANCES A.Corporation stops, curb stops, meter and angle meter stops, meter flange adapters, and bronze-bodied service saddles shall be selected from the Approved Materials List in accordance with the Standard Drawings. B.Fittings shall be flared type or silver soldered. C.All items specified herein shall be manufactured of bronze conforming to ASTM B 62. D.Service saddles shall be the double strap type. Service saddles shall be used on all service and appurtenance connections on PVC piping. For piping materials other than PVC, service and appurtenance connections shall be performed in accordance with the Approved Drawings. 2.4 BOLTS AND NUTS FOR FLANGES Bolts and nuts shall be in accordance with Section 15000 and the Approved Materials List. 2.5 WARNING/IDENTIFICATION TAPE Warning/Identification Tape materials shall be in accordance with Section 15000 and shall be selected from the Approved Materials List. PART 3 EXECUTION 3.1 COPPER TUBING AND FITTINGS A.Trenching, bedding, backfilling and compacting shall be performed in accordance with CMWD Standard Drawings. Provide a minimum cover of 30" below finished street grade. B.Cut tubing true and square and remove burrs. C.Bends in soft copper tubing shall be long sweep. Shape bends with shaping tools. Form bends without flattening, buckling, or thinning the tubing wall at any point. D.Assemble copper tubing and fittings per the manufacturer's recommendation in accordance with the Standard Drawings. E.Install warning/identification tape in accordance with Section 15000 and the Standard Drawings. Volume 3 Chapter 6 Page 90 of 190 2/16/16 F.All fittings shall be soldered or flared as shown on the Approved Plans and Standard Drawings. 3.2 SERVICE SADDLES A.Service saddles shall be located a minimum of 24" from any pipe joint or fittings. B.Service saddles for connections shall be located a minimum of 24" from other saddles. Additionally, multiple service saddles for connections that are installed on the same side of a single pipe length shall be alternately staggered between 10o and 300 to prevent a weak plane in the pipe. C.The surface of the pipe shall be clean and all loose material shall be removed to provide a hard, clean surface. D.The service saddle shall be tightened in accordance with the manufacturer's recommendations to ensure a tight seal, using care to prevent damage or distortion of the service saddle or corporation stop due to over-tightening. E.The tap into the pipe shall be made in accordance with the pipe manufacturer's recommendation. Tapping tools and shell cutters with internal teeth or double slots that will retain the coupon shall be used. 3.3 DISINFECTION AND BACTERIOLOGICAL TESTING Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. 3.4 HYDROSTATIC TESTING Field hydrostatic testing shall be performed in accordance with Section 15044. END OF SECTION Volume 3 Chapter 6 Page 91 of 190 2/16/16 Volume 3 Chapter 6 Page 92 of 190 2/16/16 SECTION 16061 CEMENT-MORTAR LINED AND COATED STEEL PIPE AND SPECIALS PART 1 GENERAL 1.1 DESCRIPTION This section includes materials, design, fabrication, and installation of cement-mortar lined and coated steel pipe and specials. 1.2 REFERENCE 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. AWWA C200 Steel Water Pipe 6-inches and Larger AWWA C205 Cement-Mortar Protective Lining and Coating AVVVVA C206 Field Welding of Steel Water Pipe AWWA C207 Steel Pipe Flanges AWWA C208 Dimensions for Fabricated Fittings AWVVA C209 Cold Applied Tape Coating for the Exterior of Special Sections, Connection and Fittings for Steel Water Pipelines AWWA C210 Coal-tar Epoxy Coating System for Interior and Exterior of Steel Water Pipelines AWWA C213 Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines AWS Standard Qualification Procedure for Manual Welding Operators ASME Boiler and Pressure Vessel Code AWWA C214 Tape Coatings Systems for the Exterior of Steel Water Pipeline 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15041, 15044, 15074, 15100, 15102, 15108, and 15112. 1.4 SERVICE APPLICATION Cement-mortar lined and coated steel pipe and specials shall be used only for specific purposes as shown on the Approved Plans. Generally, cement-mortar lined and coated steel pipe shall be used for transmission mains 24" or larger, but may be used for lines as small as 14" with the approval of the Engineer. 1.6 SPECIALS A special is defined as any piece of pipe other than a normal full length of straight pipe. This includes, but is not limited to, elbows, short pieces, reducers, tees, crosses, spools, sections with outlets, beveled sections and access holes. 1.6 SUBMITTALS Volume 3 Chapter 6 Page 93 of 190 2/16/16 The Contractor shall furnish submittals in accordance with Section 2-5.3, Submittals Shop Drawing. Submittals are required for the following: A.Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts of, but not limited to, the following: Shop Drawings Fabrication Details Layout Schedule Dimensional Checks Manufacturer's tests Protective Coatings Mill Reports or Plant Test Reports Welding Rods for Field Welding Shop Drawings shall be submitted and approved prior to manufacture of pipe. The layout schedule shall indicate the order of installation, the length and location of each pipe section and special, the station and elevation of the pipe invert at all changes in grade, and all data on curves and bends for both horizontal and vertical alignment. B.Submit data used by the Contractor in manufacture and quality control. C.Test reports showing the physical properties of the rubber used in the gaskets shall be submitted. t7 PAYMENT A.Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto. B.Payment by the linear foot shall be for each diameter and for each pipe strength designation measured horizontally over the pipe centerline. 1.8 QUALITY ASSURANCE A.Cement-mortar lined and coated steep pipe shall be inspected at the supplier's manufacturing plant by the City Engineer. Developer shall be responsible for City Engineer's expenses, including travel, time, meals and overnight accommodations. Overnight accommodations and air travel may be required, at the discretion of the Engineer, if the manufacturing plant is more than 100 miles from the City Engineer's office. B.In addition to the shop hydrostatic testing performed on pipe cylinders required per AVVWA C200, all welds of specials and attachments (i.e., joint rings and nozzles) shall be tested by a dye-penetrant process. Certification of such testing shall be submitted to the City. C.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 present a copy of their certification to the City prior to performing any field welding. Certifications shall be dated within three (3) years of the job to be performed. D.Plainly mark each length of straight pipe and each special at the bell end to identify the proper location of the pipe item by reference to the layout schedule. Volume 3 Chapter 6 Page 94 of 190 2/16/16 E. The top of all pipe and specials shall be clearly identified by marking the top with "T.O.P." for easy identification in the field. 1.9 DELIVERY, STORAGE, AND HANDLING Delivery, storage, and handling of the pipe and specials shall be as follows: A.Pipe and fittings shall be carefully handled and shall be protected against damage to linings and coatings due to impact shocks. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the site or elsewhere. Pipe shall be handled and stored per these requirements and in accordance with the Manufacturer's recommendations. B.Temporary internal bracing shall be installed in all pipe 24" and larger prior to shipment to the job site. Temporary internal bracing shall be 4" x 4" wooden struts installed in both the horizontal and vertical directions. Each set of struts shall be nailed together as a unit. Wooden wedges may be used to maintain the proper tight fit of the internal bracing. The bracing shall be located 12" in from each end of the pipe section for all pipe, and additionally at the mid-point for piping 30" and larger. Maintain internal bracing as specified under Pipe Installation. C.Transport pipe to the job site on padded bunks with nylon tie-down straps or padded bonding to protect the pipe. D.Pipes and specials shall only be handled with appropriate spreader bars and wide nylon slings. Chains or wire rope slings shall not be used. Under no circumstances shall pipe or specials be pushed or dragged along the ground. All pipe sections over 20' in length shall be lifted at the quarter points from each end. E.Store pipe on earth berms or timber cradles adjacent to the trench in the numerical order of installation. Place the supports at about one-quarter point from the pipe ends. F.Maintain plastic end caps on all pipe and specials in good condition until the pipe is ready to be installed in the trench. Periodically open the plastic end caps and spray potable water inside the pipe for moisture control. Volume 3 Chapter 6 Page 95 of 190 2/16/16 PART 2 MATERIALS 2.1 PIPE DESIGN REQUIREMENTS Pipe manufacturing shall be the product of one company in the business of designing and manufacturing cement-mortar lined, tape wrapped and mortar coated steel pipe. The pipe shall consist of the following components: A welded steel cylinder with joints formed integrally with the steel cylinder or with steel joint rings welded to the ends; A centrifugally-cast cement-mortar lining; A self-centering bell and spigot joint with a circular preformed elastomeric gasket, so designed that the joint will be watertight under all conditions of service; Tape wrapping of the cylinder over a dielectric coating; A dense, concentric, steel reinforced exterior cement-mortar coating. The Plans indicate the elevations and alignment of the pipeline, the nominal inside diameter of the lined pipe, and the minimum steel cylinder thickness or design pressure (adjusted to satisfy transient conditions). Design soil cover shall be as stated on the Plans or Specifications or, if none is stated, the amount of cover shall be scaled from the Plans. Minimum thickness of the steel cylinder shall be as shown on the Plans or, if not shown on the Plans, as determined by the following formula, except that steel thickness shall not be less than 10 gauge (0.1345-inch). t = Pd Where P = Design pressure, in psi plus 50 psi minimum 2S S = Steel stress at design pressure, i.e., 16,500 psi t = Steel cylinder thickness, in inches d = OD of steel cylinder, in inches 2.2 STEEL CYLINDERS Materials used in fabricating steel cylinders shall be hot rolled carbon steel sheets conforming to the requirements of ASTM A53, Grade B, ASTM A570 Grade 36 or Grade 33, or steel plates conforming to the requirements of ASTM A36. The method of testing shall conform to the requirements of ASTM A570. Full penetration welds will be required. Welds may be straight or spiral seam. The circumferential stress in the steel shall not exceed 16,500 psi at the design pressure. Remove the exterior weld bead along the entire exterior surface of the pipe. The exterior weld bead shall be flush with the exterior surface of the pipe with a tolerance of plus 1/32- inch. 2.3 CEMENT Cement for mortar lining and coating shall be Portland Cement Type II and conform to ASTM C150, unless otherwise specified. Admixtures containing chlorides shall not be used. 2.4 STEEL BAR OR WIRE REINFORCEMENT Volume 3 Chapter 6 Page 96 of 190 2/16/16 Circumferential steel bar or wire reinforcement shall conform to ASTM A615, Grade 40, "Specifications for Billet-Steel Bars for Concrete Reinforcement". Wire fabric reinforcing for cement-mortar coatings and linings of fittings shall conform to ASTM A185, "Specifications for Welded Steel Wire Fabric," or ASTM A497, "Specifications for Welded Deformed Steel Wire Fabric." Spiral-wire reinforcement for cement-mortar coatings shall conform to ASTM A82. 2.5 STEEL FOR JOINT RINGS Steel for bell rings shall conform to ASTM A575, "Specification for Merchant Quality Hot Rolled Carbon Steel Bars." Steel for spigot rings shall conform to ASTM A576, "Specification for Special Quality Hot-Rolled Carbon Steel Bars." 2.6 DIMENSIONS The steel pipe sizes shown on the Plans or otherwise referred to shall be the nominal inside diameter. Unless otherwise specified, the nominal diameter shown on the Plans shall be considered to be the inside diameter after lining. 2.7 MANUFACTURER'S TESTS Each steel cylinder with joint rings attached and cylinders for specials shall be hydrostatically tested to a circumferential stress of at least 22,000 psi, but not more than 25,000 psi. If leaks develop during testing, the cylinder shall be repaired by welding and retested until all leaks are eliminated. The seams in short radius bends and special fittings shall be tested by the air-soap method using air at a pressure of 5 psi or by the dye-check method. However, if the fitting is fabricated from cylinders which have been previously hydrostatically tested, no further test will be required on seams so tested. Hydrostatic testing of fittings to 150% of the design pressure may replace the tests described above. Any defects revealed by any of the alternate test methods shall be repaired by welding and the fitting retested until all defects have been eliminated. 2.8 FABRICATION DETAILS Each special and each length of straight pipe shall be plainly marked at the bell end to identify the design pressure and the proper location of the pipe or special by reference to layout schedule. Exposed portion of joint rings shall be protected from corrosion by the manufacturer's standard coating. The pipe shall be fitted with devices shown on the Plans to permit continuous electrical bonding of the various joints following field installation. Volume 3 Chapter 6 Page 97 of 190 2/16/16 2.9 PROTECTIVE COATINGS AND LININGS All exposed metal surfaces shall be painted or coated as specified in Section 09870 and 09900, Painting and Coating, except where other coatings are specified elsewhere and in this section. All steel pipe and fittings shall be cement-mortar lined in accordance with AWWA C205 and C602. Linings shall be in accordance with table below. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AVVWA 0205, 0214 and 0602 and Section 09870 unless otherwise specified on the Plans. For the following nominal inside diameters, the lining thickness and minimum cement-mortar coating thickness shall be as follows: LINING COATING Nominal Pipe Size (inches) Thickness (inches) Tolerance (inches) Thickness (inches) Tolerance (inches) 4-10 174 -1/32+1/32 1/2 +1/8 12 — 18 3/8 -1/16+1/8 5/8 +1/8 20 — 44 1/2 -1/16+1/8 3/4 +1/8 45 — 58 3/4 -1/16+1/8 1 +1/8 60 and over 3/4 -1/16+1/8 1 1/4 +1/8 2.10 STEEL PIPE AND SPECIALS Steel pipe and specials shall conform to the requirements of the AVVWA 0200 and 0205, and AVVWA M11, except as modified herein. A.Steel for fabricated cylinders shall conform to ASTM A 36/A 36M, ASTM A 283/ A 283M, Grade D, or ASTM A 570/A 570M, Grade 36. Other steel grades may be used only upon approval of the City Engineer. B.Cement-mortar coating shall be reinforced in accordance with AVVVVA C205. C.Cement mortar grout for field joints shall consist of a mixture of 1-1/2 to 2 parts sand to 1 part Type II or Type V Portland Cement with enough clean, potable water to permit packing and troweling without crumbling. The sand shall be washed, well-graded sand such that all will pass a No. 8 sieve. The quantity of water to be used in the preparation of grout shall be the minimum required to produce a mixture sufficiently workable for the purpose intended. Grout shall attain a minimum compressive strength of 12.4 MPa (1,800 psi) in 28 days. D.In certain circumstances, rapid-setting mortar may be required. Acceleration admixtures may be used in the mix as permitted by the City Engineer. Calcium chloride shall not be used in the mix. Volume 3 Chapter 6 Page 98 of 190 2/16/16 2.11 PAINTING AND COATING A.Paint and coating products for exterior surfaces of all pipe and appurtenances not otherwise mortar-coated shall be in accordance with Section 09910 and the Approved Materials List. B.Paint and coating products for areas in contact with potable water such plain ends of pipe, grooved and shouldered ends of pipe and exposed inside surfaces or threaded outlets and blind flanges shall be in accordance with Section 15000 and selected from the Approved Materials List. 2.12 BOLTS AND NUTS FOR FLANGES Bolts and nuts shall be in accordance with Section 15000 and the Approved Materials List. 2.13 GASKETS A.Rubber-ring gaskets shall comply with AVVWA C200 according to the applicable joint type and pressure rating of the piping system. B.Flange gaskets shall comply with AWWA 0207. Flange gaskets shall be 3.18mm (1/8") thick acrylic or aramid fibers bound with nitrile for all sizes of pipe. Gaskets shall be full-face type with pre-punched holes or ring-type extending to the inner edge of the bolt circumference of the flange. C.In the event of encountering organic solvents or petroleum products during the course of the work, alternate gasket materials or joint treatment will be required as directed by the City Engineer. 2.14 CEMENT-MORTAR CURING The pipe shall be cured by water curing, steam curing or a combination of both. Water curing and steam curing may be used interchangeably on a time ratio basis of four hours water curing to one hour of steam curing. Where steam curing is used, the pipe shall be kept in steam maintained at a temperature of 100 F to 150 F for the specified period and, where water curing is used, the pipe shall be kept continually moist by spraying or other means for the specified periods. The pipe shall not be allowed to dry either on the inside or outside surfaces during the curing period. Where water curing is used, the pipe shall be kept continuously moist for seven days at a temperature of not less than 40 F before being moved to the trench site. Cement-mortar lining and coating of special pipe and fittings may be cured in accordance with the above provisions or by prompt application of a white-pigmented sealing compound conforming to ASTM C309. Sealing compound shall not be applied at joint ends where compound will interfere with the bond of joint mortar. Volume 3 Chapter 6 Page 99 of 190 2/16/16 2.16 SPECIAL PIPE AND FITTINGS The manufacturer shall furnish all fittings and special pieces required for closures, curves, bends, branches, manholes, outlets, connections for mainline valves, and other appurtenances required by the Plans. Special fittings shall be fabricated of welded steel sheet or plate, lined and coated with cement-mortar of the same type as the adjoining pipe and applied as specified for lining and coating of specials in AWWA C205 and as modified herein. Butt welding shall be used, unless otherwise indicated on the Plans. Minimum centerline radius of an elbow or bend shall be as follows. The maximum deflection at a mitered girth seam shall be 22-1/2 degrees. Pipe Size (Inches) Minimum Centerline Radius 30 - 48 2-1/2 times ID 51 - 60 10-feet Over 60 2 times ID The circumferential stress in the sheet or plate shall not exceed 13,500 psi at the design pressure. The minimum thickness of sheet or plate shall be as follows: Fitting Diameter Range Minimum Thickness of Sheet or Plate (Inches) 18 and under 10 gauge 20 - 24 3/16" or 7 gauge 26 - 36 1/4" 38 - 45 5/16" 48 - 54 3/8" 57 - 60 7/16" 63 - 72 1/2" 75 - 84 5/8" Outlets at special fittings shall be reinforced with collars or crotch plates. If collar reinforcement is used, the outlet diameter shall not exceed 69% of the ID of the fitting. The diameter of outlets reinforced with crotch plates may equal the fitting diameter. The effective shoulder width "W" of collars from the inside surface of the steel outlet to the outside edge of the collar measured on the surface of the cylinder shall be not less than one-third or more than one-half the ID of steel outlet. The thickness of the collar shall be not less than "T" as determined by: Pw x ID cvl. x ID outlet T= 36,000 x W where Pw is the design pressure in pounds per square inch, and all other dimensions are in inches. Collars may be oval in shape or rectangular with well-rounded corners. Outlets 3-inches in diameter and smaller may be installed without collars. The design of crotch plates shall be based upon the paper by Swanson, Chapton, Wilkinson, King, and Nelson, originally published in June 1955 issue of the Journal of the American Water Works Association and in conformance with AVVWA M-11. 2.16 TAPE WRAP AND MORTAR SHIELD Volume 3 Chapter 6 Page 100 of 190 2/16/16 Tape wrap and mortar shield for concrete mortar lined steel pipe shall be in accordance with Section 09870. 2.17 HANDLING AND SHIPMENT Pipe and special fittings shall be handled carefully, and blocking and holddowns used during shipment shall prevent movement or shifting. Both ends of pipe and fittings on trucks or rail cars shall be bulkheaded or covered in order to prevent excessive drying of the interior lining. PART 3 EXECUTION 3.1 GENERAL At all times when the work of installing pipe is not in progress, including worker break times, the ends of the pipe shall be closed with a vermin-proof and child-proof cap or plug. Do not permit trench water to enter the pipe. Do not place tools, clothing, or other materials in the pipe. The Contractor shall maintain the interior of the pipe in a sanitary condition free from foreign materials. 3.2 DEWATERING The Contractor shall provide, and maintain at all times during construction, ample means and devices to promptly remove and dispose of all water from any source entering trench excavations or other parts of the work in accordance with Section 02223. Any damage caused by flooding of the trench shall be the Contractor's responsibility. Contractor shall obtain a Discharge Permit as required by the Regional Water Quality Control Board. Dewatering shall be performed by methods that will maintain a dry excavation, preservation of the final lines and grades and protection of all utilities. If flooding of the trench does occur, the Contractor shall immediately dewater and restore the trench. Damaged or altered pipeline appurtenances shall be repaired or replaced as directed by the Engineer. 3.3 PIPE INSTALLATION When the work requires and the size of the pipe allows entry of personnel into the pipe, the Contractor shall comply with all Federal and State regulations for confined space entry. Work inside pipelines shall not be undertaken until all the tests and safety provisions of the Code of Federal Regulations 1910.146, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5159 for confined space entry have been performed and the area is verified as safe to enter. Generally, the aforementioned safety provisions apply to pipe 24" and larger. Note that for pipe less than 24" diameter, more stringent safety procedures apply. The Contractor shall furnish and install all pipe, specials, fittings, closure pieces, valves, supports, bolts, nuts, gaskets, jointing materials, and all other appurtenances as shown on the Approved Plans and as required to provide a complete and workable installation. Volume 3 Chapter 6 Page 101 of 190 2/16/16 Pipe installations shall be as shown on the Approved Plans and Shop Drawings in accordance with the following: A.No pipe shall be installed where the linings or coatings show cracks that may be harmful as determined by the City Engineer. Such damaged linings and coatings shall be repaired or new, undamaged pipe sections shall be provided. B.Pipe damaged prior to Substantial Completion shall be repaired or replaced by the Contractor. C.The Contractor shall inspect each pipe and fitting to ensure that there are no damaged portions of the pipe. The Contractor shall remove or smooth out any burrs, gouges, weld splatter, or other small defects prior to laying the pipe. D.Before placement of pipe in the trench, each pipe or fitting shall be thoroughly cleaned of any foreign substance which may have collected thereon and shall be kept clean at all times thereafter. For this purpose, the openings of all pipes and fittings in the trench shall be closed during any interruption to the work as noted above. E.Pipe shall be laid directly on the bedding material. No blocking will be permitted, and the bedding shall be such that it forms a continuous, solid bearing for the full length of the pipe. Excavations shall be made as needed to facilitate removal of handling devices after the pipe is laid. Bell holes shall be formed at the ends of the pipe to prevent point loading at the bells or couplings and to permit visual inspection of the joint. Excavation shall be made as needed outside the normal trench section at field joints to permit adequate access to the joints for field connection operations and for application of coatings on field joints. F.Installation Tolerances: Each section of pipe shall be laid in the order and position shown on the approved layout schedule to the proper lines and grades in accordance with the following: 1.Each section of pipe having a nominal diameter less than 48" shall be laid not to vary more than 0.2-ft horizontally or 0.1-ft vertically from the alignment and elevations shown on the Approved Plans. 2.Each section of pipe having nominal diameter 48" and larger shall be laid not to vary more than five percent (5%) of the pipe diameter horizontally or two and one half percent (2.5%) of the pipe diameter vertically. 3.In addition to the horizontal and vertical tolerances above, lay the pipe so that no high or low points occur along the pipeline other than those shown on the approved layout schedule. Volume 3 Chapter 6 Page 102 of 190 2/16/16 G.Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the City Engineer may change the alignment and/or the grades. Such change shall be made by the deflection of joints, by the use of bevel adapters, or by the use of additional fittings. However, in no case shall the deflection in the joint exceed seventy five percent (75%) of the maximum deflection recommended by the pipe manufacturer. No joint shall be deflected any amount that will be detrimental to the strength and water tightness of the finished joint. In all cases the joint opening, before finishing with the protective mortar inside the pipe, shall be the controlling factor. H.Pipes shall be laid uphill on grades exceeding 10 percent. Pipe that is laid on a downhill grade shall be blocked and held in place until the following pipe section has been installed to provide sufficient support to prevent movement. Temporary internal pipe bracing shall be left in place in pipe sizes larger than 24" until pipe zone compaction has been completed. Bracing in pipe smaller than 24" may be removed immediately after the pipe has been laid into the trench. The Contractor shall employ a laboratory to monitor pipe deflection by measuring pipe inside diameter before bracing is removed and 24 hours after struts are removed. Pipe deflection shall not exceed 3 percent in 24 hours after the bracing has been removed. After the backfill has been placed, the struts shall be removed. J.Cold Weather Protection: No pipe shall be installed upon a foundation onto which frost has penetrated or at any time that there is a danger of the formation of ice or penetration of frost at the bottom of the excavation. No pipe shall be laid unless it can be established that the trench will be backfilled prior to formation of ice and frost. K.Pipe and Special Protection: The openings of all pipe and specials where the pipe and specials have been mortar-lined in the shop shall be protected with suitable bulkheads to maintain a moist atmosphere and to prevent unauthorized access by persons, animals, water, or any undesirable substance. The bulkheads shall be designed to prevent drying out of the interior of the pipe. The Contractor shall introduce water into the pipe to keep the mortar moist where moisture has been lost due to damaged bulkheads. 3.4 RUBBER-RING JOINTS: SHALL ONLY BE USED AS SHOWN ON PLANS For pipe sizes smaller than 24-inches, the bell end shall be buttered with cement mortar in a manner and quantity that will completely fill the recess between the respective linings of the two joined sections of pipe. The spigot end shall then be entered into the bell end of the adjacent pipe section the distance shown on the Shop Drawings. Immediately after joining, the pipe interior shall be swabbed to remove all excess mortar by drawing a swab or squeegee through the pipe. The pipe interior shall be inspected by a closed circuit television camera, to assure quality of internal mortar. For pipe sizes 24-inches and larger, the joint recess shall be pointed from the inside with cement mortar after the backfill has been placed and compacted and the pipe permitted to take any normal settlement. The mortar shall be mixed of one part cement to one and one-half parts of sand and pointing accomplished in two or more lifts and finished off flush by troweling. Pipe shall be inspected visually by work persons within the pipe, to assure internal mortar quality. Volume 3 Chapter 6 Page 103 of 190 2/16/16 Each pipe joint shall be bonded to provide electrical continuity along the entire pipeline. The bond shall be made by the proper welding of pipe joints together as indicated on the Plans. The outside joint recess shall be grouted with cement mortar after a diaper has first been placed around the joint and tightened securely to prevent leakage while the mortar is being poured. The diaper shall be made of moisture resisting paper or heavy duty sail cloth of sufficiently close weave to prevent cement loss from the mortar. The diapers shall be hemmed on each edge and shall contain a metal strap within each hem sufficiently longer than the circumference of the pipe to allow a secure attachment of the diaper to the pipe. The diaper width will depend upon pipe size and design and shall be the width recommended by the manufacturer. Following installation of the diapers, the joints shall be poured and rodded from one side only until the mortar comes up to the top of the diaper on the opposite side. Approximately one hour subsequent to the pouring of the joint, the joint shall be rechecked and, if any settlement, leakage or shrinkage has taken place, the joint shall be refilled with mortar. Outside joints may be grouted before or after the placement of bedding and backfill materials if those materials are to be mechanically compacted. If bedding and backfill materials are to be hydraulically densified, grout shall be poured and allowed to set before applying water. In any case, joints shall be grouted before backfill is placed over the top of the pipe. 3.5 BUTT-STRAP CLOSURE JOINTS Butt-Strap Closure Joints: Butt-strap closure joints shall be completed in the trench after the pipe has been laid to the alignment and grade shown on the Plans. They should be field welded by full-circumferential fillet welds or one of the edges may be shop welded and the other field welded. Welding shall be done in the same manner as specified for welded joints. The interior of the joints shall be filled with stiff plastic mortar and finished off smoothly with the inside of the pipe. Clean the inside steel surfaces by wire brushing or power brushing. Wire mesh, 2" x 4" x No. 13 gauge, clean, and free from rust, shall be applied to the interior of the joints so that the wires on the 2-inch spacing run circumferentially around the pipe. The wires on the 4-inch spacing shall be crimped in such a manner that the mesh will be held 3/8-inch from the metal joint surface. The mesh shall be lapped a minimum of 8-inches and shall be securely wired in position. Pack the cement mortar into the recess of the joint and steel trowel finish to match the adjoining pipes. The joint exterior shall be coated with mortar to a minimum thickness of 1%-inches. Immediately prior to applying mortar to the interior or exterior of the joints, a cement wash shall be applied to the metal to be coated. Volume 3 Chapter 6 Page 104 of 190 2/16/16 3.6 FIELD WELDED JOINTS A.Welded joints shall be completed after the pipe is in final position. Welded joints shall be a lap-welded slip joint as shown on the Plans. The minimum overlap of the assembled bell and spigot section of lap joint shall be shown on the plans. Any recess between the bell and spigot shall be caulked with a rod to facilitate the welding. Pipe of 30-inches in diameter or more may be welded from the inside. Joints shall be welded on the inside and outside where indicated on the Plans as "Double Welded Joints." Field Welding shall be in accordance with AVVWA C206 and AWS D1.1, except as modified herein. Welders assigned to the Work shall be qualified under the AWS standard qualification procedure, within the past three (3) years. B.Joints to be welded shall be cleaned, preferably prior to placing the pipe in the trench, of all loose scale, heavy rust, paint, cement, and grease. At least a 1/2-inch recess shall be provided between adjacent mortar-covered surfaces to place the weld. In all hand welding, the metal shall be deposited in successive layers and the minimum number of passes shall be 2. Preheat the joints to be welded where required in accordance with Table 1 of AWWA C206. C.All joints shall be visually inspected and shall undergo dye testing and hydrostatic testing, in accordance with AVVWA C-206 and ASTM E165. D.After the joints have been welded, the interior joint shall be grouted with cement mortar in accordance with sub-parts 3.9 and 3.10 of this Section. E.Welded joints shall be completed in the trench per AVWVA C206. F.Both the bell and spigot ends shall be cleaned of foreign matter prior to welding. G.Welding electrodes shall be as recommended by the pipe manufacturer. Typically, electrodes shall be E6010 for root passes and for additional passes. Do not deposit more than 1/8" of throat thickness per pass. H.Weld material shall be deposited in successive layers. Complete and clean each pass around the entire circumference of the pipe before commencing the next pass. I.The minimum number of passes in the completed weld shall be as follows: Steel Cylinder Thickness Field Weld Minimum mm (inches) Number of Passes 6.35 or less (0.2500 or IA") 2 Greater than 6.35 (0.2500 or 1 ") 3 J.To minimize longitudinal stresses due to temperature variations, it is necessary to leave unwelded one joint per each 400' of pipeline. This joint shall be left unwelded until all the joints on both sides of it are welded, and it shall be welded at the coolest time of the working day. The City Engineer shall decide if and when this procedure is warranted. Volume 3 Chapter 6 Page 105 of 190 2/16/16 K.Tack-welding the joint may be permitted to hold the pipe in place. If the joint is to be circumferentially welded, sufficient time shall elapse to allow for an initial set of interior joint lining prior to proceeding with joint welding. Rapid-setting mortar may be used in accordance with this Section. In some cases, the City Engineer may require hand holes. L.Field welders shall be certified in accordance with ASME Section 9 (pipe welders) or AWS D1.1 (plate welders). Welders shall present a copy of their certification to the City Engineer prior to performing any field welding. M.Prior to butt-strap welding, the pipe and pipe joint shall be properly positioned in the trench using line-up clamps so that, in the finished joint, the abutting pipe sections shall not be misaligned by more than 1/16". N.The pipe ends shall be cut straight on joints where butt straps are used for realignment, adjustment, or deflection, and fillet welds shall be made as indicated. 0. Inspection of Field Welded Joints: 1.The City shall arrange for the welds to be inspected. Inspection of welds shall take place as soon as possible following the completion of the welds. 2.The Contractor shall coordinate and supply ventilation, lighting, and other equipment deemed necessary for inspection. The Contractor shall be responsible for providing safe entry into and out of the trench, safety of inspection personnel, traffic control and other safety precautions deemed necessary for the inspections. 3.7 PREVENTING FOREIGN MATTER FROM ENTERING THE PIPE At all times when pipe laying is not in progress, the open end of the pipe shall be closed with a tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These provisions shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as a drain for removing water which has infiltrated into the trench. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until its acceptance by the Owner's Representative. 3.8 HANDLING OF PIPE Refer to Section 09870 regarding handling of the concrete mortar lined and tape wrapped and mortar coated steel pipe. 3.9 INTERIOR JOINT FINISH — PIPE LESS THAN 24" Complete interior mortar joints for pipe sizes less than 24" by drawing through a tight- fitting swab or squeegee. Coat the face of the cement mortar lining at the bell with a sufficient amount of stiff cement mortar to fill the gap. Immediately after joining the pipes, draw the swab through the pipe to remove all excess mortar and expel it from the open pipe end. Do not move the pipe after the swab has been pulled past the joint. See requirements under "Field Welded Joints" for these joints requiring welding. Volume 3 Chapter 6 Page 106 of 190 2/16/16 3.10 INTERIOR JOINT FINISH — PIPE 24" AND LARGER A.Complete interior mortar joints for pipe sizes 24" and larger by the trowel method. Prior to applying interior mortar at the joints all backfill in the area shall be completed. After cleaning the interior joint, pack cement mortar into each joint. Finish the surface with a steel trowel to a smooth finish and equal thickness to match the adjoining pipe mortar. B.Where more than a 4" joint strip of mortar is required, place galvanized welded wire mesh reinforcement in 2" x 4" pattern of No. 13 gauge over the exposed steel. Install the mesh so that the wires on the 2" spacing direction run circumferentially around the pipe. Crimp the wires on the 4" spacing to support the mesh 3/8" from the metal surface. Steel-trowel finish the interior mortar to match adjoining mortar-lined pipe sections. 3.11 EXTERIOR JOINT FINISH A.The outside annular space between pipe sections shall be completely filled with grout formed by the use of polyethylene foam-lined fabric bands. The grout space shall be flushed with water prior to filling so that the surfaces of the joint to be in contact with the grout will be thoroughly moistened when the grout is poured. The joint shall be filled with grout by pouring from one side only. Grout shall be rodded with a wire or other flexible rod or vibrated so that the grout completely fills the joint recess by moving down one side of the pipe, around the bottom of the pipe and up the opposite side. Pouring and rodding the grout shall be continued to allow completion of the filling of the entire joint recess in one operation. Care shall be taken to leave no unfilled space. Grouting of the outside joint spaces shall be kept as close behind the laying of the pipe as possible except that in no case shall grouting be closer than three joints of the pipe being laid. B.The grout bands or heavy-duty diapers shall be polyethylene foam-lined fabric with steel strapping of sufficient strength to hold the fresh mortar, resist nodding of the mortar, and allow excess water to escape. The foam plastic shall be 100 percent closed cell, chemically inert, insoluble in water and resistant to acids, alkalis and solvents. Foam Plastic shall be Dow Chemical Company, Ethafoam 222, or equal. The fabric backing shall be cut and sewn into 9" wide strips with slots for the steel strapping on the outer edges. The polyethylene foam shall be cut into strips 6" wide and slit to a thickness of 1/4" that will expose a hollow or open-cell surface on one side. The foam liner shall be attached to the fabric backing with the open or hollow cells facing towards the pipe. The foam strip shall cover the full interior circumference of the grout band with sufficient length to permit a 8" overlap of the foam at or near the top of the pipe joint. Splices to provide continuity of the material will be permitted. The polyethylene foam material shall be protected from direct sunlight. The polyethylene foam-lined grout band shall be centered over the joint space with approximately equal widths extending over each pipe end and securely attached to the pipe with the steel straps. After filling the exterior joint space with grout, the flaps shall be closed and overlapped in a manner that fully encloses the grout with polyethylene foam. C.Following grouting, the joint shall then be wrapped with two layers of polyethylene encasement in accordance with Section 15000. Volume 3 Chapter 6 Page 107 of 190 2/16/16 3.12 BUTT STRAP JOINTS Butt strap closure joints shall be installed where shown on the Approved Plans in accordance with AWWA C206. A.Butt straps shall be field welded to the outside plain end of the pipe along both edges with a full circumferential weld. A minimum of two weld passes shall be used. B.The interior of the joints shall be filled with a rapid-set mortar and finished off smoothly to match the pipe interior diameter. C.Clean the butt strap with a wire brush and apply a cement and water wash coat prior to applying cement mortar. Galvanized wire mesh, 2" x 4" x No. 13 gauge shall be installed to the exterior of the joint prior to applying the mortar coating. E.Coat the exterior of the closure assemblies with mortar to cover all steel with a minimum of 1-1/4". F.Seal weld the steep plug to the hand hole after the interior of the joint has been inspected and approved by the City Engineer. G.Following grouting, the joint shall then be wrapped with two layers of polyethylene encasement in accordance with Section 15000. 3.13 FLANGED CONNECTIONS Flanged connections shall be installed where indicated on the Approved Plans. A.Bolt holes shall straddle the horizontal and vertical centerlines. B.The bolts, nuts and flange faces shall be thoroughly cleaned by wire brush prior to assembly. C.Bolts and nuts shall be lubricated with a City-approved anti-seize compound. D.Nuts shall be tightened in an alternating "star" pattern to the manufacturer's recommended torque. E.Slip-on type flanges intended for field fit-up and welding shall be welded inside and outside in accordance with AVVWA C207. F.Coat the exterior of exposed flanges, bolts and nuts in accordance with Section 09900. Volume 3 Chapter 6 Page 108 of 190 2/16/16 3.14 FLANGED COUPLING ADAPTERS Flanged coupling adapters shall be installed in accordance with the manufacturer's recommendations. Bolts shall be tightened with a torque wrench in the presence of the City Engineer to the torque recommended by the manufacturer. 3.15 JOINT BONDING/CATHODIC PROTECTION INSULATION Bonding of joints to provide continuity, flange insulation kits, internal epoxy linings, and other cathodic protection items and materials shall be installed where shown on the Approved Plans in accordance with the Standard Drawings and Section 13110. 3.16 WAX TAPE Wax tape shall be installed on all buried bolted connections, valves, fittings and couplings in accordance with Section 09902 and the Standard Drawings, unless the pipeline is otherwise protected with an approved cathodic protection system. 3.17 CONCRETE Where required, concrete thrust and anchor blocks shall be installed in accordance with Section 03000 and as shown on the Approved Plans. Prior to filling the pipeline with water, refer to Section 03000 for the minimum concrete curing time required. 3.18 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed in accordance with Section 15000 and the Standard Drawings. 3.19 DISINFECTION AND BACTERIOLOGICAL TESTING Disinfection, bacteriological testing, and flushing shall be performed in accordance with Section 15041. 3.20 HYDROSTATIC TESTING Field hydrostatic testing shall be performed in accordance with Section 15044. 3.21 FIELD PAINTING AND COATING A.Exterior surfaces of all pipe and appurtenances not otherwise mortar-coated shall be field painted in accordance with Section 09900. B.Areas in contact with potable water such plain ends of pipe, grooved and shouldered ends of pipe and exposed inside surfaces of threaded outlets and blind flanges shall be coated in accordance with Section 15000. END OF SECTION Volume 3 Chapter 6 Page 109 of 190 2/16/16 Volume 3 Chapter 6 Page 110 of 190 2/16/16 SECTION 15063 POLYVINYL CHLORIDE (PVC) GRAVITY SEWER PIPE PART 1 - GENERAL 1.1 DESCRIPTION This section designates the requirements for the manufacture and installation of polyvinyl chloride, abbreviated PVC, gravity sewer pipe to be furnished and installed by the Contractor, at the location and to the lines and grades shown on the Plans as herein specified. This work shall be in accordance with these specifications and the City of Carlsbad Standards for Sanitary Sewers. 1.2 REFERENCE STANDARDS ASTM D2321 Underground Installation of Flexible Thermoplastic Sewer Pipe ASTM D2412 Pipe Stiffness Test ASTM D3034 PVC Sewer Pipe and Fittings (4" to 15") ASTM D3212 Joints for Drain and Sewer Plastic Pipe Using Elastomeric Seals ASTM F477 Elastomeric Gaskets for Joining Plastic Pipe ASTM F679 PVC Large Diameter Gravity Sewer Pipe and Fittings (18" to 27") UNI-B-5 Uni Bell Recommended Practice for the Installation of PVC Sewer Pipe 1.3 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A.Trenching, Excavation, Backlitling and Compaction: 02223 B.Cast-In-Place Concrete: 03000 C.Testing of Gravity Sewer Pipelines: 15043 1.4 SUBMITTALS The Contractor shall furnish submittals in accordance with the General Provisions. Submittals are required for the following: A.Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts and other information. B.An affidavit from the pipe manufacturer including compliance with requirements of the Plans and Specifications shall be delivered with the pipe. 1.5 QUALITY ASSURANCE A.The manufacturer of each shipment of pipe shall be required to supply a statement certifying that each lot or load of pipe has been subjected to the tests specified for PVC gravity sewer pipe. Tests shall show that the pipe has been found to meet all the requirements of ASTM D3034, F679, and/or F794 as applicable. B.Sewer pipe shall be furnished in standard 14' or 20' lengths, unless otherwise detailed or required on the Approved Plans. Random lengths may be furnished but shall not exceed 15% of the total footage. Volume 3 Chapter 6 Page 111 of 190 2/16/16 C. PVC pipe and couplings shall bear indelible identification markings as required by ASTM D3034, F679 and/or F794 and as follows: 1. All pipe, fittings, and couplings shall be clearly marked at an interval not to exceed 5' as follows: a.Nominal pipe diameter. b.PVC cell classification. c.Company, plant, date of manufacture, ASTM and SDR designation. Fittings and couplings do not require the SDR designation. d.Service designation or legend. 2. All pipe shall have home marks on the spigot ends to indicate proper penetration when joints are made. 1.6 DELIVERY, STORAGE, AND HANDLING A.PVC pipe shall be stored in suppliers' yards and on the job site in accordance with AWWA M23 and the manufacturer's recommendations. PVC pipe that has been subjected to excessive ultraviolet radiation from the sun shall not be used. The determination as to the acceptability of PVC pipe faded by the sun's radiation shall rest solely with the City's Engineer. B.Store PVC pipe in the field by supporting the pipe uniformly per AVVWA M23. Do not stack pipe higher than 4' or stack the pipe with weight on the bell ends. Cover stored PVC pipe to protect it from the sun's ultraviolet radiation. Any pipe that has been contaminated with any petroleum products (inside or outside) shall not be installed. C.Pipe and fittings shall be handled according to manufacturer's recommendations. Proper care shall be used to prevent damage in handling, moving, and placing the pipe. All pipe, fittings, and other pipeline materials shall be lowered into the trench in a manner that prevents damage. Pipe shall not be dropped, dragged or handled in a manner that will cause bruises, cracks, or other damage. PVC pipe or fittings that have been gouged or scratched shall be subject to rejection as determined by the City Engineer. PART 2 - MATERIALS 2.1 GENERAL PVC gravity sewer pipe shall be made of PVC plastic having a cell classification of 12454-B, 13364-A, or 13364-B as defined in ASTM D1784. The fittings shall be made of PVC plastic having a cell classification of 12454-B, 12454-C, or 13343-C as defined in ASTM 01754. 2.2 PIPE A. PVC gravity sewer pipe, fittings, coupling and joints, 4-inch through 15-inch, shall be manufactured in conformance with the requirements of ASTM 03034, SDR 35 and shall have gasketed joints. All pipe shall be of solid wall construction with smooth interior and exterior surfaces. Volume 3 Chapter 6 Page 112 of 190 2/16/16 B.PVC gravity sewer pipe, fittings, coupling and joints, 18-inch through 21-inch, shall be manufactured in conformance with the requirements of ASTM F679 with T-1 wall thickness and shall have gasketed joints. All pipe shall be of solid wall construction with smooth interior and exterior surfaces. C.The minimum pipe stiffness for both small diameter and large diameter PVC gravity sewer pipe shall be 46 psi according to ASTM D2412. D.Pipe Manufacturer's, or equal 1.J-M Manufacturing, Co. 2.Certainteed Corp. 3.Diamond Plastics 2.3 JOINTS A.The pipe shall be jointed with an integral bell gasketed joint that meets the requirements of ASTM 03212. The gasket shall be manufactured from a synthetic elastomer and factory installed in the belled end of the pipe. Gasket shall conform to ASTM F477. B.Al! pipe shall have a homemark on the spigot end to indicate proper penetration when the joint is made. The socket and spigot configurations for fittings and couplings shall be compatible to those used for the pipe. PART 3 -.EXECUTION 3.1 GENERAL A.At all times when the work of installing pipe is not in progress, including worker break times, close the ends of the pipe with a tight-fitting, vermin-proof and child-proof, cap or plug. Do not permit trench water to enter the pipe. Do not place tools, clothing, or other materials in the pipe. The Contractor shall maintain the interior of the pipe in a sanitary condition free from foreign materials. B.Where pipe sections less than standard pipe lengths are required, the pipe sections shall be installed in accordance with the manufacturer's installation guide and shall only be used with the approval of the City Engineer. The minimum pipe length permitted is 5' when used to connect to manholes and cleanouts. The minimum pipe length permitted for stub outs shall be 36". 3.2 TRENCHING, BACKFILLING AND COMPACTION Trenching, bedding, backfilling and compaction operations shall be performed in accordance with Section 02223. 3.3 DEWATERING The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and dispose all water from any source entering trench excavations or other parts of the work in accordance with Section 02223. Any damage caused by flooding of the trench shall be the Contractors responsibility. Dewatering shall be performed by methods that will maintain a dry excavation, preservation of the final lines and grades and protection of all utilities. Sewer mains shall not be used as drains for dewatering construction trenches. If flooding or the trench does occur, the Contractor shall immediately dewater and restore the trench. Damaged or altered pipeline appurtenances or Volume 3 Chapter 6 Page 113 of 190 2/16/16 trench materials shall be repaired or replaces as directed by the Engineer. 3.4 PIPELINE INSTALLATION When the work requires and the size of the pipe allows entry of personnel into the pipe, the Contractor shall comply with all Federal and State regulations for confined space entry. Work inside pipelines shall not be undertaken until all the tests and safety provisions of the Code of Federal Regulations 1910.146, and the General Industry Safety Orders of the California Code of Regulations, Title 8, Section 5159 for confined space entry have been performed and the area is verified as safe to enter. The Contractor shall furnish and install all pipe, specials, fittings, closure pieces, supports, gaskets, jointing materials, and all other appurtenances as shown and as required to provide a complete and workable installation. Pipe installation shall be as recommended in UNI-B-5 except as modified below and as shown on the Approval Plans. A. Inspect each section of pipe prior to lowering the pipe into the trench. Thoroughly clean the ends of the pipe. Remove foreign matter and dirt from inside of the pipe and keep pipe clean during and after installation. B. Install pipe according to the manufacturer's approved order of installation to the proper lines and grades as shown on the Approved Plans. 1.Pipe shall be installed with pipe bells up-grade. Lay pipes uphill if the grade exceeds 10 percent (10%). 2.Installation tolerances for the pipe shall not vary more than 2" horizontally or 1" vertically from the alignment and elevation shown on the Approved Plans. 3.Install the pipe such that the identification markings on each pipe section are continuously aligned for the total length of the pipeline alignment. Orient the strip marking upwards to the 12 o'clock position (top) of the trench opening. 4.Avoidance of reverse slope: Any pipeline installed with reversed slope, as evidence by ponding of water or sag, is not allowed. Any such pipeline shall be removed and replaced (at proper line and grade) to the nearest upstream and downstream sewer structure as directed by the City Engineer. C. The pipe shall have firm bearing along its full length, and bell holes shall be provided at each joint to permit visual inspection of the joint and prevent the pipe from being supported by the bell and or coupling. D. Field cutting and milling shall be accomplished to equal the quality of shop-fabricated ends in accordance with the manufacturer's written instructions. E. Pipe Assembly: Assemble the pipe joint using the lubricant supplied by the pipe manufacturer. Insert the spigot end into the bell or coupling to proper insertion mark. Check that the elastomeric ring has not left the groove during assembly by passing a feeler gauge around the completed joint. Drive the spigot end into the bell in accordance with the manufacturer's recommendations. Stabbing shall not be permitted. F. Pipe curvature shall comply with design requirements specified in Chapter 6 of Volume 1 of the Carlsbad Engineering Standards. Mechanical means shall not be used to accomplish bending. Bending should be done manually by workers in the trench. Curvature will be accomplished by bending the pipe rather than deflecting joints. Volume 3 Chapter 6 Page 114 of 190 2/16/16 G. PVC wyes shall be located where shown on the Approved Plans in accordance with the Standard Drawings. Wyes shall not be placed closer than 5' from the exterior of any structure such as manholes. 3.5 SEWER LATERALS A.The Contractor shall install sewer laterals using wye-branch fittings sized and located as shown on the Approved Plans. B.All sewer laterals that are to be left unconnected to a building lateral extension shall be capped and identified as shown on the Standard Drawings. C.All sewer laterals shall run perpendicular from the sewer main to the property line. They shall be bedded, backfilled and compacted the same as the sewer main into which they connect in accordance with Section 02223. D.All Sewer laterals shall be plugged or capped at the end of the last joint, to withstand the internal pressure during leakage and infiltration testing. 3.6 SADDLE CONNECTIONS TO EXISTING SEWER MAINS The Contractor shall furnish the saddle fitting, appurtenances and all other materials necessary to complete the connection. The Contractor shall provide all equipment and labor required for the excavation and installation of the connection including, but not limited to backfill and pavement replacement. In certain circumstances the Contractor may be required to provide a water truck, bypass pump, and fittings as part of the equipment for making the connections. Emergency standby equipment or materials may be required of the Contractor by the City Engineer. Saddle connections to existing sewer mains for the tie-in of new sewer laterals shall be as follows: A. Prior to construction, Contractor shall pothole the existing pipe at the location of the proposed connection. The City shall inspect the pothole prior to Contractor's repair of trench. Contractor shall record the following information on Record Drawings: 1.Pipe size, outside diameter. 2.Pipe type such as PVC or VCP. 3.Elevation, grade, and alignment. 4.Can the tie-in be made at the indicated location, assure no collars, pipe bells, fittings or couplings exist in the area of the connection. 5.Potential conflicts with existing utilities. B. To facilitate the proposed connection and allow for slight adjustment in alignment, the Contractor shall leave a minimum 10' gap between the new pipe installation and the proposed connection point at the existing main. The Contractor shall leave a gap longer than 10' if conditions warrant, or if directed by the Engineer. Volume 3 Chapter 6 Page 115 of 190 2/16/16 C. After the City Engineer has given approval to proceed with the connection, the Contractor shall schedule the connection with the City Engineer. 1. Tie-ins will be scheduled at the convenience of the City. Work may be scheduled for nights and weekends if required. 2. The Contractor shall give the City Engineer a minimum of five (5) working days notice prior to any proposed excavation. Scheduling shall be subject to approval of the City Engineer. 3, The City Engineer may postpone or reschedule the connection operation if, for any reason, the City Engineer believes that the Contractor is improperly prepared with competent personnel, equipment, or materials to proceed with the connection. 4. If progress in completing the connection within the time specified is inadequate, the City Engineer may order necessary corrective measures. Corrective measures may consist of directing City personnel or another contractor to complete the work. All costs for corrective measures shall be borne by the Contractor. D. Contractor may proceed with the excavation and connection, only when approved materials are onsite, connection operations have been scheduled and a copy of the approved traffic control plan has been supplied to the City Engineer. 1, The Contractor shall saw-cut pavement, excavate and provide and install shoring and steel plating, when necessary, one day prior to the wet tap or cut-in installation. 2. The Contractor shall provide lights, barricades and traffic control in accordance with the Agency of jurisdiction as deemed necessary for the excavation by the City Engineer. 3. After the City Engineer has given approval to proceed, the Contractor shall complete the installation as shown on the Approved Plan in accordance with Standard Specifications including: a.Installing the pipe section(s) necessary to make the closure to the new system. b.Complete all backfill and compaction of the trench in accordance with Section 02223. c.Make all pavement repairs and/or replacement as necessary in accordance with agency of jurisdiction requirements. d.Discard pipe and appurtenances removed from service as specified in this Section. e.In lieu of a saddle connection, a wye connection may be made by cutting the sewer and installing a wye. All applicable provisions of this Specification will be adhered to in making a cut-in wye connection. 3.7 CONNECTION TO EXISTING SEWER SYSTEMS Volume 3 Chapter 6 Page 116 of 190 2/16/16 A.Connection to the existing sewer system at an existing manhole or dead end shall be made as shown on the Approved Plans in accordance with Section 03460. All work shall be performed in the presence of the City Engineer. B.In order to prevent accidental use of the new sewer before completion and acceptance, the new inlet to the existing tie-in manhole and outlet of the new upstream manhole shall be sealed with expandable plugs. Installation of plugs shall be in accordance with the manufacturer's recommendations and as approved by the City Engineer. Plugs shall be removed at the time of final inspection or as directed by the City Engineer. 3.8 PIPELINE ABANDONMENT A.Sewer pipelines specifically identified to be abandoned in-place shall be slurry filled with a 2-sack cement slurry. All other inactive sewer lines shall be removed, unless directed otherwise by the City Engineer. B.Sewer laterals shall be cut and capped at the main or property line, as directed by the City Engineer. END OF SECTION Volume 3 Chapter 6 Page 117 of 190 2/16/16 Volume 3 Chapter 6 Page 118 of 190 2/16/16 SECTION 15064 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS (AWWA C900) PART 1 GENERAL 1.1 DESCRIPTION This section designates the requirements for the manufacture and installation of polyvinyl chloride, abbreviated PVC, pressure pipe, to be furnished and installed by the Contractor, at the location and to the lines and grades shown on the Plans as herein specified. Specifications for related Work are as follows: AVVWA C900 ANSI A21.10 AVVWA C110 AVVWA 0153 AVVWA Manual M23 PVC Pressure Pipe Ductile Iron and Gray-Iron Fittings Ductile Iron and Gray-Iron Fittings Ductile Iron Compact Fittings Pipe Design and Installation 1.2 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A.Disinfection of Piping: 15041 B.Hydrostatic Testing of Pressure Pipeline: 15044 1.3 SUBMITTALS The Contractor shall furnish submittals in accordance with Section 2-5.3 of the GENERAL PROVISIONS. Submittals are required for the following: A.Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts and other information. Materials shall be selected from the Approved Materials list. B.Submit an affidavit from the pipe manufacturer that all delivered materials comply with the requirements of AVVWA 0900, the Plans and Specifications. 1.4 PAYMENT A.Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto. B.Payment by the linear foot shall be for each diameter and for each pipe strength designation measured horizontally over the pipe centerline. Volume 3 Chapter 6 Page 119 of 190 2/16/16 PART 2 - MATERIALS 2.1 GENERAL Material used to produce the pipe shall be made from Class 12454-A or B rigid polyvinyl chloride compounds in accordance with AVWVA C900 Section 2.1 (Basic Materials), with an established hydrostatic design basis (HDB) equal to or greater than 4000 psi for water at 73.4 degrees F (23 C). Elastomeric gaskets shall comply with the requirements of AWVVA C900 Sections 2.1.5 and 2.1.5.1 (Gaskets and Lubricants). 2.2 PIPE PVC pressure pipe, 4-inch through 12-inch, shall be manufactured in accordance with AVVVVA C900, and shall be of the sizes and dimension ratio (DR) shown on the Plans. The pipe shall have integral bell and spigot joints with elastomeric gaskets in accordance with AVVVVA 0900 Section 2.2 (Pipe Requirements). The pipe shall conform with the outside diameter of cast-iron pipe unless otherwise specified and shall conform with the wall thickness of DR series 14 or 18. 2.3 FITTINGS All fittings for PVC pressure pipe shall be manufactured in accordance with ANSI A21.10, AVVVVA C110 or C153. All fittings shall be made of ductile iron and the letters "DI" or "DUCTILE" shall be cast on them, unless otherwise specified. Bell size shall be for Class 150 and Class 200 cast-iron equivalent PVC pressure pipe, including the rubber- ring retaining groove. 2.4 SERVICES SADDLES Service saddles for PVC pressure pipe shall be made of silicone bronze or brass and shall be double banded or wide single band style and selected from the Approved Materials list. The band(s) and nuts shall be type 304 stainless steel and designed specifically for use with AVVWA C900 PVC pipe. Each saddle shall accurately fit the contour of the pipe O.D. without causing distortion of the pipe. The saddle shall be securely held in place with stainless steel bolts and nuts. The service saddle shall have a published working pressure at least equal to the pressure class of the pipe on which it is installed. All saddles shall be provided with torque information and installation instructions. Saddles shall be in accordance with Carlsbad Rules and Regulations for the Construction of Potable Water Mains. 2.5 JOINT RESTRAINT SYSTEMS Joint Restraint Systems may be used for PVC or ductile-iron pipe when shown on the Approved Plans or with prior approval of the City Engineer. Contractor shall submit shop drawings and catalog data for joint restraint systems in accordance with the General Provisions. Joint Restraint Systems shall be ductile-iron and shall consist of a split-ring restraint with machined (not cast) serrations on the inside diameter and connecting bolts, and shall be selected from the Approved Materials List. Volume 3 Chapter 6 Page 120 of 190 2/16/16 2.6 DEFLECTION COUPLINGS A.Deflection couplings shall be selected from the District's approved materials list and deflections shall not exceed 80% of the manufacturer's written recommendations. Depending on the manufacturer, this will result in a maximum allowable deflection of 2° at each bell for a maximum of 4° total deflection with each deflection coupling. Deflection couplings are allowed on AVVWA C900 PVC pipe for pipe sizes 4" through 12" B.Deflection couplings for use with AVVWA C905 PVC Pipe shall be submitted to and approved by the City Engineer prior to installation. PART 3 - EXECUTION 3.1 PIPE LENGTHS Laying lengths shall be 20-feet with the manufacturer's option to supply up to 15% random (minimum length 10-feet) sections. No deflections at bells, fittings or of the pipe will be allowed. The use of deflection collars shall be required. 3.2 MARKING Each pipe length shall be marked showing the nominal pipe size, O.D. base, the AWVVA pressure class, and AVVWA specification designation in accordance with AVVVVA C900 Section 2.6 (Marking Requirements). For potable water application, the pipe shall be white or blue in color and the seal of the testing agency that verified the suitability of the material for such service shall be included. 3.3 EARTHWORK Excavation and backfill, including the pipe bedding, shall conform to the provisions of Section 02223. 3.4 GENERAL INSTALLATIONS PROCEDURES AND WORKMANSHIP PVC pressure pipe and fittings shall be installed per AVVVVA Manual M23 "PVC Pipe-Design and Installation", and as herein specified. Proper care shall be used to prevent damage in handling, moving, and placing the pipe. Hoist pipe with fork lift or other handling equipment to prevent major damage or shorten its service life. A cloth belt sling or a continuous fiber rope shall be used to prevent scratching the pipe. The pipe shall be lowered and not dropped from the truck. Dropped pipe will be rejected. Volume 3 Chapter 6 Page 121 of 190 2/16/16 Prior to laying the pipe, the bottom of the trench shall be graded and prepared to provide uniform bearing throughout the entire length of each joint of pipe. Bell holes of ample dimension shall be dug in the bottom of the trench at the locations of each joint to facilitate the joining. The trench shall have a flat or semi-circular bottom conforming to the grade to which the pipe is to be laid. The pipe shall be accurately placed in the trench to the lines and grades on the Plans. Fittings shall be supported independently of the pipe. 3.6 LONGITUDINAL BENDING Neither Longitudinal bending nor deflection of joints is allowed on AVVWA C900 PVC pressure pipe. Deflections less than allowed with standard ductile iron fittings shall be accomplished with the use of deflection couplings designed for use with AVWVA C900 PVC pipe. Deflection couplings shall be selected from the District's approved materials list and deflections shall not exceed 80% of the manufacturer's written recommendations. Depending on the manufacturer, this will generally result in a maximum allowable deflection of 2° at each bell for a maximum of 4° total deflection with each deflection coupling. Deflection couplings are allowed on AVWVA C900 PVC pipe for pipe sizes 4" through 12". Deflection couplings for larger pipe require the specific approval of the City Engineer. 3.6 PIPE JOINT ASSEMBLY The spigot and bell shall slide together without displacement of the rubber gasket. The joint shall be dirt free. The best laying practice is with the bell facing in the direction of laying. Insert the rubber ring into the groove making sure the ring is completely seated. Lubrication of the spigot and instruction of use shall be supplied by the pipe manufacturer. The spigot shall be inserted into the bell and forced slowly into position by use of a large bar lever and a wood block across the pipe end. For large pipe, a come-along (with padding that will not scratch the pipe) may be used. 3.7 CONCRETE THRUST BLOCKS Concrete thrust blocks shall be placed as shown on the Plans and shall conform to the requirement of Section 03000. Concrete blocks shall be placed between the undisturbed ground and the fittings to be anchored. Quantity of concrete and the bearing area of the pipe and undisturbed soil shall be as shown on the Plans, unless otherwise determined by the City Engineer. The concrete shall be placed, unless specifically shown otherwise on the Plans, so that the pipe joints and fittings will be accessible to repairs. 3.8 JOINT RESTRAINT SYSTEMS Joint Restraint Systems shall be installed as shown on the Approved Drawings and in accordance with the manufacturer's recommendations. Joint Restraint Systems may be used in lieu of concrete thrust blocks with permission of the City Engineer. 3.9 PREVENTING FOREIGN MATTER FROM ENTERING THE PIPE Volume 3 Chapter 6 Page 122 of 190 2/16/16 At all times when pipe laying is not in progress, the open end of the pipe shall be closed with a tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These provisions shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as a drain for removing water which has infiltrated into the trench. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until its acceptance by the City Engineer. 3.10 LEAKAGE TEST General: All pipelines shall be tested in accordance with Section 15044, Hydrostatic Testing of Pressure Pipe. 3.11 DISINFECTION Disinfection shall be in accordance with Section 15041, Testing, Flushing and Disinfection of Piping. END OF SECTION Volume 3 Chapter 6 Page 123 of 190 2/16/16 Volume 3 Chapter 6 Page 124 of 190 2/16/16 SECTION 15066 POLYVINYL CHLORIDE (PVC) WATER TRANSMISSION PIPE AND FITTINGS (AVVVVA C905) PART 1 GENERAL 1.1 DESCRIPTION This section designates the requirements for the manufacture and installation of polyvinyl chloride, abbreviated PVC, water transmission pipe to be furnished and installed by the Contractor at the location and to the lines and grades shown on the Plans as herein specified. Specifications for related Work are as follows: AVVWA C905 ANSI 21.10 AWVVA C110 AWWA C153 AVVWA Manual M23 PVC Water Transmission Pipe Ductile Iron and Gray Iron Fittings Ductile Iron and Gray Iron Fittings Ductile Iron Compact Fittings PVC Pipe Design and Installation 1.2 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A.Disinfection of Piping: 15041 B.Hydrostatic Testing of Pressure Pipeline: 15044 1.3 SUBMITTALS The Contractor shall furnish submittals in accordance with Section 2-5.3, of the GENERAL PROVISIONS. Submittals are required for the following: A.Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts and other information. Materials shall be selected from the Approved Materials list. B.Submit an affidavit from the pipe manufacturer that all delivered materials comply with the requirements of AVVVVA C905, the Plans and Specifications. 1.4 PAYMENT A.Payment for the Work in this section shall be included as part of the lump-sum or unit-price bid amount for which such Work is appurtenant thereto. B.Payment by the linear foot shall be for each diameter and for each pipe strength designation measured horizontally over the pipe centerline. Volume 3 Chapter 6 Page 125 of 190 2/16/16 PART 2 - MATERIALS 2.1 GENERAL Material used to produce the pipe shall be made from Class 12454-A or B rigid polyvinyl chloride compounds in accordance with AVVWA C905 Section 2.1 (Basic Materials), with an established hydrostatic design basis (HDB) equal to or greater than 4000 psi for water at 73.4 degrees F (230C). Elastomeric gaskets shall comply with the requirements of AWWA C905 Sections 2.1.3 (Elastomeric Gaskets) and 2.1.4 (Gaskets and Lubricants). 2.2 PIPE PVC water transmission pipe, 14-inch through 30-inch, shall be manufactured in accordance with AVWVA C905, and shall be of the sizes and dimension ratios (DR) shown on the Plans. If a pressure class is called for on the Plans, it shall mean the pressure rating (PR) as defined in AVVWA C905. The pipe shall have integral bell and spigot joints with elastomeric gaskets in accordance with AWWA C905 Section 3 (Pipe Requirements). The pipe shall conform with the outside diameter of cast-iron pipe unless otherwise specified and shall conform with the wall thickness of DR series 18 or 25. 2.3 FITTINGS All fittings for PVC water transmission pipe shall be manufactured in accordance with ANSI A21.10, AVWVA C110 or C153. All fittings shall be made of ductile iron and the letters "DI" or "DUCTILE" shall be cast on them, unless otherwise specified. Bell size shall be for Class 165 and Class 235 cast-iron equivalent PVC water transmission pipe, including the rubber-ring retaining groove. 2.4 SERVICE SADDLES Service connections to 16 inch and larger water transmission pipe shall not be allowed unless specifically called for on the Plans and approved by the City Engineer. 2.7 JOINT RESTRAINT SYSTEMS Joint Restraint Systems may be used for PVC or ductile-iron pipe when shown on the Approved Plans or with prior approval of the City Engineer. Contractor shall submit shop drawings and catalog data for joint restraint systems in accordance with the General Provisions. Joint Restraint Systems shall be ductile-iron and shall consist of a split-ring restraint with machined (not cast) serrations on the inside diameter and connecting bolts, and shall be selected from the Approved Materials List. 2.8 DEFLECTION COUPLINGS Deflection couplings for use with AVVWA C905 PVC Pipe shall be submitted to and approved by the City Engineer prior to installation. Volume 3 Chapter 6 Page 126 of 190 2/16/16 PART 3 - EXECUTION 3.1 PIPE LENGTHS Laying lengths shall be 20-feet with the manufacturer's option to supply up to 15% random (minimum length 10-feet) sections. 3.2 MARKING Each pipe length shall be marked showing the nominal pipe size, O.D. base, the AWWA pressure class, and AVVVVA specification designation in accordance with AWWA C905 Section 4.7 (Marking Requirements). The pipe shall be white or blue in color and the seal of the testing agency that verified the suitability of the material for potable water service shall be included. 3.3 EARTHWORK Excavation and backfill, including the pipe bedding, shall conform to the provisions of Section 02223, Earthwork, and AWWA C905 Section A6 installation. 3.4 GENERAL INSTALLATIONS PROCEDURES AND WORKMANSHIP PVC water transmission pipe and fittings shall be installed per AWWA Manual M23 "PVC Pipe-Design and Installation", and as herein specified. Proper care shall be used to prevent damage in handling, moving, and placing the pipe. Hoist pipe with fork lift or other handling equipment to prevent major damage or shorten its service life. A cloth belt sling or a continuous fiber rope shall be used to prevent scratching the pipe. The pipe shall be lowered and not dropped from the truck. Dropped pipe will be rejected. Prior to laying the pipe, the bottom of the trench shall be graded and prepared to provide uniform bearing throughout the entire length of each joint of pipe. Bell holes of ample dimension shall be dug in the bottom of the trench at the locations of each joint to facilitate the joining. The trench shall have a flat or semi-circular bottom conforming to the grade to which the pipe is to be laid. The pipe shall be accurately placed in the trench to the lines and grades on the Plans. Fittings shall be supported independently of the pipe. 3.5 LONGITUDINAL BENDING Neither Longitudinal bending nor deflection of joints is allowed on AWWA C905 PVC pressure pipe. Deflections less than allowed with standard ductile iron fittings may be accomplished with the use of deflection couplings designed for use with AWWA C905 PVC pipe, as allowed by the City Engineer. If allowed, deflections shall not exceed 80% of the manufacturer's written recommendations. 3.6 PIPE ASSEMBLY The spigot and bell shall slide together without displacement of the rubber gasket. The joint shall be dirt free. The best laying practice is with the bell facing in the direction of laying. Insert the rubber ring into the groove making sure the ring is completely seated. Lubrication of the spigot and instruction of use shall be supplied by the pipe manufacturer. Volume 3 Chapter 6 Page 127 of 190 2/16/16 The spigot shall be inserted into the bell and forced slowly into position by use of a large bar lever and a wood block across the pipe end. For large pipe, a come-along (with padding that will not scratch the pipe) may be used. Combined horizontal and vertical deflections at PVC pipe joints shall not exceed that recommended by AVVWA Manual M23 or published recommendations of the manufacturer (the maximum total deflection allowed shall be one and one-half degrees). 3.7 CONCRETE THRUST BLOCKS Concrete thrust blocks shall be placed as shown on the Plans and shall conform to the requirements of Section 03000. Concrete blocks shall be placed between the undisturbed ground and the fittings to be anchored. Quantity of concrete and the bearing area of the pipe and undisturbed soil shall be as shown on the Plans, unless otherwise determined by the City Engineer. The concrete shall be placed, unless specifically shown otherwise on the Plans, so that the pipe joints and fittings will be accessible to repairs. 3.8 JOINT RESTRAINT SYSTEMS Joint Restraint Systems shall be installed as shown on the Approved Drawings and in accordance with the manufacturer's recommendations. Joint Restraint Systems may be used in lieu of concrete thrust blocks with permission of the City Engineer. 3.9 PREVENTING FOREIGN MATTER FROM ENTERING THE PIPE At all times when pipe laying is not in progress, the open end of the pipe shall be closed with a tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These provisions shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as a drain for removing water, which has infiltrated into the trench. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until its acceptance by the Owner. 3.10 LEAKAGE TEST General: All pipelines shall be tested in accordance with the Section 15044, Hydrostatic Testing of Pressure Pipeline. 3.11 DISINFECTION Disinfection shall be in accordance with Section 15041, Disinfection of Piping. END OF SECTION Volume 3 Chapter 6 Page 128 of 190 2/16/16 SECTION 15068 HIGH DENSITY POLYETHYLENE (PE 3408) PIPE PART 1 GENERAL 1.1 DESCRIPTION This section designates the requirements for the manufacture and installation of high density polyethylene pipe (PE 3408), abbreviated HDPE, to be furnished and installed by the Contractor at the location and to the lines and grades shown on the Plans as herein specified for use as a sanitary sewer force main. 1.2 REFERENCE STANDARDS: ASTM D 3350 ASTM F 714 ASTM D 3261 ASTM D 2321 ASTM 2837 AVVWA C906 1.3 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A.Trenching, Excavation, Backfilling & Compacting: 02223 B.Hydrostatic Testing of Pressure Pipelines: 15044 1.4 SUBMITTALS The Contractor shall furnish submittals in accordance with the GENERAL PROVISIONS. Submittals are required for the following: A.Submit Shop Drawings, material lists, manufacturer's literature and catalog cuts of, but not limited to, the following: Shop Drawings Layout Schedule Special Fitting Dimensional Checks Shop Drawings shall be submitted and approved prior to manufacture of special fittings. The layout schedule shall indicate the order of installation, the length and location of each pipe section and special, the station and elevation of the pipe invert at all changes in grade, and all data on curves and bends for both horizontal and vertical alignment. B.Submit data used by the Contractor in manufacture and quality control. Volume 3 Chapter 6 Page 129 of 190 2/16/16 1.6 QUALITY ASSURANCE A.The Contractor shall ensure that persons making heat fusion joints have received training in the Manufacturer's recommended procedure. The Contractor shall maintain records of trained personnel, and shall certify that training was received not more than 12 months before commencing construction. Certifications shall be provided to the owner through the submittal process. B.The pipe and/or fitting manufacturer's production facility shall be open by the owner or his designated agents with a reasonable advance notice. During inspection, the manufacturer shall demonstrate that it has facilities capable of manufacturing and testing the pipe and/or fittings to the standards required by this specification. 1.6 PAYMENT A.Payment for the Work in this section shall be included as part of the lump-sum or unit- price bid amount for which such Work is appurtenant thereto. B.Payment by the linear foot shall be for each diameter and for each pipe strength designation measured horizontally over the pipe centerline. PART 2 MATERIALS 2.1 GENERAL High Density Polyethylene Pipe (PE 3408) and fittings shall be manufactured in accordance with ASTM F714 shall be of the sizes and DR classes shown on the Plans. Unless otherwise shown on the plans, the pipe shall be DR 17. HDPE shall be grey in color. The manufacturer shall have quality control facilities capable of producing and assuring the quality of the pipe and fittings required by the reference standards and these specifications. High Density Polyethylene pipe and fittings shall be supplied by the same manufacturer. Pipe and fittings from different manufacturers shall not be interchanged. 2.2 PIPE MATERIAL Materials used for the manufacture of polyethylene pipe and fittings shall be in accordance with ASTM F714 for PE 3408 high density polyethylene conforming to cell classification 345444C or 345444E per ASTM D 3350; and shall be as listed in the name of the pipe and fitting manufacturer in the Plastic Pipe Institute's Recommended Hydrostatic and Design Stresses for Thermoplastic Pipe and Fittings Compounds, with a standard grade HDB rating of 1600 psi at 73° F. The Manufacturer shall provide a certification that the materials used to manufacture the pipe and fittings meets theses requirements. Polyethylene pipe shall be manufactured in accordance with ASTM F 714, Polyethylene (PE) Plastic Pipe (SDR-PR) Based on outside diameter, and shall be so marked. Each production lot of pipe shall be tested for (from material or pipe) melt index, density, % carbon, (from pipe) dimensions and ring tensile strength. The results of these tests shall be submitted to the Owner for review. Volume 3 Chapter 6 Page 130 of 190 2/16/16 2.3 FITTINGS A.Butt Fusion Fittings: Butt Fusion Fittings shall be in accordance with ASTM D3261 and shall be manufactured by injection molding, a combination of extrusion and machining, or fabricated from HDPE pipe conforming to this specification. All fittings shall be pressure rated to provide a working pressure rating no less than that of the pipe. Fabricated fittings shall be manufactured using a McElroy Datalogger to record fusion joints made producing fittings shall be maintained as part of the quality control. The fitting shall be homogenous throughout and free of visible cracks, holes, foreign inclusions, voids, or other injurious defects. B.Electrofusion Fittings: Electrofusion Fittiings shall be PE3408 HDPE, Cell Classification of 345464C as determined by ASTM D3350-02 and be the same base resin as the pipe. Electrofusion fittings shall not be permitted on sections of pipe that will be subjected to forces associated with the installation process. C.Flanged and Mechanical Joint Adapters: Flanged and Mechanical Joint Adapters shall be PE 3408HDPE, Cell Classification of 345464C as determined by ASTM D3350-02 and be the same base resin as the pipe. Flanged and mechanical joint adapters shall have a manufacturing standard of ASTM 03216. All adapters shall be pressure rated to provide a working pressure rating no less than that of the pipe. Flange adapters shall be made with sufficient through-bore length to be clamped in a butt fusion joining machine without the use of a stub-end holder. D.Mechanical Restraint: Mechanical Restraint for HDPE may be provided by mechanical means separate from the mechanical joint gasket sealing gland. The restrainer shall provide wide, supportive contact around the full circumference of the pipe and be equal to the listed widths. Means of restraint shall be machined serrations on the inside surface of the restrainer equal to or greater than the listed serrations per inch and width. Loading of the restrainer shall be by a ductile iron follower that provides even circumferential loading over the entire restrainer. Design shall be such that restraint shall be increased with increases in line pressure. Serrated restrainer shall be ductile iron ASTM A536-80 with a ductile iron follower; bolts and nuts shall be corrosive resistant, high strength quality alloy steel. The restrainer shall have a pressure rating of, or equal to that of the pipe on which it is used or 150 PSI whichever is lesser. Restrainers shall be JCM Industries, Sur-Grip or pre-approved equal. Nominal Size. Restraint Serrations Width per inch 14", 16", 18" 5" 6 20", 24" 7" 6 Pipe stiffeners shall be used in conjunction with restrainers. The pipe stiffeners shall be designed to support the interior wall of the HDPE. The stiffeners shall support the pipe's end and control the "necking down" reaction to the pressure applied during normal installation. The pipe stiffeners shall be formed of 304 or 316 stainless steel to the HDPE manufacturers published average inside diameter of the specific size and DR of the HDPE. Stiffeners shall be by JCM Industries or pre-approved equal. Volume 3 Chapter 6 Page 131 of 190 2/16/16 2.4 COMPLIANCE TESTS The manufacturer's production facilities shall be open for inspection by the owner or his Authorized Representative. The manufacturer's inspection and testing shall comply with applicable ASTM standards, a list of the inspection certifications and test certifications shall be submitted prior to the shop drawing submittal for the HDPE pipe itself. The list shall be submitted as a shop drawing. In case of conflict with Manufacturer's certifications, the Contractor, the Engineer, or the Owner may request retesting by the manufacturer or have retests performed by an outside testing service. All failed retesting shall be paid for by the manufacturer. PART 3 - EXECUTION 3.1 GENERAL High Density Polyethylene pipe and fittings shall be handled, assembled and installed in accordance with the applicable sections of AVVWA C906 for PE 3408, ASTM D 2321, manufacturer's recommendations and as specified herein. 3.2 EXCAVATION A.Excavation and backfill, including the pipe bedding, shall conform to the provisions of Section 02223 except as herein modified. B.Crushed Rock and Gravel shall comply with Section 200-1.2 SSPWC. C.Pipe Bedding: 3/8" Crushed rock aggregate shall be used for pipe bedding and shall be compacted to obtain a relative density of 95-percent unless otherwise specified. The thickness of the pipe bedding shall be a minimum of four inches. The pipe bedding shall be placed over the full width of the trench. D.Backfill Within Pipe Zone: Crushed rock shall be placed and compacted within the pipe zone from the bottom of the pipe to one foot above top of pipe. The crushed rock shall be compacted to obtain a relative density of 95-percent unless otherwise specified. 3.3 PIPE HANDLING The manufacturer's written procedures for unloading, inspection and handling of the HDPE pipe shall be adhered to by the Contractor. A copy of these Manufacturer's written procedures shall be submitted as a shop drawing and included with the shop drawings for the pipe material. When lifting with slings, only wide fabric choker slings capable of safely carrying the load, shall be used to lift, move, or lower pipe and fittings. Wire rope or chain shall not be used. Slings shall be of sufficient capacity for the load, and shall be inspected before use. Worn or damaged equipment shall not be used. 3.4 JOINING Polyethylene pipe and fittings may be joined together or to other materials by means of flanged connections, mechanical couplings designed for joining polyethylene pipe or for joining Volume 3 Chapter 6 Page 132 of 190 2/16/16 polyethylene pipe to another material or electro fusion, as shown on the approved plans or as approved by the City Engineer. The installation instructions of the joining device manufacturer shall be strictly followed when joining by other means is performed. A.Butt Fusion: Sections of polyethylene pipe should be joined into continuous lengths on the jobsite above ground. The joining method shall be the butt fusion method and shall be performed in strict accordance with the pipe manufacturer's recommendations. The butt fusion equipment used in the joining procedures should be capable of meeting all conditions recommended by the pipe manufacturer, including but not limited to, temperature requirements of 400 degrees Fahrenheit, alignment, and an interfacial fusion pressure of 75 PSI. The butt fusion joining will produce a joint weld strength equal to or greater than the tensile strength of the pipe itself. All field welds shall be made with fusion equipment equipped with McElroy Data Logger. Temperature, fusion pressure and a graphic representation of the fusion cycle shall be part of the quality control records. Interior bead from butt fusion welds shall be removed. B.Sidewall Fusion: Sidewall fusions for connections to outlet piping shall be performed in accordance with HDPE pipe and fitting manufacturer's specifications. The heating irons used for sidewall fusion shall have an inside diameter equal to the outside diameter of the HOPE pipe being fused. The size of the heating iron shall be 1/4 inch larger than the size of the outlet branch being fused. C.Mechanical: Bolted joining may be used where the butt fusion method cannot be used. Flange joining will be accomplished by using HOPE flange adapter with a ductile iron back-up ring. Mechanical joint joining will be accomplished using either a molded mechanical joint adapter or the combination of a Sur-Grip Restrainer and Pipe Stiffener as manufactured by JCM Industries, Inc. Either mechanical joint joining method will have a ductile iron mechanical joint gland. D.Other: Socket fusion, hot gas fusion, threading solvents, and epoxies may not be used to join HOPE pipe. 3.5 PREVENTING FOREIGN MATTER FROM ENTERING THE PIPE At all times when pipe laying is not in progress, the open end of the pipe shall be closed with a tight-fitting cap or plug to prevent the entrance of foreign matter into the pipe. These provisions shall apply during the noon hour as well as overnight. In no event shall the pipeline be used as a drain for removing water which has infiltrated into the trench. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until its acceptance by the Engineer. 3.6 DAMAGED PIPE OR FITTINGS Sections of pipe having been discovered with cuts or gouges in excess of 1/8-inch thickness shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the heat fusion joining method. 3.7 TESTING A.Butt Fusion Testing On every day butt fusions are made, the first fusion of the day shall be a trial fusion. The trial fusion shall be cooled completely, then fusion test straps shall be cut. The test strap shall be 12-inch (min.) or 30 times the wall thickness in length with the fusion in the center, and 1-inch (min.) or 1.5 times the wall thickness in width. Bend the test strap until the ends of the strap touch. If the fusion fails at the joint, a new trial fusion shall be made, cooled completely and tested. Butt fusion of the pipe to be installed shall not commence until a trial fusion has passed the bent strap test. B.Pressure Testing Volume 3 Chapter 6 Page 133 of 190 2/16/16 All pipelines shall be flushed and tested in accordance with Section 15044 and the applicable provisions of AVVWA C600, except as modified herein. C. Allowable Leakage There will be no leakage allowed for the butt fused portions of the pipeline. END OF SECTION ., Volume 3 Chapter 6 Page 134 of 190 2/16/16 SECTION 15074 BLOW-OFF ASSEMBLIES PART 1 GENERAL 1.1 DESCRIPTION This section includes materials, testing, and installation of blowoff assemblies. 1.2 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15041, 15044, 15056, 15057, 15061, 15064, and 15100 1.3 SERVICE APPLICATION A.Blowoff assemblies shall be installed on potable and recycled water mains. B.Blowoff assemblies shall be sized and located as shown on the Approved Plans. In general. blowoff assemblies will be installed at low points of pipelines as shown below: 1.2" blowoff assemblies or multiple 2" blowoff assemblies will be required on pipelines 4", thru 12". 2.4" blowoff assemblies will be required on pipeline sizes 12" thru 16". 3.6" blowoff assembly will be required on pipeline sizes 18" and larger. 1.4 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed for blowoff assemblies in accordance with Section 15000. PART 2 MATERIALS 2.1 GENERAL Blowoff assemblies and appurtenant components and materials shall be selected from the Approved Materials List. 2.2 CONCRETE Concrete thrust or anchor blocks shall be placed as shown on the approved plans in accordance with Section 03000. 2.3 WARNING/IDENTIFICATION TAPE Warning/Identification tape materials shall be in accordance with Section 15000 and the Approved Materials List. 2.4 FIELD PAINTING AND COATING Field painting and coating materials shall be in accordance with Section 09900 and the Approved Materials List. Volume 3 Chapter 6 Page 135 of 190 2/16/16 PART 3 EXECUTION 3.1 INSTALLATION A.Blowoff assemblies shall be installed at locations shown on the Approved Plans or as directed by the District Engineer in accordance with the Standard Drawings. B.Blowoff assemblies shall be connected to water mains no closer than 24" to a bell, coupling, joint or fitting. C.Locations of blowoff assembly shall be in accordance with the Standard Drawings. 3.2 CONCRETE Concrete thrust or anchor blocks shall be placed as shown on the Approved Plans in accordance with Section 03000. 3.3 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed in accordance with Section 15000 and the Standard Drawings. 3.4 DISINFECTION OF BLOWOFF ASSEMBLIES Blowoff assemblies shall be disinfected in accordance with Section 15041 in conjunction with disinfecting the main to which it is connected. Blowoff assembly valves shall be operated and the assembly shall be flushed to completely disinfect all internal parts. 3.6 HYDROSTATIC TESTING Blowoff assemblies shall be hydrostatically tested in accordance with Section 15044 in conjunction with hydrostatically testing the pipeline to which it is connected. END OF SECTION Volume 3 Chapter 6 Page 136 of 190 2/16/16 SECTION 15092 MISCELLANEOUS COUPLINGS, PIPE AND APPURTENANCES PART 1 GENERAL 1.1 DESCRIPTION All valves, couplings, and appurtenances shall conform to requirements of the standard dimensions and pressure classification of the immediately adjacent pipe, valve or appurtenance as specified. 1.2 RELATED WORK DESCRIBED ELSEWHERE The Contractor shall refer to the following Specification section(s) for additional requirements: A.Painting and Coating: 09900 B.Petrolatum Wax Tape Coating: 09902 1.3 SUBMITTALS Contractor shall furnish submittals in accordance with the requirements of Section 2-5.3 of the GENERAL PROVISIONS. The following submittals are required: A. Submit Shop Drawings for all miscellaneous couplings, pipe and appurtenances. Shop Drawings shall include listing of materials of construction, with ASTM reference and grade, including lining and paint coating intended for use, with lining and coating manufacturers' and paint numbers listed. 1.4 PAYMENT Payment for the Work in this section shall be included as part of the lump-sum or unit- price bid amount for which such Work is appurtenant thereto. PART 2 - MATERIALS 2.1 GASKETS, NUTS, AND BOLTS Gaskets for flanged joints shall be "drop-in" type asbestos composition sheet packing, graphited on both sides, "drop-in" type, conforming to the requirements of ANSI B16.21 and shall be as manufactured by Crane Co., Garlock or approved equal. Bolts and studs for aboveground installations shall be cadmium plated and shall conform to ASTM A307, Grade B, "Steel Machine Bolts and Nuts and Tap Holes," when a ring gasket is used and shall conform to either ASTM A261, "Heat-Treated Carbon Steel Bolting Material" or ASTM A193, "Alloy-Steel Bolting Material for High Temperature Service," when a full-face gasket is used. Bolts and nuts shall be heavy hexagon series. Nuts shall conform to ASTM A194, "Carbon and Alloy Steel Nuts for Bolts for High Pressure and High Temperature Service" either in Grade 1, 2 or 2H. The fit shall be ANSI B1.1, "Unified Screw Threads," Class 2, except that Class 3 fit shall be used in holes tapped for studs. Threads may be made by either cutting or cold forming. Between Volume 3 Chapter 6 Page 137 of 190 2/16/16 1/4-inch and 3/8-inch shall project through the nut when drawn tight. Washers shall be provided for each nut and shall be the same material as each nut. All buried flanges, including bolts, nuts and washers, shall be encased in wax tape per Section 09902. All bolt threads shall be lubricated with non-oxide grease. Flanged faces shall be wire brushed and cleaned prior to joining each flange. 2.2 WAX TAPE COATING Unless otherwise specified on the Plans, all couplings and appurtenances for underground installation shall be encased in wax tape per Section 09902 and the City Standard Drawings. 2.3 PAINTING AND COATING All miscellaneous couplings, pipe and appurtenances referenced in this section shall be painted and coated, interior and exterior, in accordance with Section 09900, Painting and Coating. 2.4 FLEXIBLE COUPLINGS Joints for which flexible couplings are required, shall be selected from the Approved Materials list. Gaskets shall be plain rubber gaskets. Threads on bolts of compression collars shall be lubricated with non-oxide grease before assembling the coupling. 2.5 PIPE UNIONS Screw unions may be employed on pipelines 2-1/2-inches in diameter and smaller. Pipes and fittings made of non-ferrous metals shall be isolated from ferrous metals by nylon insulating pipe bushings, unions or couplings manufactured by Smith-Blair, Pipe Seal and Insulator Co. or approved equal. PART 3 - EXECUTION (Not Applicable) END OF SECTION Volume 3 Chapter 6 Page 138 of 190 2/16/16 SECTION 15099 PROCESS VALVES, REGULATORS AND MISCELLANEOUS VALVES PART 1 GENERAL 1.1 DESCRIPTION This section includes materials, testing and installation of manually operated process valves such as check valves, pressure control valves, pressure reducing valves and ball valves. 1.2 REFERENCE 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. American Water Works Association AWWA C508 Standards for Swing Check Valve ASTM B62 Standards for Ball Vales 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Specification Sections 09900, 15000, 15041, 15044, 15057, 15074, 15108, and 15112 1.4 SERVICE APPLICATIONS Check valves, pressure control valves, pressure reducing valves, bronze gate valves and ball valves are primarily used in the installation of potable and recycled water main appurtenances and where called for on the Approved Plans and indicated on the Standard Drawings. 1.5 SUBMITTALS The following items shall be submitted to the City for review and approval prior to ordering or delivery of valves per Section 2-5.3 of the GENERAL PROVISIONS. A.The valve manufacturers catalog data showing the size to be used, valve dimensions, pressure rating and materials of construction. B.Manufacturers catalog data and proof of NSF certification on the lining materials to be used. C.Installation procedures including field adjustments as required. Volume 3 Chapter 6 Page 139 of 190 2/16/16 1.6 SIZING OF VALVES Valves shall be the same size as the appurtenance in which they are to be installed with unless otherwise called for on the Approved Plans or indicated on the Standard Drawings. 1.7 VALVE ENDS Valve ends shall be compatible with the piping system or appurtenance in which they are to be installed or as called for on the Approved Plans or indicated on the Standard Drawings. 1.8 DELIVERY, STORAGE AND HANDLING Valves shall be delivered and stored in accordance with the manufacturer's recommendations. Valves shall remain in factory packaging until ready for installation. Valves shall not be stored in contact with bare ground. 1.9 POLYETHYLENE WRAP Polyethylene wrap shall be used for the buried installation of valves in accordance with Section 15000. 1.10 GATE WELLS AND EXTENSION STEMS Valve boxes and extension stems shall be installed in accordance with Section 15000 and the Standard Drawings. PART 2 MATERIALS 2.1 RUBBER-FLAPPER SWING CHECK VALVE A.Swing check valves and appurtenant components shall be in accordance with AWWA C508 and selected from the Approved Materials List. A submittal will be required as described in this Section. B.Rubber-flapper swing check valves shall have a heavily constructed ductile-iron body and cover. The body shall be long pattern design (not wafer), with integrally cast-on end flanges. The flapper shall be Buna-N having an "0" ring seating edge and be internally reinforced with steel. C.Flapper shall be captured between the body and the body cover in a manner to permit the flapper to flex from closed to full open position during flow through the valve. Flapper shall be easily removed without need to remove valve from line. Check valves shall have full pipe size flow area. Seating surface shall be on a 45° angle requiring the flapper to travel only 35° from closed to full open position, for minimum head loss and non-slam closure. Volume 3 Chapter 6 Page 140 of 190 2/16/16 D.Buna-N flapper shall be high-strength coated fabric, coated both sides with 70 DURO, which creates an elastic spring effect, molded internally, to assist the flapper to close against a slight head to prevent slamming. When essential to create backflow through the check valve, as directed by the City Engineer, an external backflow device shall be furnished. E.Valve ends shall be flanged ductile-iron in accordance with Section 15056 unless otherwise called for on the Approved Plans or directed by the City Engineer. F.Check valves shall be tested by the manufacturer and the test results shall be approved by the City Engineer prior to shipment to the project. Check valves must unseat at a head no greater than 24". 2.2 SMALL DIAMETER ISOLATING VALVES Provide all small diameter valves and cocks for shut-off process connections, instrumentation and other miscellaneous uses in accordance with the Approved Plans. These valves shall be of the same material and pressure rating as the adjacent process piping. Shutoff valves shall be compatible with instrumentation and other equipment in accordance with the manufacturer's recommendations. 2.3 CORPORATION STOPS Corporation stops shall be in the ball type with a bronze body and T-Head operator. Valve ends shall be compatible with the piping system in which they are being installed or as called for on the Approved Plans or indicated on the Standard Drawings. Corporation stops shall be rated for a minimum pressure of 1,379 KPa (200 psi). Corporation stops shall be selected from the Approved Materials List. 2.4 ANGLE METER STOPS Angle meter stops shall be the ball type with a bronze body and 90° lock wing. Valve ends shall be flare style inlet and swivel meter nut for 1" and meter flange for 2" outlets. Angle meter stops shall be rated for a minimum pressure of 1,379 KPa (200 psi). Angle meter stops shall be selected from the Approved Materials List. 2.5 CUSTOMER METER SHUT-OFF VALVE Customer meter shut-off valves shall be the ball type with a bronze body and lever handle operator. Valve ends shall be swivel meter nut for 1" inlets and meter flange for 2" inlets. Customer meter shut-off valves shall be rated for a minimum pressure of 200 psi. The City Engineer may require the use of a customer meter shut-off valve equipped with a 90° lock wing. Volume 3 Chapter 6 Page 141 of 190 2/16/16 2.6 BALL VALVES Ball valves 2" and smaller shall be of bronze construction conforming to ASTM B62 and equipped with a T-Head or lever handle operator as required. Valve ends shall be compatible with the piping system in which they are being installed or as indicated on the Approved Plans or Standard Drawings. Ball valves shall be rated for a minimum pressure of 1,379 KPa (200 psi). Ball valves shall be selected from the Approved Materials List. 2.7 BACKFLOW PREVENTERS Backflow preventers shall be in accordance with Section 15112 and selected from the Approved Materials List. 2.8 POLYTHYLENE WRAP Polyethylene wrap shall be in accordance with Section 15000 and selected from the Approved Materials List. 2.9 GATE WELLS AND EXTENSION STEMS Gate wells and extension stems for buried valves shall be in accordance with Section 15000 and selected from the Approved Materials List. PART 3 EXECUTION 3.1 INSTALLATION A.Valves shall be set in true alignment straddling the centerline of pipe with the valve operator in the vertical position unless otherwise noted on the Approved Plans or shown on the Standard Drawings. B.Valves shall be installed in accordance with the manufacturer's recommendations and the applicable section of these specifications for the piping material and joint type being used. C.Aboveground valves shall be rigidly held in place using supports and hangers in accordance with the Approved Plans and Standard Drawings. The stem orientation of valves in elevated piping shall be as approved by the City Engineer for accessibility, except that no valves shall be installed with stems aligned below horizontal. Saddle type valve supports shall be provided. Supports shall be of rugged construction providing at least one hundred twenty degrees (120°) under support for the valve body. Valve supports shall be constructed of steel, and shall be anchored to the foundations using stainless steel anchor bolts. Volume 3 Chapter 6 Page 142 of 190 2/16/16 3.2 POLYETHYLENE WRAP Installation of polyethylene wrap for buried valves shall be in accordance with Section 15000. 3.3 GATE WELLS AND EXTENSION STEMS Gate wells and extension stems for buried valves shall be in accordance with Section 15000 and the Standard Drawings. 3.4 DISINFECTION OF THE VALVES Disinfection and flushing shall be in accordance with Section 15041, as part of the progress of disinfecting the main pipeline. The valves shall be operated during the disinfection period to completely disinfect all internal parts. 3.5 HYDROSTATIC TESTING Valves shall be hydrostatically tested in conjunction with the pipelines in which they are installed in accordance with Section 15044. END OF SECTION Volume 3 Chapter 6 Page 143 of 190 2/16/16 Volume 3 Chapter 6 Page 144 of 190 2/16/16 SECTION 15100 RESILIENT WEDGE GATE VALVES (RWGV's) PART 1 GENERAL 1.1 DESCRIPTION This section includes materials, testing, and installation of manually operated resilient wedge gate valves (RWGV's). 1.2 REFERENCE 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. 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 15000, 15041, 15044, 15056, 15057, 15061, 15064, 15074, 15108 and 15112 1.4 SERVICE APPLICATION A.Resilient wedge gate valves (RWGV's) shall be installed on potable and recycled water mains and appurtenances in accordance with the Approved Plans and the Standard Drawings. B.Resilient wedge gate valves shall be used for open/closed operations, throttling service and frequent operation after long periods of no actuation. C.In general, resilient wedge gate valves shall be used when valves are required on pipelines and appurtenances 4" through 16". Valves for pipelines sized 18" and larger generally require the use of butterfly valves (BFV) in accordance with Section 15102. E. All valves shall be of at least the same pressure class as the adjoined pipe. 1.5 SUBMITTALS The following items shall be submitted for review and approval per Section 2-5.3, prior to ordering or delivery of resilient wedge gate valves. A.An affidavit from the valve manufacturer stating that valves have successfully passed hydrostatic tests in accordance with AVVWA C509 and manufacturer's own coatings tests. B.The valve manufacturer's catalog data showing the size to be used, valve dimensions, pressure rating and materials of construction. C.Manufacturer's catalog data and proof of NSF certification for the lining materials to be used. Volume 3 Chapter 6 Page 145 of 190 2/16/16 1.6 SIZING OF VALVES Valves shall be the same size as the line in which they are installed unless otherwise noted on the Approved Plans. 1.7 VALVE ENDS Valve ends shall be compatible with the piping system in which they are being installed in accordance with the Approved Plans or directed by the City Engineer. Ductile-iron flanges shall be in accordance with Section 15056. 1.8 VALVE TESTING Resilient wedge gate valves shall be hydrostatically tested and valve coatings shall be holiday detected prior to shipment to the field in accordance with the testing procedures shown in Appendix A. Valves delivered to the site prior to successful hydrostatic testing and holiday detection shall be subject to rejection. 1.9 DELIVERY, STORAGE AND HANDLING Valves shall be delivered and stored in accordance with AVVWA C550. The port openings shall be covered with plastic, cardboard or wood while in transit and during storage in the field. These covers shall remain in place until valves are ready to be installed. Valves shall not be stored in contact with bare ground. Valves shall not be stacked. 1.10 CORROSION PROTECTION Buried Valves: All bolted connections and bolted valve components (bonnets, flanges, etc.) shall be coated with Wax Tape in accordance with Section 09902 and the entire valve encased in polyethylene in accordance with Section 15000. PART 2 MATERIALS 2.1 RESILIENT WEDGE GATE VALVES (RWGV's) A.Resilient wedge gate valves and appurtenant components and materials shall be selected from the Approved Materials List. B.RWGV's shall be ductile-iron in accordance with AMA C509 and C515 except as modified herein. C.Each valve shall have a smooth unobstructed waterway free from any sediment pockets. D.All RWGV's shall be leak-tight at their rated pressure. E.RWGV's shall have a non-rising low-zinc bronze or stainless steel stem, opened by turning left (counterclockwise). F.Stem seals shall be the 0-ring type incorporating a minimum of two rings as required by AVVWA C509. Volume 3 Chapter 6 Page 146 of 190 2/16/16 G.Low-friction torque-reduction thrust washers or bearings shall be provided on the stem collar. H.Wedge (gate) shall be fully encapsulated with a bonded-in-place Nitrile elastomer covering. Minimum thickness of the rubber seating area shall be 1/4". Valves for buried applications shall be provided with a 2" square operating nut, and valves located above ground or in structures shall be equipped with a hand wheel in accordance with AVVWA C509 unless otherwise indicated on the Approved Plans. J.RWGV interior and exterior surfaces (except for the encapsulated disc) shall be coated as described below. K.All bolts and nuts used in the construction of RWGVs shall be Type 316 stainless steel. 2.2 EPDXY LINING AND COATING Epoxy linings and coatings for valves shall be provided in accordance with AVVWA C210, C213, and C550, with the following modifications: A.Epoxy lining and coating of valve surfaces shall be performed by the manufacturer in a facility with qualified personnel, where the environment can be controlled. Epoxy lining and coating of valves in the field is prohibited. B.Repairs made to manufactures applied coatings shall be performed in a facility with qualified personnel, where the environment can be controlled. The facility shall be approved by the valve manufacturer. C.Surface preparation shall be as detailed in SSPC-SP5, White-Metal Blast Cleaning. D.Liquid epoxy lining and coating materials shall be listed in the NSF Listing for Drinking Water Additives, Standard 61, certified for use in contact with potable water. E.The minimum dry film thickness for epoxy linings shall be 0.008". Liquid epoxy lining shall be applied in two (2) coats in accordance AVVVVA C210. F.Powder epoxy coating materials shall contain one hundred percent (100%) solids, in accordance with AVVWA C213. Volume 3 Chapter 6 Page 147 of 190 2/16/16 2.3 GATE WELLS AND EXTENSION STEMS Gate wells and extension stems for buried valves shall be in accordance with Section 15000 and selected from the Approved Materials List. 2.4 CONCRETE Concrete used for anchor or thrust blocks shall be Class 560-C-3250 as specified in section 03000. 2.6 WAX TAPE COATING Wax Tape shall be in accordance with Section 09902 and selected from the Approved Materials List. 2.6 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be in accordance with Section 15000 and selected from the Approved Materials List. PART 3 EXECUTION 3.1 INSTALLATION A.Install valves with the bolt holes straddling the vertical centerline of pipe and the operating nut in the vertical position unless otherwise noted on the Approved Plans. B.Valves shall be installed in accordance with the manufacturer's recommendations and the applicable section of these specifications for the piping material and joint type being used. C.Joints shall be cleaned and installed in accordance with Section 15056. 3.2 CORROSION PROTECTION Buried Valves: All bolted connections and bolted valve components (bonnets, flanges, etc.) shall be coated with Wax Tape in accordance with Section 09902 and the entire valve encased in polyethylene in accordance with Section 15000. Exposed Valves: The exterior of valves installed above ground or exposed in vaults or enclosures shall be field painted in accordance with Section 09900. 3.3 CONCRETE Concrete thrust, anchor, and support blocks shall be installed in accordance the Standard Drawings. The concrete shall be placed so that valves and valve operators will be accessible for repairs or replacement. Volume 3 Chapter 6 Page 148 of 190 2/16/16 3.4 GATE WELLS AND EXTENSION STEMS Gate wells and extension stems for buried valves shall be installed in accordance with Section 15000 and the Standard Drawings. 3.5 DISINFECTION OF VALVES Disinfection and flushing of valves shall be in accordance with Section 15041, as part of the process of disinfecting the main pipeline. The valves shall be operated during the disinfection period to completely disinfect all internal parts. 3.6 HYDROSTATIC TESTING Valves shall be hydrostatically tested in conjunction with the pipeline in which they are installed in accordance with Section 15044. END OF SECTION Volume 3 Chapter 6 Page 149 of 190 2/16/16 Volume 3 Chapter 6 Page 150 of 190 2/16/16 SECTION 15102 BUTTERFLY VALVES (BFV's) PART 1 GENERAL 1.1 DESCRIPTION This section includes materials, testing, and installation of manually operated butterfly valves (BFV). 1.2 REFERENCE 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. References shall be made to the latest edition of said standards unless otherwise called for. American Water Works Association (A1NVVA) C504 Standards for Rubber—Seated Butterfly Valves 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15041, 15044, 15056, 15061 and 15064 1.4 SERVICE APPLICATION A.Butterfly valves (BFV) shall be installed on potable and recycled water mains and appurtenances where shown on the Approved Plans and in accordance with the Standard Drawings. B.Butterfly valves shall be used for open/closed operations and throttling service and frequent operation after long periods of inactivity. C.In general, butterfly valves shall be used when valves are required on pipelines 18" and larger and where the use of a motor-operated valve is required as shown on the Approved Plans. Butterfly valves smaller than 18" shall only be used as indicated on the Approved Plans or with the prior approval of the City Engineer. D.Valves for pipelines sized 16" and smaller generally require resilient wedge gate valves (RWGV's) in accordance with Section 15100. E.All valves shall be of at least the same pressure class as the adjoined pipe. 1.5 SUBMITTALS A. Submittals are required per Section 2-5.3 including an affidavit from the valve manufacturer showing the following: 1.Actuators used were furnished and installed by the valve manufacturer. 2.Valves have successfully passed hydrostatic testing per AVVWA C504 and coatings testing by the valve manufacturer. Volume 3 Chapter 6 Page 151 of 190 2/16/16 B.The valve manufacturer's catalog data showing the size to be used, valve dimensions, pressure rating and materials of construction. C.Actuator manufacturer's catalog data and detail construction sheets showing the dimensions, materials, number of turns, and required torque input of the actuator to be used. D.Manufacturer's catalog data and proof of NSF certification on the lining materials to be used. 1.6 SIZING OF VALVES Valves shall be the same size as the line in which they are installed unless otherwise shown on the Approved Plans. 1.7 VALVE ENDS Valve ends shall be flanged ductile-iron unless otherwise called for on the Approved Plans or as directed by the City Engineer. Ductile-iron flanges shall generally be in accordance with AVVWA C115, rated at a working pressure of 1,724 KPa (250 psi). When Class 250 butterfly valves are shown on the Approved Plans or are otherwise required, ductile-iron flanges shall be compatible with AVVWA C207, Class "F". Maximum working pressure of the flange shall be as specified in AWWA or ASME/ANSI. Flanges shall be integrally cast per AVVWA C110. 1.8 VALVE TESTING Butterfly valves shall be hydrostatically tested and coatings holiday detected prior to shipment to the field. Valves delivered to the site prior to successful hydrostatic testing and holiday detection will be subject to rejection. 1.9 DELIVERY, STORAGE AND HANDLING Valves shall be delivered and stored in accord with AWVVA C504 and AVWVA C550. The port openings shall be covered with plastic, cardboard or wood while in transit and during storage in the field. These covers shall remain in place until the valve is ready to be installed. Valves shall not be stored in contact with bare ground. Valves shall not be stacked. 1.10 CORROSION PROTECTION Buried Valves: All bolted connections and bolted valve components shall be coated with Wax Tape in accordance with Section 09902 and the entire valve encased in polyethylene in accordance with Section 15000. Volume 3 Chapter 6 Page 152 of 190 2/16/16 PART 2 MATERIALS 2.1 BUTTERFLY VALVES (BFV) A.Butterfly valves and appurtenant components and materials shall be selected from the Approved Materials List. B.Butterfly valves shall be short body, leak-tight closing, and rubber-seated in accordance with AVVWA 0504 except as modified herein. C.Except as modified below, BFV's shall be Class 150B in accordance with AWWA 0504, rated for a flow velocity of 16 ft/s. D.Where the static pressure of the pipeline in which the BFV is to be installed exceeds 1.03 Pa (150psi), a Class 250B butterfly valve in general conformance with AlNWA C504 shall be required. Class 2508 butterfly valves shall be submitted to the Engineer for approval prior to ordering or delivery. E.Butterfly valves shall open by turning left (counterclockwise). Valve disc shall rotate ninety degrees (90°) from the full open position to the tight shut position. F.Butterfly valve interior and exterior surfaces shall be coated as described below. 2.2 MANUAL VALVE ACTUATORS A. General: 1.All valve actuators shall be watertight, designed for buried or submerged uses. Actuators shall be fully gasketed, sealed, and factory packed with grease. 2.As directed by the City Engineer, actuators for valves located above ground or in vaults and structures may have hand wheels or chain wheels. Minimum hand wheel diameter shall be 12"). The actuator shall be equipped with a dial indicator, which shows the position of the valve disc. The City Engineer may require the use of 2" square operating nuts in some cases. 3.Actuators for valves shall be provided with a 2" square-operating nut when buried or when indicated on the Approved Plans. 4.Actuators shall have travel stops, which can be adjusted in the field without having to remove the actuator from the valve. 5.Actuators shall be sized for opening and closing the valve at the valve's full rated working pressure and at a flow velocity of 16 ft/s. 6.Actuators shall accept a minimum of 300 foot-pounds of input torque at the full open and full closed positions without damage to the actuator or the valve. Volume 3 Chapter 6 Page 153 of 190 2/16/16 7.Actuators equipped with 2" operator nuts shall require a maximum input torque of 150 foot-pounds to operate the valve. A maximum input torque of 80 foot-pounds shall be required to operate valves with hand wheels. 8.Actuators shall be of the same manufacturer as the valve where possible or as directed by the City Engineer. 9.Actuators shall be installed, adjusted, tested and certified by the valve manufacturer prior to shipping. 10._Actuators shall require a maximum of one hundred (100) input turns for the complete ninety-degree (90°) movement of the disc. 11.Actuators shall receive an epoxy coating on the exterior surface as described below. B. Traveling Nut Actuators: 1.Actuators for butterfly valve sizes 18" through 24" may be the manual traveling nut type. Traveling nut actuators shall not be used on valves requiring motor driven actuators or where the City has specified a worm gear type actuator. 2.Actuators shall be capable of producing the below listed output torque at the closed position: Valve Size in mm (inches) Output Torque Nm (foot-pounds) 450 (18") 3729 (2750) 500 (20") 3729 (2750) 600 (24") 6372 (4700) C. Worm Gear Type Actuators: 1.Actuators for butterfly valve 30" or larger shall be the worm gear type. In addition, worm gear type actuators shall be used on butterfly valves requiring motor driven actuators or where the City has specified a worm gear actuator. 2.Worm gear actuators shall be totally enclosed and self-locking. 2.3 EPDXY LINING AND COATING Epoxy linings and coatings for valves and actuators shall be provided in accordance with AIMNA C210, C213 and C550, with the following modifications: A. Epoxy lining and coating of valve surfaces shall be performed by the manufacturer in a facility with qualified personnel, where the environment can be controlled. Epoxy lining and coating of valves in the field is prohibited. Repairs made to shop-applied coatings shall be performed in a facility with qualified personnel, where the environment can be controlled. The facility shall be one that is approved by the valve manufacturer. Volume 3 Chapter 6 Page 154 of 190 2/16/16 C.Surface preparation shall be as detailed in SSPC-SP5 White Metal Blast Cleaning. D.Liquid epoxy lining and coating materials shall be listed in the NSF Listing for Drinking Water Additives, Standard 61, certified for use in contact with potable water. E.The minimum dry film thickness for epoxy linings shall be 0.008". Liquid epoxy lining shall be applied in two (2) coats in accordance with AWWA C210. F.Powder epoxy coating materials shall contain one hundred percent (100%) solids, in accordance with AVVWA 213. 2.4 GATE WELLS AND EXTENSION STEMS Gate wells and extension stems for buried valves shall be in accordance with Section 15000 and the Approved Materials List. 2.5 CONCRETE Concrete used for anchor or thrust blocks shall be Class 560-C-3250 as specified in section 03000. 2.6 WAX TAPE COATING Wax Tape shall be provided in accordance with Section 09902 and the Approved Materials List. 2.7 POLYETHYLENE ENCASEMENT Polyethylene encasement shall be provided in accordance with Section 15000 and selected from the Approved Materials List. PART 3 EXECUTION 3.1 INSTALLATION A.Install valves with the bolt holes straddling the vertical and horizontal centerlines of pipe, with the operating nut in the vertical position, unless otherwise noted on the Approved Plans. B.Valves shall be installed per the manufacturer's recommendation in accordance with the applicable specification for the piping material and joint type being used for the valve and the water main. C.Joints shall be cleaned and installed in accordance with Section 15056. 3.2 FLANGE INSULATING KITS Flange insulating kits shall be installed where shown on the Approved Plans in accordance with Standard Drawing. Volume 3 Chapter 6 Page 155 of 190 2/16/16 3.3 CORROSION PROTECTION Buried Valves: All bolted connections and bolted valve components shall be coated with Wax Tape in accordance with Section 09902 and the entire valve encased in polyethylene in accordance with Section 15000. Exposed Valves: The exterior of valves installed above ground or exposed in vaults or enclosures shall be field painted in accordance with Section 09900. 3.4 CONCRETE Concrete thrust, anchor, and support blocks shall be installed as called for in the Standard Drawings. The concrete shall be placed so that valves and valve operators will be accessible for repairs or replacement. 3.5 GATE WELLS AND EXTENSION STEMS Gate wells and extension stems for buried valves shall be installed in accordance with Section 15000 and the Standard Drawings. 3.6 DISINFECTION OF THE VALVES Disinfection and flushing shall be performed in accordance with Section 15041, as part of the process of disinfecting the main pipeline. The valves shall be operated during the disinfection period to completely disinfect all internal parts. 3.7 HYDROSTATIC TESTING Valves shall be hydrostatically tested in conjunction with the pipeline in which it is connected in accordance with Section 15044. END OF SECTION Volume 3 Chapter 6 Page 156 of 190 2/16/16 SECTION 15108 AIR RELEASE VALVE, AIR AND VACUUM VALVE, AND COMBINATION AIR VALVE ASSEMBLIES PART 1 GENERAL 1.1 DESCRIPTION This section includes the materials and installation instructions for above ground air release valve, air and vacuum valve, and combination air valve assemblies. The term "air valve" is used generically in this specification to refer to requirements common to all of the specified air release valves, air and vacuum valves, and combination air valves. Otherwise, the various types of air valves are addressed by the individual designations commonly used in AVVWA and industry standards. 1.2 REFERENCE 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. American Water Works Association (AWVVA) C512 Standards for Combination Air Valve Assemblies 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15041, 15044, 15056, 15057, 15061, 15064, 15100, 16640 1.4 SERVICE APPLICATION A. Combination air valves are generally installed on all potable and recycled water mains at high points and where shown on the Approved Plans and in accordance with the Standard Drawings. B. Unless otherwise directed by the City Engineer, combination air valves will be required as indicated below: 1.2" combination air valve assemblies shall be installed on pipeline sizes 6" and 8". 2.2" combination air valve assemblies shall be installed on pipeline sizes 10" and 12". 3.Multiple 2" and 4" combination air valve assemblies shall be installed on pipeline sizes 16" and 20". 4.6" combination air valve assemblies shall be installed on pipeline sizes 24" through 36". C. Air release valves and air and vacuum valves shall be installed in accordance with the Approved Plans or as directed by the City Engineer. Volume 3 Chapter 6 Page 157 of 190 2/16/16 1.5 DELIVERY, STORAGE, AND HANDLING Valves shall be delivered and stored in accordance with AVVVVA C550. The port openings shall be covered with plastic, cardboard, or wood while in transit and during storage in the field. These covers shall remain in place until the valve is ready to be installed. Valves shall not be stored in contact with bare ground. Valves shall not be stacked. 1.6 RECYCLED WATER IDENTIFICATION Air valve assemblies and enclosures used for recycled water shall be identified with purple-colored coating, identification labels or signs in accordance with Section 1500. 1.7 WARNING/IDENTIFICATION TAPE Warning/Identification tape shall be installed for air valve assemblies in accordance with Section 15000. PART 2 MATERIALS 2.1 COMBINATION AIR VALVES A.Combination air valves and appurtenant components and materials suitable for the system pressure shall be selected from the Approved Materials List. B.Combination air valves shall comply with AVVWA C512 except as modified herein. C.2" combination air valves shall be the single-body type incorporating stainless steel internal components and National Pipe Threaded (NPT) inlet and outlet configurations. D.4" and 6" Combination Air Valves shall be the single-body type. Valves shall incorporate stainless steel internal components, protective hood and flanged inlet. E.Internal protective epoxy coatings shall be provided in accordance with AVVWA C550. 1.Liquid epoxy lining and coating materials shall be listed in the NSF Listing for Drinking Water Additives, Standard 61, certified for use in contact with potable water. 2.The minimum dry film thickness for epoxy linings shall be 0.008". Liquid epoxy lining shall be applied in two (2) coats in accordance with AVVVVA C210. Volume 3 Chapter 6 Page 158 of 190 2/16/16 2.3 ENCLOSURES Air Valve Enclosures shall be selected from the Approved Materials List. 2.4 CONCRETE Concrete used for anchor or thrust blocks and equipment pads shall be in accordance with Section 03000. 2.5 BREAK-AWAY BOLTS Combination air valves, air release valves and air and vacuum valves located above ground sized 4" and larger shall be installed with break-away bolts in accordance with the Standard Drawings and selected from the Approved Materials List. 2.6 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be in accordance with Section 15000 and selected from the Approved Materials List. 2.7 FIELD PAINTING AND COATING Field painting and coating materials shall be in accordance with Section 09900 and selected from the Approved Materials List. PART 3 EXECUTION 3.1 INSTALLATION A.Air valve assemblies shall be provided as shown on the Approved Plans. Additional air valve assemblies may be required in areas of potential air entrapment, at the discretion of the City Engineer. B.Air valve assemblies shall be installed relative to street improvements in accordance with the Standard Drawings. C.Connections for the air valve assemblies shall be made within a section of the main line no closer than 24" to a bell, coupling, joint or fitting. 3.2 CONCRETE Concrete thrust or anchor blocks and equipment pads shall be installed in accordance with the Standard Drawings. 3.3 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed in accordance with Section 15000 and the Standard Drawings. 3.4 DISINFECTION Volume 3 Chapter 6 Page 159 of 190 2/16/16 Air valve assemblies shall be disinfected in accordance with Section 15041 in conjunction with disinfecting the main to which it is connected. The assembly valves shall be operated and the assembly flushed to completely disinfect all internal parts. 3.5 HYDROSTATIC TESTING Air valve assemblies shall be hydrostatically tested in accordance with Section 15044 in conjunction with the pipeline to which they are connected. 3.6 FIELD PAINTING AND COATINGS A. Field repairs to the enclosure shall not be permitted. Enclosures requiring repairs to the coating shall be returned to the supplier or coating vendor for repairs or recoating. END OF SECTION Volume 3 Chapter 6 Page 160 of 190 2/16/16 SECTION 15112 BACKFLOW PREVENTERS PART 1 GENERAL 1.01 DESCRIPTION This section includes materials, installation, and testing of reduced-pressure backflow prevention devices and check valve and double check valve assemblies. 1.02 REFERENCE 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. State of California Department of Health Services Division of Drinking Water and Environmental Management, Approved Backflow Prevention Assemblies for Service Isolation. 1.3 RELATED WORK SPECIFIED ELSEWHERE Agencies of Jurisdiction Rules and regulations regarding "Cross Connection Control and Beddow Prevention" CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15041, 15044, 15056, 15057, 15061, 15064 and 15100 1.4 SERVICE APPLICATION A.Reduced-pressure backflow prevention assemblies shall be provided on all commercial, industrial irrigation and multi-family water services. B.Reduced-pressure backflow prevention assemblies shall be provided on all irrigation services by potable and recycled water. C.Reduced-pressure backflow prevention assemblies shall be provided on potable water services where recycled water, well water or any other water supply is served to the same property. D.Reduce pressure backflow preventers assemblies shall be provided at all points of connections to City sources at construction sites. E.Double check detector assemblies shall be provided on all fire services. F.The City shall be the final authority as to the location, installation, and type of backflow prevention device required. Volume 3 Chapter 6 Page 161 of 190 2/16/16 1.6 GENERAL DESIGN CONSIDERATIONS A.The Design and construction of the backflow prevention assembly shall meet the requirements called for in this specification except that any modifications specifically shown on the Approved Plans shall take precedence over these general standards. B.The nominal size of the backflow prevention device shall be equal to or greater than the size of the purchased meter. For example, a 1" meter shall have a 1" or larger backflow device. C.The assembly shall include same size valves located on either side of the backflow prevention assemblies. Four test cocks shall be appropriately located on the assembly for testing and certification. D.The nominal size of double check detector assemblies shall be as shown on the Approved Plans or as directed by the Fire Department. E.Enclosures and concrete slabs shall be provided only as shown on the Approved Plans. 1.6 DELIVERY, STORAGE AND HANDLING Backflow prevention assemblies shall be delivered and stored in accordance with AVVVVA C210, AVWVA C213, and AWWA C550. The port openings shall be covered with plastic, cardboard, or wood while in transit and during storage in the field. These covers shall remain in place until the backflow assembly is ready to be installed. Backflow assemblies shall not be stored in contact with bare ground. Backflow assemblies shall not be stacked. 1.7 RECYCLED WATER IDENTIFICATION Backflow prevention assemblies and enclosures for recycled water shall be identified with purple-colored coating, identification labels, or signs in accordance with Section 15000. 1.8 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed for backflow prevention assemblies in accordance with Section 15000. PART 2 MATERIALS 2.1 BACKFLOW PREVENTION ASSEMBLIES Backflow prevention assemblies shall be among those listed on the list of "Approved Backflow Prevention Assemblies for Service Isolation" as issued by the State of California Department of Health Services, Division of Drinking Water and Environmental Management. 2.2 CONCRETE Volume 3 Chapter 6 Page 162 of 190 2/16/16 Concrete used for slabs and anchor or thrust blocks shall be in accordance with Section 03000. 2.3 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be in accordance with Section 15000 and the Approved Materials List. PART 3 EXECUTION 3.1 INSTALLATION A.Installation shall comply with the latest edition of the Uniform Plumbing Code, applicable local agency and City requirements. B.Backflow prevention assemblies shall be installed in accordance with the Standard Drawings. C.Water service and fire service shut-off valves will be secured closed during installation until an approved backflow prevention device is installed and tested in compliance with this specification. D.When static pressure exceeds 1.03MPa (150psi), or when recommended by the backflow device manufacturer, a pressure-reducing valve shall be installed as shown on the Standard Drawings. 3.2 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed in accordance with Section 15000 and the Standard Drawings. 3.3 CONCRETE Concrete thrust or anchor blocks and slabs shall be installed in accordance with Standard Drawings. 3.4 ENCLOSURES Enclosures shall be installed where shown on the Approved Plans in accordance with the Standard Drawings. 3.5 DISINFECTION Disinfection and flushing shall be performed in accordance with Section 15041, as part of the process of disinfecting the main pipeline. The backflow assemblies shall be operated during the disinfection period to completely disinfect all internal parts. 3.6 HYDROSTATIC TESTING Volume 3 Chapter 6 Page 163 of 190 2/16/16 BacIcflow assemblies shall be hydrostatically tested in conjunction with the pipeline to which they are connected in accordance with Section 15044. 3.7 TESTING The City will inspect and initially test each backflow prevention assembly after inspection of its proper installation is complete. Required maintenance of the backflow prevention device and appurtenances and annual testing of the device shall be the private owner's responsibility. END OF SECTION Volume 3 Chapter 6 Page 164 of 190 2/16/16 SECTION 15121 OPEN TRENCH PIPE CASING PART 1 GENERAL 1.1 DESCRIPTION This section includes materials for and installation of open trench pipe casings. Jacked casings or specially-installed pipe casings shall be installed as detailed in Section 15125. 1.2 REFERENCE STANDARD 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. References shall be made to the latest edition of said standards unless otherwise called for. 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 15000, 15056, 15061, and 15064 1.4 SERVICE APPLICATION Generally, pipe casings are used for protection of utilities (carrier pipes) and may be installed for future utility installations. Pipe casings shall be used for the installation of potable water, reclaimed water, and sewer mains where shown on the Approved Drawings or as required by the City. 1.6 DESIGN REQUIREMENTS A.Pipe casings shall be provided for carrier piping where shown on the Approved Drawings or as required by the City. The sizes and material type for pipe casing shall be as detailed in Part 2 of this Section. B.The City Engineer may select a greater steel thickness and diameter as appropriate for the intended application. 1.6 SUBMITTALS The following items shall be submitted for review and approval by the City Engineer prior to the start of the casing work: A.Casing pipe. B.Casing spacers and end seals. C.Installation procedure. D.Method of restraint to be used for the casing and carrier pipes. E.Welding procedure. F.Cathodic Protection. Volume 3 Chapter 6 Page 165 of 190 2/16/16 1.7 DELIVERY, STORAGE AND HANDLING A.PVC pipe casing shall be stored in suppliers' yards and on the job site in accordance to AVVWA M23 and the manufacturer's recommendations. PVC pipe casing which has been subjected to excessive ultraviolet radiation from the sun shall not be used. The determination as to the acceptability of PVC pipe casing faded by the sun's radiation shall rest solely with the City. B.Store PVC pipe casing in the field by the supporting the pipe uniformly per AVVWA M23. Do not stack pipe higher than 4' high or stack the pipe with weight on the bell ends. Cover stored PVC pipe casing to protect it from the sun's ultraviolet radiation. Pipe which has been contaminated with any petroleum products (inside or outside) shall not be installed. C.Proper care shall be used to prevent damage in handling, moving and placing the pipe casing. All pipe casing materials shall be lowered into the trench in a manner that prevents damage. The pipe casing shall not be dropped, dragged or handled in a manner that will cause bruises, cracks, or other damage. 1.8 CASING SPACERS AND END SEALS Casing spacers and end seals shall be used for all carrier pipe installations within casings. 1.9 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed in accordance with Section 15000. PART 2 MATERIALS 2.1 PIPE CASING Pipe casing materials shall be as indicated below and shall be selected from the Approved Materials List. The size of the pipe casings required for the various sizes of carrier pipe is as follows: Carrier Pipe Size Minimum Casing Size 6" 14" 16" 10" 18" 12" 20" • 16" 30" 20" 36" 24" 42" Pipe Casing for Carrier Pipe larger than 24" shall be as determined by the City Engineer. Volume 3 Chapter 6 Page 166 of 190 2/16/16 A. Polyvinyl Chloride Pipe (PVC) casings shall be as follows: 1.Casing pipe sizes 14" through 36" shall be in accordance with AVVWA C905, pressure rated 235 (DR18). 2.The color for PVC casing pipe shall be blue or white for potable water carrier pipe and purple for recycled water carrier pipe. B. Steel pipe casings shall be as follows: 1.Steel pipe casings, unless otherwise approved by the City, shall be butt-welded sheets (spiral welding of pipe not allowed) conforming to ASTM A 36/A 36M, ASTM A 283/A 283M, Grade D, or ASTM A 568/A 568M, Grade 33. Other steel grades may be used upon approval of the City. Steel casings sized 20" or smaller shall have a minimum wall thickness of 3/8". Steel casings sized larger than 20" shall have a minimum wall thickness of 1/2". 2.Steel pipe casings shall not be lined or coated with any material unless otherwise directed by the City Engineer. If required, steel pipe casing shall be lined and coated with liquid epoxy paint per AVVVVA C210. Liquid epoxy shall be applied in three coats to a minimum thickness of 0.012", The final cost of the liquid epoxy shall be blue for potable water and purple for recycled water steel casing pipe. 3.Steel pipe casings shall include the installation of an anode in accordance with the Standard Drawings, unless otherwise directed by the City Engineer. 2.2 CASING SPACERS Casing spacers shall be stainless steel, centered-position type with PVC liner and non-metallic anti-friction runners selected from the Approved Materials List. 2.3 CASING END SEALS Casing end seals, selected from the Approved Materials List, shall wrap around the casing and carrier pipe to provide a barrier to backfill material and seepage. The casing end seal shall be a minimum 1/4" thick styrene butadiene rubber sheet attached to the carrier pipe and casing with 1" wide stainless steel bands. Zippered casing end seals with stainless steel bands may also be used. 2.4 WARNING/IDENTIFICATION TAPE Warning/Identification tape materials shall be in accordance with Section 15000 and the Approved Materials List. Volume 3 Chapter 6 Page 167 of 190 2/16/16 PART 3 EXECUTION 3.1 TRENCH EXCAVATION, BACKFILL AND COMPACTION Trenching, bedding, backfilling and compaction operations shall be performed in accordance with Section 02223. 3.2 DEWATERING The Contractor shall provide, and maintain at all times during construction, ample means and devices to promptly remove and dispose all water from source entering trench excavations or other parts of the work. Any damage caused by flooding of the trench shall be the Contractor's responsibility. Dewatering shall be performed by methods that will maintain a dry excavation, preservation of the final lines and grades and protection of all utilities. If flooding of the trench does occur, the Contractor shall immediately dewater and restore the trench. Damaged or altered pipeline appurtenances or trench materials shall be repaired or replaced as directed by the Engineer. 3.3 PIPE CASING INSTALLATION Installation of pipe casing and carrier pipe shall be as described below and in accordance with the Standard Drawings. A.Pipe casing shall be installed in an open trench type excavation. B.Pipe casings shall be lowered onto the bedding of the proper lines and grades called for on the Approved Plans. C.Pipe casings shall have firm bearing along their full length. D.Pipe casing sections shall be bell and spigot joint connection for PVC. PVC casing sections shall be restrained by mechanical means or by the use of splined gaskets. Steel casing sections shall be jointed by full-circumference butt welding in the field. Steel casing shall have all areas of damaged coating repaired. E.Carrier pipe shall be pushed into the casing incorporating the use of casing spacers as described below. F.PVC or ductile-iron carrier pipe joints shall be restrained either by mechanical means or by use of splined gaskets. G.Steel carrier pipe sections shall be lap joint welded per Section 15061. Volume 3 Chapter 6 Page 168 of 190 2/16/16 H.Upstream and downstream elevations of the carrier pipe shall be verified prior to installing the end seals. I.The portion of carrier pipes installed within casings shall have pressure, leakage, and infiltration testing completed in accordance with Sections 15043 and 15044 prior to installation of the end seals. J.The annular space between the carrier pipe and casing shall not be filled with any material unless otherwise noted on the Approved Plans. 3.4 CASING SPACERS Casing spacers shall be used to prevent the carrier pipe bell from touching the casing and to maintain a uniform space between the carrier pipe and casing interior. A minimum of three casing spacers shall be installed, equally spaced, on each pipe section at intervals recommended by the manufacturer. 3.5 CASING END SEALS Casing end seals shall be installed in accordance with the manufacturer's recommendations. Carrier pipe shall pass hydrostatic or leakage tests in accordance with Sections 15044 or Section 15043 prior to the installation of casing end seals or backfilling operations. 3.6 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed above the casing pipe in accordance with Section 15000 and the Standard Drawings. END OF SECTION Volume 3 Chapter 6 Page 169 of 190 2/16/16 Volume 3 Chapter 6 Page 170 of 190 2/16/16 SECTION 15125 JACKED PIPE CASING PART 1 GENERAL 1.1 DESCRIPTION This section includes materials and installation of jacked pipe casings. Where the contractor proposes to install pipelines using directional drilling or boring, a complete submittal of the methods and materials shall be made to the City prior to the initiation of the work. 1.2 REFERENCE 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. References shall be made to the latest edition of said standards unless otherwise called for. 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 15000, 15056, 15061, 15064, and 15065 1.4 SERVICE APPLICATION Generally, pipe casings are used for protection of utilities (carrier pipes) and may be installed for future utility installations. Pipe casings shall be used in conjunction with the installation of potable water, recycled water, and sewer mains in areas shown on the Approved Plans or as directed by the City Engineer. 1.5 PROTECTION OF EXISTING UTILITIES AND FACILITIES The contractor shall be responsible for the care and protection of all existing utilities, facilities, and structures that may be encountered in or near the area of the work. 1.6 SAFETY AND PERMITTING REQUIREMENTS A.Pipe jacking and boring projects 30" in diameter or larger are required to be classified by the State of California. Department of Industrial Relations, Division of Occupational Safety and Health. B.Protection of workers in trench excavation shall be as required by the State of California Construction Safety Orders, the State of California State Health and Safety Code, the requirements of CAL-OSHA. C.All excavations shall be performed, protected, and supported as required for safety and in the manner set forth in the operation regulations prescribed by CAL- OSHA. Volume 3 Chapter 6 Page 171 of 190 2/16/16 D.It shall be the Contractor's responsibility to obtain excavation permits, traffic control permits, or other applicable permits from the local agency which has jurisdiction. E.A pre-job safety conference with representatives of the Division of Occupational Safety, CAL-OSHA, the City, the Contractor and Contractor's employees shall be held before the work begins. F.Contractors performing this work are required to hold a current C-34 or General Engineering Contracting License from the State of California. 1.7 DESIGN REQUIREMENTS A.Pipe casing shall be provided for the carrier piping where shown on the Approved Plans or as required by the City Engineer. The sizes and material type for pipe casing shall be as detailed in Part 2 of this Section. B.The City Engineer may select a greater steel thickness and diameter as appropriate for the intended application. 1.8 SUBMITTALS The contractor shall provide to the City and the agency, or agencies, of jurisdiction a drilling, boring, and jacking plan prior to commencing boring operations. The submittal shall include: A.Configuration of the jacking pits and jacking pit bracing or shoring. Pit excavations deeper than 20' require the shoring system to be certified by a Registered Civil Engineer. B.The pipe casing material to be used. Include pipe material type, wall thickness, and welding details. C.Casing spacers and end seals. D.Jacking plan and profile drawing detailing the placement of the jacked casing. E.Installation procedure. F.Manufacturer and type of liquid epoxy paint, including proposed steel preparation and application methods to be used. G.The jacking machinery arid jacking head proposed to be used. H.Summary of the backfilling method to be used. I.Worker Protection and Safety Plan. J.Cathodic Protection. 1.9 DELIVERY AND HANDLING Volume 3 Chapter 6 Page 172 of 190 2/16/16 Proper care shall be used to prevent damage in handling, moving and placing the pipe casing. All pipe-casing materials shall be lowered into the trench in a manner that prevents damage. The pipe casing shall not be dropped, dragged or handled in a manner that will cause dents, cracks, or other damage to the pipe casing. 1.10 CASING SPACERS AND END SEALS Casing spacers and end seals shall be used for all pipe installations with casings. If the carrier pipe is not installed within the casing, as a continuous operation, following completion of jacking, then bulkhead and portals and backfill the approach trenches. Bulkheads will be removed at a later time to allow for the installation of the carrier pipe. PART 2 MATERIALS 2.1 PIPE CASINGS Jacked pipe casings shall be steel. A. The minimum size and thickness of jacked steel pipe casings shall be as follows, unless otherwise required by the agency having jurisdiction over the road, utilities, or improvements. Carrier Pipe Size Minimum Casing Size Min. Steel Casing Wall Thickness 6" 14" 3/8" 8" 16" 3/8" 10" 18" 3/8" 12" 20" 3/8" 16" 30" 1/2" 20" 36" 1/2" 24" 42" 1/2" B.Pipe casing for carrier pipe sizes larger than 24" shall be determined by the City Engineer. C.The Contractor may submit a greater steel thickness and diameter as appropriate for the method of work and loadings involved, as suitable for the site and as limited by possible interferences. The Contractor shall submit any deviations in the approved design to the City fourteen (14) working days in advance of jacking operations, and may not proceed with any work until the City Engineer has approved the alternate methods proposed. D.It is the Contractor's responsibility to choose a size of casing at or above the minimum specified, and to ensure that the jacking is done with a high degree of accuracy to permit installation of the carrier pipe to the lines and grades shown on the approved plans. E.Steel pipe casings, unless otherwise approved by the City, shall be butt-welded sheets (spiral welding of pipe now allowed) conforming to ASTM A 36/A 36M, Volume 3 Chapter 6 Page 173 of 190 2/16/16 ASTM A 283/A 283M, Grade D, or ASTM A 570/A 570M, Grade 33. Other steel grades may be used upon approval of the City Engineer. F. Steel pipe casings shall include the installation of an anode in accordance with the Standard Drawings, unless otherwise directed by the City Engineer. 2.2 CASING SPACERS Casing spacers shall be stainless steel, centered-position type with PVC liner and non- metallic anti-friction runners in accordance with the Approved Materials List. 2.3 CASING END SEALS Casing end seals, in accordance with the Approved Materials List, shall wrap around the casing and carrier pipe to provide a barrier to backfill material and seepage. The casing end seal shall be a minimum 1/4" thick styrene butadiene rubber sheet attached to the carrier pipe and casing with 1" wide stainless steel bands. Zippered casing end seals with stainless steel bands may also be used. 2.4 WARNING/IDENTIFICATION TAPE Warning/Identification Tape materials shall be in accordance with Section 15000 and the Approved Materials List. PART 3 EXECUTION 3.1 TRENCH EXCAVATION, BACKFILL AND COMPACTION Trenching, bedding, backfilling and compaction operations shall be performed in accordance with Section 02223. 3.2 JACKING PIT A.The approach trench for jacking or boring operations shall be adequately shored to safeguard existing substructures and surface improvements and to ensure against ground movement in the vicinity of the casing portal. B.Placement of equipment in the approach trench of the jacking pit shall be firmly bedded on the required line and grade using heavy timbers, structural steel, or concrete cradles of sufficient length to provide accurate control of jacking alignment. Provide space to insert the casing lengths to be jacked. Anchor the timbers and structural steel sections to ensure action of the jacks in line with the axis of the casing. Place a timber or structural steel bearing block between the jacks and the end of the casing to provide uniform bearing upon the casing end evenly distribute the jacking pressure. C.After jacking equipment and debris from the tunnel have been removed from the approach trench of jacking pit, prepare the bottom of the jacking pit as a pipe foundation. Remove all loose and disturbed materials below pipe grade to undisturbed earth and re-compact the material in accordance with Section 02223. Volume 3 Chapter 6 Page 174 of 190 2/16/16 3.3 PIPE CASING INSTALLATION Installation of pipe casings shall be as described below and in accordance with the Standard Drawings. Only workers experienced in jacking operations shall be used in performing the work of jacking and boring. A.The Contractor's attention is called to the fact that extreme care is required in placing the casing so as to permit the installation of the carrier pipe to the lines and grades shown on the Approved Plans. B.Gravity flow pipelines are designed at grades that do not permit variance from the lines and grade as shown on the Approved Plans. C.Fit a sectional shield or steel jacking head to the leading section of the casing. The shield or head shall extend around the outer surface of the upper two-thirds of the casing and project at least 18" beyond the driving end of the casing. It shall not protrude more than 1/2" beyond the outer casing surface. D.The leading section of casing shall be equipped with a jacking head securely anchored thereto to prevent any wobble or variation in alignment during the jacking operation. E.To avoid loss of ground outside the casing, carry out excavation entirely within the jacking head and not in advance of the head. In general, excavated materials shall be removed from the casing as jacking progresses and no accumulation of excavated material within the casing will be permitted. F.A jacking band to reinforce the end of the pipe receiving the jacking thrust will be required. G.Control the application of jacking pressure and excavation of material ahead of the advancing casing to prevent it from becoming friction-bound or deviating from required line and grade. Do not encroach upon the minimum annular space detailed. Restrict the excavation of material to the least clearance to prevent binding in order to avoid settlement or possible damage to overlying structures or utilities. H.Steel casing sections shall be full-circumference butt-welded in the field. It shall be the Contractor's responsibility to provide stress transfer across the joints capable of resisting the jacking forces involved. 3.4 CARRIER PIPE INSTALLATION A.Carrier pipe shall be pushed into the casing incorporating the use of casing spacers as described below. B.PVC or ductile-iron carrier pipe joints shall be restrained either by mechanical means or by use of splined gaskets. C.Steel carrier pipe sections shall be lap joint welded in accordance with Section 15061. Volume 3 Chapter 6 Page 175 of 190 2/16/16 D.Upstream and downstream elevations of the carrier pipe shall be verified prior to installing the end seals. E.The portion of carrier pipe installed within a casing shall have pressure, leakage, and infiltration testing completed in accordance with Section 15043 and 15044 prior to installation of the end seals. F.The annular space between the carrier pipe and casing shall not be filled with any material unless otherwise noted on the Approved Plans. 3.5 CASING SPACERS Casing spacers shall be used to prevent the carrier pipe bell from touching the casing and to maintain a uniform space between the carrier pipe and casing interior. Casing spacers shall be installed on the carrier pipe at intervals per the manufacturer's recommendations with a minimum of three spacers per pipe section equally spaced. 3.6 CASING END SEALS Casing end seals shall be installed in accordance with the manufacturer's recommendations. Carrier pipe shall pass hydrostatic or leakage tests in accordance with Sections 15044 or 15043 prior to the installation of casing end seals or backfilling operations. END OF SECTION Volume 3 Chapter 6 Page 176 of 190 2/16/16 SECTION 15139 FIRE HYDRANTS PART 1 GENERAL 1.1 DESCRIPTION This section includes the materials for and installation of fire hydrant assemblies. 1.2 REFERENCE 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. 1.3 RELATED WORK SPECIFIED ELSEWHERE CMWD Standard Drawings CMWD Standard Specifications 09900, 15000, 15041, 15044, 15056, 15061, 15064, and 15100 1.4 SYSTEM DESCRIPTION A.Hydrant outlet sizes and configuration shall be as shown on the Approved Plans or as directed by the fire department of jurisdiction. B.Hydrants shall generally have the following number and size of outlets as directed by the fire department of jurisdiction: 1.Residential: One 2-1/2" outlet and one 4" outlet 2.Commercial: Two 2-1/2" outlets and one 4" outlet 3.Industrial: One 2-1/2" outlet and two 4" outlets 1.5 SERVICE APPLICATION A.Fire hydrants shall be installed on potable water mains as shown on the approved drawings. B.Wet-barrel hydrants shall generally be used for pressures up to 1.38 MPa (200 psi). System pressures up to and including 1.03 MPa (150 psi) require standard wet-barrel hydrants, and pressures up to 1.38 MPa (200 psi) require high-pressure wet-barrel hydrants in accordance with the Approved Materials List. 1.6 DELIVERY, STORAGE AND HANDLING Fire hydrants shall be delivered and stored in accordance with AVVWA C210, AWVVA C213, and AWWA C550. The port openings shall be covered with plastic, cardboard or wood while in transit and during storage in the field. These covers shall remain in place until the valve is ready to be installed. Fire hydrants shall not be stored in contact with bare ground. Fire hydrants shall not be stacked. 1.7 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed for fire hydrant assemblies in accordance with Section 15000. Volume 3 Chapter 6 Page 177 of 190 2/16/16 PART 2 MATERIALS 2.1 HYDRANTS A.Fire hydrants and appurtenances shall be selected from the Approved Materials List. B.Wet-barrel fire hydrants shall comply with AWWA C503 and these specifications unless otherwise indicated on the Approved Drawings. C.All outlets shall be provided with National Standard Fire-Hose Threads. Outlets shall be equipped with plastic caps. D.Wet-barrel fire hydrant flanges and appurtenant bury ells and spools shall incorporate a six-hole bolt pattern. 2.2 BOLTS AND NUTS A.Hydrant flange bolts and nuts shall be selected from the Approved Materials List. B.Bolts and nuts shall be zinc-plated A307 carbon steel in accordance with Section 15000. 2.3 CONCRETE Concrete used for splash pads, thrust or anchor blocks shall be in accordance with the Standard Drawings. 2.4 WARNING/IDENTIFICATION TAPE Warning/Identification Tape materials shall be in accordance with Section 15000 and the Approved Materials List. 2.5 FIELD PAINTING AND COATING Field painting and coating materials shall be in accordance with Section 09900 in accordance with the Approved Materials List. Volume 3 Chapter 6 Page 178 of 190 2/16/16 PART 3 EXECUTION 3.1 GENERAL A.Fire hydrant assemblies shall be installed at locations shown on the Approved Plans or as directed by the fire department of jurisdiction in accordance with the Standard Drawings. B.The location and port orientation of the Fire Hydrant shall be in accordance with the Standard Drawings. C.Fire hydrant flange bolts shall be set with nuts on top. Torque nuts uniformly and progressively in accordance with the manufacturer's recommendations. D.Depending on location, fire hydrant assemblies may require protection posts or concrete retaining walls. When required by the City Engineer, or when shown on the Approved Plans, protection posts or retaining walls shall be installed in accordance with the Standard Drawings. 3.2 CONCRETE Concrete thrust and anchor blocks shall be installed in accordance with the Standard Drawings. 3.3 WARNING/IDENTIFICATION TAPE Warning/Identification Tape shall be installed in accordance with Section 15000 and the Standard Drawings. 3.4 DISINFECTION OF FIRE HYDRANT The fire hydrant assembly shall be disinfected in accordance with Section 15041, as part of the process of disinfecting the main pipeline. The assembly valves shall be operated and the assembly flushed to completely disinfect all internal parts. 3.5 HYDROSTATIC TESTING Fire hydrant assemblies shall be hydrostatically tested in accordance with Section 15044 in conjunction with the pipeline to which it is connected. 3.6 FIELD PAINTING AND COATING The fire hydrant exterior shall be field painted in accordance with Section 09900. END OF SECTION Volume 3 Chapter 6 Page 179 of 190 2/16/16 Volume 3 Chapter 6 Page 180 of 190 2/16/16 SECTION 16640 CATHODIC PROTECTION BY SACRIFICIAL ANODES PART 1 GENERAL 1.1 SCOPE This section includes materials, testing, and installation of corrosion protection and monitoring systems for metallic pipes including insulating flange kits, test stations, copper/copper sulfate reference electrodes, sacrificial anodes, wiring, and exothermic welds.. 1.2 DEFINITIONS A.CONTRACTOR. The qualified construction firm selected by the Owner to have prime responsibility for the completion of work. B.OWNER. The Owner, as referred to in these specifications, is the City of Carlsbad. C.ENGINEER. The Engineer is the Owner's representative who is assigned to be the direct contact between the Owner and the Contractor. D.CORROSION ENGINEER. Retained by the Contractor, who is trained and experienced in cathodic protection installations and design and who is either a Registered Corrosion Engineer or a NACE Certified Cathodic Protection Specialist. 1.3 SPECIFICATIONS AND STANDARDS A.American Society for Testing and Materials (ASTM): C94-86 Ready-Mixed Concrete D-2220 Polyvinyl chloride Insulation for Wire and Cable D-1248 Polyethylene Plastics Molding and Extrusion Materials B3 Soft or Annealed Copper Wire B8 Concentric-Lay Stranded Copper Conductors B.Federal Specifications (FS) Military Specification (Mil. Spec): MIL-C-18480B Coating Compound, Bituminous, Solvent, Coal Tar Base C.Underwriter's Laboratories, Inc. (UL) Publications: 83-80 Thermoplastic-Insulated Wires 486-76 Wire Connectors and Soldering Lugs for Use with Copper Conductors D.National Association of Corrosion Engineers (NACE): RP0169-96 Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems E.National Association of Corrosion Engineers (NACE): Volume 3 Chapter 6 Page 181 of 190 2/16/16 RP0286 Electrical Isolation of Cathodically Protected Pipelines 1.4 SUBMITTALS The following information shall be submitted for approval of the ENGINEER in accordance with Section 1300 of these specifications. A. Catalog Cuts: 1.High potential magnesium anodes 2.At-grade concrete test box with cast iron lid 3.Shunts 4.Wire and cable 5.Exothermic weld kits 6.Weld caps 7.Weld coating 8.Plastic warning tape 9.Insulating flange kits 10.Wax tape coating system B. As-Built Drawings. The CONTRACTOR shall maintain As-Built drawings showing exact locations of anodes, test stations, insulators, and wire trenching runs. Location changes from the design shall be clearly marked in red on a blue line copy of the design drawings. The As-Built drawings shall be submitted to the ENGINEER at the end of the project. The project is not considered complete until As-Built drawings are submitted. C. Test Results. 1.Insulator tests 2.Continuity tests 3.Anode testing and cathodic protection performance PART 2 MATERIALS 2.1 GENERAL Materials and equipment shall be new and the standard product of manufacturers regularly engaged in the manufacturing of such products. All materials and equipment shall bear evidence of safe operation approval from a nationally recognized testing laboratory. 2.2 HIGH POTENTIAL MAGNESIUM ANODES A. Capacity. High potential magnesium anodes shall have a theoretical energy content of 1000 ampere-hours per pound and have a minimum useful output of 500 ampere-hours per pound. Volume 3 Chapter 6 Page 182 of 190 2/16/16 B.Chemical Composition (High Potential Magnesium). Aluminum 0.01 percent (max) Manganese 0.5 to 1.3 percent Zinc 0.002 percent (max) Copper 0.02 percent (max) Nickel 0.001 percent (max) Iron 0.03 percent (max) Silicon 0.002 percent (max) Other 0.05 percent each (max) Magnesium balance C.Open Circuit Potential. The open circuit potential of all anodes, buried in the soil, shall be between 1.55 and 1.75 volts de versus a copper-copper sulfate reference electrode. D.Ingot Size And Weight. Anodes shall be 48-pound pre-packaged, high potential ingots with a trapezoidal cross section. Ingot length shall be 32 inches long. The total packaged weight shall be 105 lbs. E.Anode Construction. Anodes shall be cast magnesium with a galvanized steel core rod recessed on one end to provide access to the rod for connection of the lead wire. Silver braze the lead wire to the rod and make the connection mechanically secure. Insulate the connection to a 600-volt rating by filling the recess with epoxy and covering any exposed bare steel core or wire with heat shrinkable tubing. The insulating tubing shall extend over the lead wire insulation by not less than 1/2 inch. F.Anode Pre-Packaged Backfill Material. The anodes shall be completely encased and centered within a permeable cloth bag in a special low resistivity backfill mix with the following composition: Gypsum 75% Powdered bentonite 20% Anhydrous sodium sulfate 5% G.Backfill grains shall be such that 100 percent is capable of passing through a screen of 100 mesh. Backfill shall be firmly packed around the anode such that the ingot is approximately in the center of the backfill. The resistivity of the backfill shall be no greater than 50 ohm-cm when tested wet in a soil box. Total prepackaged weight shall be approximately 105 pounds. 2.3 AT-GRADE TEST STATIONS A.Test Box. At-grade test boxes shall be round, pre-cast concrete with a cast iron lid. The dimensions shall be 14-1/4 inches O.D. by 9 inches I.D. by 12 inches high, similar to Christy G5 Utility Box with a cast iron supporting ring and lid. The lid shall be cast with the legend "Test Station". B.Identification Tags. All test leads shall be identified with an Avery label (model 5361), self-adhesive covered with polyolefin clear heat shrink tubing (3mfp301). The label shall include: name of facility — size — pipe material; type of insulation; station number. C.Concrete Pad. Test boxes mounted in unpaved areas shall be mounted in a reinforced 24-inch square by 4-inch thick concrete pad constructed of ASTM C94 ready-mix concrete. Rebar shall be No. 4 steel. Volume 3 Chapter 6 Page 183 of 190 2/16/16 2.4 WIRE AND CABLE All wires shall be stranded copper with HMWPE or THWN insulation suitable for direct burial in corrosive soil and water, conforming to UL 83 and ASTM standards B3 or B8. HMWPE insulation shall conform to ASTM D1248 type 1, class c, grade 5. THWN insulation shall conform to ASTM D-2220. A.Test Leads. No. 8 AWG HMWPE. B.Anode Lead Wire. Anode lead wires shall be No. 12 AWG THWN. C.Mechanical Joint Bond Wire. No. 2 AWG HMWPE. D.All wire and copper connectors shall conform to UL 486-76. E.Wire Splicing. NO wire splicing is permitted. 2.5 EXOTHERMIC WELD KIT Wire-to-metal connections shall be made by the exothermic "cadweld" welding process. Weld alloy shall be for steel pipe. It is the CONTRACTOR's responsibility to determine the manufacturer's recommended weld charge size for metallic surfaces. A.Weld Caps. Royston Roybond Primer 747 and Royston Handy Cap 2 or equal. B.Weld Coating. Cold-applied fast-drying mastic consisting of bituminous resin and solvents per Mil. Spec. Mil-C-18480B such as Koppers bitumastic 50 or 505, Tnemec 40-h-413, tape-coat TC mastic or 3M Scotch Clad 244. The minimum coating thickness shall be 25 mils (0.025 inch). 2.6 INSULATING FLANGE KITS A.Gaskets: ANSI B-16.21, Type E, NEMA G10 glass with a rectangular o-ring seal for operation between 20-deg. F and 150-deg. F. Gaskets shall be suitable for the temperature and pressure rating of the piping system in which they are installed. B.Insulating Sleeves: 1/32-inch thick tube, full length, G10 glass material per NEMA LI- 1 for operation between 20-deg. F and 150-deg. F. For installation at threaded valve flanges, half-length sleeves shall be used. C.Insulating Washers: 1/8-inch thick, full length, G10 glass per NEMA LI-1 for operation between 20-deg. F and 150-deg. F. D.Steel Washers: 1/8-inch cadmium plated steel placed between the nut and insulating washer. E.Coating: All buried insulating flanges shall be wax taped coated per AWWA C217. See section for "External Coating for Buried Surfaces" below. Volume 3 Chapter 6 Page 184 of 190 2/16/16 2.7 EXTERNAL COATING FOR BURIED SURFACES A.All buried insulating flange kits, AND buried pipe sections and fitting surfaces that are not epoxy or polyurethane coated shall be wrapped with a three-layer petrolatum wax tape coating system per AWWA C217. B.Primer: All surfaces shall be prime coated with a blend of petrolatum, plasticizer, inert fillers, and corrosion inhibitors having a paste-like consistency. C.Wax Tape: Covering material shall be a synthetic felt tape, saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is formable over irregular surfaces. D.Plastic Outer Wrap: The primed and wax taped surface shall be covered with a plastic outer wrap consisting of three layers of 50-guage (10-mil) polyvinylidene chloride or PVC, high cling membrane wound together. 2.8 PLASTIC WARNING TAPE A. Plastic warning tape for all cable trenches shall be a minimum of 4 mils thick and 6 inches wide, inert plastic film designed for prolonged use underground, and printed with "Caution: Cathodic Protection Cable Below". PART 3 CATHODIC PROTECTION INSTALLATION 3.1 GENERAL A.Standard. Cathodic protection installation shall conform to NACE RP0169-96 "Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. B.CONTRACTOR Qualifications. All work shall be performed by qualified, experienced personnel working under continuous, competent supervision. Qualified CONTRACTORs must demonstrate at least five years of experience with cathodic protection installations. C.Test Results. The CONTRACTOR shall submit a CORROSION ENGINEER's report including all test data, conclusions, repairs, and cathodic protection system performance. D.Notification For Testing. The CONTRACTOR shall notify the ENGINEER at least five days in advance of the anodes and test station installations. The ENGINEER or the OWNER's representative shall, at their discretion, witness the installation of anodes and cathodic protection facilities. Testing shall be as described in this specification section. 3.2 MAGNESIUM ANODES A.Inspection. All lead wires shall be inspected to ensure that the lead wire is securely connected to the anode core and that no damage has occurred to the lead wire. Lead wire failures shall require replacement of the complete anode and lead wire. B.Pre-Packaged Anode Inspection. Each anode shall be inspected to ensure that the backfill material completely surrounds the anode and that the cloth bag containing the anode and backfill material is intact. If the prepackaged anodes are supplied in a waterproof container or covering, that container or covering shall be Volume 3 Chapter 6 Page 185 of 190 2/16/16 removed before installation. The CONTRACTOR shall notify the ENGINEER at least five (5) days in advance of installing the anodes. C.Location. Anodes are to be installed in augured holes as shown in the drawings. Anode positions can be adjusted slightly to avoid interference with existing structures. Alternate anode positions must be approved by the ENGINEER. D.Handling. Care shall be taken to ensure that the anode is never lifted, supported, transported, or handled by the lead wire. All anodes shall be lowered into the hole using a sling or a rope. E.Anode Hole Size and Depth. Anodes shall be placed vertically at the bottom of a 12 feet deep augured hole, 12 inches in diameter (minimum). F.Soaking Requirements, Pre-Packaged Anodes. Once the prepackaged anodes are in the hole, 15 gallons of water shall be poured into the hole so that the anodes are completely covered with water. Allow the anodes to soak for a minimum of 30 minutes before any soil backfill is added. G.Soil Backfill. After the pre-packaged anodes are soaked, the hole is backfilled with stone-free, native soil. No voids shall exist around the anode bags and the anode lead wire shall not be damaged. The backfill shall be tamped and compacted in 18-inch lifts taking care not to damage the anode lead wire. 3.3 AT-GRADE TEST STATIONS A.Location. At-grade corrosion monitoring test boxes shall be located at the edge and directly behind the curb. All test box locations shall be approved by the ENGINEER. B.Test Box Bottom. Test boxes shall be set in native soil. C.Test Lead Attachment. Test leads shall be attached to the pipe using the exothermic weld process. An 18-inch length of slack wire shall be coiled at each weld at the pipe and inside each test box. D.Concrete Pad. A 24-inch square by 4-inch thick reinforced concrete pad is required around each at-grade test station. Test boxes and concrete pad shall be flush with the top of the curb. 3.4 WIRE AND CABLE A.Test Lead Trench. Horizontal test or anode lead runs shall be placed in a 36-inch trench. B.Wire Handling. Wire leads shall not be stretched or kinked. Care shall be taken when installing wire and backfilling. If wire insulation is damaged during installation, it shall be rejected and replaced completely at the CONTRACTOR's expense. All rejected wire shall be removed from the job site at the close of each workday. Volume 3 Chapter 6 Page 186 of 190 2/16/16 C.Plastic Warning Tape. Plastic warning tape shall be installed in all wire trenches and 12 inches below finished grade. D.Splicing. Wire splices are not permitted. 3.5 WIRE-TO-PIPE CONNECTIONS A.All connections of copper wires to the pipe shall be made by the exothermic weld method. B.Weld Charge Size. It is the CONTRACTOR's responsibility to ensure that the manufacturer's recommended weld charge size is used. C.Preparation Of Wire. Do not deform cable. Remove only enough insulation from the cable to allow for the exothermic weld. D.Preparation Of Metal. Remove all coating, dirt, grime and grease from the metal structure by wire brushing. Clean the structure to a bright, shiny surface free of all serious pits and flaws by using a file. The surface area of the structure must be absolutely dry. E.Wire Position. The wire is to be held at a 30-degree angle to the surface when welding. Only one wire shall be attached with each weld. F.Testing of All Completed Welds. After the weld has cooled, the weld shall be tested by striking the weld with a 2-lb hammer while pulling firmly on the wire. All unsound welds shall be cleaned, re-welded, and re-tested. All weld slag shall be removed. G.Coating Of Welds. The area to be coated shall be clean and completely dry. Apply a primer specifically intended for use with an elastomeric weld cap. Apply the weld cap and a bituminous mastic coating material to all exposed areas around the cap in accordance with the manufacturer's recommendations. The coating shall overlap the structure coating by a minimum of 3 inches. H.Mortar Repair. Coating voids shall be filled with cement grout. 3.6 BOND WIRES A. Mechanical Joint Bond Wires. Two (2) No. 2 HMWPE bond wires are required across each non-insulating, in-line valve; a third No. 6 HMWPE bond wire is required from the valve to one outside flange as shown in the drawings. The bond wires shall be attached using the exothermic weld process. Bond wires shall have some slack wire at each weld to allow for creep when backfilling. 3.7 INSULATING FLANGE KITS A.General: Insulating flange kits shall be pre-assembled and installed as recommended by the manufacturer, and per NACE RPO 286. Moisture, soil, and other foreign matter must be fully removed and prevented from contacting any portion of mating surfaces. If foreign matter contacts any portion of these surfaces, then the entire flange shall be disassembled, cleaned, and dried before reassembly. B.Installation: Align and install insulating joints according to the manufacturer's recommendations to avoid damaging insulating materials. The manufacturer's bolt tightening sequence and torque specifications shall be followed. Volume 3 Chapter 6 Page 187 of 190 2/16/16 C.Paint Pigments: No electrically conductive pigments or paints shall be used either internally or externally on the bolts, washers, or flanges. D.Inspection: All buried insulating flanges shall be inspected, tested, and approved by the ENGINEER as described in Part 4 of this specification and prior to the application of wax tape coating. 3.8 EXTERNAL COATING A.All buried insulating flanges shall be covered with a 3-layer wax tape coating system per AVVVVA C217. Additionally, all in-line valves, flanges, couplings, and adapters that are not coated with a bonded dielectric coating shall be wax tape coated per AWVVA C217. B.Primer: Surfaces must be cleaned of all dirt, grime, and dust by using a wire brush and clean cloth. The surface shall be dry. Apply the primer by hand or brush. A thin coating of primer shall be applied to all surfaces and worked into all crevices. The primer shall be applied generously around bolts, nuts, and threads, and shall fully cover all exposed areas. The primer should overlap the pipe coating by a minimum of 3-inches. C.Petrolatum Saturated Tape: The wax tape can be applied immediately after the primer. Short lengths of tape shall be cut and carefully molded around each individual bolt, nut, and stud end. For long bolts (such as in couplings), short lengths of tape shall be cut and circumferentially wrapped around each individual bolt. After the bolts are covered, the tape shall be circumferentially wrapped around the flange with sufficient tension to provide continuous adhesion without stretching the tape. The tape shall be formed, by hand, into all voids and spaces. There shall be no voids or gaps under the tape. The tape shall be applied with a 1-inch minimum overlap. D.Outer Covering: A plastic outer cover shall be applied over the petrolatum- saturated tape. The plastic shall be a minimum of 50-guage (10-mils) and shall have two layers applied. PART 4 TESTING AND INSPECTION The CONTRACTOR's CORROSION ENGINEER shall submit his proposed test procedures to the ENGINEER at least five (5) days in advance of the time that the cathodic protection system testing is scheduled. The ENGINEER shall witness all testing at his discretion. All test data shall be submitted to the ENGINEER within seven (7) days of the completion of the testing. All testing shall be done under the supervision of a qualified CORROSION ENGINEER who is retained by the CONTRACTOR. All deficiencies found to be due to faulty materials or workmanship shall be repaired or replaced by the CONTRACTOR and at his expense. The City of Carlsbad shall be notified at least three (3) days in advance to witness the performance testing. 4.1 TEST LEADS It is the CONTRACTOR's responsibility to test all test leads Volume 3 Chapter 6 Page 188 of 190 2/16/16 A.Test Method. All completed wire connection welds shall be tested by striking the weld with a 2-lb hammer while pulling firmly on the wire. Welds failing this test shall have the surface re-prepared, have the wire re-welded to the pipe and re- tested. Wire welds shall be spot tested by the Engineer. After backfilling the pipe, all test lead pairs shall be tested using a standard ohmmeter. B.Acceptance. The resistance between each pair of test leads shall not exceed 150% of the total wire resistance as determined from published wire data. 4.2 Anode Lead Wire. The CONTRACTOR is responsible for inspecting anode lead wires. Lead wires shall be spot inspected by the ENGINEER. A.Test Method. A visual inspection and by running his hand along the full length of the lead while installing. B.Acceptance. All leads shall be free of cuts nicks or abrasions in the wire insulation. Damaged leads shall be rejected. 4.3 TEST LEAD TRENCHING The ENGINEER, at his or her discretion, shall inspect wire trenches and bacicfill material and methods. A.Test Method. The depth, trench bottom, padding, and backfill material shall be visually inspected prior to backfilling. B.Acceptance. Conformance with specifications. 4.4 PIPELINE CONTINUITY THROUGH IN-LINE VALVES The CONTRACTOR's CORROSION ENGINEER shall measure the linear resistance of sections of pipe in which in-line valves or other mechanical joints have been installed. All testing shall be done by the CORROSION ENGINEER in the presence of the ENGINEER. A.Test Method. Resistance shall be measured by the linear resistance method. A direct current shall be impressed from one end of the test section to the other (typically test station to test station). A voltage drop is measured for several different current levels. The measured resistance (R) is calculated using the equation R=dV/I, where dV is the voltage drop between the test span and I is the current. The resistance shall be measured for at least four (4) different current levels. B.Acceptance. Acceptance is a comparison between the measured resistance (from the field test data) and the theoretical resistance. The theoretical resistance must consider the pipe (length and wall thickness) and the resistance of the bond wires. The measured resistance shall not exceed the theoretical resistance by more than 130%. The CONTRACTOR's CORROSION ENGINEER shall submit, within seven (7) days of the completion of the testing and in a report format, to the ENGINEER all calculations of the theoretical resistance and measured pipe resistance for each section tested. Volume 3 Chapter 6 Page 189 of 190 2/16/16 4.5 INSULATING FLANGE KITS A.Responsibility: Insulating flanges shall be inspected and tested by the CONTRACTOR'S CORROSION ENGINEER and in the presence of the ENGINEER, prior to backfilling. Testing of the buried insulating flange kit prior to backfill will result in non-acceptance of the insulator. B.Test Method: The assembled flange shall be tested using a Gas Electronics Model 601 Insulation Checker specifically design for testing insulating flanges. The testing shall be done by a qualified CORROSION ENGINEER accepted by the ENGINEER and shall be done in accordance with NACE RPO 286. C.Acceptance: The installation of the insulating flange kit shall be considered complete when the testing device indicates no shorts or partial shorts are present. The CONTRACTOR shall provide assistance in finding any and all shorts or shorted bolts. All disassembly and reassembly necessary for acceptance shall be done at the CONTRACTOR'S expense. 4.6 CATHODIC PROTECTION PERFORMANCE The cathodic protection system shall be activated and tested by the CONTRACTOR's CORROSION ENGINEER in the presence of the ENGINEER. A.Test Method. The installed cathodic protection system testing shall include: native pipe-to-soil potentials, protected pipe-to-soil potentials, open-circuit anode potentials, and anode current output measurements. B.Acceptance. Shall be based on achieving the —850 mV criterion as outlined in NACE RP0169-96. All data shall be submitted, in a typed 8-1/2 X 11 inch report to the City's ENGINEER and the City's CORROSION ENGINEER for approval. C.Compliance With Specifications. Deficiencies or omissions in materials or workmanship found by these tests shall be rectified at the CONTRACTOR's expense. Deficiencies shall include but are not limited to: broken leads, improper or unclean trenches, lack of 18-inchor slack wire in test boxes; improperly mounted test boxes; improper installation and testing of insulators; and other deficiencies associated with the workmanship, installation, and non-functioning equipment. END OF SECTION Volume 3 Chapter 6 Page 190 of 190 2/16/16 APPENDIX I CMWD APPROVED MATERIALS LIST APPENDIX "I" CARLSBAD MUNICIPAL WATER DISTRICT'S APPROVED MATERIALS LIST FOR USE ON CONSTRUCTION OF POTABLE AND RECYCLED WATER FACILITIES Item Description Manufacturer/Model AIRNACUUM VALVE 2-INCH ARI D-040 (up to 250 psi) AIRNACUUM VALVE greater than 2" Epoxy coated/lined. Stainless steel hardware ARI D-060 HF AIRNACUUM VALVE ABOVE GRADE ENCLOSURE Air-Vaccum Valve Assembly. See Standard Dwg W7 See 'Valve Box' for below grade components Pipeline Products VCAS 1424 2" Pipeline Products VCAS 1830 4" Pipeline Products VCAS 2436 6"-8" TN - Potable PR - Recycled ANGLE METER STOPS 1-INCH Compression x Meter Nut 1" Bronze Angle Meter Stop (Ball Valve) with 90 Degree Lock Wing, Compression x Outlet Swivel Meter Nut Ford BA43-444WQ NL Jones E-1963WSG Mueller B-24258 N AY McDonald 74602BQ ANGLE METER STOPS 1-INCH Flare x Meter Nut 1"Bronze Angle Meter Stop (Ball Valve) with 90 Degree Lock Wing, Flare x Outlet Swivel Meter Nut Ford BA23-444W NL Jones E-1964W Mueller B-24255 N AY McDonald 74602B ANGLE METER STOPS 2-INCH Compression x Meter Nut 2"Bronze Angle Meter Stop (Ball Valve) with 90 Degree Lock • Wing, Compression x Outlet Meter Flange Ford BFA43-777W0 NL Jones E-1975WSG Mueller B-24276 N AY McDonald 74602BQ ANGLE METER STOPS 2-INCH Flare x Meter Nut 2" Bronze Angle Meter Stop (Ball Valve) with 90 Degree Lock Wing, Flare x Outlet Meter Flange Ford BFA23-777W NL Jones E-1973W Mueller B-24277 N AY McDonald 74602B BACKFLOW PREVENTER (R.P.) Reduced Pressure Principal Type Assemblies; Double Check Valve Detector Assemblies for Fire Sprinkler Systems List of Approved Backflow Prevention Assemblies by the State of California, Department of Health Services most recent version CORPORATION STOP: FLARE X.MIP Bronze Flare x MIP Thread Ball Valve (T-Head only) 1"and 2" Full Opening Ford FB700 NL Jones E-1929 Mueller B-25025 N AY McDonald 74704B CORPORATION STOP, COMPRESSION X MIP Bronze Compression x MIP Thread Ball Valve (T-Head only) 1"and 2" Full Opening Ford FB1100Q NL Jones E-1957G Mueller B-25028 N AY McDonald 74704BQ CORPORATION STOP, MIP X MIP Bronze MIP x MIP Thread Ball Valve (T-Head only), 1" and 2" Full Opening Ford FB500 NL, Jones E-1943 Mueller B-2969 N (2") Mueller B-20013 N (1") BOLTS AND NUTS, 304 SS Hex-Head Machine, ASTM A193, Grade 68 Bolts and ASTM A194, Grade 8 Nuts BOLTS AND NUTS, 316 SS Hex-Head Machine, ASTM A193 Grade B8M Bolts and ASTM A194, Grade 8M Nuts BOLTS AND NUTS, A307 Hex-Head Machine, Cadmium/Zinc Plated, ASTM A307, Grade A Bolts and A307 2H Heavy Hex Nuts BONDING AGENT, EPDXY Epoxy Resin Based Bonding Agent for Bonding New Mortar or Concrete to existing concrete Sika Sikadur 32 Hi-Mod BUSHING, INSULATING Nylon, 1-1/4" x 1", 1-1/2" x 1", 2-1/2" x2" Calpico Corrosion Control Products F.H.Mahoney February 16, 2016 1 APPENDIX "I" CARLSBAD FOR USE Item CASING END SEAL MUNICIPAL WATER DISTRICTS APPROVED ON CONSTRUCTION OF POTABLE AND RECYCLED Description 1/4" Thick Styrene Butadiene Rubber Sheet End Seal. Use 1" Wide Stainless Steel Bands. Zippered End Seals with Stainless Steel Bands may also be used. MATERIALS LIST WATER FACILITIES Manufacturer/Model Advanced Products & Sys. Cascade Calpico Pipeline Seal & Insulator Powerseal Raychem CASING SPACER Stainless Steel Casing Spacer, Center Restrained, Position Type with PVC Liner and Non-metallic Anti-friction Runners Advanced Products & Sys. Cascade Calpico Pipeline Seal & Insulator Powerseal Raychem CATHODIC TEST STATION BOX 25.4 Kg (54 lbs) Concrete Body with 5.4 Kg (12 lb) Ductile Iron Lid and Lid Ring. "CP TEST" shall be cast into the Lid in 25mm (1") Letters. For Cathodic Protection Test Stations, Anode Ground Beds and Insulated Flange Test Stations. Christy G5 CATHODIC WELDING For Welding Cathodic Bond Wires to Steel Pipelines CHLORINE Liquid (Gas) or Sodium Hypochlorite Solution. See Section 15040 COATING, MASTIC Cold applied Coal Tar or Epoxy based single component, self- priming, heavy-duty protective exterior coating for buried concrete Carboline Bitumastic 50 Devoe Devtar 5A Polykem 938 Tnemec HB Tnemecol 46-465, HB Tneme-Tar 46H-413 COATING, WATERPROOF Epoxy Resin Based Cemetous Trowel Grade protective waterproofing for concrete Sika Top Seal 107 STO CR 241 COUPLING, C900 PVC DEFLECTION 4" through 12" Solid PVC for obtaining deflection only. Certainteed Vinyl Iron HD COUPLING, C900 PVC CLOSURE OR REPAIR 4" through 12" Solid PVC for closure or repair Certainteed Vinyl Iron HD COUPLING, C905 PVC CLOSURE, DEFLECTION OR REPAIR 16" through 36" Solid PVC for Closure, Deflection or Repair IPEX Nyloiplast America Septer COUPLING, GROOVED Use for Above Ground DI or Steel Pipe 100mm (4") or larger Grinnell #7001 Tyler 500 Vitaulic #44, #77 COUPLING, TRANSITION FLEXIBLE 4" and Larger Steel or Ductile Iron Construction, Slip x Slip, Epoxy Coated with 304 or 316 Stainless Steel Bolts and Nuts. For use on AC, PVC, DI, or Steel Pipe Ford FC1, FC2A, FC2W Romac 501, XR 501, Macro HP Smith-Blair 411, 413 CUSTOMER SIDE SHUT-OFF VALVE 3/4" and 1" Bronze Customer Shut-off (Ball Valve), Inlet Swivel Meter Nut x Outlet FIP Thread, Lockable Tabs, with Lever Handle Ford 313-332W w/HT34 B13-444W w/HT34 Jones J-1908W Mueller B-24351 AY McDonald 76101MW w/SHDLB CUSTOMER SIDE SHUT-OFF VALVE 2" Bronze Customer Shut-off (Ball Valve), Inlet Meter Flange x Outlet HP Thread, Lockable Tabs, with Lever Handle BFI 3-777W w/HB-67S Jones J-1913W Mueller B-24337 AY McDonald 76101MW w/SHDLB ELL, BURY, DUCTILE IRON 6" Ductile Iron Bury Ells, Long Radius, Fig x MJ/PO (Use of Short Radius Bury Ells with District Engineer Approval Only) Clow South Bay Foundry EPDXY ADHESIVE High-Modulus, Low Vicosity, Epoxy Resin Based Adhesive suitable for Grouting Bolts or Dowels Sika Sikadur 31, Sikadur 35 February 16, 2016 2 APPENDIX "I" CARLSBAD FOR USE Item EXPANSION JOINT MUNICIPAL WATER DISTRICT'S APPROVED ON CONSTRUCTION OF POTABLE AND RECYCLED Description MATERIALS LIST WATER FACILITIES Manufacturer/Model APAC 703 Dresser 63 Powrseal 3563 Smith-Blair 611, 612 For Water Pipeline Bridge Crossings FIRE HYDRANT SPOOL, DUCTILE OR CAST IRON, FLANGED Ductile or Cast Iron Spool with Integrally Cast Flanges and Machined or Cast Exterior Grooves. Spools 12" or longer shall have grooves 3" from each Flange. Spools shorter than 2" shall have one groove centered between the Flanges. Grooves shall be 3/16" deep, + 1/16" and 1/4" wide, + 1/16", 6 Holed FIRE HYDRANT 6" Standard 150 PSI Wet Barrel Bronze Fire Hydrants with Six- Hole Bolt Pattern. 4" x 2.5" or 4" x 4" x 2.5" Outlets Clow 2050,2065 Jones 3700, 3775 AVK 2462, 2468 FIRE HYDRANT, 200 PSI or Higher Project Specification Submittal Required FITTING, DUCTILE IRON Flanged, Mechanical, Joint or Push-on Tees, Bends, Crosses, Recucers, Adapters, etc., for Water Lines 4" and larger. Manufactured per AWWA C100, C111, C153. Double Cement Mortar Lined. (SSB Fittings will not be permitted on C905 Pipe.) Bachman Griffin Nappco/Sigma Pipeline Components Star Tyler FITTING, GROOVED Grooved ductile Iron Fittings for Grooved end Pipes, 4" through 24" Grinnell TylerG-B Victaulic FITTING: PIPE RESTRAINT May be used with or in lieu of thrust blocks with approval of District Engineer Romac-GripRing Star Pipe-PVC Ring Lock Series 3500 UniFlange - 1300-C Eagle LOC 900 GASKET 1/8" Thick Full Face or Ring, Aramid Fiber Bound with Nitrile. No Asbestos Content Calpico Garlock 3000 Johns-Manville Klinger 4401 Tripac 5000 GASKET, JOINT RESTRAINT Rubber Ring Type with Stainless Steel Locking Segments Vulcanized into the Gasket. Fur use on PVC Carrier and Casing Pipes. US Pipe Field Lok 350 GASKET, RUBBER GASOLINE RESISTANT Gasoline Resistant Pipe Gaskets for Water Mains Newby GASKET, RUBBER RING 3mm (1/8") Thick, Rubber Ring Type, 1.72 Mpa (250 PSI) Maximum. For 100mm (4") through 900mm (36" Pipe Flanges Calpico Johns-Manville Pipe _US GREASE For Bolt Corrosion Protection on Buried Bolts, NO-OX-ID Type Sanchem NO-OX-ID Dearborn Chemical GROUT Non-Shrink Cement Based Construction Grout for Crack Repair, Flooring Mortar, Dowel Grouting, Crack Sealing and General Binding Sika Sikagrout 212 STO Epoxy Binder CR633 STO Epoxy Gel CR635 STO N-S Grout CR732 JOINT SEALING COMPOUND, PLASTIC ROPE For use on Pre-cast Vault and Manhole in Grooved Joints between sections Quickset Joint Sealing Compound LUBRICANT, PIPE GASKET Rubber Gasket Pipe Lubricant for use on PVC or ductile Iron Pipe Joints, NSF Listing required. Whitlam Blue Lube METER Supplied by CMWD February 16, 2016 3 APPENDIX "I" CARLSBAD . FOR USE Item METER BOX 1"SERVICE MUNICIPAL WATER DISTRICT'S APPROVED ON CONSTRUCTION OF POTABLE AND RECYCLED Description MATERIALS LIST WATER FACILITIES Manufacturer/Model 12" x 20" x 12"Polymer Meter Box and Cover for 1" Water Services with meters 1" or smaller. Cover color: Gray for Potable Water Use Purple Lids and Boxes for Recycled Water Use Amorcast A6000485 Cover A6000484 Lid, Drop In A6000487 METER BOX 2"SERVICE 17" x 30" x 12" Polymer Meter box with 2-Piece Lid for 2" Water Services with meter larger than 1" and Blowoff Assemblies Cover Color: Gray for Potable Water Use Purple Lids and Boxes for Recycled Water Use Amorcast A6001640PC-12 Cover A6001643 Lid, Drop In A6000482 METER BOX 1"SERVICE ( Exposed to Traffic Loads) Gray for Potable Water Use Purple Lids for Recycled Water Use Brooks Model No.37 with Traffic Rated Lid METER BOX 2"SERVICE (Exposed to Traffic Loads & for Combination Air Release, Std Dwg W7) Gray for Potable Water Use Purple Lids for Recycled Water Use Brooks Model No.66 with Traffic Rated Lid METER FLANGE Bronze Meter Flanges for 1-1/2" and 2" Meters with Slotted Holes Ford CF Series Jones J129 A.Y.McDonald 610F MORTAR, REPAIR Two Component, Low Shrinkage, Cement Based with High Compressive and Bonding Strength Sika Sika Top 122, 123 STO CR 735, CR 740 PAINT Valve Box Lids Prime Coat required on all above ground metal surfaces Frazee Traffic Line and Marking Paint Yellow #5020301 (2 coats) PAINT Fire Hydrants Prime Coat required on all above ground metal surfaces Frazee Arothane, SG1360407, Safety Yellow (2 coats) PAINT Backflow Assys & Vent Pipes, Meters, Regulators, Vault Piping, Air Valves. Prime Coat required on all above ground metal surfaces Frazee Arothane, SG1360407, Dunes Tan (2 coats) PAINT Backflow Assys & Vent Pipes, Meters, Regulators, Vault Piping, Air Valves. Prime Coat required on all above ground metal surfaces (use Tnemec primer) Tnemec Series 1029 Enduratone, Purple Rain/Safety 14SF (2 coats) PAINT, PRIME COAT Prime Coat, Prime Coat required on all above ground metal surfaces Frazee C309 Ultratech Universal WB Metal Primer PIPE, COPPER TUBING 1"Type K Soft Seamless rolled Tubing 2"Type K Soft Seamless Straight Lengths 1" and 2" Type K Rigid Seamless Straight Lengths Cerro Halstead Lee Mueller Phelps-Dodge PIPE, DUCTILE IRON For Water Lines 100mm (4") and larger manufactured per AWWA C111 C115, C150, C151. Double Cement Mortar Lined American Pipe Griffin Pacific States U.S. Pipe PIPE, PVC C900 For Water Lines 4" through 12" and 8" Gate Wells. AWWA C900 DR18 and DR14 Certainteed Diamond Plastics IPEX JM Eagle North American Pipe Pacific Western VinylTech February 16, 2016 4 APPENDIX "I" CARLSBAD FOR USE Item PIPE, PVC C905 MUNICIPAL WATER DISTRICT'S APPROVED ON CONSTRUCTION OF POTABLE AND RECYCLED Description MATERIALS LIST WATER FACILITIES Manufacturer/Model Certainteed Diamond Plastics IPEX JM Eagle North American Pipe Pacific Western Vinyltech For Water Lines 16" and 20" through 36". AVVWA C905 DR21 and DRJ18 PIPE, STEEL CEMENT MORTAR LINED AND COATED (CML+C) Steel Cylinder (CMUC), Per AWWA M11 and Section 15061. 1/4" Minimum Wall Thickness. Steel Pipes Used for Recycled Water Installation are to be identified per District requirements. Submittal required. PLASTIC ENCASEMENT 12-mil Thick Polyethylene Encasement Sleeve for Ductile Iron Pipe (DIP) per AWWA C105 and Recycled PVC, CMC/L, or DIP Non-Purple Water Pipe. Clear Sleeve for Potable Water Purple Color for Recycled Water PLASTIC WRAP 8-mil Thick Polyethylene Encasement for Buried Fittings and Valves -- Double Wrap Clear Sleeve for Potable Water Purple Color for Recycled Water PRIMER, WAX TAPE Surface Primer for Underground Application of Petrolatum Wax Tape Carboline Denso Paste Trenton Tern-Coat PROTECTOR POST, STEEL 4" Diameter, 0.250" Wall Galvanized A-120 Steel Pipe, Concrete Filled SEALANT Chemical Grout for Joint Sealing 3M Scotch Seal SERVICE SADDLE FOR ACP AND DI PIPE Cast Brass ASTM B62 Body with Silicone Bronze Double Straps, IP Outlet Sizes 25mm (1") and 50mm (2") Ford 2028 Jones J-979 Smith-Blair 323 Romac 202B Mueller BR2B AY McDonald 3826 SERVICE SADDLE FOR PVC C900 PIPE Bronze or Brass Saddle with Stainless Steel Four Bolt Strap(s), IP Thread Outlet for Sizes 1" and 2" for Pipe Sizes 4" through 12" Ford 202BS Jones J-969 Smith-Blair 393 Romac 202BS Mueller BR2S AY McDonald 3846 SERVICE SADDLE FOR PVC C905 PIPE Bronze or Brass Saddle with Stainless Steel Four Bolt Strap(s), IP Thread Outlet for Sizes 1" and 2" for Pipe Sizes 16" and Larger. Ford 202BS Jones J-969 Romac 202B Mueller BR2S AY McDonald 3846 TAG, BRASS IDENTIFICATION 1" Diameter, 18 Gauge Brass with 3/16" Die Stamped Letters and Numbers, Suitable for Attachment to Cathodic Protection Wires by means of a Nylon Zip Tie. Ford 202BS Jones J-969 Romac 202N TAPE, OUTER WRAP Adhesive Plastic Outer Wrap for Wax Petrolatum Tape in Underground Applications Polyken 960 Trenton Polyply TAPE, UTILITY 10 to 50 Mil x 2" Wide General Utility Tape for Corrosion Protection of Above and Below Ground Pipes and Fittings Calpico Northtown Polyken 900 Scotchwrap 3M 50, 51 February 16, 2016 5 APPENDIX "I" CARLSBAD FOR USE Item TAPE, WARNING/ IDENTIFICATION MUNICIPAL WATER DISTRICT'S APPROVED ON CONSTRUCTION OF POTABLE AND RECYCLED Description 6" Wide, Warning/Identification (Non-Metallic) Marking Tape for Buried Facilities with Continuous Warning "Caution Water Main Buried Below" or "Caution Recycled Water Main Buried Below" Tape for Recycled Water shall be Purple MATERIALS LIST WATER FACILITIES Manufacturer/Model Calpico, Type 1 Line-Teo, Type B T.Christy Eng., Type 1 Terra Tape, Standard 250 Thor, Elast Tec Northtown TAPE WARNING/ IDENTIFICATION FOR RECYCLED IRRIGATION 3" Wide, Warning/Identification (Non-Metallic) Marking Tape for Buried Irrigation Pipelines. Purple Color with Continuous warning "Caution Reclaimed Water Main Buried Below" Calpico, Type 1 Line-Tec, Type B T.Christy Eng., Type 1 Terra Tape, Standard 250 Thor, Elast Tec Northtown TAPE, WAX ABOVEGROUND Petrolatum Saturated Synthetic Fabric Tape for use on Aboveground Couplings, Flanges, Fittings, etc. Trenton #1 Wax-Tape TAPE, WAX UNDERGROUND Petrolatum Saturated Synthetic Fabric Tape for use on Underground Couplings, Flanges, Fittings, etc. Primer and Outer Wrap Required. Carboline Densyl Tape Trenton #2 Wax-Tape TAPPING SLEEVE FOR ACP, DIP, and C-900 Use on 6" - 12" wet taps. All SS flange and construction. No size- on-size taps. Ford Style Fast Romac SST/SST3 Smith Blair 663 VALVE STEM EXTENSION, FIBERGLASS Three Part Fiberglass Valve Extension Kit. Use when extension 8 foot or shorter. Pipeline Products FPU-210, FPT-200, FPL-220 VALVE STEM EXTENSION SS Round or Square 1-1/2" Diameter SS Rod, Welded Construction, with Top Centering Ring and AWWA 2" Operating Nuts Top and bottom. Use when extension longer than 8 foot. Pipeline Products SX-908 VALVE, BALL WITH LOCKING TABS 3/4"Bronze, Straight, HP x Meter Swivel with Locking Tabs and Purple Handle 1" Ford B13-444w 1"Jones J1908 2"Ford BF13-777W 2" Jones J1913 AY McDonald 76101W VALVE, BUTTERFLY 150 PSI 18" and Larger, AWWA C504, Class B. Thermosetting or Fusion Bonded Epoxy coated and Lined. Class D or E Flange x Flange Ends M&H 1450,4500 Mueller Lineseal III Pratt Groundhog VALVE, BUTTERFLY 250 PSI 18" and Larger, AWWA C504, Class B. Thermosetting or Fusion Bonded Epoxy coated and Lined. Class D or E Flange x Flange Ends M&H 1450,4500 (Class 250) Mueller Lineseal XP 250 Pratt Triton HP-250 VALVE, GATE, RESILIENT WEDGE (RWGV) 4" through 16", non-rising Low Zinc Bronze or Stainless Steel Stem, Ductile Body and Bonnet, encapsulated Wedge per AWWA C509 or C515 with Epoxy Coated Interior. Manufactured to AWWA C509 or C515, with 250 PSI Rating *Ductile Iron Bodies and Bonnets are required *Holiday Free per CMWD Standards Sec. 15100-1.8 American FC, Series 2500 AVK 45 Clow F6100, F6100 Ductile Kennedy Ken-Seal ii, KRSR Mueller 2361 M&H 4067, 7067, A2361 U.S. Pipe Metroseal & Metroseal 250 VALVE, PRESSURE RELIEF AND SUSTAINING Epoxy coated in/out. Stainless trim. Model specified for each job. Cla-Val February 16, 2016 6 APPENDIX "I" CARLSBAD FOR USE Item VALVE, HANDLE BALL, 150 PSI MUNICIPAL WATER DISTRICT'S APPROVED ON CONSTRUCTION OF POTABLE AND RECYCLED Description 3/4" Through 2", Used as part of meter assembly and provided by CMWD MATERIALS LIST WATER FACILITIES Manufacturer/Model Jones 3/4" J-1098 Jones 1" J-1908, 2" J-1913 Ford 3/4" B13-332W Ford 1" B13-444W Ford 2" B13-777W AY McDonald 76101MW w/SHDLB VALVE BOX RECYCLED WATER VALVES Lid to be marked "Recycled Water", See Standard Dwg W13 South Bay Foundary SBF 1208-N VALVE BOX For Gate Valves & Butterfly Valves, See Standard Dwg W13, Lids shall be marked "Water" Brooks Service 411 J&R 4T VALVE BOX Normally Close Valve, Lids shall be marked "Water" Brooks Service 3RT VALVE BOX 1"Blow Off or Manual Air Releases. See Standard Dwg W5, Lids shall be marked "Water" Brooks Service 411 J&R 4T VALVE BOX 2"Blow Off or Manual Air Release. See Standard Dwg W6 Lids shall be marked 'Water" South Bay Foundary SBF 1243 VALVE BOX 4" Blow Off Assembly. See Standard Dwg W11 South Bay Foundary SBF 1243 (for 4" Pipe Outlet) and Brooks 411 or J&R 41 (for Valve) VALVE BOX Air-Vaccum Valve Assembly. See Standard Dwg W7 Valve Boxes Located in traffic shall use approved manufacturer's Traffic Rated Lids Amorcast A600 1640 PC-12 w/#60001643*Service 5 Cover Brooks 66 (2-piece lid) J&R No W6B (2-pice lid) WIRE; TRACER #14 AWG Solid Copper UF Type Wire, with Cross Linked Polyethylene insulation. White or Yellow in Color Baron Cosberg Industries Paige Regency Wire WIRE, TRACER CONNECTOR Direct Bury Silicone-Filled Capsule Tube with Standard Wire Nut or Silicone-Filled Wire Nut Connectors for Tracer Wire Connections. 3M DBR-6 King 4 King 5 King 6 February 16, 2016 7 APPENDIX J ACP REMOVAL TECHNICAL SPECIFICATIONS SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL PART 1 - GENERAL 1.1 DESCRIPTION A.The work of this Section includes the repair, removal, transport and disposal of asbestos cement pipe (ACP) or asbestos containing material (ACM) typically encountered in water distribution systems. B.This section includes a summary of the incidental procedures and equipment required to protect workers and the public from exposure to airborne asbestos fibers. This document is not a comprehensive manual on the state-of-the-art practice for asbestos abatement procedures, equipment, or materials. The selected contractor represents, by acceptance of this work, that the Contractor is aware of the various state-of-the-art practice procedures, equipment, and materials acceptable by regulatory agencies that are also efficient, effective, and protective of human health and the environment. 1.2 REFERENCED SPECIFICATIONS AND STANDARDS A. Except as otherwise indicated, the current editions of the following apply to the WORK of this Section. AWWA 0110 Ductile-Iron and Gray-Iron Fittings AVVWA C111 Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings AWWA 0115 Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges AVVVVA C150 Thickness Design of Ductile-Iron Pipe AWWA C151 Ductile-Iron Pipe, Centrifugally Cast AWWA 0153 Ductilelron Compact Fittings for Water Service AWVVA C213 Fusion-Bonded Epoxy Coatings and Linings for Steel Water Pipe and Fittings AVVVVA 0219 Bolted, Sleeve-Type Couplings for Plain-End Pipe AVVVVA C800 Underground Service Line Valves and Fittings Code of California Regulations, Title 8, Section 1529. Asbestos 29 CFR 1926.1101 — Asbestos 1.3 RELATED WORK SPECIFIED ELSEWHERE A.Section 02223 — Trenching, Excavation, Backfilling and Compacting B.Section 02262 — Asbestos Cement Pipe Testing C.Section 15000 — General Piping Systems and Appurtenances 1.4 REGULATORY REQUIREMENTS A. Except to the extent that more explicit or more stringent requirements are written directly into the Contract Documents, all applicable Federal, State, and local codes, regulations, and standards have the same force and effect (and are made a part of the contract documents) as if copied directly into the Contract Documents, 1 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL or as if published copies are bound here within. Regulation references in the text are Federal regulations except where the State of California codes are listed in this section. Where the Federal and State regulations differ, the more stringent regulation shall be relevant to this Specification. B.The Contractor shall assume full responsibility and liability for compliance with all applicable Federal, State, and local regulations pertaining to work practices, hauling, disposal, and protection of workers, visitors to the site, and persons occupying areas adjacent to the site. C.The Contractor is responsible for providing medical examinations and maintaining medical records of personnel as required by the applicable Federal, State, and local regulations. D.The Contractor shall hold the Agency and Agency's consultants harmless for failure to comply with any applicable work, hauling, disposal, safety, health, or other regulation on the part of the Contractor, the Contractor's employees, and the Contractor's subcontractors. E.Federal Requirements: 1.Occupational Safety and Health Administration (OSHA), including, but not limited to Code of Federal Regulations (CFR) — Occupational Exposure to Asbestos, Tremolite, Anthophyllite, and Actinolite Final Rules: 29 CFR 1910.1001 — General Industry Standard 29 CFR 1926.1101 — Construction Industry Standard 29 CFR 1910.134 — Respiratory Protection 29 CFR 1910.20 — Access to Employee Exposure and Medical Records 29 CFR 1910.1200 — Hazard Communication 29 CFR 1910.145 — Specifications for Accident Prevention, Signs and Tags 2.United States Department of Transportation (DOT), including, but not limited to: 49 CFR 171 and 172 — Hazardous Substances 3.United States Environmental Protection Agency (US EPA), including, but not limited to: 40 CFR 763 Subpart E — Asbestos Abatement Projects, Worker Protection Rule 40 CFR 763 Subpart E — Asbestos Hazard Emergency Response Act (AHERA) Regulation, Asbestos-Containing Materials in Schools Final Rule and Notice 40 CFR 763 Subpart E, Appendix C — Training Requirements of AHERA Regulation, Asbestos-Containing Materials in Schools Final Rule and Notice 40 CFR 61 Subpart A and Subpart M (Revised Subpart B)— National Emission Standards for Hazardous Air Pollutants (NESHAP), National Emission Standard for Asbestos 2 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL Public Law 101-637 — Asbestos School Hazard Abatement Reauthorization Act (ASHARA), enacted November 28, 1990 F. State Requirements 1.Cal/OSHA, including but not limited to: Title 8 CCR 341.17-Asbestos Trainer and Training Requirements Title 8 California Code of Regulations (CCR) 1529— Construction Standard Title 8 CCR 2303 — Injury and Illness Prevention Plan Title 8 CCR 5144 — Respiratory Protection Title 8 CCR 5194 — Hazard Communication Title 8 CCR 5208 — General Industry Safety Orders, Asbestos Regulations Title 8, Article 2.5 — Asbestos-Related Work Registration Title 22, Division 4, Chapter 30 — Minimum Standards for Management of Hazardous and Extremely Hazardous Waste 2.California Department of Toxic Substances Control (DTSC) — Transport and Disposal Regulations G. Local Requirements Abide by all local requirements which govern asbestos abatement work or hauling and disposal of asbestos waste materials, including: 1. San Diego County Air Pollution Control District (APCD) Rule 1206 — Asbestos Removal, Renovation, and Demolition 1.5 DEFINITIONS Asbestos — includes chrysotile, amosite, crocidolite, tremolite asbestos, anthophyllite asbestos, actinolite asbestos, and any of these minerals that has been chemically treated and/or altered. Asbestos includes PACM, as defined herein. Asbestos-Containing Material (ACM) — any material containing more than one percent asbestos. Asbestos-Containing Waste Material (ACWM): Any material, which is or is suspected of being ACM, or any material contaminated with an asbestos, which is to be removed from a work area for disposal. Authorized Person — any person authorized by the employer and required by work duties to be present in regulated areas. Class I Asbestos Work — activities involving the removal of thermal system insulation (TSI) and surfacing ACM and PACM. Class II Asbestos Work — activities involving the removal of ACM which is not thermal system insulation or surfacing material. This includes, but is not limited to, the removal of asbestos-containing wallboard, floor tile and sheeting, roofing and siding shingles, and construction mastics. Removal of ACP is considered Class II asbestos work. 3 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL Class III Asbestos Work — repair and maintenance operations where ACM, including TS' and surfacing ACM and PACM, is likely to be disturbed. Repair and maintenance of ACP is considered Class III asbestos work. Class IV Asbestos Work — maintenance and custodial activities during which employees contact but do not disturb ACM or PACM and activities to clean up dust, waste and debris resulting from Class I, II, and III activities. Competent Person — one who is capable of identifying existing asbestos hazards in the workplace and selecting the appropriate control strategy for asbestos exposure, who has the authority to take prompt corrective measures to eliminate them: in addition, for Class I and Class II, work who is specially trained in a training course which meets the criteria of EPA's Model Accreditation Plan (40 CFR part 763) for supervisor, or its equivalent and, for Class III and Class IV work, who is trained in a manner consistent with EPA requirements for training of local education agency maintenance and custodial staff as set forth at 40 CFR 763.92 (a)(2). Note: For operations involving more than 100 square feet of asbestos containing construction material as defined in Title 8, CCR, Section 1529 (r), the competent person may fulfill the requirement contained in Section 341.9 to specify a certified supervisor for asbestos related work. Consultant — assigned to record and report on the progress of asbestos abatement work. The Consultant is retained to conduct site visits, pre- and post-abatement visual surveys, and baseline, area, and clearance air monitoring. Demolition — the wrecking or taking out of any load-supporting structural member and any related razing, removing, or stripping of asbestos products. Disturbance — activities that disrupt the matrix or crumble or pulverize ACM or PACM or generate visible debris from ACM or PACM. Disturbance includes cutting away small amounts of ACM and PACM, no greater than the amount which can be contained in one standard sized glove bag or waste bag. In no event shall the amount of ACM or PACM so disturbed exceed that which can be contained in one glove bag or waste bag which shall not exceed 60 inches in length and width. Glove Bag — an impervious plastic bag-like enclosure affixed around not more than a 60 x 60-inch asbestos-containing material, with glove-like appendages through which material and tools may be handled. Glove bags shall be seamless at the bottom. NEPA Filter Vacuum Collection Equipment (or vacuum cleaner) — High efficiency particulate air filtered vacuum collection equipment with a filter system capable of collecting and retaining asbestos fibers. Filters should be of 99.97% efficiency for retaining fibers of 0.3 microns or larger. See P100 Filter Vacuum Collection Equipment (or vacuum cleaner). HEPA Filter — A high efficiency particulate air filter capable of trapping and retaining 99.97% of mono-dispersed particles greater than 0.3 microns in diameter. See P100 Filter below. Intact — the ACM has not crumbled, been pulverized, or otherwise deteriorated so that the asbestos is no longer likely to be bound with its matrix. Most Contaminated Worker — The employee assigned the breathing zone air sample representing the highest daily exposure in each work area (8-hour TWA). 4 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL Negative Initial Exposure Assessment: A demonstration by the Contractor, which complies with the criteria in 29 CFR 1926-1101 (f)(2)(iii), that employee exposure during an operation is expected to be consistently below the PEL. Permissible Exposure Limit (PEL)-Asbestos — The airborne concentration of asbestos (0.1 f/cc) at which the Contractor shall ensure that no employee is exposed. Where the PEL is exceeded the Contractor shall establish and implement a written program to reduce employee exposure to or below the limit by (1) engineering and work practice controls, and (2) use of required proper respiratory protection. No employee shall be exposed at any time to airborne concentrations of asbestos in excess of 1.0 fibers/cc during any 30- minute period, which is the Excursion Limit. P100 Filter Vacuum Collection Equipment (or vacuum cleaner) — High efficiency particulate air filter (formerly known as a HEPA filter, currently known as a P100 filter) vacuum collection equipment with a filter system capable of collecting and retaining asbestos fibers. Filters should be of 99.97% efficiency for retaining fibers of 0.3 microns or larger. P100 Filter — A high efficiency particulate air filter (formerly known as a HEPA filter, currently known as a P100 filter) capable of trapping and retaining 99.97% of mono- dispersed particles greater than 0.3 microns in diameter. PACM — presumed asbestos-containing material, or thermal system insulation and surfacing material found in buildings constructed no later than 1980 unless the designation of a material as PACM is rebutted pursuant to Title 8, CCR, Section 1529 (k)(5). Regulated Area — an area established by the employer to demarcate areas where Class I, II, and Ill asbestos work is conducted, and any adjoining area where debris and waste from such asbestos work accumulate; and a work area within which airborne concentrations of asbestos, exceed or there is a reasonable possibility they may exceed the permissible exposure limit (as defined in Title 8, CCR, Section 1529). Requirements for regulated areas are defined in Title 8, CCR, Section 1529 (e). Removal — all operations where ACM and/or PACM is taken out or stripped from structures or substrates and includes demolition operations. Wetting Agents — amended water (surfactant) used for asbestos removal and disposal activities. Airless sprayers are used to apply amended water during removal procedures. Work Area — the area where asbestos-related work is performed which is defined and/or isolated to prevent the spread of asbestos fibers and entry by unauthorized personnel. Work area is a Regulated Area as defined by 29 CFR 1926. 1.6 QUALITY ASSURANCE A. Laboratory Qualification The laboratory shall be regularly engaged in asbestos testing, and personnel used for monitoring airborne concentrations of asbestos fibers shall be proficient in this field. This proficiency shall be demonstrated by current acceptable participation in the Proficiency Analytical Testing (PAT) program and each analyst shall have completed the National Institute for Occupational Safety and Health (NIOSH) 582 Course (Sampling and Analysis for Asbestos) or the equivalent. The laboratory that performs PCM or TEM sample analysis must be accredited by National Voluntary Laboratory Accreditation Program (NVLAP). 5 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL B. Contractor and/or Contractor's Certified Industrial Hygienist 1. The Contractor or Contractor's CIH is responsible for the following: a.Review of this Specification; b.Assign air monitoring personnel to sample Contractor's employee exposures and an analytical laboratory that conforms to this Section; c.Maintain complete air sampling records, keep a daily activity log, and provide a report, which contains all personal air sampling results; and, d.Monitor air fiber concentrations inside and outside the regulated area daily. 2. The Contractor shall conduct, on a regular basis, observations regarding the integrity of all barriers constructed to protect outside environment from asbestos fiber release; work and safety plans; and proper performance of measures used to protect employees, including removal, encapsulation, disposal. The Engineer shall be informed immediately of operational problems or deviations from this Specification, initially by telephone and then in writing. 3. If, at any time the Contractor's Competent Person or CIH determines that practices are in violation of pertinent and applicable regulations or that air results exceed specified allowable levels, they will notify the Engineer immediately. All work activity in the affected area(s) will cease until corrective actions have been taken. Any cost resulting from such a stop work order issued by the CIH or the Engineer will be borne by the Contractor and will not be considered as a basis for an increase in the contract amount. 4. The Contractor is responsible for the safety of all persons in or around the regulated area or within the areas the Contractor is using for ingress and egress. 1.7 ASBESTOS FIBER CONCENTRATION CONTROL LIMITS A.Inside Enclosed Work Area 1. Air concentrations of asbestos shall not exceed an 8-hour TWA of 0.1 f/cc of air by PCM for personnel selected as Most Contaminated Worker. Air concentrations of asbestos shall not exceed the 30-minute excursion level of 1.0 f/cc of air. B.Outside Asbestos Work Area 1. Air concentrations of asbestos fibers shall be maintained at an 8-hour TWA at or below 0.01 f/cc of air (by PCM). This applies to all areas outside the contained work areas while work is in progress, except for the asbestos Work Area. C.Area Clearance Sampling 1. Asbestos abatement clearance may be conducted by the Engineer and will include visual inspection only. 6 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL 1.8 TITLE OF WASTE MATERIAL ACWMs resulting from abatement activities, except as specified otherwise, shall be the property of the Owner and shall be disposed of by the Contractor as required by applicable Federal, State and local regulations. Waste manifests will be signed by the Owner or Owner's Representative. Copies of all waste manifests are to be maintained by the Contractor as part of the required "close-out" documents. Contractor will submit the waste disposal site name, location, and US EPA identification number where asbestos waste will be disposed. In addition, the Contractor will submit a letter from the disposal site certifying that the disposal site is legally authorized to receive ACM scheduled to be removed from the work area. 1.9 MEDICAL REQUIREMENTS The Contractor shall provide workers with a comprehensive medical examination as required in 8 CCR 1529 (m). The Contractor shall submit one copy of most recent physical examination for each employee the Contractor will employ on the project. Physician's certificate must permit employee to work using a respirator and be dated within the last 12 months. 1.10 TRAINING The Contractor shall certify that all workers performing asbestos abatement activities shall have successfully completed training provided by a Cal/OSHA approved training provider as defined in 8 CCR Section 341.17 within the past 12 months and have in their possession a valid Asbestos Worker Training Certificate or Contractor/Supervisor Certificate, issued by a Cal/OSHA-accredited trainer within the past 12 months. All certifications must comply with the recent Model Accreditation Plan (MAP) provisions (8 CCR 1529 (k)(9)). Contractor will be required to submit a copy of each employee's training records prior to start of project and maintain a copy of all certifications on site for the duration of the project. 1.11 PERMITS, LICENSES, NOTIFICATIONS, AND PATENTS The Contractor will secure necessary permits and pay fees for asbestos removal, hauling, and disposal and provide timely notification of such actions as may be required by Federal, State, and local authorities. Copies of such notification shall be provided to the Engineer prior to commencement and following completion of work. Post all notices required by applicable Federal, State, and local regulations at the job site where asbestos abatement work will be performed. One copy of all notices shall also be kept on file in Contractor's office. 1.12 SAFETY COMPLIANCE A.Contractor will comply with laws, ordinances, rules, and regulations of Federal, State, and local authorities regarding handling, storing, transporting, and disposing of asbestos waste materials. Submit matters of interpretation of standards to the appropriate administrative agency for resolution before starting the work. B.The Contractor shall develop and keep on site an Emergency Evacuation Plan for each work area in which the Contractor expects to use for ingress and egress. The Emergency Evacuation Plan shall be distributed and read by all personnel required to enter the work area. The Contractor shall post this plan at the entrance to the work area. 7 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL C.Post warning signs and labels and ensure the employees are properly trained and outside contractors are properly notified. Contractor will conduct "tail-gate" health and safety meetings prior to work each shift to review the Contractor's Health and Safety Plan and discuss new hazards, if applicable. D.The Contractor will institute all necessary precautions so that no unauthorized personnel enter the regulated areas by mistake or design. When the work Site is unattended, the regulated area shall be secured so that unauthorized personnel cannot enter the area. 1.13 RESPIRATORY PROTECTION A. The Contractor shall provide and ensure the proper use and selection of respirators, perform required respiratory fit tests and institute a respiratory program. The Contractor will be required to submit one copy of most recent fit test results for each employee who the Contractor will employ on the project. Evidence of successful fit test within the last year (from the start date of the project) must be provided for each employee. PART 2 - PRODUCTS 2.1 AMENDED WATER A mixture of surfactant and water for wetting of the ACP and retardation of fiber release equal to or greater than that provided by the use of one ounce of a surfactant consisting of 50% polyoxyethylene ester and 50% polyoxyethylene ether mixed with five gallons of water. 2.2 DISPOSABLE CONTAINERS Waste containers shall be suitable to receive and retain any asbestos-containing or asbestos-contaminated materials until disposal at an approved site. Separate waste bins shall be utilized for hazardous and non-hazardous wastes. The containers shall be labeled in accordance with Federal, State and local regulations. Containers must be lockable, closed top bins, which are both airtight and watertight. 2.3 EYE PROTECTION Full-face masks or goggles must be provided to personnel engaged in asbestos operations. Eye protection must be worn during operations that may present risk or damage to the eyes. 2.4 FITTINGS A.Fittings (bends, tees, sleeves) used in connection or repair work shall be ductile iron conforming to AIM/VA C110, C111, 0115, C150, C151, and 0153 as applicable. B.Couplings for joining plain end pipe shall conform with the requirements of Section 15000 and be selected from the Approved Materials List. 2.5 GLOVES Gloves shall be disposable poly or rubber gloves to protect hands. Cloth gloves may be worn inside poly or rubber gloves for comfort but shall not be used alone. 8 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL 2.6 PIPE A.Pipe for ACP connection or repair work shall consist of Polyvinyl Chloride (PVC) pipe conforming to AWWA 0900 for 12 inch and smaller pipe diameters. For larger pipe diameters, pipe type shall be as approved by the Engineer and may consist of either PVC conforming to AWWA C900, ductile iron pipe conforming to AWWA C151 or steel pipe conforming to AWWA 0200 (submittal required). B.Pipe linings and coatings for ductile iron or steel pipe shall conform to CMWD Standards. 2.7 PIPE SADDLES A.Bronze double strap saddles shall be used on pipe sizes 8 inch through 16 inch. The saddle body shall be manufactured from cast bronze in accordance with ASTM B62 or B584 and AWWA C800. The gasket shall be Buna N. B.A fabricated steel saddle shall be used for all connections on pipe sizes larger than 16 inch. C.The carbon steel used in the fabricated steel saddle shall have a minimum yield strength of 30,000 psi. The bolts and nuts shall be Type 316 stainless steel. The entire saddle shall be shop coated with 8 to 10 mils of fusion bonded powder epoxy in accordance with AWWA C213. D.No wet taps will be allowed where the outlet is the same size as the main. E.Fabricated steel and cast bronze saddles shall have a minimum 1/ 2-inch NPT threaded tap for testing. 2.8 POLYETHYLENE BAGS A. Polyethylene bags shall be a minimum 6-mil thickness and transparent, printed with warning labels per DOT and US EPA regulations and 8 CCR 1529 (k)(8). 2.9 POLYETHYLENE SHEETING A. Sheeting must be fire retardant and shall be sized in lengths and widths to minimize the frequency of joints. Drop sheets used inside a negative pressure enclosure must be fire retardant material. The minimum thickness shall be as follows: 1.Wall and floor barriers — 6-mil 2.Ceiling barriers — 6 mil 3.All others (critical barriers, etc.) — 6-mil 2.10 RESPIRATORS A. Respirators shall be selected in accordance with the requirements of Title 8, CCR, Section 1529 and shall conform to not less than the following minimum requirements: 1. Half-mask air purifying respirator equipped with a high efficiency P100 filter. 9 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL 2.11 SIGNS AND LABELS A.Warning signs and labels shall be printed in letters of sufficient size and contrast so as to be readily visible and legible. Signs shall be visible from a distance of 20 feet. B.Warning signs shall bear the following information: DANGER ASBESTOS MAY CAUSE CANCER CAUSES DAMAGE TO LUNGS AUTHORIZED PERSONNEL ONLY WEAR RESPIRATORY PROTECTION AND PROTECTIVE CLOTHING IN THIS AREA C.Labels of bags or containers of protective clothing and equipment, scrap, waste, and debris containing asbestos fibers bear the following information: DANGER CONTAINS ASBESTOS FIBERS MAY CAUSE CANCER CAUSES DAMAGE TO LUNGS DO NOT BREATHE DUST AVOID CREATING DUST D.The DOT requires the following language on waste containers: HAZARDOUS WASTE, SOLID N.O.S., ORM-E, NA 9188 (ASBESTOS)(RQ) 2.12 WATER SPRAYERS Water sprayer shall be an airless or other low-pressure type emitting a fine mist for amended water application. PART 3 - EXECUTION 3.1 GENERAL A.All work involved in the removal, salvage or disposal of ACP shall be the responsibility and performed at the expense of the Contractor. B.Contractor will be responsible for submitting a Shut Down/Connection Request and scheduling the work with the City and CMWD and confirming that the water system has been shut down or otherwise isolated prior to starting work. C.Contractor shall furnish and utilize all required protective respirators, clothing and equipment, as applicable, in the performance of the work in accordance with applicable regulations. D.Connections and repairs to ACP systems shall be as approved by the Engineer. All pipe connections shall be made at existing joints. Field cutting of ACP shall not be permitted. Snap cutting of ACP may be allowed only with the prior approval of the Engineer. 10 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL E.The Contractor shall install all repair and connection pipe, closure sections, fittings, valves and appurtenances as shown on the Plans including bolts, nuts, gaskets, and jointing materials. F.The Contractor shall maintain the inside of the pipe clean, sanitary, and free from foreign materials. At all times when the work of installing pipe is not in progress, all openings into the pipe and the ends of the pipe in the trenches shall be kept tightly closed to prevent the entrance of animals and foreign materials. G.Where closure sections are required, the sections shall be installed in accordance with the manufacturer's installation guide and shall only be used with the approval of the Engineer. H.Combined deflections at rubber gasket or flexible coupling joints shall not exceed 2-1/2 degrees or the maximum allowed by the coupling manufacturer, whichever is less. Bending of PVC pipe will not be allowed. Use of pipe sections less than 5 feet long shall only be permitted with the approval of the Engineer. J. Any ACP water line(s) being abandoned shall be abandoned in place in accordance with CMWD Standards unless otherwise approved. 3.2 REGULATED AREAS A.ACP removal or repair work shall be conducted in a regulated area demarcated in any manner that minimizes the number of persons within the area and protects persons outside the area from exposure to airborne asbestos. Signs shall be provided and displayed pursuant to the requirements of this section. B.The Contractor shall ensure that all asbestos work performed within regulated areas is supervised by a competent person. C.The Contractor shall limit access to the work area to authorized representatives of the Owner. At no time shall any personnel enter a work area without notifying the on-site competent person first and signing the site entry log. 3.3 VISITOR COMMUNICATIONS A.All inquiries concerning work involving ACP shall be directed to the on-site competent person. The Contractor shall notify the Engineer of visitors (i.e., regulatory inspectors, law enforcement, press, etc.) that visit the site during the work. B.The Contractor shall immediately notify the Engineer if a regulatory agency issues a citation to the Contractor. 3.4 SIGNS AND LABELS A.Warning signs that demarcate the regulated area shall be provided and displayed at each location. Signs shall be posted at such a distance from such a location that an employee may read the signs and take necessary protective steps before entering the area marked by the signs. B.Labels shall be affixed to all products containing asbestos and to all containers containing such products, including waste containers. 11 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL 3.5 ACP ABANDONMENT A.If it is necessary to remove abandoned ACP line(s) and/or appurtenances, the appurtenances shall be removed and salvaged, if requested, by CMWD. B.ACP to be abandoned in-place shall be slurry filled with a sand-cement slurry conforming to Section 02223. 3.6 REMOVAL A. ACP shall be removed and disposed of in accordance with all applicable laws. B. All persons entering a regulated area where employees are required to wear respirators pursuant to Title 8, CCR, Section 1529 (h)(1) shall wear a respirator conforming to the requirements therein. Respirators shall be used without exception when the removal of ACP cannot be performed intact. C. In accordance with Title 8, CCR, Section 1529, the following work practices and controls are prohibited during removal or cleanup of ACP or debris: 1.Cutting or grinding with high-speed abrasive saws or grinding discs that are not equipped with point of cut ventilator or enclosures with HEPA filtered exhaust air. 2.The use of compressed air to remove asbestos, or materials containing asbestos, unless the compressed air is used in conjunction with an enclosed ventilation system designed to capture the dust cloud created by the compressed air. 3.Dry sweeping, shoveling or other dry clean-up of dust and debris. 4.Employee rotation as a means of reducing employee exposure to asbestos. 5.Eating, drinking, smoking, chewing tobacco or gum or application of lotions, sunscreen or any other cosmetics. D. Proper methods shall be used to prevent the generation of friable asbestos during removal or handling of ACP. The following methods shall be used: 1.The material shall be thoroughly wetted with amended water (containing a wetting agent to increase the ability of the liquid to penetrate ACP) prior to and during its removal. 2.The material shall be removed in an intact state unless intact removal is demonstrated as not possible. 3.Unnecessary cutting, abrading or breaking the material shall be prohibited unless demonstrated that methods less likely to result in asbestos fiber release are not feasible. 4.Asbestos-containing material removed shall be immediately bagged or wrapped in two layers of 6-mil polyethylene prior to disposal or kept wetted until transferred to an approved closed receptacle no later than the end of the work shift. 5.ACP debris remaining in trenches should be removed by hand and placed into sealed, impermeable, waste bags for appropriate disposal. 12 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL 6. If removal by hand is infeasible, use vacuum cleaners equipped with HEPA filters to collect fine debris containing ACM or PACM. The equipment shall be used and emptied in a manner that minimizes the reentry of asbestos into the work area. 3.7 SAMPLES FOR LABORATORY TESTING A. The Contractor shall take samples of ACP for laboratory testing in accordance with Section 02262 as follows: 1.When the Work is related to the repair or replacement of ACP at valve replacement or pipeline repair sites, the Contractor shall mark the top of pipe prior to removal and retain the shortest ACP segment removed from each work site. 2.Where the project involves removal of ACP for pipeline replacement projects greater than 500 lineal feet, the Contractor shall identify the shortest segment of ACP to be retained as a sample and provide one sample for every 500 lineal feet of pipeline removed. Mark the top of pipe prior to removal. B. Individually package and label each sample. Carefully bag and seal the sample air-tight with approved bagging and packaging materials. Keep packaged samples dry, sealed, and away from direct sunlight and high temperature during transportation. C. Clearly label the outside of the bagging with the station/location, unique pipe ID designated by the Owner, and date of removal. D. Deliver or ship the bagged and sealed sample to the laboratory for testing in accordance with Section 02262. 3.8 DISPOSAL A.The Contractor shall determine current waste handling, transportation, and disposal regulations for the work area and for the waste disposal landfill to receive ACP. The Contractor must comply fully with these regulations and all DOT and US EPA requirements. B.Non-friable materials may be disposed as non-hazardous construction waste at a disposal site permitted to receive the waste. The Contractor shall notify the receiving non-hazardous waste landfill of the type and nature of the asbestos debris to be disposed. C.County of San Diego landfills do not accept friable asbestos-containing materials for disposal. Friable asbestos-containing materials are regulated as hazardous waste (22 CCR 66261.24). A friable material is defined as material that can be crumbled, pulverized, or reduced to powder in the hand. D.All removed ACP shall be properly manifested and prepared for transport following the criteria of the County of San Diego Department of Public Works, Solid Waste Division. •E. County of San Diego landfills accept non-friable ACP under the following conditions: 13 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL 1.ACP less than three feet long must have all broken edges encapsulated (sealed) with an approved product and double wrapped in 6-mil plastic which is properly sealed to prevent expulsion of dust particles. 2.Intact ACP over three feet long does not require double wrap in 6-mil plastic. Any broken edges, however, must be encapsulated with an approved product. 3.Contractor shall confirm with the landfill the quantity of ACP to be accepted per day per generator and shall obtain prior approval from the Solid Waste Division prior to transport. 4.Transport ACP to the landfill for disposal via dump truck or waste bins. CMWD will not transport or dispose of ACP generated by the Contractor's activities. 5.Each load must be accompanied by a Department of Public Works Non- Hazardous, Non-Infectious Special Waste Manifest. 6.All loads may be subject to inspection by County personnel prior to admittance to the landfill. F.Sealed waste containers may be stored within the work area until a sufficient volume of waste has accumulated for disposal, but not to exceed five days. This storage area will be prominently designated and waste containers will be covered with polyethylene sheeting. Waste should be stored out of sight of the public in a secure area. G.The Contractor shall fill out manifest forms for the Owner's (Generator's) signature. Original disposal receipts, manifests, and bill of lading forms must be submitted to the Engineer within ten days following legal disposal. 3.9 I NSTALLAT1ON A.Connections shall be made at existing pipe joints and snapping of existing ACP, either ratchet or hydraulic, is permitted only when necessary and with prior wetting of the pipe and throughout the entire process. B.The Contractor shall use PVC pipe, or other pipe type as approved by the Engineer, to replace removed ACP or where new connections are necessary. All new pipe shall comply with the CMWD Approved Materials List. C.The Contractor shall dewater the trench to prevent the pipe from floating and shall assume full responsibility for any damage caused and shall, at their own expense, remove and reinstall or replace the pipe to the original line and grade or to the specified line and grade. D.New pipe or materials shall not be dropped, dragged, or handled in a manner that will cause damage. All pipe, fittings, valves and other materials shall be lowered into the trench using nylon straps or by other approved methods. All materials damaged during installation shall be identified and removed from the job site. E.The bedding material beneath pipe bells shall be excavated at each joint to permit proper assembly and inspection of the entire joint. F.Pipe sections shall be laid in the trench to true alignment and grade in accordance with the drawings. The pipe grade shall be approved by the Engineer. 14 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL G.New pipe segments shall be at least five feet long. Shorter lengths shall be permitted only when necessary due to connection length constraints and with the approval of the Engineer. H.Fittings shall be supported until concrete thrust blocks are placed so that the pipe is not subjected to the weight of the fitting. I.Concrete thrust blocks of the size shown on the Plans shall be constructed at all fittings and valves unless otherwise approved by the Engineer and at no additional cost. END OF SECTION 15 of 15 SECTION 02060 ASBESTOS CEMENT PIPE REMOVAL AND DISPOSAL APPENDIX K ACP TESTING TECHNICAL SPECIFICATIONS SECTION 02262 ASBESTOS CEMENT PIPE TESTING PART 1 - GENERAL 1.1 DESCRIPTION A. The work of this Section includes sampling and laboratory testing of asbestos cement pipe (ACP) using laboratory energy dispersive x-ray spectroscopy (EDS). 1.2 COORDINATION A.Sampling of ACP shall be conducted after the pipeline has been isolated by the Owner and authorization to proceed is provided by the Owner. Cutting and removal of ACP without previous authorization from the Owner is prohibited. B.Contractor shall coordinate with the testing laboratory to determine the requirements for the delivery of ACP and costs for handling and cutting (in the laboratory) of pipe segments that are longer than 16 inches in length. 1.3 REFERENCED SPECIFICATIONS AND STANDARDS A. Except as otherwise indicated, the current editions of the following apply to the WORK of this Section. Code of California Regulations, Title 8, Section 1529. Asbestos Code of California Regulations, Title 8, Section 341.17. Approval of Asbestos Cement Pipe Training and Asbestos Cement Pipe Course Providers for the Purpose of Employer Exemption from Registration Requirements. 29 CFR 1926.1101 — Asbestos 1.4 RELATED WORK SPECIFIED ELSEWHERE A. Section 02060 — Asbestos Cement Pipe Removal and Disposal 1.6 QUALIFICATIONS A. Personnel responsible for cutting and handling the ACP: 1. Trained and experienced in the means and methods of cutting ACP per the requirements of California OSHA Title 8, section 341.17. 2 Have completed the Initial 4-hour training course; as required and described in CCR Title 8, Section 341.17. 3 After completing the Initial 4-hour training course; once every 12 months (minimum) complete the refresher 2-hour training course described in CCR Title 8, Section 341.17. B. Laboratory responsible for EDS testing: 1. Experienced and qualified in performing EDS testing on ACP for a minimum of three (3) projects in the last three (3) years. C. Personnel responsible EDS testing 1. Trained and experienced in operating scanning electron microscopy and energy dispersive spectroscopy equipment for a minimum of three (3) years, having worked with the equipment used for this project for a minimum of one (1) year. 1 of 6 SECTION 02262 ASBESTOS CEMENT PIPE TESTING SECTION 02262 ASBESTOS CEMENT PIPE TESTING 1.6 SUBMITTALS A. Submit the following within 20 calendar days of the Notice to Proceed: 1. Work experience and ACP training certificates of personnel responsible for cutting and handling of the ACP including: a.Date and Location of work performed. b.Name and phone number of contacts with Owner or Owner's representative for whom the work was performed. c.Name of the individual and training and experience of the "Competent Person" for the duration of work in this Section. d.When requested; provide the air sampling study/studies which were used to demonstrate that the methods used to maintain, and or remove the ACP will maintain air borne asbestos limits below the OSHA Permissible Exposure Limit (PEL). Exposure studies must be relevant to the specific work/task that will be completed. 2. Safety equipment and measures, including personnel safety gear, temporary enclosures, warning signs, fences, etc. to be used at the site. 3. Packaging materials to be used for safe storage and transportation of ACP samples. 4. Work experience of the laboratory in responsible charge of performing EDS testing: a.Description of work performed and date. b.Name and phone number of contacts with Agency, Owner, or Owner's representative for whom the work was performed. 5. Documentation verifying calibration of EDS testing equipment and devices to be used for this project. 6. Work experience of personnel responsible for administering EDS testing on ACP: a.Date, Laboratory name, and location of work performed. b.Name and phone number of contacts with Agency, Owner, or Owner's representative for whom the work was performed. 7. EDS scanning electron microscope to be used by laboratory for EDS testing. 8. Laboratory ACP testing work plan. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 SAFTEY MEASURES A. Perform all work in accordance with the local building codes, Federal Industrial Safety Orders, Asbestos NESHAP requirements, and requirements of Cal/OSHA. Personnel working on or in direct vicinity of cutting and handling ACP must wear 2 of 6 SECTION 02262 ASBESTOS CEMENT PIPE TESTING SECTION 02262 ASBESTOS CEMENT PIPE TESTING protective outerwear, eyewear, and respirators per Cal/OSHA Title 8, Section 5144. B.Provide safeguards to public and personnel safety including warning signs, fences, lights, and/or other similar items that are necessary for the protection of all personnel during the cutting and handling activities of ACP. C.Assemble and use temporary enclosures to contain asbestos fibers that may be released and prevent them from release to the atmosphere during cutting. Wet the ACP during cutting to prevent generation of asbestos fibers that may become airborne. D.The Contractor shall assume full responsibility for personnel and site safety. 3.2 PIPE CUTTING A. ACP to be removed shall be removed to the nearest pipe joint. Unnecessary cutting or snapping of pipe shall not be allowed, and the shortest ACP segments removed shall be retained for delivery to the laboratory for cutting and testing. Perform ACP cutting in accordance with Section 02060. B. No "high speed" cutting tools can be used to cut ACP. Any tools used to cut ACP must not produce amounts of airborne asbestos fibers that exceed the OSHA PEL. C. "Wet methods" with amended water must be used during any work including cutting or snapping that may produce airborne asbestos fibers that exceed the OSHA PEL. D. Prior to cutting or snapping, clearly and accurately mark the following on the segment of pipe to be cut and extracted for testing: 1.Crown of the pipe. 2.Owner-approved unique pipe ID (GIS asset ID number) and date. E. Pipe samples must be 12 inches in length (minimum) and 16 inches (maximum). F. The Owner's representative shall be the sole judge of the quality and acceptability of each sample. If a sample is deemed unsuitable for testing, provide an additional sample of ACP at no cost to the Owner. 3.3 PIPE HANDLING A.Avoid contamination of ACP samples (grease or other foreign matter) during extraction. B.Carefully handle ACP sample to not damage the pipe. Mishandling of the ACP sample, including damage from transportation and delivery, that results in chipping, scraping, cracking, deforming, or other damage that may void the results of testing will not be acceptable. The Owner's representative shall be the sole judge of mishandling of the ACP sample. If a sample is mishandled, deliver an additional sample of ACP to the laboratory for testing at no additional cost to the Owner. C.Carefully bag and seal the sample air-tight with approved packaging materials. Clearly label the outside of the packaging with the OSHA required label and with the unique pipe ID and date. 3 of 6 SECTION 02262 ASBESTOS CEMENT PIPE TESTING SECTION 02262 ASBESTOS CEMENT PIPE TESTING D.Individually package and label each sample. Keep packaged samples dry, sealed, and away from direct sunlight and high temperature during transportation. All temporary ACP storage containers will be properly labeled and secured. Temporary ACP storage containers will have a bottom, sides and a top that can be locked. E.Deliver the bagged and sealed sample to the Owner-approved laboratory for EDS testing. Transport ACP material in accordance with Department of Transportation (DOT) and any local requirements. 3.4 LABORATORY TESTING A. Contract with an Owner-approved laboratory to perform EDS testing on each ACP sample. Laboratory test results shall be delivered to the Owner within six (6) calendar weeks of pipe cutting. 1.Wood PLC 9210 Sky Park Ct. San Diego, CA 92123 2.Applied Materials & Engineering, Inc. 980 41st Street, Oakland, CA 94608 3.Other owner-approved laboratory B. Arrange for safe delivery of ACP samples to the Owner-approved laboratory. Coordinate with the laboratory to determine the laboratory's requirements for the maximum pipe length and all costs associated with handling and cutting of ACP samples. All laboratory personnel who may come into contact with ACP will wear personal protective equipment and use processes so that they will not be exposed to airborne asbestos fibers at a level that will be a hazard to their health. C. Equipment: 1. EDS equipment shall be equipped with a scanning electron microscope (SEM) capable of producing high resolution SEM images of the cross- section (where analyses are being performed) and shall be able to generate EDS elemental area maps or phase maps. D. Laboratory Testing and Reporting: 1. Phenolphthalein Stain Testing: a.Prior to conducting testing, coordinate with the Owner to verify testing requirements, measurement and establish a testing protocol. Confirm that ACP samples are labeled for pipe crown, pipe ID (GIS asset ID number) and date. b.Neatly cut the ACP sample in the laboratory and apply phenolphthalein to one surface of the pipe cross section. c.Identify the location on the pipe cross section that exhibits the least amount of phenolphthalein staining. Record this location relative to the pipe crown (i.e., 12 o'clock) as the location where 10 equally spaced EDS measurements will be made on each pipe sample. d.Measure and record the pipe wall thickness and the dimensions of the most phenolphthalein stain loss at the outer and inner pipe surfaces. 4 of 6 SECTION 02262 ASBESTOS CEMENT PIPE TESTING SECTION 02262 ASBESTOS CEMENT PIPE TESTING 2. EDS Testing: a.Calibrate EDS equipment by using test peaks of known energy, covering the full analytical span prior to testing. b.Label 10 equally spaced measurement locations on the pipe cross section in a line perpendicular to the inner and outer wall tangents (i.e. along the line used to measure wall thickness), with Point 1 being closest to the outer pipe surface and Point 10 being closest to the inner pipe surface. c.Measure and record the percent by weight of each of the following elements at the 10 equally spaced locations: Carbon (C), Oxygen (0), Magnesium (Mg), Aluminum (Al), Silicon (Si), Calcium (Ca), and Iron (Fe). d.Allow sufficient process time for analysis and ensure a statistically significant number of counts in order to decide if a peak is present or absent. Present a table of maximum number of counts and atomic percentage. e.Provide the measurements and test data to the Owner in a summary report and in Microsoft Excel file format (.xlsx). See Figure 1 for a sample of the laboratory test data reporting format. 3. Re-bag ACP sample in 6-mil clear plastic. Seal and store ACP samples until confirmation from the Owner that the summary report and test data are received and complete. 4. Transmit the summary report and Excel data file via email to the City's Project Manager. Title the transmittal, report and data file with the City Project Number, Project Name, and Pipe ID Number. 5. After confirmation, the laboratory shall legally dispose of each ACP sample at no additional cost to the Owner. 5 of 6 SECTION 02262 ASBESTOS CEMENT PIPE TESTING SECTION 02262 ASBESTOS CEMENT PIPE TESTING Figure 1 — Laboratory Test Data Reporting Format Sample ID: Phenolphthalein Stain Test: Date of Cut: Position: o'clock Pipe Wall Thickness: (in.) Outer Surface Stain Loss: (in.) Inner Surface Stain Loss: (in.) EDS Testing: Date of EDS Testing: EDS Test Location Percent Element (by Weight) C % 0 % Mg % Al % Si % Ca % Fe % Outer Inner 1 2 3 4 5 6 7 8 9 10 END OF SECTION 6 of 6 SECTION 02262 ASBESTOS CEMENT PIPE TESTING APPENDIX L Utility Shutdown/Connection Request E-28 TEL NO. TITLE DATE LOCATION OF WORK DATE OF CONNECTION CONTRACTORS NAME NAME OF REP. AT SITE SIGNATURE TYPE OF CONNECTION WATER RECYCLED WET TAP SHUT DOWN SEWER City of UTILITY SHUTDOWN/ CONNECTION REQUEST E-28 Public Works Construction Management & Inspection 1635 Faraday Ave 760-602-2780 www.carlsbadca,gov Carlsbad 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 time shall be resubmitted to the district for approval. 4.Temporary water supply shall be only from an approved and accepted CMVVD line. 5.No CMWD valves shall be operated except under direction of Ctv1WD 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 entire duration of the shutdown and will have authority to act in the company's behalf. CONSTRUCTION MANAGEMENT AND INSPECTION 1635 FARADAY AVE CARLSBAD, CALIFORNIA 92008 TEL. NO. (760) 602-2780 CITY INSPECTOR DATE: DISTRICT APPROVAL SIGNATURE DATE: PUBLIC WORKS MANAGER, UTILITY OPERATIONS E-28 Page 1 of 2 REV 04/19 CUT IN THREE-VALVE PACKAGE ON EXISTING 12" WATER MAIN AND COMPLETE TIE TO NEW 8" WATER MAIN LIONSHEAD DRIVE EXISTING 12" MAIN r r 1 rn rn CONTRACTOR INSTRUCTIONS — PLEASE READ BEFORE SUBMITTING 1.Request shall not be approved unless a DETAILED SKETCH IS ATTACHED showing proposed construction. (See example below.) 2.Utility shutdown/connection request shall be submitted to Construction Management & Inspections two weeks before anticipated connection date. 3.Scheduling: Prior to start of work, there shall be a MINIMUM OF TWO WEEKS NOTICE GIVEN TO DISTRICT. 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 time shall 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 the entire 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. E-28 Page 2 of 2 REV 04/19