Loading...
HomeMy WebLinkAboutNu Line Technologies LLC; 2022-09-06; PWS22-1793UTIL Revised 6/12/18 Contract No. 5503-21 Page 1 of 122 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 BID NO. PWS22-1793UTIL , -Bidding Revised 6/12/18 Contract No. 5503-21 Page 2 of 122 TABLE OF CONTENTS Item Page Notice Inviting Bids ................................................................................................................ 6 Contractor's Proposal ........................................................................................................... 13 Bid Security Form ................................................................................................................ 20 Bidder’s Bond to Accompany Proposal ................................................................................ 21 Guide for Completing the “Designation Of Subcontractors” Form ......................................... 22 Designation of Subcontractor and Amount of Subcontractor’s Bid Items ............................. 24 Bidder's Statement of Technical Ability and Experience ....................................................... 25 Bidder’s Certificate of Insurance for General Liability, Employers’ Liability, Automotive Liability and Workers’ Compensation ................................................................................... 26 Bidder’s Statement Re Debarment ....................................................................................... 27 Bidder's Disclosure of Discipline Record …………………………………………… ................. 28 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ........................ 30 Contract Public Works .......................................................................................................... 31 Labor and Materials Bond .................................................................................................... 38 Faithful Performance/Warranty Bond ................................................................................... 40 Optional Escrow Agreement for Surety Deposits in Lieu of Retention .................................. 42 "~ \_. Revised 6/12/18 Contract No. 5503-21 Page 3 of 122 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms .......................................................... ................................................ 45 1-2 Definitions .................................................... ................................................ 45 1-3 Abbreviations ............................................... ................................................ 49 1-4 Units of Measure .......................................... ................................................ 52 1-5 Symbols ....................................................... ................................................ 53 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract ................. ................................................ 54 2-2 Assignment .................................................. ................................................ 54 2-3 Subcontracts ................................................ ................................................ 54 2-4 Contract Bonds ............................................ ................................................ 55 2-5 Plans and Specifications .............................. ................................................ 56 2-6 Work to be Done .......................................... ................................................ 60 2-7 Subsurface Data .......................................... ................................................ 60 2-8 Right-of-Way ................................................ ................................................ 61 2-9 Surveying ..................................................... ................................................ 61 2-10 Authority of Board and Engineer .................. ................................................ 65 2-11 Inspection .................................................... ................................................ 66 Section 3 Changes in Work 3-1 Changes Requested by the Contractor ........ ................................................ 67 3-2 Changes Initiated by the Agency .................. ................................................ 67 3-3 Extra Work ................................................... ................................................ 68 3-4 Changed Conditions .................................... ................................................ 71 3-5 Disputed Work ............................................. ................................................ 72 Section 4 Control of Materials 4-1 Materials and Workmanship ......................... ................................................ 78 4-2 Materials Transportation, Handling and Storage ........................................... 82 Section 5 Utilities 5-1 Location ....................................................... ................................................ 83 5-2 Protection .................................................... ................................................ 83 5-3 Removal ...................................................... ................................................ 84 5-4 Relocation .................................................... ................................................ 84 5-5 Delays .......................................................... ................................................ 85 5-6 Cooperation ................................................. ................................................ 85 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work ................................... 86 6-2 Prosecution of Work ..................................... ................................................ 90 6-3 Suspension of Work ..................................... ................................................ 90 6-4 Default by Contractor ................................... ................................................ 91 6-5 Termination of Contract................................ ................................................ 91 6-6 Delays and Extensions of Time .................... ................................................ 92 6-7 Time of Completion ...................................... ................................................ 92 6-8 Completion, Acceptance, and Warranty ....... ................................................ 95 "~ \_. Revised 6/12/18 Contract No. 5503-21 Page 4 of 122 6-9 Liquidated Damages .................................... ................................................ 95 6-10 Use of Improvement During Construction .... ................................................ 96 Section 7 Responsibilities of the Contractor 7-1 Contractor’s Equipment and Facilities .......... ................................................ 97 7-2 Labor ........................................................... ................................................ 97 7-3 Liability Insurance ........................................ ................................................ 97 7-4 Workers' Compensation Insurance .............. ................................................ 97 7-5 Permits ........................................................ ................................................ 98 7-6 The Contractor’s Representative .................. ................................................ 98 7-7 Cooperation and Collateral Work ................. ................................................ 98 7-8 Project Site Maintenance ............................. ................................................ 99 7-9 Protection and Restoration of Existing Improvements ................................. 101 7-10 Public Convenience and Safety ................... .............................................. 102 7-11 Patent Fees or Royalties .............................. .............................................. 110 7-12 Advertising ................................................... .............................................. 110 7-13 Laws to be Observed ................................... .............................................. 110 7-14 Antitrust Claims ............................................ .............................................. 110 Section 8 Facilities for Agency Personnel 8-1 General ........................................................ .............................................. 111 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work .......................................... 112 9-2 Lump Sum Work .......................................... .............................................. 112 9-3 Payment ...................................................... .............................................. 112 9-4 Bid Items ...................................................... .............................................. 116 SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC PART 3 Construction Methods Section 300 Earthwork 300-13 Storm Water Pollution Prevention Plan ....................................................... 119 "~ \_. Revised 6/12/18 Contract No. 5503-21 Page 5 of 122 TECHNICAL SPECIFICATIONS DIVISION 01 – GENERAL REQUIREMENTS 01510 Temporary Bypass Pumping DIVISION 02 – SITE WORK 02951 Television Inspection of Sewers 02952 Cleaning of Sewers 02955 Removal of Protruding Service Connection 02956 Chemical Injection Grouting 02957 Cured-in-Place Lining 02959 Machine Spiral Wound PVC Liner APPENDICES Appendix A Door Hanger Template Appendix B Schedule of Sewer Pipelines for Rehabilitation Appendix C Determination of Project’s SWPPP Tier Level and Construction Threat Level (Template E-29) END TABLE OF CONTENTS "~ \_. Revised 6/12/18 Contract No. 5503-21 Page 6 of 122 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on June 1, 2022, the City shall accept sealed bids via electronic format via the City of Carlsbad Electronic Bidding Site, PlanetBids which may be accessed at https://www.carlsabdca.gov/depts/finance/contracting/bids.asp for performing the work as fol- lows: rehabilitate approximately 5,950 lineal feet of 8-inch and 10-inch gravity flow sewer pipeline. SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 PWS22-1793UTIL ELECTRONIC FORMAT RECEIPT AND OPENING OF BIDS: Bids will be received in electronic format (eBids) EXCLUSIVELY at the City of Carlsbad’s electronic bidding (eBidding) site, at: https://www.carlsbadca.gov/services/depts/finance/contracting/default.asp and are due by the date and time shown on the cover of this solicitation. BIDDERS MUST BE PRE-REGISTERED with the City’s bidding system and possess a system-assigned Digital ID in order to submit an electronic bid. The City’s electronic bidding (eBidding) system will automatically track information submitted to the site including IP addresses, browsers being used and the URLs from which information was submitted. In addition, the City’s bidding system will keep a history of every login instance including the time of login, and other information about the user's computer configuration such as the operating system, browser type, version, and more. Because of these security features, Bidders who disable their browsers’ cookies will not be able to log in and use the City’s bidding system. The City’s electronic bidding system is responsible for bid tabulations. Upon the bidder’s or proposer’s entry of their bid, the system will ensure that all required fields are entered. The system will not accept a bid for which any required information is missing. This includes all necessary pricing, subcontractor listing(s) and any other essential documentation and supporting materials and forms requested or contained in these solicitation documents. BIDS REMAIN SEALED UNTIL DUE DATE AND TIME eBids are transmitted into the City’s bidding system via hypertext transfer protocol secure (https) mechanism using SSL 128-256-bit security certificates issued from Verisign/Thawte which encrypts data being transferred from client to server. Bids submitted prior to the Due Date and Time are not available for review by anyone other than the submitter, who will have until the Due Date and Time to change, rescind or retrieve its bid should they desire to do so. BIDS MUST BE SUBMITTED BY DUE DATE AND TIME Once the deadline is reached, no further submissions are accepted into the system. Once the Due Date and Time has passed, bidders, proposers, the general public, and City staff are able to immediately see the results online. City staff may then begin reviewing the submissions for responsiveness, compliance and other issues. Revised 6/12/18 Contract No. 5503-21 Page 7 of 122 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 "~ \_. Revised 6/12/18 Contract No. 5503-21 Page 8 of 122 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, Parts 2 & 3, all hereinafter designated “SSPWC”, as amended. Specification Reference is hereby made to the plans and specifications for full particu- lars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contrac- tors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. SUMMARY OF BIDDING SCHEDULE An overview of the bidding schedule is included in the following table. Details for each activity can be found in relevant section. ACTIVITY SCHEDULE TIME Released for bid April 20, 2022 5 p.m. Pre-bid meeting and site visit May 11, 2022 10 a.m. Deadline for questions May 20, 2022 5 p.m. Final addendum/Q&A posted May 26, 2022 5 p.m. Bid opening June 1, 2022 11 a.m. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond (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) Revised 6/12/18 Contract No. 5503-21 Page 9 of 122 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 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. 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 $737,400. 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: https://www.carlsbadca.gov/services/depts/finance/contracting/bids.asp. Pa- per copies will not be sold. Revised 6/12/18 Contract No. 5503-21 Page 10 of 122 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, 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.jordan@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, de- tails or specification sheets. The cutoff date to submit questions is identified in the Summary of Bidding Schedule. No ques- tions will be entertained after that date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project no later than the date specified in the Summary of Bidding Schedule. 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 Revised 6/12/18 Contract No. 5503-21 Page 11 of 122 of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. PRE BID MEETING A pre-bid meeting followed by a site visit will be held at the Carlsbad Municipal Water District, located at 5950 El Camino Real, Carlsbad, California 92008, on May 11, 2022 at 10 a.m. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project and shall extend in full force and effect and be retained by the City until they are released as stated in the General 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 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. 2022-089, adopted on the 19th day of April 2022. April 20, 2022 Date ,, • ., Revised 6/12/18 Contract No. 5503-21 Page 12 of 122 City Council City of Carlsbad CITY OF CARLSBAD SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 CONTRACTOR'S PROPOSAL (revised) 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. 5503-21 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" Sewer Pipeline Rehabilitation Item No. A-1 Description Contract Bonds, Insurance, Encroachment Permits, Rights-of- Entry, Project Management, Mobilization, Demobilization, and Preparatory Work including project (Price in Words) Approximate Quantity and Unit Unit Price (Figures) A-2 Furnish, Install and Maintain Traffic LS f 'l,500 · 00 Control including preparation and approval of Traffic Control Plans, all signs, delineators, arrow boards and ~men at . 0r~n-W~wrh~t c2MPf ~~d (Price in Words) Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 Total Amount (Figures) $ -i,., 500 · oO 5 Item No. A-3 Description Apply for and Obtain Traffic Control Plans and permits from the California Department of Transportation (Caltrans) for segments SWM4858, SWM485 \ D \lAY5 (Price in Words) Approximate Quantity and Unit Unit Price (Figures) LS $ 3 ,oOO -OD A-4 Storm Water Pollution Prevention LS ~ ~o · O 0 Plan in accordance with General and S~plem~r?7-~ 1;;~ ~V~tA~S (Price in Words) A-5 Temporary Bypass Pumping includes LS 4\ \ 1 SOD · 00 preparation and approval of Temporary Bypass Plan and Overflow Emergency Response Plan in accordance with Technical Ol&ification Sectio~ 01910 at J J aR,~a f1'~4z~t ciMfl~( (Price in Words) Total Amount (Figures) $3,000·00 $ 500 ·00 $ ).500 .{)0 A-6 Thoroughly clean existing sewer 5,940± LF $ \ • SO $ ~ 1 "J JD · 0 t) (removal of grease, roots, and any obstructions), video inspect sewer after initial cleaning and flushing the sewer, and post-video inspection of sewer after rehabilitation work is complete in accordance with Technical Specification Sections 02951 ~d 02952 at i~o~s~uf ~~e~'lff 'nl (Price in Words) A-7 Furnish and Install Cured-in-Place 3, 790± LF $ 3 S • 00 $ ·\ 32-1 toS D .() () Pipe (GIPP) liner for 8" (eight inch) diameter sewer pipe in accordance with Technical Specification Section 02957 t, J ~\\,A-d~~ ~lA~~CA(blts . Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 6 Item No. Description Approximate Quantity and Unit Unit Price (Figures) Total Amount (Figures) (Unit Price in Words) A-8 $ tt(). oo $ s?:) ooD -DO Furnish and Install Cured-in-Place 1,450± LF :'.:l Pipe (Cl PP) liner for 1 O" (ten inch) diameter sewer pipe in accordance with Technical Specification Section 0~57 at • l ...... I ~ ~ ~~nt --'t\'lwsoo--,d C,\01\Gtr5 Ori/A zeytl A--9 (not used) (Unit Price in Words) Furnish and Install Spiral Wound liner for 8" (eight inch) diameter sewer pipe in ascordance with Technical Specification Section 02959 at (Unit Prise in Words) 700+ LF $ A-10 For Sites SWM548 and SWM2645 with Manholes NOT Accessible by Vehicle, Install Sewer Rehabilitation Liner in accordance with Technical LS t~0-00 S~cificat~§:;r additional cost of ~,J'~. dotk'lts qnd (Price in Words) A-11 For Sites requiring Night Work per 10± EA Supplemental Provision Section 6-7.2 and Appendix C, Install Sewer Rehabilitation Liner in accordance with the Technical Specifications at the addi&itio al cost of~ !: d ~_UIASan wlltAY...S '111 __ unf-· (Unit Price in Words) A-12 Reinstate sewer laterals by 91± EA $ ~ • oO robotically-controlled device from inside the sewer mains without excavation in accordance with Technical Specifications 02957 and 02959 at l d ,_/ "'00\t~e jffiV4!e11~n Y(a _,(_fL~ a __ rv uni-s . (Unit Price in Words) Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 $ $ 500·00 7 Item No. Description Approximate Quantity and Unit Unit Price (Figures) Total Amount (Figures) A-13 Furnish and Install Connection Seal 45± EA $ \ ,2,SQ -00 $ 5to,250· 00 and Liner by robotically controlled device from inside the sewer mains without excavation in accordance with Technical Specification 02597.3.5.C and 02959.3.3.A.3 at ,_ ,.J _ J , J ~ -SlX goi,\YA~~o hllr1t.1 tra _ dona _ ~nrJ _ UU\,fS (UnitPice in Words) A-14 Remove protruding laterals into the sewer main and preliminary point repairs by a robotically-controlled device from inside the sewer mains without excavation in accordance with Technical Specification Section 4± EA 02955 at d :RDt,~&m ~~~~. (Unit PriDn Words) TotalamountofbidinwordsforSchedule"A": Two D\A\'\dYtd se\J-lhhJ -two :1NMsavJ sevtn h\Andr.ed ~i-b/ do11at1 qYlt} zevo u.n+s . Total amount of bid in numbers for Schedule "A": $ 2,"]2 1 J l.,0 · 00 SCHEDULE "B" ALTERNATIVE CHEMICAL GROUTING Item No. B-1 Description Approximate Quantity and Unit Furnish and Install chemical grout 10± CY injection to seal annular space and at other small defects to reduce or eliminate groundwater infiltration, on a per segment basis, in accordance with Technical Specification Section 02956 J!lfra~J'c~~~dred (Unit Price in Words) Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 Unit Price (Figures) Total Amount (Figures) $ ?; , 500 -00 8 Total amount of bid in words for Schedule "B": 1h r (;l jbov\.sa nd r' Ve ""'.,,dred do11urs and uro un/i . Total amount of bid in numbers for Schedule "B": $ ·3 1 '500 · oO SCHEDULE "C" OPTIONAL SEWER REHABILITATION LOCATIONS Item No. Description Approximate Quantity and Unit Unit Price (Figures) Total Amount (Figures) C-1 Furnish and Install Spiral Wound liner 700± LF for 8" (eight inch) diameter sewer pipe $ ~il .oo $ 2?-, l}00 ,oO in accordance with Technical Specification Section 02959; or Furnish and Install spirally wound UV glass reinforced pipe (GRP) liner for 8' (eight inch diameter sewer pipe in accordance with Technical Specification Section 02957, at J6fi~i!°li& ~~~y h1AridYfcl (Unit Price in Words) Total amount of bid in words for Schedule "C": -rwm~ -two -ttuMI 0nd ftJ \A r \\IAvvltuJ Jolla rs and UYD {,1J1r$ . Total amount of bid in numbers for Schedule "C": $___..,22:;::;;=..---il'"""ij....;....:;..O....:cO---'·O::;_,:,,,()'--------- Total amount of bid in words for Schedule "A" and Schedule "B": -rwo huY\IA Y(d sm.tn~/-six 1totASand ±wo hlAndrtd s1Xft/ duuars ani Zf!O Ult~. Total amount of bid in numbers for Schedule "A" and Schedule "B": $ 21 lR 1 2J.RO ·OD The City of Carlsbad shall determine the low bid based on Schedule "A" and Schedule "B". After the low Bid has been determined, the City may, at its sole discretion, award the Contract based on either the total of Schedule "A" alone or the total of Schedule "A", Schedule "B" and Schedule "C" combined or any combination thereof. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). 1 and 2 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. Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 9 The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 997520 , classification A which expires on 10/31/2022 , 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 _B_id_d_e_r_s_B_o_n_d ________ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 10 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 Nu Line Technologies, LLC (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) Dominic Burtech (General Partner) (Street and Number) City and State _E_n_ci_n_ita_s..:..., _c..,,_ _____________________ _ (4) Zip Code _9_2_02_4 __ ~ ___ Telephone No. 760-634-5153 (5) E-Mail fdurazo@nulinetech.net Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 11 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted ________________ _ (2) N/A (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 ______________ --1~'""~H1-/.._/A..........,.,__ ____ _ (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: Dominic Burtech (Partner) Julie Burtech (Partner) Frank Durazo (Partner) Salvador Aquino (Partner) Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 12 Technologies, LLC RESOLUTION OF NU LINE TECHNOLOGIES, LLC RESOLVED BY THE MEMBER$/PAR1NERS of Nu-Line Technologies, LLC, a California Col'J)oration as follows: Appointment of Dominic J. Burtech Jr. as the official signatories for: -Bidding Purposes -Contract Award -Change Orders -Dispute Resolutions -Project Completion Documents The resolution was adopted by the ME:MBERS/PARTNERS of the LLC on this 21st day of July, 2015 at 102 Second Street SUITE B, Encinitas, CA 92024. CERTIFICATE OF MEMBERS/PARTNERS r J. Durazo, Member/Partner Samd~er!Partner California A~knowledgment Fo~~ A notary public or other. of~cer completing this certificate verifies only the identity of lhe individual who signed the document 10 which this certific:ute is ,attached, und not the truthfulnesi; occuro or validi of thal document State of C~ IJ . } ss. Coun~of~ On 7 /2/ ~J before me, ArthurP.Arquilla,Notary~lic . vr r ~ . I ...I • llijfe1n~;'laiid&tlaollheo/Gr) personally appeareqU1zn,a,~_'? d11~«"~} r.iUv~ J: IJv,r/-ee,,t,..1 rr, . t1)11,lrl).UJJ:_r.5~ ~;,; who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isfare:\ubscribed ~ r;. to the within Instrument and acknowledged to me thathe/s~xecuted the same In hls?i,er@)u- thorized capacityQes), and that by his/h~ignature(s) on'"ffielnstrument the person(s), or the entity upon behalf of which the person(~) acte~cuted the Instrument I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct Seal I @ARTHUR P. ARQUILLA l -Conimlsllan No. 2051S58 d NOTARY PIJBUC,CAUFORNIA g SAN DIEGO COUNTY l l eomm1a11o11 Explm Janua,y 1, 20,a 1 ---------Optional Information To help prevcul fnud, it ia r=ammcndcd tut xau provide inforraatioA about the lllllcbcd document bclaw. •"Thia la Jlll1n:qumd undcrCalifoniia S111tc nolat)' public law.•- Document Title:. _________________ # of Pages:_·_ Notes BID SECURITY FORM (Check to Accompany Bid) SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 (NOTE: The following form shall be used if check accompanies bid.) N/A 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 offifteen (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 shal be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) I.' •.,-Revised 6/12/18 Contract No. 5503-21 Page 20 of 122 BIDDER'S BOND TO ACCOMPANY PROPOSAL SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 KNOW ALL PERSONS BY THESE PRESENTS: That we, NU LINE TECHNOLOGIES LLC ' as Principal, and NATIONWIDE MUTUAL 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 PERCENTOFGREATER AMouNr sIoc10%) for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, f irmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 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 Principa shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this 7TH day of JUNE , 20~ NATIONWIDE _N_U_L_IN_E_T_E_C_H_N_O_L_O_G_IE_S_, _LL_C ____ (SEAL) MUTUAL INSURANCE COMPANY (SEAL) (Principal) (Sure!~ By:_---=--------/ By: ~0-~ (Signature) (Signature) MARK D. IATAROLA, ATTORNEY-IN-FACT (Print Name/Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BR City Attorney Assistant {' •ti Revised 6/12/18 Con tract No. 5503-21 Page 21 of 122 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of Sa\1\-D \e~ } on (ol 8:1:zo 2--'1.... before me,-;5a,i,,ck-£~£:.1t,~'i personally appeared DoMlajC.. ·· :CJ. ~ 1 :;Iv-- who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies ), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. f ·-· JENNIFER CAULFIELD f · Commission No. 2403317 i -NOTARY P_UBLIC • CALIFORNIA J j · SAN DIEGO COUNTY f CommlSSIOll Expires June 1, 2026 l (Notary Public Seal) INSTRUCTIONS FOR COMPLETING TIIlS FORM ADDITIONAL OPTIONAL IN FORMATION 11,is fonn complies with cumnt California statutes regarding notary wording and. DESCRIPTION OF THE A TT ACHED DOCUMENT if needed, should be completed and attached to the document. Ack11owledgme111s ,.-, _A from other slates may be completed for documents being sent to that state so long Btd. ~ '/:~~e wording does not require the California notary to violate California notary (Titte or descri tion of a ed document) • State and County information must be the Slate and County where the document # S't:>V3-~, signer(s) personally appeared before the nomry public for acknowledgment. (Title or description of attached document continued) ~ ,z, 1 o f-p .:z.-I / N'umlft!r of Pages __ Document Date V ~ -U.- CAPACITY CLAIMED BY THE SIGNER □ Individual (s) · □ Corporate Officer (Title) g..... Partner'8f' □ Attorney-in-Fact □ Trustee(s) □ Other _________ _ 2015 Version www.NotaryClasses.com 800-873-9865 • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print bis or her name as it appears within his or her commission foUowed by a comma and then your title (nolary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they, is /!He ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. 1 • The notary seal impression must be clear and photograpbicaUy reproducible. Impression must not cover text or lines, If seal imp,ression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the aoiary public must match the signature on file with the office of the county clerk. ❖ Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. ❖ Indicate title or type of attached document, number of pages and date. ❖ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate.officer, indicate the title (i.e. CEO, CFO, Secreiary). • Securely attach this .document to the signed document with a staple. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 lJ08I 1111 ..... a a DJl#JBO>u &OUJOUO B [)FQ()l)IJOOIOI 1:0:0@:Ea C 1():()8():0OllU(D NII COIJll:000 D D 4 1801 rl)(IOffi □ ~ ~ [l 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 ____ 6_17_1_20_2_2 ____ before me, ___ S_A_N_D_R_A_F_I_G_U_E_R_O_A_,_N_O_T_A_R_Y_P_U_B_L_I_C __ _ Date Here Insert Name and Title of the Officer personally appeared ___________ M_A_R_K_D_._IA_T_A_R_O_L_A ____________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person~ whose name~ is/-.lfe-subscribed to the within instrument and acknowledged to me that hc/si'lettl-ie~ executed the same in his/1-iel'll.ti'leir authorized capacity~), and that by his/i'lel'li.tReir signature(s) on the instrument the person(6}, or the entity upon behalf of which the personr.t) acted, executed the instrument. r. SANoRA F,GiiERoA 1 ,-COMM.#2334108 • SAN DIEGO COUNTY ! .. . NOTARY PUBLIC-CALIFORNIAi l MY COMMISSION EXPIRES l SEPTEMBER 22, 2024 <> <.> '<>' <> <> <> <> '<> <> <> Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature c:s:.-. ~ , Signature of No ry 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: ___________________________ _ DocumentDate: _____________________ Numberof Pages: ___ _ Signer(s) Other Than Named Above: _______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA o Corporate Officer -Title(s): ______ _ o Partner -o Limited o General D Individual o Trustee D Other: l!!J Attorney in Fact o Guardian of Conservator Signer is Representing: _________ _ Signer's Name: D Corporate Officer -Title(s): ______ _ o Partner -o Limited o General o Individual o Trustee D Other: o Attorney in Fact o Guardian of Conservator Signer is Representing: _________ _ JtlDIIUJIIOODDIIODCICOl7UfJ B □ [tOOIOOOC0880AIIDODffltllllllllllffll:ll~Jl91111 • 1111111013111:«flliBiJIIUII ©2017 National Notary Association I, ' Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company. an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: HELEN MALONEY; JOHN G MALONEY; MARK D IATAROLA; SANDRA FIGUEROA; TRACY LYNN RODRIGUEZ; each in their individual capacity, its true and lawful attorney-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature. in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER. that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF NEW YORK: ss On this 20th day of August, 2021, before me came the above-named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur Notary Public, State of New York No. 02MC6270117 Qualified in New York County Commission Exoires October 19 2024 CERTIFICATE NotaryPobltC My Commission Expires October 19, 2024 I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 2:!:!:!.__ day of JUNE 2022 Assistant Secretary BDJ 1 (08-21 )00 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders ere 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", "OM, 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 thct the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be 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. l' •.,-Revised 6/12/18 Contract No. 5503-21 Page 22 of 122 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. l' • .,, Revised 6/12/18 Contract No. 5503-21 Page 23 of 122 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 The Bidder certifies that it has used the sub-bid of the folloVving listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Amount of Subcontractor Name Phone No. DIR Subcontractor's Portion of and and Email Registration License No. and Work by Work Subcontractor Location of Business Address No. Classification in Dollars* A - c:trmJnntA \C flfjj "Ill rf7iffJ., J 'f) q,,.1-tJ~lo-~ ril II /nJ)N)1-; 1/M " 111117 ~flY f}flj V 11,yl,, U r"f_AfAI nahJru ..-r•~.-..-ii II-:,,~ lVJ ~ W'. 7 tJr , 'tltJ lrl~ " DJa,U, .,. fl/ r .A .l:f ~s7 <,)~ - V Tt/>r Page _l_ of J__ pages of this Subcontractor Designation form • Pursuant to section 41 04 (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.· (' • ., Revised 6/12/18 Contract No. 5503-21 Page 24 of 122 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 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, whrn will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Name and Address Name and Phone Amount Contract of the Employer No. of Person to Type of Work of Completed Contract Contract ~1-J-L ~ I I fi ( ~ ~1-11 ""' .... .... I ' I I I ,~ ■ I.__.__,. l' •f" Revised 6/12/18 Contract No. 5503-21 Page 25 of 122 C Nu-Line Technologies, LLC Project References -CIPP /SPR CIPP Project/ Description 2014 Wing Ave Flood Control Clean/CCTV & CIPP lining of 159 LF of 18-inch & 24- inch Storm Drain, Flow Diversion. 2014 PiQeline Rehabilitation Phase W-1 CIPP lining of 21,754 LF of 8-inch diameter sanitary sewer. Point Repairs, Manhole Rehabilitation, 425 Top Hats (SLC's) and 425 Lateral Launch Video, 425 4-inch CIPP Lateral Installation. 2014 Sewer Rehabilitation Project No. 9 CIPP lining of 9,166 LF of 8" & 10" diameter sanitary sewer. Clean & CCTV, Bypass Pumping 2014 PiQeline Rehabilitation Phase X-1 CIPP lining of 4,092 LF of 6", 8", 10" & 15" diameter sa nitary sewer. Point Repairs, Manhole Rehabilitation, 44 Service Lateral Connections and 44 Lateral Launch Video, 44 CIPP Lateral Installation. 2014 Sewer PiQeline and Storm Drain ReQairs CIPP lining of 3,367 LF of 6", 8" & 18" diameter sanitary sewer & Storm Drain. Point Repairs, Manhole Rehabilitation, 2014 Sewer & Water GrouQ 833 CIPP lining of 3,876 LF of 6", 8" and 10" Sanitary Sewer Main Replacement. Point Repairs, Manhole Rehabilitation, Service Lateral Connections, Bypass Pumping. 2013 Sewer & Water Grou~ 720 CIPP lining of 621 LF of 6-inch, Sanitary Sewer M ain Replacement. Point Repairs, Manhole Rehabilitation, Service Lateral Connections, Bypass Pumping 2013 Sewer & Water GrouQ 758 CIPP lining of 2,612 LF of 8-inch and 10,135 LF sa nitary sewer replacement. Point Repairs, Manhole Rehabilitation, 30 (SLC's), CIPP Lateral Installation, Bypass Pumping. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www .nulinetech.net Owner / Contact Contract Date Amount Flatiron/City of El Cajon 1770 La Costa Meadows Drive Start San Marcos, Ca 92708 $33,030.00 5L15L14 Com1:1letion Ruben Claudio (760) 916-9100 5/28/2014 City of San Diego 525 B Street, Ste. 750 Start San Diego, CA 92101 $ 2,465,095.10 6/16/2014 Com1:1letion Maryam Liaghat (619) 533-5192 3/19/2015 Los Angeles Dept. of Public Works Start 900 South Fremont Ave $ 232,000.00 9/2/2014 Com1:1letion Alhambra, CA 90014 10/31/2014 Attn: Jose Pou (626) 458-2191 City of San Diego 9485 Aero Drive Start San Diego, CA 92101 $ 513,000.00 11/21/2014 Com1:1letion Jericho Gallardo (619) 533-7523 3/16/2015 City of Solana Beach 9485 Aero Drive Start Solana Beach , CA 92075 $ 455,414.50 9/22/2014 Com1:1letion Taryn Kjolsi ng (858) 720-2470 11/26/2014 City of San Diego 525 B Street, MS 908A Start San Diego, CA 92101 $ 513,000.00 12/1/2014 Com1:1letion Bijan Shakiba, (619) 533-5191 1/26/2015 City of San Diego 525 B Street, MS 908A Start San Diego, CA 92101 $21,735.00 11/8/2014 Com1:1letion Bijan Shakiba (619) 533-5191 11/8/2014 City of San Diego 1200 Third Avenue., Ste. 200 Start San Diego, CA 92101 $81,518.80 5/29/2014 Com1:1letion Luis Schaar, R.E. (619) 533-4641 12/16/2014 ." Project References -CIPP/SPR Updated 2/7/2022 " r Nu-Line Technologies, LLC Project References -CIPP /SPR 2015 Sewer & Water Grou~ 815 City of San Diego CIPP lining of 545 LF of 8-inch sanitary sewer. Point 525 B Street, MS 908A Comgletion Repairs, Manhole Rehabilitation, 5 (SLC's), Bypass San Diego, CA 92101 $29,975.00 2/17/2015 Pumping. Bijan Shakiba (619)533-5191 City of San Diego Skvlark Canyon Rehabilitation Weir Construction Corporation CIPP lining of 1,417 LF of 8-inch sanitary sewer. 2255 Barham Drive Start Bypass Pumping. Escondido, Ca 92029 $95,215.00 12/24/2014 Comgletion Brian Weir (760) 743-6776 1/9/2015 Back Bay Drive Storm Drain Rehabilitation City of Newport Beach CIPP/SPR lining of 1,892 LF of 12-inch to 42-lnch 100 Civic Center Drive Start storm Drain. Bypass Pumping/Dewatering. Newport Beach, CA 92660 $ 297,208.80 1/19/2015 Comgletion Peter Tauscher (949) 644-3309 4/8/2015 Sewer Ca~ital lm~rovements Project-Lemon Grove City of Lemon Grove CIPP Lining of 3,480 LF of 6-lnch and 8-lnch sanitary 3232 Main Street Start Sewer, manhole installations, cleanout installations, Lemon Grove, Ca 91945 $ 189,946.00 9/28/2015 Comgletion bypass pumping. Scott Adamson (858) 413-2400 10/15/2015 Bataguitos Force Main (81[82) Force Main Leucadia Wastewater District City of Leucadia 1960 La Costa Ave Start Rehabilitation of 383 LF of 21-lnch sanitary sewer Carlsbad Ca, 92009 $76,500.00 5/5/2015 Force Main, Carlsbad Blvd from Proto Drive Robin Morshita (760) 753-0155 Comgletion 3/6/2015 Annual Sewer Rehabilitation Program CIP. 15701 City of San Juan Capistrano CIPP Lining of 7,702 LF of 6-lnch, 8-lnch, 21-inch and 32400 Paseo Adelanto Start $ 1,385,061.00 8/17/2015 36-lnch sanitary Sewer and storm drain, manhole San Juan Capistrano CA, 92675 Comgletion installations, cleanout installations, bypass pumping. Mike Marquis (949) 443-6326 12/28/2015 Pi~eline Rehab F-2 (Laterals) City of San Diego Clean & CCTV of 93,955 LF of sanitary sewer. 525 B Street, MS 908A Start $ 101,471.00 2/15/2015 San Diego, CA 92101 Comgletion RyanReed(619)533-5191 8/25/2015 Sewer and AC Water Grou~ 752 Public Utilities Department CIPP Lining of 5,182 LF of 8-lnch sanitary Sewer and 9150 Topaz Way, MOC 1 Start bypass pumping. Clean & CCTV, Top Hats San Diego, CA 92123 $ 281,411.00 7/9/2015 Ed M. Cartas (585) 614-4564 Comgletion 7/17/2015 Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net , Project References -CIPP/SPR .. , '. Updated 2/7/2022 ;i, 0 C u-me N L" T h ec no 091es, LLC P t R f e erences -roJec CIPP/SPR Sewer and AC Water Groug 1004 CIPP Lining of 948 LF of 8-lnch sanitary Sewer and bypass pumping. Clean & CCTV, 14 Top Hats South Oceanside Waterline Reglacement Clean & CCTV, Post Video of 5,887 LF 8-lnch New Installation, Manhole Rehabilitation Gravitlt Pigeline Rehabilitation Clean & CCTV, Post Video of 1,887 LF 6-lnch, 8-lnch and 12-lnch sanitary sewer. Sectional Lining Pigeline Rehab Z-1 Clean & CCTV, Post Video of 13,500 LF 8-lnch sanitary sewer, SPR/CIPP Lining of 13,500 LF of 8- Inch sanitary sewer and installation of 300 Top Hats Los Angeles Countlf Degt of Public Work -Project #11 SPR/CIPP Lining of 13,842 LF of 8-lnch sanitary Sewer and bypass pumping. lndustrv Rd Sewer@ Ha-Hana Rd. CIPP Lining of 748 LF of 24-lnch sanitary Sewer and bypass pumping. CULVERT REPAIR AND REPLACEMENT FISCAL YEAR 2014-15 CIPP/SPR Lining of 499LF of 18-lnch to 42-lnch storm drain culvert. Huntington Beach FY 201415 Sewer Lining Project CIPP Lining of 11,189 LF of 8-lnch sanitary Sewer and bypass pumping. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net City of San Diego 9485 Aero Drive, Comi;1letion San Diego, CA 92123 $70,159.00 9/15/2015 Armin Asadyari {858) 997-7989 City of Oceanside 300 North Coast Highway, Comi:1l etion Oceanside, CA 92054 $ 90,092.75 2015 Greg Keppler {760) 435-5913 Leucadia Wastewater District 1960 La Costa Avenue, Start Carlsbad, CA 92009 $ 137,987.00 7/9/2015 Comi;1letion Robin Morishita {760) 753-0155 9/16/2015 City of San Diego 9485 Aero Drive, Start San Diego, CA 92123 $ 507,079.50 10/6/2015 Comi;1letion Dave Engel (619) 549-5451 12/11/2015 LACDPW 900 South Fremont Avenue Start 1/18/2016 Alhambra, California 91803 $ 435,233.50 Comi;1letion Tim Bazinet (626) 458-4951 2/29/2016 Just Construction 3103 Market Street San Diego, CA 92102 $136,127.00 Awaiting NTP {619) 702-4002 Tri-Group Construction 9580 Black Mountain Rd Ste. L Start San Diego, CA 92126 $ 159,239.00 10/5/2015 ComQletion Hani Assi {858) 583-1846 11/30/2015 City of Huntington Beach 2000 Main Street, pt Floor Start Huntington Beach, CA 92648 $ 250,000.00 3/1/2016 Comi:1l etion Jose Fuentes {714) 536-5431 4/14/2016 .. ,..,~ · Project References -CIPP /SPR ,.. Updated 2/7/2022 '-- Nu-Line Technologies, LLC Project References -CIPP /SPR Encinitas 2014-2015 Annual Storm Drain Rehabilitation CIPP Lining of 2,322LF of 12-lnch to 36-lnch storm drain culvert. Sewer and AC Water Group 840 Final main video of 2,098 LF, 8-lnch sewer Sewer Group 798 Clean & Video, SPR/CIPP Lining of 11,894LF of 8-lnch sanitary sewer, 164 Service Lateral Connections 2015 Sewer Repair Project -Rossmoor[Los Alamitos Clean & Video, CIPP Lining 2,545 LF of 8-lnch, Point repairs, Top Hats 2015 GRAVITY SEWER REHABILITATION Clean & Video, CIPP Lining 2,237 LF of 6-lnch, 8-lnch and 12-lnch sanitary sewer, 29 Service Lateral Connections, Bypass Pumping CIPP Lining of 15" & 18" CMP Storm Drain Clean & Video, CIPP Lining 360 LF of 15-lnch and 18- Inch storm drains. Storm Drain Lining of 21" to 54" Clean & Video, CIPP Lining 2,415 LF of 18-lnch, 21- Inch, 24-lnch, 30-lnch and 36-lnch storm drains, Sectional Repairs, Invert Grouting of storm drains prior to rehabilitation. Storm Drain Lining 2014-15i Project No. 52716 Clean & Video, CIPP Lining 2,420 LF of 8-lnch, 10- Inch sanitary sewer, 12-lnch and 18-lnch storm drains, Sectional Repairs, Invert Grouting of storm drains prior to rehabilitation. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net City of Encinitas 505 S. Vulcan Start Encinitas, CA 92024 $ 558,399.00 10/5/2015 Kipp Heffner (760) 633-2775 Com12letion 3/30/2016 City of San Diego 9485 Aero Drive, Com12letion San Diego, CA 92123 $ 3,147.00 Avram Yu (858) 573-5084 9/21/2015 City of San Diego 9485 Aero Drive, Start San Diego, CA 92123 $410,114.30 12/15/2015 Com12letion Avram Yu (858) 573-5084 2/10/2016 Vasilj Inc. 15531 Arrow Hwy, Start Irwindale, CA 91706 $123,124.00 3/3/2016 Com12letion John Gavigan (626) 480-1442 4/1/2016 Leucadia Wastewater Division 1960 La Costa Avenue, Start Carlsbad, CA 92009 $ 161,524.50 8/26/2015 Com12letion Robin Morishita (760) 753-0155 12/23/2015 City of Buena Park 6650 Beach Blvd, Start Buena Park, Ca 90622 $ 51,991.00 3/3/2016 Com12letion Francisco Gutierrez (714)562-3/4/2016 3687 City of Chula Vista 1800 Maxwell Road, Start Chula Vista, CA 91911 $ 433,391.00 1/4/2016 Com12letion Kalani Camacho (619) 921-2922 4/21/2016 City of Fullerton PWD Engineering 303 West Commonwealth Avenue, Start Fullerton, CA 92832 $ 117,973.00 2/22/2016 Com12letion Vince Oseguera (714) 738-6845 4/25/2016 ~i Project References -CIPP/SPR i Updated 2/7/2022 ...... ' ... C Nu-Line Technologies, LLC Project References -CIPP /SPR The Oaks -CIPP Lining of 36-lnch Storm Drain Clean & CCTV 100 LF of 36-lnch storm Drain, Easement access installation of 100 LF of 36-lnch storm Drain, Post Video Eastern Munici1;1al Water District 12-lnch Sanitarv Sewer Clean & CCTV, Rehabilitate 413 LF of 12-lnch Sanitary Sewer, Reinstate 5 Lateral Connections, Bypass Pumping Citl!'. of Los Angeles-Sewers 5 Program Clean & CCTV, Rehabilitate 7,147 LF of 8-lnch, 10- Inch, 16-lnch Sanitary Sewer, Reinstate 160 Lateral Connections, Bypass Pumping, Post Video Rancho Palos Verdes Storm Drain Clean & CCTV 134 LF of 18-lnch storm Drain, Easement access installation of 134 LF of 18-lnch storm Drain, Post Video Citl!'. of San Diego Grou1;1 703A Clean & CCTV 627 LF of 8-lnch sanitary sewer, Easement access installation of 627 LF of 8-lnch sanitary sewer, Post Video La Costa Golf Course Clean & CCTV 360 LF of 10-lnch sanitary sewer, Easement access installation of 360 LF of 10-lnch sanitary sewer, Post Video Manning Canl!'.on Sewer and Water Re1;1lacement Clean & CCTV 15,508 LF of 8-lnch sanitary sewer, Rehabilitate 2,582 LF of 8-lnch sanitary sewer w/SPR, 56 Sewer Lateral Connections, Post CCTV Video of 15,508 LF, Bypass Pumping SAN DIEGO PIPELINE AC-1 Clean & CCTV, Post Video of 40,279 LF 8-lnch sanitary sewer, 889 Lateral Launch Video, SPR/CIPP Lining of 40,279 LF of 6", 8" and 10 -Inch sanitary sewer and installation of 889 Top Hats Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net Davidson Communities 1302 Camino Del Mar, Start Del Mar, CA 92014 $32,000.00 4/29/2016 Comi;1letion Tim O'Grady (858) 259-8500 4/29/2016 Eastern Municipal Water District 2270 Trumble Road, Start Perris, CA 92572-8300 $22,715.00 2/26/2016 Com12letion Mark Chamberlin (951) 928-3777 2/26/2016 Mathew & Stewart Co Inc. 2841 Gardena Ave, Start Signal Hill, CA 90755 $ 304,603.00 6/17/2015 Com1;1letion Bruce Flowers (562) 595-5471 On Call Grfco Inc Po Box 1747 Start Brea, CA 92822 $21,942.50 12/30/2015 Com1;1letion Jim Jackson (714) 412-4712 12/30/2015 Weir Construction Corporation 2255 Barham Drive, Start Escondido, Ca 92029 $30,347.50 3/8/2016 Comi;1letion Allan Weir (760) 743-6776 3/9/2016 Leucadia Wastewater Division 1960 La Costa Avenue, Start Carlsbad, CA 92009 $18,720.00 11/20/2015 Com12letion Robin Morishita (760) 753-0155 11/20/2015 Burtech Pipeline Inc. 102 Second Street, Start Encinitas, CA 92024 $ 212,865.00 3/22/2016 Buddy Aquino (760) 634-2822 Com1;1letion 2/28/17 Burtech Pipeline Inc. 102 Second Street, Start Encinitas, CA 92024 $ 1,040,214.00 4/4/2016 Com1;1letion Buddy Aquino (760) 634-2822 10/18/2016 · ·· Project References -CIPP/SPR Updated 2/7/2022 ... ·" -·· (, Nu-Line Technologies, LLC Project References -CIPP /SPR SPR Lining of 36-lnch Storm Drain Clean & CCTV 140 LF of 36-lnch Storm Drain under 805 Freeway Southbound Lane, Post Video Sewer Rehabilitation Project No. 13 SPR/CIPP lining of 19,943 LF of 8-lnch diameter sanitary sewer, reinstate 459 House connections, Clean & CCTV, Bypass Pumping Sewer & Water Group 834 Clean & CCTV, Post Video of 8,996 LF 8-lnch sanitary sewer, Lateral Launch Video, SPR Lining of 975 LF of 10", 12" and 14 -Inch sanitary sewer and installation Top Hat s LACDPW CRR. 436 CIPP lining of 598 LF of 18", 36" and 60-lnch diameter storm drain, Clean & CCTV, Spot Repairs, Frame and Cover Installations 2016 SEWER MAIN CIPP REHABILITATION Clean & CCTV, Post Video of 3,700 LF 6", 8" and 10- Inch sanitary sewer, Traffic Control, Bypass Pumping. SSRP P08 Dal:it Street & Avenue 26 Clean & CCTV, Rehabilitate 5,405 LF of 8-lnch Sanitary Sewer, Reinstate 163 Lateral Connections, Bypass Pumping, Post Video Cit)l of Los Angeles ESRP #SWCO3077 -Avondale Clean & CCTV, Rehabilitate 292 LF of 8-lnch Sanitary Sewer, Reinstate Lateral Connections, Bypass Pumping, Post Video Cit)l of Los Angeles ESRP #SW02905 -Avondale Clean & CCTV, Re habilitate 134 LF of 8-lnch Sanitary Sewer, Reinstate Lateral Connections, Bypass Pumping, Post Video Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net SKANSKA, Inc. Start 5196 Governor Drive, San Diego, California 92122 $85,089.00 5/12/2016 Comgletion Keith Jackson (858) 646-0921 5/14/2016 Los Angeles Dept. of Public Works Start 900 South Fremont Ave $ 476,649.00 4/7/2016 Comgletion Alhambra, CA 90014 11/8/2016 Joel Zaragoza (626)458-4973 Burtech Pipeline Inc. 102 Second Street, Start Encin itas, CA 92024 $ 109,284.50 3/21/2016 Comgletion Buddy Aquino (760) 634-2822 3/21/2017 Los Angeles Dept. of Public Works Start 900 South Fremont Ave $ 297,203.50 5/27/2016 Comgletion Alhambra, CA 90014 7/13/2016 Fred Kheradvar (626) 458-4973 Yorba Linda Water District 1717 E. Miraloma Avenue, Start Placentia, CA 92870 $ 189,823.00 4/14/2016 Comgletion Alex Thomas (714) 701-3115 7/28/2016 Vasilj Inc. 15531 Arrow Hwy, Start Irwindale, CA 91706 $ 258,160.00 12/12/2016 Comgletion John Gavigan (626) 480-1442 1/31/2018 Vasilj Inc. 15531 Arrow Hwy, Start Irwindale, CA 91706 $14,600.00 6/2/16 Comgletion John Gavigan (626) 480-1442 6/2/2016 Williams Pipeline Contractors, PO Box 1120 Start Somis, CA 93066 $8,710.00 5/17/2016 Comgletion John Williams (805) 207-0148 5/17/2016 "' · Project References -CIPP/SPR . Updated 2/7/2022 . ., -~)- ~ Nu-Line Technologies, LLC Project References -CIPP /SPR SANITARY SEWER MASTER PLAN PHASE 1 Clean & CCTV, Post Video of 2,230 LF 8", 10" & 12-lnch sanitary sewer, Traffic Control, Bypass Pumping, Point Repairs. 2016 GRAVITY PIPELINE REHABILITATION PROJECT Clean & CCTV, CIPP lining of 1,280 LF 811 & 15-lnch sanitary sewer, Traffic Control, Bypass Pumping, Point Repairs. Caltrans No. 08-0J8104 Clean & CCTV, SPR & CIPP lining of 1,160 LF of 18", 24", 30", 36" and 42-lnch Storm Drain, Pipe Repairs, Post Video HillTop Area Sewer Lining Project Clean & CCTV, CIPP lining of 12,956 LF 611 1 811 1 10" & 12- Inch sanitary sewer, Traffic Control, Bypass Pumping, Point Repairs. Sewer & Water Group 701 Clean & CCTV, CIPP lining of 1,280 LF 811 & 15-lnch sanitary sewer, Traffic Control, Bypass Pumping, Point Repairs. Tl£rian St and Soledad Ave and AC Water Main Clean & CCTV, CIPP lining of 6-lnch sanitary sewer, Traffic Control, Bypass Pumping, Point Repairs. RFB 7402 San Diego San District Clean & CCTV, sectional lining and Top Hat Installation, 8" VCP sanitary sewer. Citll of LA ESR 69th & Vermont Clean & CCTV, CIPP lining of 8-lnch sanitary sewer, Traffic Control, Bypass Pumping, Point Repairs. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net City of South El Monte 1415 Santa Anita Avenue, Start South El Monte, CA 91733 $163,798.00 6/7/2016 Comi;il etion Aidan Mousavi (626) 652-3110 10/28/2016 Leucadia Wastewater Division 1960 La Costa Avenue, Start Carlsbad, CA 92009 $ 240,000.00 7/28/2016 Comi;il etion Robin Morishita (760) 753-0155 12/15/2016 Dream builder 1324 E. Lawson Ln, Start Placentia, CA 92870 $ 311,540.00 1/9/2017 Comi;iletion Anu Singh (714) 646-3697 3/3/2017 City of Redding 777 Cypress Avenue, Start Redding, CA 96001 $ 519,330.00 7/5/2016 Darren Langfield (530) 225-4469 Comi;iletion 9/30/2016 City of San Diego Start 1200 Third Avenue., Ste. 200 San Diego, CA 92101 $ 27,864.75 3/5/2018 Comi;iletion Luis Schaar, R.E. (619) 533-4641 5/7/2017 PK Mechanical Systems, Inc. 21335 Bundy Canyon Road Start Wildomar, CA 92595 $13,164.00 3/15/2017 Comi;iletion David Spindler (951) 245-5537 3/17/2017 County of San Diego 5560 South Overland Avenue, St art Suite B, San Diego CA 92123 $5,850.00 7/11/2016 Comi;iletion Jaclyn Smith, (858) 505-6367 7/12/2016 Vasilj Inc. 15531 Arrow Hwy, Start Irwindale, CA 91706 $13,777.50 5/18/2016 Comi;iletion John Gavigan (626) 480-1442 5/19/2016 . . Project References -CIPP/SPR . ~--Updated 2/7/2022 .. ,., Nu-Line Technologies, LLC Project References -CIPP /SPR Fresno E. Home Avenue Sewer Rehab City of Fresno Clean & CCTV, CIPP Lining of 8-lnch sanitary sewer, 2600 Fresno Street, Room 2156 Start Traffic Control, Bypass Pumping, Point Repairs. Fresno CA, 93721 $75,255.00 3/15/2017 Com12letion Mike Brown (559) 621-1332 6/5/2017 Pacific Beach Pi~eline South TC Construction Video Inspecting 9,000 LF of Pipelines and Culverts for 10540 Prospect Avenue Start Acceptance. Santee, CA 92071 $41,207.00 4/3/2017 Com12letion Elan Schier (619) 820-7811 TBD 6-lnch CIPP Lining at U.C.L.A PipeTec Clean & CCTV, CIPP Lining of 6-lnch sanitary sewer, PO Box 2337 Start Traffic Control, Bypass Pumping, Point Repairs. Irwindale, CA 91706 $14,425.00 6/17/2016 Com12letion Mike Ashker (562) 699-3496 6/17/2016 Mission Trails Collection -Santee 1 Burtech Pipeline Inc. Start Video Inspecting 1,001 LF of Pipelines and Culverts for 102 Second Street, 9/1/2016 Acceptance. Encinitas, CA 92024 $2,862.00 Com12letion Buddy Aquino (760) 634-2822 IBl 11L29L2016 City of El Monte-Sewer Lining Project City of El Monte ;clean & CCTV, CIPP Lining of 8-lnch and 15-lnch 11333 Valley Blvd Start 9/27/2016 sanitary sewer, Traffic Control, Bypass Pumping, Point El Monte CA 91732 $ 163,098.00 Com12letion Repairs. Richard Ruyle (626) 808-1909 11/23/2016 Ross Valley Sanitation Ranger Pipelines Clean & CCTV, CIPP Lining of 22,202 LF of 6-lnch and 8-1790 Yosemite Ave. Start Inch sanitary sewer, Traffic Control, Bypass Pumping, San Francisco, CA 94124 $ 864,999.50 6/12/2017 Com12letion Point Repairs. Tom Grover (415) 822-3700 5/1/2018 Via De La Valle bridge in Del Mar1 CA PAL General Engineering Clean & CCTV, CIPP Lining of 10-lnch Ductile Iron Pipe, 10675 Treena Street, Ste. 103 Start Traffic Control San Diego, CA 92131 $24,235.50 10/26/2016 Comgletion Diana Hsu (858) 860-5300 10/26/2016 Pi~eline Rehabilitation AM-1 Burtech Pipeline Inc. Start Clean & CCTV, Post Video of 41,127 LF 8-lnch sanitary 102 Second Street, 11/15/2016 sewer, 1,127 Lateral Launch Video, SPR/CIPP Lining of Encinitas, CA 92024 $ 1,755,384.50 Com12letion 41,127 LF of 8-lnch sanitary sewer and installation of Buddy Aquino (760) 634-2822 IBl 1,127 Top Hats 9/23/2019 Nu-Line Technologies, LLC. 102 Second Street Suite 8 Encinitas, CA 92024 www.nulinetech.net '•:-'.' Project References -CIPP/SPR ~-~. Updated 2/7/2022 ·, ~ --- Nu-Line Technologies, LLC Project References -CIPP /SPR Fresno Sewer Rehabilitation in Congo and H-Emmitt's Excavation Inc Broadway Downtown Clean & CCTV, CIPP Lining of 6207 E. Clinton Ave Start 1,441 LF of 8-lnch and 10-lnch sanitary sewer, Traffic Fresno CA 93727 $ 114,434.50 April 2017 Comi;iletion Control, Bypass Pumping, Point Repairs. David Walsh (559) 347-9188 4/15/2018 Massachusetts Avenue Sewer lm~rovements -La S.C. Valley Engineering, Inc. Mesa 656 Front St. Start Clean & CCTV, CIPP Lining of 937 LF of 6-lnch, 8-lnch El Cajon, CA 92020 $ 85,709.81 12/12/2016 Comi;iletion and 15-lnch sanitary sewer, Traffic Control, Bypass Kevin Prescott (619) 444-2366 2/3/2017 Pumping, Point Repairs. Sewer Ca~ital lm~rovements -Lemon Grove S.C. Va lley Engineering, Inc. Start Clean & CCTV, CIPP Lining of 112 LF of 6-lnch sanitary 656 Front St. 6/1/2015 sewer, Traffic Control, Bypass Pumping, Point Repairs. El Cajon, CA 92020 $10,080.00 Comi;iletion Kevin Prescott (619) 444-2366 IBl 10/31/2017 Val Sereno Storm Drain Rehabilitation & Extension City of Encinitas Clean & CCTV, CIPP Lining of 143LF of 24-lnch storm 505 S. Vulcan Avenue Start drain, clearing and grubbing, Traffic Control, Concrete Encinitas, CA 92024 $49,000.00 10/27/2016 Comi;iletion Headwall, Invert Paving Repairs. Kipp Hefner (760} 633-2775 11/7/2016 .. Small Diameter Sewer Rehabilitation -2017-1 AUi Incorporated ,Clean & CCTV, CIPP Lining of 143LF of 24-lnch storm 7420 Reading Ave. SE Start drain, clearing and grubbing, Traffic Control, Concrete Albuquerque New Mexico 87105 $ 253,674.00 3/1/2017 Headwall, Invert Paving Repairs. Mike Rocco (SOS) 242-4848 Comi;iletion 3/28/2017 Fresno Sewer Rehab & Re~lace in N Central Bill Nelson GEC, Inc. Downtown 2741 E. Malaga Avenue Start Clean & CCTV, CIPP Lining of 857 LF of 6-lnch sanitary Fresno, CA 93725 $83,942.59 4/5/2017 Comi;iletion sewer, lateral reinstatement. Jeff Nelson (559} 439-1756 5/31/2017 Trenchless Re~air Re~lacement & Rehab Los Alamos AUi Incorporated Clean & CCTV, SPR Lining of 1,450 LF of 8-lnch sanitary 7420 Reading Ave. SE Start sewer, lateral reinstatement. Albuquerque New Mexico 87105 $ 106,515.00 12/12/2016 ComE!letion Mike Rocco (SOS} 242-4848 12/16/2016 Rehabilitation of 2 Sewer Lift Stations 24th St & Oak GSE Construction Company, Inc. St 6950 Preston Avenue Start Clean & CCTV, CIPP Lining of 486 LF of 15-lnch sanitary Livermore, CA 94551 $53,415.00 4/5/2017 Comi;iletion sewer, lateral reinstatement. Alexia Leon (925} 447-0292 10/17/2017 Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net . , , Project References -CIPP/SPR ~ Updated 2/7/2022 , . _\J J Nu-Line Technologies, LLC Project References -CIPP /SPR Yorba Linda Water District Sin DIP Murrieta Development Inc. Clean & CCTV, CIPP Lining of 208 LF of 8-lnch Ductile 42540 Rio Nedo Rd. Start Iron sa nitary sewer, lateral reinstatement. Temecula, CA 92590 $12,376.00 11/16/2016 ComQletion Bill Estrada (909) 721-0362 11/16/2016 Cit~ of Bell -Sewer Modernization Project Tunnelworks Services Inc. Clean & CCTV, CIPP Lining of 4,839LF of 8-lnch sanitary 13502-H Whittier Blvd. Ste. 165 Start sewer, lateral reinstatement. Whittier, CA 90605 $ 142,862.75 2/14/2017 ComQletion William Duarte (562) 553-2734 4/10/2017 1-25 South 18-lnch Sanita!Y Sewer AU i Incorporated Clean & CCTV, SPR Lining of 550 LF of 18-lnch sa nitary 7420 Reading Ave. SE Start sewer, lateral reinstatement. Albuquerque New Mexico 87105 $ 168,440.00 12/15/2016 ComQletion Mike Rocco (505) 242-4848 3/31/2017 Pi~eline Rehabilitation AG-1 Burtech Pipeline Inc. Start Clean & CCTV, SPR/CIPP Lining of 35,992 LF of 8-lnch 102 Second Street, 4/3/2017 sanitary sewer and installation of 797 Top Hats Encinitas, CA 92024 $ 1,414,852.50 ComQletion Buddy Aquino (760) 634-2822 .IB.l 4/15/19 ,. Bonillo Drive Storm Drain Burtech Pipeline Inc. 'Cleaning and Video Inspection of 24" Storm Drain 102 Second Street, Start Encinitas, CA 92024 $2,169.11 2/7/2017 Buddy Aquino (760) 634-2822 ComQletion 2/7/2017 Lemon Drive 8-lnch Lining Yorba Linda Water District Clean & CCTV, CIPP Lining of 10 LF of 10-lnch sanitary 1717 E. Miraloma Avenue, Start se wer. Placentia, CA 92870 $7,385.00 3/10/2017 ComQletion Diane Dalton {714) 701-3115 3/10/2017 Sunset Lane Easement 8-lnch Lining Yorba Linda Water District Clean & CCTV, CIPP Lining of 345 LF of 8-lnch sanitary 1717 E. Miraloma Avenue, Start sewer. Placentia, CA 92870 $17,424.75 2/27/2017 ComQletion Diane Dalton {714) 701-3115 2/27/2017 Sierra Madre Rehab Project City of Sierra Madre Clean & CCTV, CIPP Lining of 2, 785LF of 8-lnch sanitary 232 W. Sierra Madre Blvd Start 4/6/2017 sewer. Sierra Madre, CA $150,752.50 ComQletion Chris Cimino (626) 335-6615 6/23/2017 Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net ·:. Project References -CIPP/SPR i ,. Updated 2/7/2022 '' ',:' Q u-me N L" T h ec no ogIes, LLC P t R f e erences -ro1ec CIPP/SPR Cit~ of Pasadena -La Loma Clean & CCTV, CIPP Lining of 140LF of 8-lnch sanitary sewer, Bypass Pumping. , North Long Beach Sewer lm~rovement Project Clean & CCTV, CIPP Lining of 4,229LF of 8-lnch, 10-inch and 12-inch sanitary sewer, Bypass Pumping, Traffic Control, Top Hats, Point Repairs. 2017 CMP Storm Drain Relining and Point Re~air Clean & CCTV, CIPP Lining of 912LF of 12-lnch, 15-inch and 18-inch & 21-lnch storm drain, Point Repairs, Traffic Control, CalTrans 12-0Q,0604 Huntinlrton Beach CA Clean & CCTV, CIPP Lining of 1,l00LF of 12-lnch, 18- inch and 24-lnch storm drain, Point Repairs, Traffic Control, La Mesa 24-lnch Storm Drain CCTV Inspection 24-lnch storm drain Water & Sewer Grou~ 954 Clean & CCTV 1,816LF, CIPP Lining of 1,316LF of 8-lnch sanitary sewer, Traffic Control, lm~erial Beach -Sewer Pum~ Station 4 & 6 Rehabilitation Clean & CCTV 128LF, CIPP Lining of 128 LF of 8- Inch sanitary sewer, Bypass Pumping, Traffic Control, Goleta West Sanitart District Project #16-04 Clean & CCTV 5,882 LF, SPR & CIPP Lining of 5,882 LF of 6", 8", 10", 12" 15" & 18-lnch sa nitary sewer, Bypass Pumping, Traffic Control, Manhole Rehabilitation at various locations. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net Ramona Inc 302 N 1st Ave Ste 1 Start 3/9/2017 Arcadia, CA 91006 $12,950.00 ComQletion Michael Grbavac (626) 355-1350 3/9/2017 City of Long Beach Start 1800 East Wardlow Road, Long Beach, CA 90807 $ 529,504.35 10/2/2017 ComQletion Valeri Karaknov (562) 570-2419 12/18/2017 City of Pasadena Start 100 N. Garfield Ave, 3/5/2018 Pasadena, CA 91109 $ 201,368.10 ComQletion Diego Juarez (626) 744-3921 .IB.l 6/21/2018 Jabra Contracting 1813 Manzanita Lane, Start Manhattan Beach, CA 90266 $ 113,650.00 12/4/2017 ComQletion Bob Collins (310) 545-5015 11/6/2017 Wayne Pointer 4740 Alta Rica Drive Start La Mesa, CA 91941 $ 660.00 3/8/2016 ComQletion (619) 818-1116 3/8/2016 Burtech Pipeline Inc. 102 Second Street, Start Encinitas, CA 92024 $55,710.00 4/25/2017 ComQletion Buddy Aquino (760) 634-2822 11/3/2018 NEWest Construction 9235 Trade Pl. Suite A, Start San Diego, CA 92126 $14,164.00 4/7/2017 ComQletion Corey Jennette (858) 436-4880 4/13/2017 Goleta West Sanitary District PO Box 4 Start Goleta, CA 93116 $ 566,502.00 7/27/2017 Com12letion Mark Nation (805) 968-2617 12/8/2017 · ·::~ Project References -CIPP /SPR ' Updated 2/7/2022 ., ' .. , . -------- Nu-Line Technologies, LLC Project References -CIPP /SPR CalTrans No. 07-3W1104 Place Pipeliner & Repair Culverts Clean & CCTV, CIPP Lining of 1,400 LF of 18-lnch, 24-inch and 39-lnch storm drain in various locations of San Fernando CA San Diego Sewer Group 818 Clean & CCTV 133LF, CIPP Lining of 133LF of 6-lnch sanitary sewer, Top Hats, Bypass Pumping, Traffic Control, ~ San Diego -AC Water & Sewer Group 1017 Clean & CCTV 350 LF, CIPP Lining of 350LF of 8- Inch sanitary sewer, Top Hats, Bypass Pumping, Traffic Control, Lake Arrowhead Shelter Cove Agua-Fria Clean & CCTV 3,170 LF, CIPP Lining of 3,170LF of 8-lnch sanitary sewer, Top Hats, Bypass Pumping, Traffic Control, San Diego -AC Water & Sewer Group 955 Post Video Inspection l,796LF various diameters La Mesa 8-lnch Cast Iron Pipe Clean & CCTV 8" Cast Iron Pipe x 450ft Leucadia 18-lnch Ductile Iron Pi~e Rehabilitation Clean & CCTV, Cured In Place Lining and end seal 18" Ductile Iron Pipe Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net Jabra Contracting 1813 Manzanita Lane, Start Manhattan Beach, CA 90266 $ 236,767.50 7/10/2017 Com~letion Bob Collins (310) 545-5015 9/29/2017 Dick Miller Jean Grace Start (760) 471-6842 ext 13 $18,569.75 6/18/2018 Com~letion 10/6/2018 Burtech Pipeline Inc. Start 102 Second Street, 10/20/2017 Encinitas, CA 92024 $20,650.00 Com~letion Buddy Aquino (760) 634-2822 IB.l 4/30/2019 Lake Arrowhead Community Services District Start 27307 State Highway 189, $ 325,329.00 8/7/2017 Blue Jay, CA Com~letion Richard Pretzinger (909) 336-10/31/2017 7139 Burtech Pipeline Inc. 102 Second Street, Start Encinitas, CA 92024 $4,041.00 3/13/2018 Buddy Aquino (760) 634-2822 Com~letion 10/20/2018 PSOMAS 401 B Street, Suite San Diego, CA Start 92101 $4,000.00 6/1/2017 Sean Diaz (619) 961-2812 Com~letion 6/30/2017 CCL Contracting Inc 1938 Don Lee Pl Escondido, CA 92029 Start Rod Chilcote (760) 743-2254 $39,232.00 7/23/2017 Com~letion 7/26/2017 Project References -CIPP/SPR . · Updated 2/7/2022 ~•. -~- Nu-Line Technologies, LLC Project References -CIPP /SPR Sewer Rehabilitation in N Abb~ and E Hammond Clean & CCTV 1,714 LF, SPR Lining of 1,714 LF of 20-lnch sanitary sewer, Top Hats, Bypass Pumping, Traffic Control, LACDPW -Project No. 15 Clean & CCTV 22,132 LF, SPR & CIPP Lining of 22,132 LF of 8", 10"and 12-lnch sanitary sewer, Bypass Pumping, Traffic Control, Point Repairs at various locations. Beale Air Force Base -ReQair Sub Basins 11 21 31 9 and MUNS Clean & CCTV 5,638 LF, CIPP Lining of 5,638 LF of 6", 8", 10"and 12" and 21-lnch sanitary sewer, Bypass Pumping, Traffic Control, Point Repairs at various locations. 2016-2017 Cit~wide Annual Sewer Rehabilitation Clean & CCTV 17,980 LF, CIPP Lining of 17,980 LF of 6", 811, 10"and 14-lnch sanitary sewer, Top Hats, Bypass Pumping, Traffic Control, Manhole Rehabilitation Point Repairs at various locations. Monrovia Renewal -Northwest Area Infrastructure lmQrovements Project Clean & CCTV 6,035 LF, CIPP Lining of 6,035LF of 6"and 8-lnch sanitary sewer, Top Hats, Bypass Pumping, Traffic Control, Manhole Rehabilitation Point Repairs at various locations. Sewer S~stem ReQair Project-Montclair CA Clea n & CCTV 766 LF, CIPP Lining of 766 LF of 8- Inch sa nitary sewer, Bypass Pumping, Traffic Control at various locations. Sewer and AC Water GrouQ 764A Clean & CCTV 7,791 LF, CIPP Lining of 617 LF of 8-lnch sanitary sewer, Bypass Pumping, Traffic Control at various locations. Techite Sewer ReQlacement1 Diversion Structure-Padre Dam Clean & CCTV 390 LF, CIPP Lining of 390 LF of 6- Inch sanit ary sewer, Top Hats, Bypass Pumping, Traffic Control at various locations. Nu-Line Tech nologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net City of Fresno Start 2600 Fresno Street, Room 2015, 3/16/2018 Fresno, CA 93721 $ 702,673.50 Comi:1l etion Jesus Gonzales (559) 621-1332 5/24/2018 LACDPW 900 South Fremont Ave St art Alhambra, CA 90014 $ 664,667.00 10/3/2017 ComQletion Fred Kheradvar 1/16/2018 (626) 458-4973 Office Allright Construction Inc 1485 S. Industrial Way Start Kerman, CA 93630 $ 522,566.00 7/31/2018 Steve Martinez (559) 284-3236 Comi:1letion 9/29/2018 City of Encinitas 505 S. Vulcan Avenue Start Encinitas, CA 92024 $1,351,415.75 11/6/2017 Kipp Hefner (760) 633-2775 Comi:1l etion 5/18/2019 Sully-Miller Contracting, Inc. 135 S. State College Blvd, Start Brea CA 92821 11/15/2017 Jesse Flores (714) 578-9600 $ 335,935.00 Comi:1letion IBl 3/31/19 Vasilj Inc. 15531 Arrow Hwy, Start Irwindale, CA 91706 $31,980.50 9/18/2017 ComQletion John Gavigan (626) 480-1442 10/9/2017 KTA Construction Start 821 Tavern Rd. 2/13/2018 Alpine, CA $46,611.00 Comi:1letion Adam Ogden (619) 562-9464 2/15/2019 Charles King Company 2841 Gardena Avenue Start Signal Hill, CA 90755 $36,864.00 1/24/2018 Scott King (562) 426-2974 Comi:1l etion 3/31/2018 -;. ·: Project References -CIPP/SPR , . , '·. Updated 2/7/2022 I • • -, . -~1 -· Nu-Line Technologies, LLC Project References -CIPP /SPR Sewer Rehabilitation Project 2016L2017 Clean & CCTV 8,620 LF, CIPP Lining of 8,620 LF of 8" and 10-lnch sanitary sewer, Top Hats, Bypass Pumping, Point Repairs and Traffic Control at various locations. 2017 CMP Re~airs -Cit~ of Powa~ Clean & CCTV 1,031 LF, CIPP Lining of 1,031 LF of 18" and 24-lnch storm drain, Invert Repairs, Point Repairs and Traffic Control at various locations. 18-inch Storm Drain Rehabilitation Clean & CCTV 1,308 LF, CIPP Lining of 1,280 LF of 18" storm drain, invert grouting and Traffic Control at various locations. JOC Task P15S004 Clean & CCTV 69 LF, CIPP Lining of 69 LF of 24" storm drain, invert grouting and Traffic Control at various locations. Caltrans -Contract No. 08-0Q.6804 ' Clean & CCTV 520 LF, CIPP Lining of 520 LF of 18" & 24" storm drain, invert grouting and Traffic Control at various locations. Caltrans -Contract No. 08-0Q.6904 Clean & CCTV 1,810 LF, CIPP Lining of 1,810 LF of 24" and 30" storm drain, invert grouting and Traffic Control at various locations. Lake Helix Sewer Rehabilitation Clean & CCTV 344LF LF, CIPP Lining of 344LF of 8" sanitary sewer, invert grouting and Traffic Control at various locations. FY2016L17 Gravit~ Sewer Rehabilitation Project Clean & CCTV, CIPP Lining of 24,064 LF of 6-lnch and 8-lnch sanitary sewer, Traffic Control, Bypass Pumping, Point Repairs. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net City of West Hollywood 5 Hutton Centre Drive, Suite 500 Start Santa Ana, CA 92707 $ 861,970.00 12/11/2017 Com12letion Kieler Smith (949) 330-4172 9/22/2018 City of Poway 13325 Civic Center Drive Start Poway, CA 92064 $ 318,244.00 11/10/2017 Brian Banzuelo (858) 668-4623 Com12letion 12/27/2017 The Gill Company 28069 Diaz Rd, Suite B Start Temecula, CA 92590 $ 108,191.00 12/11/2017 Com12 letion Darren Gill (951)501-5623 2/1/2018 Burtech Pipeline Inc. 102 Second Street, Start Encinitas, CA 92024 $12,915.00 4/26/2018 Com12letion Buddy Aquino (760) 634-2822 4/26/2018 American Pacific Construction 7161 Citrus Valley Ave Start Eastvale, CA 92880 $ 130,875.00 2/1/2018 Com12letion Ashish Sehgal (559) 577-9999 4/25/2018 United Engineering & Cons., Inc., 336 N. Central Ave. 10A Start Glendale, CA 91203 $ 381,090.00 2/1/2018 Com12letion Reza Fard (818) 662-8055 5/23/2018 United Engineering & Cons., Inc., 336 N. Central Ave. 10A Start Glendale, CA 91203 $ 381,090.00 2/1/2018 Com12letion Reza Fard (818) 662-8055 5/23/2018 Ranger Pipelines Start 1790 Yosemite Ave. 7/24/2018 San Francisco, CA 94124 $ 1,072,720.00 Com12letion Tom Grover (415) 822-3700 10/30/2019 _ Project References -CIPP/SPR ·. ' . Updated 2/7/2022 ~· ' J l"'I_~ - Nu-Line Technologies, LLC Project References -CIPP /SPR Rehabilitate 10-lnch Siphon Clean & CCTV, CIPP Lining of 250 LF of 10-lnch sanitary sewer siphon, Traffic Control, Bypass Pumping. Culvert Repair and Replacement Fiscal Year 2016-17, Oracle Project No. 1020695 Clean & CCTV, CIPP Lining of 721 LF of 18", 24", 30", 42" and 71 x 47-lnch storm drain, Traffic Control and invert repairs. CIPP Lining of 18" CMP Storm Drain & Void Repair Clean & CCTV, CIPP Lining of 100 LF of 18-lnch storm drain, Traffic Control and invert repairs. Regal Road Sewer Main Extension Clean & CCTV 133 LF of 8-lnch sanitary sewer and Traffic Control. .. Sewer & Water Group -701 ,clean & CCTV 10,013 LF of 8-lnch sa nitary sewer, Rehabilitate 8-inch Sewer, Top Hats and Traffic Control. Brio & Symphony 12" CIPP Clean & CCTV 336 LF of 12-lnch sanitary sewer, Rehabilitate 12-inch Sewer and Traffic Control. Contract No. 02-4G2504 Replace and Rehabilitate Culverts, and Construct RSP Clean & CCTV 460 LF of 21" & 24-lnch storm drain, Rehabilitate 21" & 24-inch storm drain with SPR. Ceres Trunk Rehabilitation Project No. 2017-23 Clean & CCTV 723 LF of 21-lnch sanitary sewer, Rehabilitate 21-inch sanitary sewer with cured in place liner. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net City of Laguna Beach Water Quality Department Start 505 Forest Avenue $56,625.00 12/1/2017 Com12letion Laguna Beach, CA 92651 12/5/2017 HannahJohnson(949)464-6615 Tri-G roup Construction 9580 Black Mountain Road, Ste L Start San Diego CA, 92126 $ 262,898.00 2/22/2018 Com12letion Hani Assi (858) 689-0058 5/30/2018 City of Buena Park 6955 Aragon Circle Start Buena Park, Ca 90622 $30,000.00 12/18/2018 Com12letion Frank Moore 12/22/2018 (714) 562-3708 Burtech Pipeline Inc. 102 Second Street, Start Encinitas, CA 92024 $1,100.00 1/18/2018 Com12letion Buddy Aquino 1/18/2018 (760) 634-2822 Ortiz Corporation Start 2000 Mc Kinley Avenue 3/5/2018 National City, CA 91950 $27,864.00 Com12letion Jose Ortiz .IBl (619) 434-7925 6/15/2018 National Plant Services, Inc. Start 1461 Harbor Avenue Long Beach, CA 90813 $26,880.00 2/6/2018 Com12letion Jeff Garcia (562) 436-7600 2/6/2018 R. Brown Construction Start Company, Inc. 7/1/2018 P.O. Box 406 $ 154,060.00 Com12letion Willow Creek, CA 95573 Roger Brown {530) 629-3702 7/28/2018 Rolfe Construction Start 3573 Southern Pacific Ave 3/19/2019 Atwater, CA 95301 $ 133,241.00 Com12letion Jorge C. Avelar (209) 358-5548 3/21/2019 '.~ Project References -CIPP/SPR '.-.i~: · Updated 2/7/2022 ' !~ Nu-Line Technologies, LLC Project References -CIPP /SPR Caltrans 08-0Q6904 Culvert ReQair Clean & CCTV 1,810 LF of 24" & 30-lnch storm drain, Rehabilitate 21" & 24-inch storm drain with CIPP, Cement Spray & SPR lining systems. FY 2018 Gravit)( PiQeline CIPP Lining Rehabilitation Project Clean & CCTV 7,410 LF of 8", 12" 14" & 15-lnch sanitary sewer, Point repairs, top hats, manhole rehab. Renewal South Area Infrastructure lmQrovements Clean & CCTV 2,850 LF of 6", 811 & 15-lnch sanitary sewer, Point repairs, top hats, sectional lining. PiQeline Rehabilitation AK-1 Clean & CCTV, SPR/CIPP Lining of 29,295 LF of 8-lnch sanitary sewer and installation of 497 Top Hats \Cal State San Bernardino Sewer Lining Quote ,. Clean & CCTV, SPR/CIPP Lining of 380 LF of 6-lnch and 10-lnch sanitary sewer. Cit)( of San Diego -Water and Sewer GrouQ 966 Clean & CCTV 3,462LF, SPR/CIPP Lining of 477 LF of 12- Inch sa nitary sewer and installation of 2 Top Hats 8-lnch Sanitar)l Sewer Rehabilitation Clean & CCTV 640 LF, CIPP Lining of 640 LF of 8-lnch sanitary sewer and Top Hats Lining of IVY Glenn Drive Storm Drain Facilities Clean & CCTV l,200LF, CIPP Lining of 1,200 LF of 18- Inch storm drain. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net United Engineering & Construction, Inc., Start 336 N. Central Ave. 10A $ 981,090.00 2/21/2018 Com12letion Glendale, CA 91203 6/23/2018 Reza Fard (818) 662-8055 Leucadia Wastewater Division Start 1960 La Costa Avenue, 5/21/2018 Carlsbad, CA 92009 $ 667,998.00 Com12letion Robin Morishita (760) 753-0155 IB.l 7/29/19 Sequel Contractors, Inc Start 13546 Imperial Hwy., Santa Fe Springs, CA 90670 $ 215,569.00 7/2/2018 Com12letion 1/17/2019 Burtech Pipeline Inc. Start 102 Second Street, 4L25L2018 Encinitas, CA 92024 $ 993,200.00 Com12letion Buddy Aquino IB.l (760) 634-2822 7/3/2019 W.A. Rasic Construction Company, Inc. Start 4150 Long Beach Blvd. $35,700.00 TBD Long Beach, CA 90807 Com12letion Keith Fouts (562) 928-6111 TBD El Cajon Grading & Engineering Co. Inc Start P.O. Box 967 $49,355.00 9/20/2018 Lakeside, Ca 92040 Com12letion Wendy Frisch (619) 561-9840 10/29/2018 City of Carlsbad 1200 Carlsbad Village Drive Start Carlsbad, CA 92008 $30,665.00 6/22/2018 Don Wasco (619) 561-9840 Com12letion 6/25/2018 City of Laguna Niguel, Public Start Works Department 5/2/2018 30111 Crown Valley Pkwy $95,000.00 Com12letion Laguna Niguel, CA 92677 6/15/2018 JC Herrera (949) 362-4337 · ,:.-Project References -CIPP/SPR '. Updated 2/7/2022 ,,., . ' ' ' ,. Nu-Line Technologies, LLC Project References -CIPP /SPR Countr)l Club Infiltration Project Clean & CCTV 2,620LF, CIPP Lining of 2,620 LF of 18", 24", 36" 42" & 48-lnch storm drain. Point Repairs Dewatering. Cit)£ of San Joaguin -Sewer Collection S)lstem Improvements Project Clean & CCTV 17,585 LF of 6', 8", 10", 12" & 16-lnch sanitary sewer, Rehabilitate 17,585 LF various diameters sanitary sewer with cured in place liner. El Cajon Sewer & Storm Drain Repair & Replacement Clean & CCTV 8,589 LF of 6-inch to 60-lnch sanitary sewer & storm drain, Rehabilitate 8,589 LF various diameters sanitary sewer and storm drain with cured in place liner. San Rafael Storm Drain (Lindaro Pump Station} Clean & CCTV 250LF, CIPP Lining of 250 LF of 24-lnch storm drain. Point Repairs Dewatering. ,,., Caltrans 12-0Q7504 Culvert Repair Clean & CCTV 1,730 LF of 18", 24" & 30-lnch storm drain, Rehabilitate 18", 24" & 30-inch storm drain with CIPP lining system. Lake Helix Sewer Rehabilitation Clean & CCTV 344 LF of 8 cast-iron sanitary sewer, Rehabilitate with CIPP lining system. Sanita!'.Y Sewer Rehab and Replacement Prgm Project !_Clean & CCTV 10,594 LF of 8", 10" & 12" sanitary sewer, UV Sectionals & Top Hats, Rehabilitate with CIPP lining system. RFP -Sewer Cured in Place Pipe Repairs 2018 Clean & CCTV 3,308 LF of 8" & 10" sanitary sewer, Top Hats, Rehabilitate with CIPP lining system. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net City of Coronado 1825 Strand Way, Start Coronado, CA 92118 $ 1,370,000.00 5/24/2018 Katherine Odiorne ComQletion (619) 522-2424 12/21/2018 Rolfe Construction 3573 Southern Pacific Ave Start Atwater, CA 95301 $ 598,972.50 8/7/2018 Jorge C. Avelar (209) 358-5548 ComQletion 4/27/2019 Burtech Pipeline Inc. Start 102 Second Street, 6/11/2018 Encinitas, CA 92024 $ 701,604.00 ComQletion Buddy Aquino (760) 634-2822 3/11/2019 Terra Pacific Group 201 N. Civic Drive, Suite 135 Start Walnut Creek, CA 94596 $ 202,750.00 9/24/2019 Pat Barrese ComQletion (925) 667-7464 9/26/2019 Jabre Contracting Inc., Start 1813 Manzanita Lane 9/17/2018 Manhattan Beach, CA 90206 $ 199,140.00 ComQletion Bob Collins (310) 720-0277 IBl 1/29/2018 City of La Mesa 8130 Allison Avenue Start La Mesa CA, 91942 $48,422.00 7/17/2018 Com QI et ion Casey Crown (619) 667-1380 8/31/2018 City of Long Beach Start 333 W. Ocean Blvd/7th Floor 10/9/2018 Long Beach, CA 90802 $ 575,000.00 ComQletion Valeri Karakanov (562) 570-2331 IBl 3/27/2019 Padre Dam Municipal Water Start District 9/27/2018 9300 Fanita Parkway $ 200,003.00 ComQletion Santee, CA 719003 IBl (619) 258-4635 5/14/2019 ,Ii: Project References -CIPP/SPR t"-' . Updated 2/7/2022 I, '• ., ' Nu-Line Technologies, LLC Project References -CIPP /SPR Santa Barbara -Anacapa St 8" Emergen~ Clean & CCTV 290 LF of 8" sanitary sewer. Rehabilitate with SPR lining system. CalTrans 07-3W9704 -105 Freewa)l Clean & CCTV 1,320 LF of 18", 24", 30" & 36" CMP storm drain. Rehabilitate with CIPP lining system. 2018 Sewer Main Rehabilitation Project Clean & CCTV 14,425 LF of 8" & 10" rehabilitate sanitary sewer with CIPP lining system. CIP 18-100 CIPP Lining of Sanitar)l Sewer S)lstem Clean & CCTV 30,480 LF of 6", 8", 10", 15" & 18" rehabilitate sanitary sewer with CIPP lining system. Summerland Emergenc)l 8" Cast Iron Repair .,clean & CCTV 150 LF of 8", rehabilitate sanitary sewer with SPR lining system. ESR Cit)£ of Los Angeles -Bonnie Brae Clean & CCTV 110 LF of 8" sanitary sewer with CIPP lining system. Palisades Slip Lining Phase 2 Clean & CCTV 2,348 LF of 6" sanitary sewer. Rehabilitate with CIPP lining system and install new manhole structures & cleanouts. AC Water & Sewer Group 1018 Clean & CCTV 1,000 LF of 8" sanitary sewer. Rehabilitate 1,953 with CIPP lining system and install UV Top Hats. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net City of Santa Barbara Public Works Start 630 Garden Street $36,270.00 6/19/2018 Com12letion Santa Barbara, CA 93101 6/19/2018 Bradley Rahrer (619) 258-4635 Jabre Contracting Inc., 1813 Manzanita Lane Start Manhattan Beach, CA 90206 $ 227,790.00 8/7/2018 Com12letion Bob Collins (310) 720-0277 11/17/2018 Ojai Valley Sanitary District 1072 Tico Road Start Ojai, CA 93023 $ 425,000.00 10/8/2018 Com12letion Jon Turner (805) 658-6800 4/20/2019 City of Laguna Beach Start 505 Forest Avenue 9/6/2018 Laguna Beach, CA 92651 $1,259,748.00 Com12letion HannahJohnson(949)464-6615 IBl 10/22/2019 CUSHMAN CONTRACTING CORP. P.O . Box 147 Start 8/27/2018 Goleta, California $30,025.00 Com12letion Blair Cushman (805) 964-8661 8/28/2018 Pipe Tee 5103 Elton Street Start Baldwin Park, CA 91706 $19,060.00 TBD Com12letion Tom Vukojevic (626) 222-1998 TBD Lake Arrowhead Comm. Services PO Box 700 Start Lake Arrowhead, CA 92352 $ 366,930.00 10/30/2018 Com12letion Scott Schroeder (909) 336-7136 1/15/2019 Orion Construction Corp. Rob Wilso n Start (760) 597-9660 $ 192,402.50 3/21/2019 Com12letion 4/8/2019 , Project References -CIPP/SPR / ~ Updated 2/7/2022 l 0 u-me N L" T h ec no og1es, LLC P ro1ect R f e erences -CIPP/SPR Cit)!'. of Vista -Pilot Project Information Clean & CCTV 329 LF of 8" sanitary sewer. Rehabilitate with SPR lining system. Fulton Road Rehab Clean & CCTV 1,592 LF of 8" sanitary sewer. Rehabilitate with CIPP & SPR lining systems. JOC -Sewer Rehab Phase AT-1 Clean & CCTV 39,685 LF of 8" sanitary sewer. Rehabilitate with CIPP & SPR lining syst ems, install 1,023 UV Top Hats & Post Video. CMP Rehabilitation FY 2017-18 Measure P 20,659 LF of 18" to 54" CMP Storm Drain Repairs. Rehabilitate with CIPP & SPR lining systems. LACSD Belvedere Trunk Sewer Rehabilitation 10,260 LF of 15", 21" & 24"sanitary sewer. Rehabilitate ., w ith CIPP lining systems. SKF Gilro)!'. 18th Avenue Sewer Project 797 LF of 12", 14" & 18" sanitary sewer. Rehabilitate w ith SPR lining systems. Santa Monica -FY 17 [18 Annual Wastewater Main lm~rovements Clean & CCTV 2,135 LF of 8"sanitary sewer. Rehabilitate with CIPP lining system, install UV Top Hats. Vellecitos Rock S~rings Sewer Re~lacement Clean & CCTV 2,701 LF of 8", 12" & 15" sanitary sewer. Rehabilitate 303 LF with CIPP lining system. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net City of Vista 200 Civic Center Drive Start Vista CA 92804 $15,802.00 10/18/18 ComQletion Elmer Alex (760) 726-1340 10/18/18 Burtech Pipeline Inc. 102 Second Street Start Encinitas CA 92024 $ 200,525.00 6/2/2018 ComQletion Buddy Aquino (760) 726-1340 8/13/18 Burtech Pipeline Inc. 102 Second Street Start Encinitas CA 92024 $1,907,764.00 12/28/2018 ComQletion Buddy Aquino (760) 726-1340 10/31/2019 Spiniello Companies Start 2650 Pomona Blvd. 2/14/19 Pomona, CA 91768 $ 1,984,764.00 ComQletion Abby De La Cruz (562) 305-5219 10/30/2019 Spiniello Companies 2650 Pomona Blvd. Start Pomona, CA 91768 $ 1,248,340.00 1/2/19 Com12letion Eugenio Mateo (5 62) 458-7757 3/19/19 Emmitt's Excavation Inc Start 6207 E. Clinton Ave 12/8/2018 Fresno CA 93727 $155,713.00 ComQletion David Walsh (559) 347-9188 ifil 10/18/2019 Mike Prlich & Sons Inc. 5103 Elton St Start Baldwin Park, CA 91706 $ 156,265.00 TBD ComQl etion Lonny Lavin (626) 813-1700 TBD Burtech Pipeline Inc. Start 102 Second Street 3/22/2019 Encinitas CA 92024 $20,814.00 ComQletion Buddy Aquino (760) 726-1340 ifil 10/2/2019 •1:j Project References -CIPP/SPR 1 • '-· Updated 2/7/2022 "i" :,,ti Nu-Line Technologies, LLC Project References -CIPP /SPR JOC -Sewer Rehab Phase AO-1 Burtech Pipeline Inc. Clean & CCTV 42,800 LF of 8", 10" & 12" sa nitary 102 Second Street Start sewer. Rehabilitate with CIPP & SPR lining systems, Encinitas CA 92024 $1,332,009.00 4/25/19 Com12letion install 413 UV Top Hats & Post Video. Buddy Aquino (760) 726-1340 On-Going Caltrans -State Minor B, Solicitation No. 10A2041 Jabre Contracting Inc., Start Clean & CCTV 85 LF of 18" & 30" storm drain. 1813 Manzanita Lane Rehabilitate with CIPP lining systems, install 85LF & Manhattan Beach, CA 90206 $62,850.00 6/11/19 Com12letion Post Video. Bob Collins (310) 720-0277 9/30/2019 (SSRP) H31 Beachwood Drive & Scenic Avenue Vasilj Inc. Start Clean & CCTV 12,419 LF of 6" & 8" sanitary sewer. 15531 Arrow Hwy, Rehabilitate with CIPP lining systems, install 12,419 LF, Irwindale, CA 91706 $ 1,120,089.00 9/19/18 Com12letion Top Hats & Post Video. Joe Vasilj (626) 480-1442 On-Going La Costa Avenue -Storm Drain lm~rovements Tri-Group Construction, Inc. Start Pre and Post Clean & CCTV of 15" & 18" Storm Drain. 9580 Black Mountain Road, Ste L 2/1/2019 San Diego CA, 92126 $5,020.00 Com12letion Hani Assi (858) 689-0058 IBl 4/9/2019 PAL Project -Lateral Launch and Locate Burtech Plumbing Lateral Launch & CCTV of 56 san itary sewer laterals. 102 Second Street Suite C Start Encinitas CA, 92024 $17,180.00 11/15/2018 Com12letion Bill Schramm (760) 305-2016 5/25/2019 Cit)!'. of L)t'.nwood PROJECT No. 4011.67.912 Sully-Miller Contracting Co. Installation of 8-lnch UV sectional patches 135 S. State College Blvd, Ste 400 Start Brea, CA 92821 $48,550.00 4/1/19 Com12letion Jessie Flores (513) 984-2222 4/30/19 Caltrans #07-4W3004 -91 Freewa)t'. to 110 Freewa~ Jabre Contracting Inc., Start Clean & CCTV 85 LF of 18" & 30" storm drain. 1813 Manzanita Lane 1/28/2019 Rehabilitate with CIPP lining systems, install 85LF & Manhattan Beach, CA 90206 $ 315,580.00 Com12letion Post Video. Bob Collins (310) 720-0277 IBl 10/30/2019 RFg -Point Re~air b)t'. CIPP Sectional and To~ Hat San Diego County Gen. Services Clean & CCTV, installation of CIPP Sectionals and UV 5500 Overland Ave, Suite 315 Start Top Hats at various location, Post Video. San Diego, CA $25,678.00 3/15/2019 Com12letion Wasim Hanna (858) 694-2723 5/18/2019 Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net •. ~ ~. , Project References -CIPP/SPR . : Updated 2/7/2022 .· .,:Ji ( - Nu-Line Technologies, LLC Project References -CIPP /SPR AC Water & Sewer Group 1026 Post CCTV inspection of 2,569LF of sanitary sewer at various locations. Vista V-1 West Vista Sewer Phase 1-L Pre & Post CCTV inspections of 3,954LF ofv8", 10" 12" & 15" diameters at various locations. Monrovia Renewal North Section Infrastructure Improvement Project Clean & CCTV 12,066LF of 6" & 8" diameter, CIPP rehabilitate 12,831LF of 6" & 8" sanitary sewer, Install 69 SLC's, and 136 UV sectional patches, bypass pumping and 22,470LF of Post CCTV inspection. ESR Cit){ of Los Angeles -Stone Can)lon Road (N. 100 Block) Clean & CCTV, CIPP rehabilitation of 289LF of 10" sanitary sewer, lateral reinstatement and post CCTV. Sewer & AC Water Grouo 697A Clean & CCTV 2,200LF of 6" & 8" sanitary sewer, rehabilitate 1981F of 6" & 8" sanitary sewer, SLC's and Post CCTV inspection of 4,089LF of various diameters. Pasadena Storm Drain Repair Clean & CCTV 586LF various diameter storm drain, rehabilitate by CIPP 466LF of 12" & 18" storm drain, post CCTV inspection of 386LF of various diameter storm drain. Hallmark Sewer Rehabilitation Clean & CCTV, Bypass Pumping, 4,222LF 6" & 8" CIPP rehabilitation at various locations, lateral reinstatement and Post Video CCTV. Chino 1TB -Sewer Re-Lining Project Clean & CCTV 13,452LF of 8" & 10" sanitary sewer, rehabilitate by CIPP 13,452LF of 8" & 10" sanitary sewer, traffic control, bypassing, lateral reinstatement and post CCTV inspection. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net PK Mechanical Systems, Inc. Start 21335 Bundy Canyon Road 1/25/2019 Wildomar, CA 92595 $8,675.85 Com12letion David Spindler (951) 245-5537 IB.l 5/22/2019 Orion Construction 2185 La Mirada Drive Start Vista, CA 92081 $18,385.00 5/13/2019 Com12letion Richard Newall (760) 597-9660 On-Going Sully-Miller Contracting Co. 135 S. State College Blvd, Ste 400 Start Brea, CA 92821 $ 780,216.50 2/4/2019 Jessie Flores (513) 984-2222 Com12letion TBD Spiniello Companies 2650 Pomona Blvd. Start Pomona, CA 91768 $34,494.31 2/1/2019 Com12letion Eugenio Mateo (562) 458-7757 3/30/2019 Burtech Pipeline Inc. 102 Second Street Start Encinitas CA 92024 $40,272.40 6/19/2019 Com12letion Buddy Aquino (760) 726-1340 10/16/2019 GRFCO, Inc. PO Box 1747 Start Brea, CA 92822 $ 37,312.00 TBD Com12letion Jim Jackson (800) 375-7272 TBD Eddie Axner Construction, Inc Start 5249A Old Oregon Trail 4/29/2019 Redding, CA 96002 $ 240.178.00 Com12letion Trevor Olds (530) 710-3533 IB.l 9/13/2019 City of Chino PO Box 667 Start Chino, CA 91708 $ 567,655.00 9/11/2019 Com12letion Austin Postovoit (909) 334-3250 2/10/2020 ' . Project References -CIPP/SPR ·, _ Updated 2/7/2022 ... ' ~fl..~ Nu-Line Technologies, LLC Project References -CIPP /SPR Oceanside Point Repair Program Pre & Post CCTV video inspection of 1,359LF of 6", 8" & 10" sanitary sewer repairs. Cal-Trans 07A45931 3-Year S~stem lnseection and Repair Clean & CCTV approx. 20,000LF of various diameter storm drain in LA and Ventura counties, approx. 6,S00LF of CIPP rehabilitation of various diameters over a 3 year on call project. RFP Warner Ranch Siphon 1B Clean & CCTV, CIPP rehabilitate 24-lnch storm drain siphon. Sewer Group 786 Clean & CCTV and lateral launch inspections of various diameter sanitary sewers. University 21-inch Repair ,installation of 380LF x 21" SPR sanitary sewer rehabilitation. Lemon Grove FY2017-18 Sewer Caeital lmerovement Project Clean & CCTV, 1,300LF x 8" CIPP rehabilitation, lateral reinstatement, bypass pumping and post video inspection. Fullerton -Miscellaneous Storm Drain Improvements Clean & CCTV, 426LF of various diameter CIPP storm drain rehabilitation, traffic control, grouting repairs and post video inspection. El Centro Emergenc~ Sewer Repairs at Villa Ave Clean & CCTV, 380LF x 27" CIPP rehabilitation, infiltration grouting, bypass operations, traffic control and post video inspection. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net Charles King Company Start 2841 Gardena Ave. Signal Hill, CA 90755 $4,756.50 3/4/2019 Com~letion Debi Hawkins {562) 426-2974 5/18/2019 Dreambuilder Const. Corp. 1324 E Lawson Ln Start Placentia Ca 92870 $ 2,634,600.00 3/12/2019 Com~letion Alex Singh {714) 646-3697 On-Going Vista Irrigation District 1391 Engineer Street, Start Vista, CA 92081 $71,535.00 9/30/2019 Com~letion Mark Saltz (760) 597-3112 10/2/2019 Ortiz Corporation 2000 Mc Kinley Avenue Start National City, CA 91950 $5,000.00 4/4/2019 Com~letion Jose Ortiz {619) 434-7925 TBD AUi Incorporated Start 7420 Reading Ave. SE 4/22/2019 Albuquerque New Mexico 87105 $48,250.00 Com~letion Mike Rocco (SOS) 242-4848 IBl 7/1/2019 Charles King Company 2841 Gardena Ave. Start Signal Hill, CA 90755 $66,800.00 4/18/2019 Com~letion Debi Hawkins (562) 426-2974 8/9/2019 City of Fullerton Start 303 West Commonwealth Ave 7/15/2019 Fullerton, CA 92832 $ 164,360.00 Com~letion (714) 738-6886 ifil 11/4/2019 City of El Centro 1275 W. Main Street Start El Centro, CA 92243 $ 260,225.00 6/5/2019 Com~letion Javier Luna, P.E. (760) 337-5182 12/4/2019 " r, Project References -CIPP/SPR .-',· Updated 2/7/2022 I ,I_ ,• ~~ Nu-Line Technologies, LLC Project References -CIPP /SPR LACDPW Culvert ReQair and Lining Project, Phase 1 Clean & CCTV, 1,029LF x various diameter storm drain CIPP rehabilitation, traffic control and post CCTV inspection. Buena Park 24-lnch CMP ReQair Clean & CCTV, l00LF x 24" CIPP storm drain rehabilitation, traffic control and post CCTV inspection. City of LA-Albion Riverside Park Project -W.O.# EW40060F Clean & CCTV, 380LF x 10" CIPP rehabilitation, clean and video, lateral reinstatement, post video Point Loma Storm Drain Clean & CCTV, 64LF x 24" CIPP storm drain rehabilitation and post video Countywide Sewer lmQrovements FY 2018-19 Clean & CCTV, installation of 4,954LF, 811 & 16"CIPP "liner at various location, Post Video. City of LA -ESR Keswick Str. W.O. # SWC05476 Clean & CCTV, 400LF x 811 CIPP rehabilitation, clean and video, lateral reinstatement, post video JOC -P17N006 -CMP Storm Drain Lining Right of Way PiQeline North Clean & CCTV, CIPP Lining of 977 LF of 21", 24" & 30" storm drain and Traffic Control at various locations. JOC -Task P18N003 Accelerated TS Referral GrouQ Clean & CCTV, CIPP Lining of 3,003 LF of 10", 12", 21" & 30" sanitary sewer, and Traffic Control at various locations. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net Los Angeles County Public Works 900 South Fremont Street Start Alhambra, CA 91803 $ 248,358.00 12/9/2019 Com1:1letion Joel Zaragoza (626) 458-4951 2/26/2020 City of Buena Park 6955 Aragon Circle Start Buena Park, Ca 90622 $44,050.00 10/21/2019 Com1:1letion Frank Moore (714) 562-3708 10/25/2019 Sully-Miller Contracting Co. 135 S. State College Blvd, Ste 400 Start Brea, CA 92821 $33,201.00 6/7/2019 Com1:1letion Mauricio Arreola {714) 449-2277 6/7/2019 AMA Diversified Constr. Group. 1305 Simpson Way, Suite L Start Escondido, CA 92029 $35,634.00 12/1/2019 Com1:1let ion Dillon Vissering (760) 444-1010 12/31/2019 Burtech Pipeline Inc. 102 Second Street Start Encinitas CA 92024 $ 291,352.00 10/17/2019 Com1:1letion Buddy Aquino (760) 726-1340 12/10/2019 Miramontes Const. Co, Inc. P.O. Box 219 Start Rialto, CA 92377 $42,200.00 12/13/2019 Com1:1letion Yvette Morales (909) 787-3012 12/13/2019 Bu rtech Pipeline Inc. 102 Second Street, Start Encinitas, CA 92024 $ 122,566.50 12/2/2019 Com1:1letion Buddy Aquino (760) 634-2822 12/6/2019 Burtech Pipeline Inc. 102 Second Street, Start Encinitas, CA 92024 $ 534,933.28 11/21/2019 Buddy Aquino (760) 634-2822 Com1:1letion 12/18/2019 ,: . Project References -CIPP/SPR ·; ··... . Updated 2/7/2022 .'t' .. "1· Nu-Line Technologies, LLC Project References -CIPP /SPR CIP 19-100 CIPP Lining of Sanitarv Sewer S)lstem Clean & CCTV CIPP lining of 3,193 LF of 8", 10" & 12" sanitary sewer with CIPP lining system, top hats and post video work. Sewer Line B)l CIPP -Loma Linda Clean & CCTV, CIPP Lining of 300LF of 8" sanitary se wer at various locations. OVSD Sewer Rehabilitation Project Clean & CCTV, traffic control, CIPP Lining of 14,425LF of 8" and 10" sanitary sewer at various locations. JOC -Sewer Rehab Phase AW-1 Clean & CCTV 39,321 LF of 8" sanitary Sewer. Rehabilitate with CIPP & SPR lining systems & Post Video. Sewer and AC Water Grou~ 807 Clean & CCTV (POST) 11,088LF, CIPP Lining of / 863LF of 8" sanitary sewer at various locations and top hats. Sewer Pi~e Lining -Rainbow-Fallbrook Clean & CCTV, CIPP Lining of 1,054LF of 6" & 8" sanitary sewer at various locations. Caltrans -07-313704 Glendale Freewa)l Clean & CCTV 320 LF of 18" storm drain. Rehabilitate with CIPP lining system and Post Video. Cit)l of LA · ESR Can)lon View Drive -SWC05478 Clean & CCTV, 315LF x 8" CIPP rehabilitation, lateral reinstatement, post video Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net City of Laguna Beach Start 505 Forest Avenue Laguna Beach, CA 92651 $208,073.00 11/12/2019 Com1:1letion HannahJohnson(949)464-6615 12/3/2019 City of Loma Linda Start 25541 Barton Road 11/25/2019 Loma Linda, CA $28,700.00 Com1:1letion Jeff Peterson (909) 799-4400 11/25/2019 Ojai Valley Sanitary District Start 1072 Tica Road Ojai, CA 93023 $ 425,000.00 11/6/2018 Com1:1letion Jon Turner (805) 658-6800 1/3/2019 Burtech Pipeline Inc. 102 Second Street Start Encinitas CA 92024 $ 886,688.55 10/4/2019 Com1:1letion Buddy Aquino (760) 726-1340 On-Going Burtech Pipeline Inc. Start 102 Second Street Encinitas CA 92024 $90,193.00 12/11/2019 Com1:1letion Buddy Aquino (760) 726-1340 12/17/2019 Rainbow Municipal Water District Start 3707 Old Highway 395 $ 69,000.00 10/1/2019 Com1:1letion Fall brook, CA 92028 10/31/2019 Ryan Stockton (760) 728-1178 Highland Construction, Inc Start 133 N Pixley Street Orange, CA 92868 $85,000.00 1/13/2020 Com1:1letion Erin Richardson (714) 538-5156 1/25/2020 Mike Bubalo Construction 5102 Gayhurst Ave, Start Baldwin Park, CA 91706 $32,247.50 1/28/2020 Com1:1letion Brad Sorem (562) 818-4035 1/28/2020 l·' Project References -CIPP/SPR ... ~-Updated 2/7/2022 ' . ...,.____l_ - Nu-Line Technologies, LLC Project References -CIPP /SPR Cit){ of LA -ESR Parthenia Street -SWC05582 Mike Bubalo Construction Clean & CCTV, 382LF x 8" CIPP rehabilitation, lateral 5102 Gayhurst Ave, Start reinstatement, post video. Ba ldwin Park, CA 91706 $29,830.00 1/28/2020 Com12letion Brad Sorem (562) 818-4035 1/29/2020 Hermosa Beach-Sewer lm~r. Ph 2 CIP 17-416 MNR Construction, Inc Clean & CCTV, 6,400LF x 811 & 10" CIPP rehabilitation, 1880 Wright Ave , Start Lateral reinstatements, rootball removal, traffic La Verne, CA 91750 $ 305,695.00 1/21/2020 Com12letion Control, top hats and post CCTV. Scott Barnett (626) 383-1019 3/27/2020 Paseo De Valencia -12 -Inch Vertical Dro~ Re~air T.E. Roberts Inc 30LF x 12" CIPP vent line repair. 306 W Katella Ave, Start Orange, CA 92867 $9,500.00 1/31/2020 Com12letion Justin Roberts (714) 559-2291 1/31/2020 RFP -Storm Drain Culvert Rehabilitation Point Loma California Constructors 272LF x 15" & 24" CIPP storm drain rehabilitation. 7062 Convoy Court, Start Clean & CCTV and post CCTV inspection. San Diego, CA 92111 $97,086.00 1/6/2020 Com12letion Tony Gutierrez (858) 775-9920 2/5/2020 Sewer Rehabilitation N Fresno and E Shields Emmitt's Excavation Inc .. Clean & CCTV, CIPP Lining of 2,659 LF of 12" and 15-6207 E. Clinton Ave Start ~ Inch sanitary sewer, Traffic Control, Bypass Fresno CA 93727 $ 240,624.00 2/20/2020 Com12letion Pumping, Point Repairs. David Walsh (559) 347-9188 3/6/2020 Sewer lm~rovements in the Vicinit)l of N First Street Emmitt's Excavation Inc and E Dakota Avenue 6207 E. Clinton Ave Start Clean & CCTV, CIPP Lining of 5,711LF of 611,811 and 12-Fresno CA 93727 $ 230,648.00 12/20/2019 Com12letion Inch sanitary sewer, Traffic Control, Bypass Pumping, David Walsh (559) 347-9188 3/27/2020 Point Repairs. AC Water & Sewer Grou~ 1020 Burtech Pipeline Inc. Final Post CCTV, 303LF 8-lnch Cured In Place 102 Second Street Start lining. Encinitas CA 92024 $20,787.00 TBD Com12letion Buddy Aquino (760) 726-1340 TBD AC Water & Sewer Grou~ 1026 PK Mechanical Syst ems, Inc. Final Post CCTV, 303LF 8-lnch Cured In Place 21335 Bundy Canyon Road Start $84,968.00 3-30-2020 lining. Wildomar, CA 92595 Com12letion David Spindler (951) 245-5537 TBD Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net Project References -CIPP/SPR ' Updated 2/7/2022 . _. Nu-Line Technologies, LLC Project References -CIPP /SPR AC Water & Sewer GrouQ 1027 Burtech Pipeline Inc. Start Final Post CCTV, 188LF 8-lnch Cured In Place 102 Second Street $3,243.00 11-1-2019 lining. Encinitas CA 92024 Com1;1letion Buddy Aquino (760) 726-1340 11-1-2019 AC Water & Sewer GrouQ 1042 S.C. Valley Engineering, Inc Final Post CCTV, l ,274LF post CCTV inspection. 656 Front St, Start $3,822.00 TBD El Cajon, CA 92020 Com1;1letion Scott Miller (619) 444-2326 TBD Buena Park 2019-2020 Sewer Main City of Buena Park Rehabilitation 656 Front St, Start Clean & CCTV, 7,019LF 8", 10" & 12" sanitary Buena Park, CA 92020 $ 349,570.00 4-20-2020 Com1;1letion sewer rehabilitation, traffic control, bypassing Teddy Luong (714) 562-3670 9-5-2020 and post CCTV Caltrans -07-313404 Montere~ Park 710 Freewa~ Jabre Contracting Inc., Clean & CCTV 2,246LF of 18", 24" & 36" storm drain 1813 Manzanita Lane Start Rehabilitation with CIPP lining system and Post Video. Manhattan Beach, CA 90206 $ 400,331.11 2-3-2020 Com1;1letion Bob Collins (310) 720-0277 4-29-2020 Caltrans-08-1C9304 Big Pines Creek Lake Jabre Contracting Inc., ,, Arrowhead 1813 Manzanita Lane Start Clean & CCTV 560LF of 18", 24" & 36" storm drain Manhattan Beach, CA 90206 $ 241,295.00 4-13-2020 Com1;1letion Rehabilitation with CIPP, SPR & Alternative pipe lining Bob Collins (310) 720-0277 TBD system and Post Video. Caltrans -11-422114 Culvert ReQair and ReQlace Hazard Construction Company Guardrail and Fence 10529 Vine Street Start Clean & CCTV 5,570 LF of 18", 24", 30", 36" & 48" Lakeside, CA 92040 $ 842,260.00 5-21-2020 Com12letion storm drain Rehabilitation with CIPP pipe lining Brad Lathers (858) 587-3600 TBD system, preparing culvert structures and Post Video. North Norwalk Trunk Sewer Rehabilitation LACSD Clean & CCTV 650LF of 15"sanitary sewer 1955 Workman Mill Road Start Rehabilitation with CIPP pipe lining Whittier, Ca 90601 $105,770.00 3-27-2020 Comi;iletion System, manhole rehabilitation and Post Video. Jenny Hsu (562) 699-7411 3-30-2020 Claremont Trunk Sewer Rehabilitation LACSD Clean & CCTV 13,198LF of 12" and lS"sanitary sewer 1955 Workman Mill Road Start Rehabilitation with CIPP pipe lining Whittier, Ca 90601 $ 1,172,893.00 11-20-2019 Com1;1letion System, manhole rehabilitation, point repairs, Jenny Hsu (562) 699-7411 TBD bypass and Post Video. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net ' , Project References -CIPP/SPR . ·. Updated 2/7/2022 --~' --~- Nu-Line Technologies, LLC Project References -CIPP /SPR Millennium Hawthorne Clean & CCTV l,070LF of 12" and 15"sanitary sewer Rehabilitation with CIPP pipe lining System, manhole rehabilitation, point repairs, bypass and Post Video. 2017-18 Pipeline Rehabilitation and Replacement Clean & CCTV 25,576LF of 6", 8", 10", 14", 15" & 16" Sanitary sewer Rehabilitation with CIPP pipe lining System, manhole rehabilitation, point repairs, pipe- Bursting, bypass, top hats, lateral lining and Post Video. 2020 Collection Sllstem Rehabilitation Project CIP 19703 Clean & CCTV 3,585LF of 8",12" and 18" sanitary sewer Rehabilitation with CIPP pipe lining System, manhole rehabilitation, point repairs, bypass and Post Video. Manhole and PiE!e ReE!air {SPR) Clean & CCTV 350LF of 24-lnch sanitary sewer Rehabilitation with SPR lining system, manhole installation, point repairs, bypass and Post Video. 1· OCSD Boulevard Force Main ReE!lacement Clean & CCTV 280LF of 27" dual sanitary sewer siphons. Rehabilitate with CIPP pipe lining system and Post Video. Pipeline Rehab Phase AV-1 Clean & CCTV 33,313LF of 8" sanitary sewer. Rehabilitate with CIPP & SPR lining systems, reinstate 413 service laterals & Post Video. Paseo De Valencia Clean & CCTV 12" Vertical Drop. Rehabilitate with CIPP & Post Video. Carlsbad -Storm Drain Sllstem Rehabilitation Clean & CCTV 840 LF of 12"to 42" storm drain. Rehabilitate with CIPP lining systems & Post Video. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net Mark Company 2288 North Batavia, Start Orange, CA 92865 $110,470.00 TBD ComQletion Isaiah Apodaca (714) 685-3462 TBD Napa Sanitation District 1515 Soscol Ferry Road, Start Napa, CA 94558 $ 6,445,000.00 1-28-2020 Simon Kobayashi (707) 258-6030 Com12letion TBD Moulton Niguel Water District 26880 Aliso Viejo Parkway, Start Aliso Viejo, Ca 92656 $ 325,000.00 4-27-2020 ComQletion Sheldon Yu, PE (949) 831-2500 9-5-2020 Orange County Sanitation District 10844 Ellis Avenue, Start Fountain Valley, CA $ 350,000.00 TBD Brandon Garcia (714) 593-ComQletion TBD 7306AW-1 Teichert Utilities 3780 Kilroy Airport Way, Suite 700, Start Long Beach, CA 90806 $ 198,160.00 TBD ComQletion Fladio Godines (916) 634-3161 TBD Burtech Pipeline Inc. 102 Second Street Start Encinitas CA 92024 $ 749,542.50 3-2-2020 Com QI et ion Buddy Aquino (760) 726-1340 On-Going T.E. Roberts Inc. 306 W Katella Ave, Start Orange, CA 92867 $9,500.00 2-3-2020 ComQletion Justin Roberts (714) 559-2291 2-3-2020 City of Carlsbad 1635 Faraday Avenue, Start Carlsbad, CA 92024 $ 297,975.00 6-29-2020 Com1;1letion Emily Hasegawa (760) 602-2460 1-9-2021 ' Project References -CIPP/SPR .:, · Updated 2/7/2022 ' ~ Nu-Line Technologies, LLC Project References -CIPP /SPR Oceanside Post Post CCTV new sewer construction. Leucadia Wastewater District -Emergenc)l Re~alr Clean & CCTV, installation of 811 UV Sectional liner & Post Video. Buena Vista Storm Drain Post CCTV new storm drain construction. W.B. Rte.91Freewa~ at Santa Fe[Alameda Off-Ram~ Post CCTV new storm drain construction. Cit~ of San Diego -Sewer Grau~ 841 Post CCTV 3,138 LF new sanitary sewer construction. Cit~ of Downe~ -Fidler Ave Sewer Rehabilitation Clean & CCTV 1,209LF of 811 sa nitary sewer. Rehabilitate with CIPP lining systems, reinstate 38 service laterals & Post Video. Cit~ of San Diego -AC Water & Sewer Grau~ 1023 Post CCTV 697LF new sanitary sewer construction. Cit~ of San Diego -Sewer & AC Water Grau~ 765 Pre & Post CCTV of 5,383LF new sanitary sewer construction. Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net Burtech Pipeline Inc. 102 Second Street Start 2-1-2020 Encinitas CA 92024 $11,740.00 Com12letion Buddy Aquino (760) 726-1340 2-29-2020 Leucadia Wastewater District 1960 La Costa Avenue, Start Carlsbad, CA 92024 $4,425.00 3-11-2020 Com12letion Marvin Gonzalez (760) 753-0155 3-11-2020 Burtech Pipeline Inc. 102 Second Street Start 3-31-2020 Encinitas CA 92024 $ 2,705.00 Com12letion Buddy Aquino (760) 726-1340 3-31-2020 Peterson -Chase 16351 Construction Circle West Start 4-28-2020 Irvine, CA 92606 $5,586.00 Com12letion Jon Vandersloot (949) 677-0295 4-28-2020 Burtech Pipeline Inc. 102 Second Street Start $7,845.00 5-5-2020 Encinitas CA 92024 Com12letion Buddy Aquino (760) 726-1340 On-Going City of Downey 11111 Brookshire Avenue Start PO Box 7018 $ 115,290.00 6-30-2020 Com12letion Downey, CAS 90241 9-5-2020 Janet Ortega (562) 658-9565 Burtech Pipeline Inc. 102 Second Street Start Encinitas CA 92024 $2,788.00 10/1/2020 Com12letion Buddy Aquino {760) 726-1340 10/2/2020 Burtech Pipeline Inc. 102 Second Street Start Encinitas CA 92024 $20,186.25 TBD Com12letion Buddy Aquino (760) 726-1340 TBD t~ Project References -CIPP /SPR . _: Updated 2/7/2022 . \,,·I' 4A_.,.. __ Nu-Line Technologies, LLC Project References -CIPP /SPR Parkwa~ Dr & Alvarado Road Trunk Sewer SC Valley Engineering, Inc. Clean & CCTV,4,901LF 811 1 1011 1 1211 1 15" & 30" 656 Front St, Start $ 123,006.00 10-1-2020 sanitary sewer rehabilitation, traffic control, Top El Cajon, CA Com1;1letion Hats, bypassing and post CCTV Scott Miller (619) 444-2366 1-20-2022 OCSD Boulevard Force Main Re~lacement Teichert Utilities Clean & CCTV,280LF 27" sanitary sewer siphon 400 Sunrise Ave, Suite 300 Start rehabilitation and post CCTV Roseville, CA 95661 $ 198,160.00 TBD Com1;1letion Le Anne Thibodeaux TBD (916) 480-5575 Sonoma OBAG 2 -River Road Pavement Rehab Ghilotti Construction Clean & CCTV & SPR rehabilitation of 1,011LF of 246 Ghilotti Ave Start 18", 24, & 30" storm drain and post CCTV Santa Rosa, Ca 95407 $ 295,710.00 sL1L2020 Com1;1letion Tony Mencarini 4L1L2021 (707) 978-0537 El Monte Valle~ & Arden Storm Drain City of El Monte Clean & CCTV and rehabilitation of 635LF of 24" 13333 Valley Blvd Start storm drain and post CCTV El Monte, CA 91731-3293 $ 152,000.00 10L1L2020 Com1;1letion Yurhi Choi SL17L2021 (626) 580-2058 Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net ., . Project References -CIPP/SPR f ~ Updated 2/7/2022 -. ' .. . ' - Size 6" 8" 10" 12" 14" 15" 16" 18" 20" 21" 24" "-r 27" 30" 33" 36" 39" 42" 48" 54" 60" Total Nu-Line Technologies, LLC Project References -CIPP /SPR 2014 2015 2016 1,668 4,543 8,249 38,410 44,062 133,915 516 773 4,878 0 1,779 2,607 0 102 448 330 1,222 768 0 285 0 327 962 938 0 0 0 0 5,478 309 95 952 1,141 0 0 0 0 656 779 0 144 0 0 40 882 0 0 0 0 61 0 0 0 0 0 0 0 0 0 542 41,346 61,059 155,456 Nu-Line Technologies, LLC. 102 Second Street Suite B Encinitas, CA 92024 www.nulinetech.net Experience by Diameter 2017 2018 8,654 36,158 119,261 99,197 1,250 9,294 4,389 2,758 0 641 3,368 718 0 0 3,425 3,857 0 1,720 506 775 2,053 4,038 0 288 701 1,003 0 44 40 1,448 190 0 180 1,166 0 574 0 214 0 483 144,017 164,376 2019 2020 2021 WIP Total 42,537 7,600 6,373 115,782 151,155 85,734 88,947 760,781 16,861 3,734 7,706 45,012 6,556 15,006 634 33,729 221 793 355 2,560 6,943 8,203 2,872 24,424 1,594 0 40 1,919 9,123 2,430 2,996 24,058 0 275 0 1,995 3,830 0 0 10,898 9,436 5,581 4,774 28,070 380 0 0 688 5,117 1,206 688 10,150 0 0 389 577 1,364 1,453 289 5,516 0 0 0 190 332 166 582 2,487 0 2,130 969 3,673 0 0 0 214 0 0 0 1,025 255,449 134,311 117,614 1,053,756 ~:t:.-. Project References -CIPP/SPR "'"' ·, Updated 2/7/2022 ., . . t '. BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 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: □ Comprehensive General Liability □ Automobile Liability □ Workers Compensation D 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 if'}- 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. 5503-2 1 Page 26 of 122 Client#· 431842 BURTEPIPEl 1 ACORD™ CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/00/YYYY) 7/26/2022 l THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER ljXMtc;;T Marsh & Mclennan Agency llC PHONE [ IA/C Nol: IA/C No Extl: Marsh & Mclennan Ins. Agency llC ~~o~~ss: constructioncerts@marshmma.com PO Box 85638 INSURER($) AFFORDING COVERAGE NAIC# San Diego, CA 92186 INSURER A: Zurich American Insurance Company 16535 INSURED INSURER B: American Guarantee and Liability Ins Co 26247 Nu Line Technologies, llC INSURER C: 102 Second Street Encinitas, CA 92024 INSURER D: INSURER E: INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE A X COMMERCIAL GENERAL LIABILITY =□ CLAIMS-MADE [!] OCCUR ~ Bl/PD Ded:15000 I-------------GEN'L AGGREGATE LIMIT APPLIES PER: R POLICY [!] j:& □ LOC OTHER: \ AUTOMOBILE LIABILITY , I-~ ANY AUTO -OWNED SCHEDULED I-AUTOS ONLY ~ AUTOS X HIRED X NON-OWNED .__ AUTOS ONLY .__ AUTOS ONLY B ~ UMBRELLA LIAB lx_J OCCUR X EXCESS LIAB I I CLAIMS-MADE oEo I xi RETENT10Nso A WORKERS COMPENSATION ANO EMPLOYERS" LIABILITY y / N ANY PROPRIETOR/PARTNER/EXECUTIVEr::7 OFFICER/MEMBER EXCLUDED? L...!iJ (Mandatory In NH) ~~sc:~:i~~ oWoPERATIONS below ~i~L~cf POLICY NUMBER X X Gl0498722003 X X BAP498721803 SXS868439500 X WC447548903 N/A 110/01/2021 10/01/202:. EACH OCCURRENCE 51.000 000 ~~rt~H?t.~.P.ncei s 1 oo ooo MED EXP (Any one person) $ 5 000 PERSONAL & ADV INJURY $ 1 000,000 GENERAL AGGREGATE S2,000,000 PRODUCTS -COMP/OP AGG $2,000,000 10/01/2021 10/01/202~ fE~~~~;~llNGLE LIMIT t1 ,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accidentl 110/01 /2021 10/01 /202.rEA'--C"-H-'OCC...C..C..CU"-R--'R=EN...cC..cc.E __ t-'s'--'4....,0'-"0'-=0-'-'0'-"0'-"0 __ -t AGGREGATE S4 000 000 $ 110/01/2021 10/01/202, X l~ffruTE I /~JH- E.L. EACH ACCIDENT S1 000 000 E.l. DISEASE -EA EMPLOYEE $ 1 000 000 E.l. DISEASE -POLICY LIMIT S1 ,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Addltlonal Remarks Schedule. may be attached If more space Is required) RE: NL2022-135 The City of Carlsbad, its officials, employees and volunteers are included as additional insured with respects to General Liability and Auto Liability per the attached endorsements. Excess/Umbrella policy follows form of primary policies. CERTIFICATE HOLDER CANCELLATION City of Carlsbad/CMWD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN c/o EXIGIS INSURANCE COMPLIANCE SERVICES ACCORDANCE WITH THE POLICY PROVISIONS. P.O. BOX 947 Murrieta, CA 92564 AUTHORIZED REPRESENTATIVE I k~ 1-r1.:1fcJ..,U © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 1 #S 11166249/M877 4927 The ACORD name and logo are registered marks of ACORD WSKTM INSURED: Nu Line Technologies, LLC POLI CY #: GLO498722003 POLI CY PERIOD: 1010112021 TO 1010112022 COMMERCIAL GENERAL LIABILITY CG2404 0509 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: where required by wri t t en contract or agr eeme nt executed pri or to loss (except where not permitted by l aw) Information reouired 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 24040609 <l:> Insurance Services Office, Inc., 2008 Page 1 of 1 INSURED: Nu Line Technologies, LLC POLICY #: GLO498722003 POLICY PERIOD: 1010112021 TO 1010112022 COMMERCIAL GENERAL LIABILITY CG 25 030509 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DES.IGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: Blanket as required by written contract and effective during the pol- Icy period as stated in the policy declarations. This endorsement applles only to your projects away from premises owned by or rented to you for which you have certificates of insurance on file at your office. Information reauired lo comolete this Schedule if not shown above will be shown in the Declarations. A. For all sums whicil the insured becomes legally obligated to pay as damages caused by •occur- rences" under Section I -Coverage A, and for all medical expenses caused by accidents under Section I -Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each des· lgnated construction project, and that limit is equal to the amount ol the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, ex- cept damages because of "bodily injury• or "property damage• included in the "products- completed operations hazard", and for medi- cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits• brought; or c. Persons or organizations making claims or bringing ·suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Con• struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit lor any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject lo the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eral Aggregate Limit. CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I -Coverage A, and for all medical expenses caused by accidents under Section I -Coverage C, which cannot be attrib- uted only to ongoing operations at a single des- ignated construction project shown in the Sched· ule above: 1. Any payments made under Coverage A for damages or under Coverage C tor medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. c. When coverage for liability arising out of the "products.completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Ag• gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated ConstrucHon Project General Aggregate Limit. O. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract• ing parties deviate from plans, blueprints, de· signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E. The provisions of Section Ill -Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page2 of 2 © Insurance Services Office, Inc., 2008 CG 2503 0509 INSURED: Nu Line Technologies, LLC POLICY #: WC447548903 POLICY PERIOD: 1010112021 WOR~S' COWlENSATION .AND EMPLOYERS' LIABILITY INSURANCE POLICY TO 1010112022 WC040306 Eel. 4-84 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT- CALIFORNIA We have the right to recO\ler our payments from anyone liable for an injury covered by this policy. We will not p.nfome our right AgRinst the person or or[JMirrllion nwned in lhe &:hedule. (This A{Jl'eerrent Applies only to the extent that you perform work under a writ1en contract that requires you to obtain this agreerrent from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be O. 0 % of the Gal1fornia workers' compensation pre- mium a herwii;e due on such rerr•merdlioo. Person°" Organization ALL PERSONS AHD/OR ORGANIZATIONS THAT ARB RJ:QUIRKD BY WRIT'l'l!N CONTRACT OR AGREEMENT WITH THE INSURJ:D, l!iXBCUTJ:D PRIOR TO 'l'BE ACCIDEN'l OR LOSS , THAT WAIVER OF SUBROGATION Bl!! PROVIDED UNDER THIS POLICY l!'OR WORIC PERFORMED BY 100 FOR THAT P~RSON AND/OR ORGANIZATION WC 2fi2 C+84) WC 04 03 06 (Ed. 4-&4) Sclwdula Job Oescrtp&n ALL CALil'ORNIA OPERATIONS Page 1 Df 1 INSURED: Nu Line Technologies, LLC POLICY#: BAP498721803 POLICY PERIOD: 1010112021 TO: 1010112022 Coverage Extension Endorsement ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II -Covered Autos Liability Coverage: The following are also "insureds": C, a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance -Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment -Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II -Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-CA-424-F CW (04-14) Page 1 of 6 C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II -Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II -Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section Ill -Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV -: Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage -Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-CA-424-F CW (04-14) Page 2 of 6 (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section Ill -Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV -Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-CA-424-F CW (04-14) Page 3 of 6 K. Airbag Coverage The Exclusion in Paragraph 8.3.a. of Section Ill -Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph 8 .4.a. of Section IV -Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Physical Damage -Comprehensive Coverage -Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss" from any one cause is $5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos -Physical Damage 1. The following is added to Section I -Covered Autos: Temporary Substitute Autos -Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos -Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. 0. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any Includes copyrighted material of Insurance Services Office, Inc., with its pennission. U-CA-424-F CW (04-14) Page 4 of 6 agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos -Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance -Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto -World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-CA-424-F CW (04-14) Page 5 of 6 U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II -Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage -Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section Ill -Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-CA-424-F CW (04-14) Page 6 of 6 INSURED: Nu Line Technologies, LLC POLICY #: GLO498722003 POLICY PERIOD: 1010112021 Additional Insured -Automatic -Owners, Lessees Or Contractors TO 1010112022 g ZURICH. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Blanket Endorsement. As Required By Written Contract Address (Including ZIP Coda): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II -Who Is An Insured is amended to include as an additional insured arr,-person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured 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 or ''your work" as included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury'', "property damage" or "personal and advertising injury'' arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury'' or "property damage", or the offense which caused the "personal and advertising injury'', involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV - Commercial General Liability Conditions: Includes copyrighted material of Insurance Services Office, Inc., v.ith Its permission. U-GL-1175-F CW (04/13) Page 1 ol 2 The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV -Commercial General Liability Conditions: Primary and Noncontributory Insurance Thls insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this Insurance be primary and not seek contnbut1on from any other insurance available to the add1t1onal insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV -Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional Insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section 111-Limits Of Insurance: The most we will pay on behalf of the additional Insured is the amount of Insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. Includes copyrighled material of Insurance Sennces Office, Inc .. with its permission. U-Gl•117S-F CW (04/13) Page 2 of 2 INSURED: Nu Line Technologies, LLC POLICY#: GLO498722003 POLICY PERIOD: 1010112021 Other Insurance Amendment -Primary And Non-Contributory THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (Including ZIP Code): Nu Line Technologies, LLC 102 Second Street Encinitas, CA 92024 This endorsement modifies insurance provided under the: Commercial General Llablllty Coverage Part TO: 1010112022 ZURICH ~ 1. The following paragraph is added to the Other Insurance Condilion of Section IV • Commercial General Llablllty Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that a. The additional insured Is a Named Insured under such other insurance: and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any any other insuranceavailable to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV • Commerclal General Llablllty Conditions; This insurance is excess over: Any of the other insurance, whether primary. excess. contingent or on any other basis. available to an additional insured , In which the additional insured on our policy is also covered as an additional Insured on another policy providing coverage for the same •ocrurrence•, offense, claim or •suit". This provision does not apply to any policy In which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. Includes copyrighted material of lnSlirance Services Office. Inc. with its permission. U-GL-1327-8 CW (04/13) Page 1 o/1 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 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. N/A party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: Nu Line Technologies, LLC (name of Contractor) (sign here) Dominic Burtech (Part ( print name/title) Page _1_ of _1_ pages of this Re Debarment form {'\ • ., Revised 6/12/18 Con tract No . 5503-21 Page 27 of 122 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal} SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 1 0 yeas 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 Contra:r tors' State license Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had ther contractor's license suspended or revoked by the California Contractors' State license Boad 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 1 pages of this Disclosure of Discipline form {' •,r Revised 6/12/18 Contract No. 5503-21 Page 28 of 122 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal} SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. NIA (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Nu line Technologies, LLC (sign here) Dominic Burtech Partner (print name/title) ,, •fl' Revised 6/12/18 Co ntract No . 5503-21 Page 29 of 122 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 The undersigned declares: Nu Line Technolgies, LLC I am the Partner of _____ _, 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 elerrent 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 June 8th ...;....;;.;..;..;...;;;.......;;...;;....._ _______ _, 20...22_ at Encinitas [city), CA (state). Signature of Bidder Dominic Burtech ,, • ., Revised 6/12/18 Contract No. 5503-21 Page 30 of 122 I CALIFORNIA ALL.., PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of~~ 'D %0 } On lo( li'\'1--'L before me, ':1~~ ~~J.,;~ 'personally appeared I;bM. l n. iC:.., ~ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscr'ibed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies ), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Notary Public Seal) f •. ,, .. -~ . JENNIFER CAULFIELD f Commission No. 2403317 i NOTARY PUBLIC -CALIFORNIA i f · SAN DIEGO COUNTY ~ I CommissiOn Expires June 1, 2026 i INSTRUCTIONS FOR COMPLETING nns FORM ADDITIONAL OPTIONAL IN FORMATION TMs form complies witlz current California statutes regarding 11otary wording a11d, DESCRIPTION OF THE A TT ACHED DOCUMENT if needed, should be completed and al/ached to the document. Aclmowledgments from other states may be completed for documents being sent to that state so /011g \ '\ ,v..\ (. -.L.• J. __ ~-_I , _ .J. 11~ as the wordi11gdoes not require the California notary to violate Califomia notary l'VOV\. L4:J \/71i.,v-'I~ -law. (Title or description of attached document) • State and Couoty information must be the State and County where the document /f, !.. -· . I -.::IJ,. t;L""o""l.. 1.-,l signer(s)personallyappearedbeforethenotarypublicforacknowledgment. i.._.OAJIIVa.,v::: ::> 2 -• Date of notarization must be the date that the signer(s) personally appeared which (Title or description of attachrocument continued) must also be the same date the acknowledgment is completed. {)~ ?> "D 6 1'2-,_. { J f {-,1.--• The notary public must print bis or her name as it appears within his or her Num~r of Pages --Document Date O t\ (.., commission followed by a comma and then your title (notary public). CJy=>ACITY CLAIMED BY THE SIGNER ~ Individual (jlf- O Corporate Officer (Title) D Partner( s) D Attorney-in-Fact □ Trustee(s) □ Other _________ _ 2015 Version ,,vww.i,JotaryClasses.com 800-873-9865 • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/4hey;-is /&Fe ) or circling the correct fonns. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a differenl acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. ❖ Additional information is not required but could help to ensure this acknowledgment is not misused or attached ·to a different document. ❖ Indicate title or type of attached document, number of pages and date. ❖ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this-document to the signed document with a staple. Revised 6/12/18 Contract No. 5503-21 Page 31 of 122 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 Nu Line Technologies, LLC, whose principal place of business is 102 Second Street, Suite B, Encinitas, California 92024 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract docu- ments for: SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 (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 "~ \_. Revised 6/12/18 Contract No. 5503-21 Page 32 of 122 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. "~ \_. Revised 6/12/18 Contract No. 5503-21 Page 33 of 122 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. 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 "~ \_. Revised 6/12/18 Contract No. 5503-21 Page 34 of 122 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 con- tain 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. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be in- cluded 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. vJ init ____ init 12. Maintenance of Records. Contractor shall maintain and make <ailable at no cost to the City, upon request, records in accordance with sections 1776 and 1:~; 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 accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. ~ ~, Revised 6/12/18 Contract No. 5503-21 Page 35 of 122 Revised 6/12/18 Contract No. 5503-21 Page 36 of 122 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. /// /// /// /// /// /// /// /// /// /// /// /// /// /// "~ \_. 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: Nu Line Technologies, LLC (name of Contractor) By:-------,------(sign here) (print name and title) CITY OF CARLSBAD a municipal corporation of the State of California By: MA TT HALL, Mayor ATTEST: FAVIOLA MEDINA, City Clerk Services Manager 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. BR~~ City Attorney By: ~ ~, Revised 6/12/18 Contract No. 5503-21 Page 37 of 122 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California on before me, Arthur Patrick Arquilla, Notary Public -----'---"'-----Her7_1nsert Na e and Title of the Officer Personally appeared ~==--6YYJ.:.__ __ /_r}_:J_L _ __,__""""""' __ ....:.J:__:=-.,,=--..:.____: __________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name~re subscribed to the within instrument~n cknowledged to me th.atteMe/they executed the same i~r/theirauthorized capacity(ies), and that y his7!)er/theirsignature(s) ~nstrumentthe person(s), or the entity upon behalf of which the person(s) ac ed;"executed the instrument. , ... nu, .. m~, COMM.~388204 ~ • NOTARY PIJBUC.CAUFORNI-' ' I SNf DIEGO COUNTY IIIJC-.Elp;w..-..y720291 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m d officia /\ ~ Signature _______ ......,_ ___________ _ ary Public ---------------OPnONAL------------------- Though this section is optional, completing this Information can deter alteration of the document ar fraudulent reattachment of this farm to an unintended document. Description of Attached Document Title or Type of Document ______________ Document Date __________ _ Number of Pages ________ Signer(s) 0therThan Named Above ____________ _ Capacity(ies) Claimed by Slgner(s) Signer's Name _____________ _ D Corporate Officer-Title(s) =--------D Partner D Limited D General D Individual D Attorney in Fact D Trustee D Guardian or Conservator D Other _____________ _ Signer Is Representing __________ _ Signer's Name ______________ _ D Corporate Officer-Title(s) =--------□ Partner D Limited OGeneral D Individual D Attorney in Fact D Trustee D Guardian or Conservator" D Other ______________ _ Signer Is Representing ___________ _ ©2014National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) ltem#5907 ' . BOND NO. 7901107825 PREMIUM INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS BOND WHEREAS, the City of Carlsbad, State of California, has awarded to Nu Line Technologies, LLC (hereinafter designated as the "Principal") a Contract for: SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Nu Line Technologies, LLC, as Principal, (hereinafter designated as the "Contractor"), and NATIONWIDE MUTUAL INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum of two hundred ninety-five thousand one hundred sixty dollars ($295,160), 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 Carls- bad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her 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. {"\ • ., Revised 6/12/18 Contract No. 5503-21 Page 38 of 122 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 ____ 14--'-T_H_day of ______ J;;_;U;;...;:L:..c.Y ___ , 20~ ..:...;Nc...:::.U....::L=IN.:...::E::.....;T....::E=C..:...;H.:....:.N..::..O=LO=G=l=ES=,....::L=LC=-_-(SEAL) (Principal) ( rint Name & Title) NATIONWIDE MUTUAL INSURANCE COMPANY (Surety) By r?~fZiS (SEAL) TRACY LYNN RODRIGUEZ, ATTORNEY-IN-FACT (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: l' • ., Revised 6/12/18 Contract No. 5503-21 Page 39 of 122 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Diego / 111 ;' G Her Insert N}/ e and Title of the Officer Personally appeared _,,__,<;......Jo<....:..... __ ,_ 1 __ __._.....L."--='---'-''---"-"--......:...fr. _____________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(~re subscribed to the within instrument a~knowledged to me th@ he/they executed the same i~r/theirauthorized capacity(ies),and that b his er/their signature(s) on the instrumentthe person(s), or the entity upon behalf of which the person(s) act , executed the instrument. ·a·-·· ARTHUR 0 ~TRICl(AAQUlLA, COMM. 12388204 Jt ~ a NOTARY P\JBl.lC-CM.lfOAHlo\ ~ SAN DIEGO COUNTY I 1 ..,c-.e.,.-..y1 ml Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. I. ry Public -------------------OPTIONAL------------------- Though this section is optional, completing this information can deter alteration of the document ar 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) OtherThan Named Above ____________ _ Capacity(ies) Claimed by Signer(s) Signer's Name _____________ _ D Corporate Officer-Title(s) =--------0 Partner D Limited D General D Individual D Attorney in Fact D Trustee D Guardian or Conservator D Other _____________ _ Signer Is Representing __________ _ Signer's Name ______________ _ D Corporate Officer-Title(s) =-------- □ Partner D Limited □General D Individual D Attorney in Fact D Trustee D Guardian or Conservator" D Other ______________ _ Signer Is Representing ___________ _ ©2014National Notary Association• www.NationalNotary.org • 1-800-USNOTARY (1-800-876-6827) ltem#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 -□ 11881 I 0180UlfitJfCI ICI 1]=8t0800090,'880COI II a IOOI D ~0808' l'.11dl880:8€10 Cl I '8ll 80 □ D D j BE 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 ___ 7_/_14_/_20_2_2 ____ before me, ___ S_A_N_D_R_A_F_IG_U_E_R_O_A_, _N_O_T_A_R_Y_P_U_B_L_IC ___ ~ Date Here Insert Name and Title of the Officer personally appeared ___________ T_R_A_C_Y_L_Y_N_N_R_O_D_R_IG_U_E_Z ________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(st whose name~ is/-afe-subscribed to the within instrument and acknowledged to me that ~she/t+,ey executed the same in ~her/their authorized capacity{ie9), and that by-M'herAftett signature(s) on the instrument the person(~. or the entity upon behalf of which the person~) acted, executed the instrument. re<><> ------SANDRA FIGUEROA 1 ,-COMM.#2334108 Z ~ SAN DIEGO COUNTY <( • . NOTARY PUBLIC-CALIFORNIAi 1 MY COMMISSION EXPIRES 1 SEPTEMBER 22, 2024 <:> <..> <> <> <> <:> <> <> <.> '<>" Place Notary Seal and/or Stamp Above I certify under PENAL TY O F PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. s ;gnat"'e ~~ s;gnatureofNaryPublic 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: ___________________________ _ DocumentDate: _____________________ Numberof Pages: ___ _ Signer(s) Other Than Named Above: _______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: T RACY LYNN RODRIGUEZ Signer's Name: ____________ _ □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual IKI Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian of Conservator □ Trustee □ Guardian of Conservator □ Other: □ Other: Signer is Representing: _________ _ Signer is Representing: _________ _ Y0■••••11 ···••ooJ0000890t)(J0ft8070 l00U(IZ0808:0 [M}HO(UDIIII lllU31111111DDO DE D ]OUOOOOl] E E 3 EPOOOO ©2017 National Notary Association Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: HELEN MALONEY; JOHN G MALONEY; MARK D IATAROLA; SANDRA FIGUEROA; TRACY LYNN RODRIGUEZ; each in their individual capacity, its true and lawful attorney-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF NEW YORK: ss On this 20th day of August, 2021, before me came the above-named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur Notary Public. State of New York No. 02MC6270117 Qualified in New York County Commission Exoires October 19 2024 CERTIFICATE Notary Public My Commlsa1on Ex~rcs October 19, 2024 I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 14TH day of JULY 2022 Assistant Secretary BDJ 1 (08-21 )00 BOND NO. 7901107825 PREMIUM: $2,656.00 PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City of Carlsbad, State of California, has awarded to Nu Line Technologies, LLC (hereinafter designated as the "Principal") a Contract for: SEWER PIPELINE REHABILITATION 2022 CONTRACT NO . 5503-21 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Nu Line Technologies, LLC, as Principal, (hereinafter designated as the "Contractor"), and NATIONWIDE MUTUAL INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum of two hundred ninety-five thousand one hundred sixty dollars ($295,160), 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 Carls- bad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. ,, •+r' Revised 6/12/18 Contract No. 5503-21 Page 40 of 122 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 14TH day of ________ JU_L_Y __ , 20_22_ NATIONWIDE .;_;N:..:::U-=L:.:..:.I N..:..:E=--T.:....:E=..:C::.:..H.:..:...N::...::O:.=L:..:::O-=G..:..:IE~S:.L, .=.:LL=..:C:....._ __ (SEAL) (Principal) MUTUAL INSURANCE COMPANY (Surety) (SEAL) (Print Name & Title) TRACY LYNN RODRIGUEZ, 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 rney ,., •~ Revised 6/12/18 Contract No. 5503-21 Page 41 of 122 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California e and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name~re subscribed to the within instrument and acknowledged to me tha@ he/they executed the same i~r/theirauthorized capacity(ies), and that 9vhis/)er/their signature(s) on the instrumentthe person(s), or the entity upon behalf of which the person(s) ackd;-e'xecuted the instrument. . 8. AR~~TRICKAROUWI COMM. #239S204 ~ i! NOTARY PU8UC-CMJfOANli' - SAN 01£00 COUNTY I 1 ..,c-.e.-...,1. Place Notary Seal Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct . tary Public -----------------OPTIONAL--------------·----- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document _______________ Document Date __________ _ Number of Pages ________ Signer(s) OtherThan Named Above _____________ _ Capacity(ies) Claimed by Slgner(s) Signer's Name _____________ _ D Corporate Officer-Title(s) =--------D Partner D Limited D General 0 Individual D Attorney in Fact D Trustee D Guardian or Conservator D Other _____________ _ Signer Is Representing ___________ _ Signer's Name _______________ _ D Corporate Officer-Title(s) =---------□ Partner D Limited OGeneral D Individual D Attorney in Fact D Trustee D Guardian or Conservator· D Other ______________ _ Signer Is Representing ___________ _ ©2014National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) ltem#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 80(] DB waa111a■a IOMJill-l~lDfflOOl)@:00:0:ooc ~~810R0@:00WOOOCOOODOO IOI:'[]□ 8 D FNDO ■• 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 ____ 7_/1_4_/2_0_2_2 ____ before me, ___ S_A_N_D_R_A_F_IG_U_E_R_O_A_;_, N_O_T_A_R_Y_P_U_B_L_I_C __ _ Date Here Insert Name and Title of the Officer personally appeared __________ ....:.T.:...cR::....A:..::C:....:Y---'L=-Y:....:N..:..:N--'---'-R.:...:O:..:D:.:.R..:..:l..:::G:...::U:...::E:..::Z=---------- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name~ isl-are-subscribed to the within instrument and acknowledged to me that fle1'she/tfley executed the same in -Ris/her/tntt authorized capacityfjes), and that by~her~ signature(-s) on the instrument the person(6¾, or the entity upon behalf of which the person!5-) acted, executed the instrument. C, <> <> <> C> <> <> <> <> C> 1 r. SANDRA FIGUEROA ,... COMM.#2334108 SAN DIEGO COUNTY ~ ', -NOTARY PUBLIC-CALIFORNIA! ~ MY COMMISSION EXPIRES I !. SEPTEMBER 22, 2024 <:> <> <.> <> <> <> <> <> <> <> Place Notary Seal and/or Stamp Above i certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. s;gnatoce ~ CC? ~ SignatureofNryPublic 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: TRACY LYNN RODRIGUEZ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Individual IKI Attorney in Fact □ Trustee □ Guardian of Conservator □ Other: Signer is Representing: _________ _ D D D D D ©2017 National Notary Association Signer's Name: ____________ _ o Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ individual o Trustee □ Other: □ Attorney in Fact o Guardian of Conservator Signer is Representing: _________ _ Cf.lOOO(] D D D EMI HOIOOGIOI Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: HELEN MALONEY; JOI ING MALONEY; MARK DIA TA ROLA; SANDRA FIGUEROA; TRACY LYNN RODRJGUEZ; each in their individual capacity, its true and lawful attorney-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition lo the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF NEW YORK: ss On this 20th day of August, 2021, before me came the above-named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur Notary Public, State of New York No. 02MC6270117 Qualified ln New York County Commiss1on Exoires October 19 2024 CERTIFICATE NotaryPublk: My Commiss,on Expires Odober 19, 202"4 I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 14TH day of JULY 2022 Assistant Secretary BDJ 1 (08-21 )00 Revised 6/12/18 Contract No. 5503-21 Page 42 of 122 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 Nu Line Technologies, LLC, whose address is 102 Second Street, Suite B, Encinitas, California 92024 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 Con- tractor 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 SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 in the amount of two hundred ninety-five thousand one hundred sixty dollars ($295,160) dated ______________ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be with- held 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. 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 "~ \_. Revised 6/12/18 Contract No. 5503-21 Page 43 of 122 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 _________________________________ Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title _____________________________________ Name ____________________________________ Signature _________________________________ Address __________________________________ For Escrow Agent: 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. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. "~ \_. Revised 6/12/18 Contract No. 5503-21 Page 44 of 122 For City: Title ______MAYOR________________________ Name ____________________________________ Signature _________________________________ Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title _____________________________________ Name ____________________________________ Signature _________________________________ Address __________________________________ For Escrow Agent: Title _____________________________________ Name ____________________________________ Signature _________________________________ Address __________________________________ "~ \_. May 19, 2022 ADDENDUM NO.1 RE: SEWER PIPELINE REHABILITATION 2022 BID NO. PWS22-1793UTIL { City of Carlsbad Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in date for the above-mentioned bid . New date for bid opening is: June 9, 2022 Time remains the same: 11 a.m. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. ~~ .GRAHA~ Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD SEWER PIPELINE REHABILITATION 2022 From: Contract No. 5503-21 Bid No. PWS22-1793UTIL Addendum No. 1 Graham Jordan, Contract Administrator Phone: 442-339-2462 graham.jordan@carlsbadca.gov No. of Pages: 12 pages (including this page) Date: May 19, 2022 Bid Opening Date: June 9, 2022 -11 :00 a.m. (changed) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. Please note change in bid opening date for the above-mentioned bid. New date and time for bid opening is: Thursday, June 9, 2022, 11 a.m. MODIFICATIONS, DELETIONS, AND ADDITIONS TO THE NOTICE INVITING BIDS 1) Due Date Change the due date wherever it is referenced in the Request for Bids to June 9, 2022 at 11 a.m. 2) Summary of Bidding Schedule Update the table in the Summary of Bidding Schedule to read: Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 ACTIVITY SCHEDULE TIME Released for bid April 20, 2022 5 p.m. Pre-bid meeting and site visit May 11, 2022 10 a.m. Deadline for questions May ~G, ~G~~ May 27, 2022 5 p.m. Final addendum/Q&A posted May ~e. ~G~~ June 2, 2022 5p.m. Bid opening ,hme 1, ~G~~ June 9, 2022 11 a.m. MODIFICATIONS, DELETIONS, AND ADDITIONS TO THE GENERAL PROVISIONS 1) Contractor's Proposal Replace this section in its entirety with the revised Contractor's Proposal attached hereto (Attachment A). 2) General Provisions, Section 9-4 BID ITEMS Delete Bid Item No. A-9 on page 117 in its entirety. Install 8 inGh Spiral Wound liner (Bid Item No. A 9) Add the following section at the end of the bid items: Install 8-inch Spiral Wound liner (Site No. 4-Segment 10A-18 to 10A-17, and Site No. 5-Segment 10A-2 to 10A-3) (Bid Item No. C-1) The contract unit price paid for this bid item shall constitute full compensation to furnishing all materials, labor, tools, equipment, and all incidentals, necessary to install spiral wound PVC liner in accordance with Technical Specification Section 02959 or to install spirally wound UV glass reinforced pipe (GRP) liner in accordance with Technical Specification Section 02957 and as directed by the Engineer. This includes, but is not limited to, sewer interior surface preparation, final interior sewer cleaning, liner insertion and installation, end seals, finishing at interface of manhole, and all incidentals for installation of Spiral Wound liner. MODIFICATIONS, DELETIONS, AND ADDITIONS TO THE TECHNICAL SPECIFICATION 1) Section 02957 -CIPP for Sewer: Section 3.5 REINSTATEMENT OF LATERAL CONNECTIONS Make the following change to section B Lateral Connection Reinstatement: 2. All lateral connections shall be reinstated within 1 G hours immediately after the completion of the curing process to minimize disturbance to private residents. If connections cannot be reinstated within this period of time, the CONTRACTOR shall obtain approval from the AGENCY prior to any extension to allow additional bypass/diversion pumping. Added Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 2 bypass/diversion pumping services shall be incidental to the project and at the CONTRACTOR's expense. 2) Section 02959 -Spiral Wound PVC Liner: Section 3.4 REINSTATEMENT OF LATERAL CONNECTIONS Make the following change to section B Lateral Connection Reinstatement: 2. All lateral connections shall be reinstated within 10 hours immediately after the completion of tho curing process installation of the liner to minimize disturbance to private residents. If connections cannot be reinstated within this period of time, the CONTRACTOR shall obtain approval from the AGENCY prior to any extension to allow additional bypass/diversion pumping. Added bypass/diversion pumping services shall be incidental to the project and at the CONTRACTOR's expense. QUESTIONS AND ANSWERS 1. [We are] interested in bidding on the upcoming Sewer Pipeline Rehabilitation 2022 project and wanted to inquire about the City's estimated/desired start date for work under this contract. Response: It depends on how long it takes after the bid opening date to do the administrative tasks that have to happen before we award, but we are hoping to go to Council to get approval to award the contract in September with construction occurring after that. So potentially a September or October start date for construction. 2. For Site 4 (pipe sections 10A-18 to 10A-17 & 10A-2 to 10A-3). the City specifies PVC spiral wound liner for 8" pipe. Will the City include UV CIPP lining as an acceptable rehabilitation method for these locations since it offers superior structural integrity without loss of inner pipe diameter? Response: Spirally wound UV fiber glass reinforced pipe liner will be allowed in addition to PVC spiral wound liner at these locations. 3. Would you be willing to accept CIPP in lieu of Spiral wound for line item A-9? Response: Only spirally wound UV fiberglass reinforced pipe (GRP) liner or PVC spiral wound liner is allowed for line item A-9. However, please see Attachment A (Revised Contractor's Proposal) that makes these locations optional. They will not count towards determining low bid. 4. Bid item A-9 request 700 LF of 8" Spiralwound liner. Is there a reason this bid item is for spiralwound only? Can we use CIPP for this bid item? Response: Only spirally wound UV fiberglass reinforced pipe (GRP) liner or PVC spiral wound liner is allowed for these locations because there are holes and voids in these pipes and it has been determined that using CIPP would a) potentially create depressions in the locations of the voids, and b) a possible weakening of the CIPP liner could occur should the liner expand excessively in the area of the voids. Therefore, CIPP is not considered a suitable product for these locations. However, please see Attachment A (Revised Contractor's Proposal) that makes these locations optional. They will not count towards determining low bid. Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 3 ATTACHMENT A REVISED CONTRACTOR'S PROPOSAL Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 4 City Council City of Carlsbad CITY OF CARLSBAD SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 CONTRACTOR'S PROPOSAL (revised) 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. 5503-21 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" Sewer Pipeline Rehabilitation Item No. Description A-1 Contract Bonds, Insurance, Encroachment Permits, Rights-of- Entry, Project Management, Mobilization, Demobilization, and Preparatory Work including project submittals and project schedule at (Price in Words) A-2 Furnish, Install and Maintain Traffic Control including preparation and approval of Traffic Control Plans, all signs, delineators, arrow boards and flagmen at (Price in Words) Approximate Quantity and Unit LS LS Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 Unit Price {Figures) Total Amount (Figures) $ ____ _ $ ___ _ 5 Item No. Description A-3 Apply for and Obtain Traffic Control Plans and permits from the California Department of Transportation (Caltrans) for segments SWM4858, SWM4859 and SWM4880 at (Price in Words) A-4 Storm Water Pollution Prevention Plan in accordance with General and Supplemental Provisions at (Price in Words) A-5 Temporary Bypass Pumping includes preparation and approval of Temporary Bypass Plan and Overflow Emergency Response Plan in accordance with Technical Specification Section 01510 at (Price in Words) Approximate Quantity and Unit LS LS LS A-6 Thoroughly clean existing sewer 5,940± LF (removal of grease, roots, and any obstructions), video inspect sewer after initial cleaning and flushing the sewer, and post-video inspection of sewer after rehabilitation work is complete in accordance with Technical Specification Sections 02951 and 02952 at (Price in Words) A-7 Furnish and Install Cured-in-Place 3,790± LF Pipe (CIPP) liner for 8" (eight inch) diameter sewer pipe in accordance with Technical Specification Section 02957 at · Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 Unit Price (Figures) $ ___ _ $ ___ _ Total Amount (Figures) $ ___ _ $ ____ _ $ ___ _ $ ___ _ $ ____ _ 6 Item No. Description (Unit Price in Words) Approximate Quantity and Unit Unit Price (Figures) A-8 Furnish and Install Cured-in-Place 1,450± LF . $ ---- A--9 (not used) Pipe (CIPP) liner for 10" (ten inch) diameter sewer pipe in accordance with Technical Specification Section 02957 at (Unit Price in Words) Furnish and Install Spiral 'Nound liner for 8" (eight inch) diameter se•1.ier pipe in accordance with Technical Specification Section 02959 at (Unit Prise in 'Nords) A-10 For Sites SWM548 and SWM2645 with Manholes NOT Accessible by Vehicle, Install Sewer Rehabilitation Liner in accordance with Technical Specifications at the additional cost of (Price in Words) A-1 1 For Sites requiring Night Work per Supplemental Provision Section 6-7.2 and Appendix C, Install Sewer Rehabilitation Liner in accordance with the Technical Specifications at the additional cost of (Unit Price in Words) A-12 Reinstate sewer laterals by robotically-controlled device from inside the sewer mains without excavation in accordance with Technical Specifications 02957 and 02959 at (Unit Price in Words) 700+ LF LS 10± EA 91± EA Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 $ $ ___ _ $ ___ _ Total Amount (Figures) $ ___ _ $ $ ___ _ $ ___ _ $ ___ _ 7 Item No. Description A-13 Furnish and Install Connection Seal and Liner by robotically controlled device from inside the sewer mains without excavation in accordance with Technical Specification 02597.3.5.C and 02959.3.3.A.3 at (Unit Price in Words) A-14 Remove protruding laterals into the sewer main and preliminary point repairs by a robotically-controlled device from inside the sewer mains without excavation in accordance with Technical Specification Section 02955 at (Unit Price in Words) Approximate Quantity and Unit 45± EA 4± EA Unit Price (Figures) $ __ _ $ ___ _ Total Amount (Figures) $ __ _ $ ____ _ Total amount of bid in words for Schedule "A": _________________ _ Total amount of bid in numbers for Schedule "A": $ _______________ _ SCHEDULE "B" ALTERNATIVE CHEMICAL GROUTING Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) B-1 Furnish and Install chemical grout 10± CY $ ____ $ ____ _ injection to seal annular space and at other small defects to reduce or eliminate groundwater infiltration, on a per segment basis, in accordance with Technical Specification Section 02956 at (Unit Price in Words) Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 8 Total amount of bid in words for Schedule "B": ----------------- Total amount of bid in numbers for Schedule "B'': $·---.,....------------• SCHEDULE "C" OPTIONAL SEWER REHABILITATION LOCATIONS Item No. C-1 Approximate Quantity Description and Unit Furnish and Install Spiral Wound liner 700± LF for 8" (eight inch) diameter sewer pipe in accordance with Technical Specification Section 02959; or Furnish and Install spirally wound UV glass reinforced pipe (GRP) liner for 8' (eight inch diameter sewer pipe in accordance with Technical Specification Section 02957, at (Unit Price in Words) Total amount of bid in words for Schedule "C": Unit Price (Figures) $ ___ _ Total Amount (Figures) $ ___ _ ----------------- Total amount of bid in numbers for Schedule "C": $ ______________ _ Total amount of bid in words for Schedule "A" and Schedule "B": __________ _ Total amount of bid in numbers for Schedule "A" and Schedule "B": $. ________ _ The City of Carlsbad shall determine the low bid based on Schedule "A" and Schedule "B". After the low Bid has been determined, the City may, at its sole discretion, award the Contract based on either the total of Schedule "A" alone or the total of Schedule "A", Schedule "B" and Schedule "C" combined or any combination thereof. 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. Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 9 The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number ___________ , classification _______ 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. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 10 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. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 11 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. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 1 12 June 1, 2022 ADDENDUM NO. i RE: SEWER PIPELINE REHABILITATION 2022 PROJECT NO. 5503-21; BID NO. PWS22-1793UTIL {cityof Carlsbad Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted . GRAHA Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder's Signature I Public Works Contract Administration 1635 Fara day Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD SEWER PIPELINE REHABILITATION 2022 From: Contract No. 5503-21 Bid No. PWS22-1793UTIL Addendum No. 2 Graham Jordan, Contract Administrator Phone: 442-339-2462 graham.jordan@carlsbadca.gov No. of Pages: 2 pages (including this page) Date: June 1, 2022 Bid Opening Date: June 9, 2022 -11 :00 a.m. (changed in Addendum No. 1) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. QUESTIONS AND ANSWERS 1. I receive addendum #1 and have a couple questions. You answered question 2, 3 and 4 with a substitute liner can be used and you stated spirally wound UV fiber glass liner shall be used. We have never heard of spirally wound UV fiberglass liner before. Do you have an ASTM or specification for this liner? Is the city asking for UV cure GIPP (which contains fiberglass)? The locations requiring a spiral wound liner have been moved to Schedule C and are now optional. They will not be used in determining low bid. The city is not asking for UV GIPP. Bid item C-1 specifies spirally wound PVC liner or spirally wound UV glass reinforced pipe (GRP) liner. Those are the only two liner types that will be allowed for those locations. 2. Do you have a spec or ASTM for spirally wound UV glass reinforced pipe (GRP) liner? Please refer to the ASTM standards listed in the bid documents. Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 2 3. Will plugging and tending with a jeUvac or pumper truck be an acceptable form of temporary bypass as long as flows allow for it? Please refer to the Technical Specification Section 01510 Temporary Bypass Pumping. In particular, see Part 1 -Requirements 1.1 and Submittals 1.2; A, Band C. The contractor is responsible for determining what type of temporary bypass is needed at each site, to accommodate the contractor's means and methods for construction. Also, the contractor is required to develop and submit an Overflow Emergency Response Plan (OERP). Either a bypass plan or a plug and vactor plan must be submitted for each site. Each site must include an OERP. The contractor is responsible to ensure there is no interruption of sewage flow, and zero spills, throughout the duration of the project. 4. Will the City provide the Contractor with a water meter? Will there be any costs associated with this and/or water usage for pipeline cleaning? A construction meter, if needed, must be obtained at the contractor's expense. A request for a temporary construction/hydrant meter requires a water meter permit application be submitted online via Carlsbad's Self Service portal. The online permit portal requires registration. Once registration is complete (you'll receive an email), you can log into the portal & apply for this permit. Once a technician has reviewed the submission, you will be contacted for any further required information. Payment of the permit is also handled through the on line portal. After the water meter is paid, CMWD will set the meter within 48 hours. There is a fee each time a construction meter is moved. Current costs for construction meters are $1 ,111 ($900 deposit, $211 rental/installation fee) and $94 for each relocation. The rental/installation and relocation fees will potentially increase slightly on September 1 (fee increases to $232 for rental/installation and $103 for relocation have been proposed but have not yet been approved by the Executive Board as of the writing of this response). All water usage will be paid for by the contractor. Water meter application: https://www. ca rlsbadca .gov/home/showpublisheddocumenU572/637805439819430000 Carlsbad Self Service Portal: https://eq.carlsbadca.gov/EnerGov Prod/selfservice#/home Contract No. 5503-21 -Sewer Main Rehabilitation 2022 Addendum No. 2 2 Revised 6/15/17 Contract No. 5503-21 Page 45 of 122 GENERAL PROVISIONS FOR SEWER PIPELINE REHABILITATION 2022 CONTRACT NO. 5503-21 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, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown”, "indicated”, "detailed”, "noted”, "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. Revised 6/15/17 Contract No. 5503-21 Page 46 of 122 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. Revised 6/15/17 Contract No. 5503-21 Page 47 of 122 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. Notice to Proceed – A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Revised 6/15/17 Contract No. 5503-21 Page 48 of 122 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. 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. Revised 6/15/17 Contract No. 5503-21 Page 49 of 122 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. 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 Revised 6/15/17 Contract No. 5503-21 Page 50 of 122 ALT ................................................................Alternate APTS ................................. Apartment and Apartments AMER STD ................................... American Standard AWG ............... American Wire Gage (nonferrous wire) BC .................................................. Beginning of curve BCR ....................................... Beginning of curb return BDRY ............................................................Boundary BF ..................................................... Bottom of footing BLDG ........................................ Building and Buildings BM ............................................................. Bench mark BVC .................................... Beginning of vertical curve B/W ........................................................... Back of wall C/C ..................................................... Center to center CAB ...................................... Crushed aggregate base CAL/OSHA ............ California Occupational Safety and Health Administration CalTrans ....... California Department of Transportation CAP .................................... Corrugated aluminum pipe CB ............................................................. Catch Basin Cb ........................................................................ Curb CBP ............................... Catch Basin Connection Pipe CBR ....................................... California Bearing Ratio CCR ............................ California Code of Regulations CCTV ............................................... Closed Circuit TV CES .......................... Carlsbad Engineering Standards CF ................................................................ Curb face CF ................................................................ Cubic foot C&G .................................................... Curb and gutter CFR ................................ Code of Federal Regulations CFS ......................................... Cubic Feet per Second CIP ......................................................... Cast iron pipe CIPP ................................................ Cast-in place pipe CL ............................................. Clearance, center line CLF .................................................... Chain link fence CMB ............................... Crushed miscellaneous base CMC ......................................... Cement mortar-coated CML ............................................ Cement mortar-lined CMWD .................... Carlsbad Municipal Water District CO .................................................... Cleanout (Sewer) COL ..................................................................Column COMM ....................................................... Commercial CONC ........................................................... Concrete CONN ........................................................ Connection CONST .................................. Construct, Construction COORD ...................................................... Coordinate CSP ............................................ Corrugated steel pipe CSD ............................... Carlsbad Standard Drawings CTB ............................................ Cement treated base CV ............................................................ Check valve CY ............................................................... Cubic yard D .............................................................. Load of pipe dB ................................................................... Decibels DBL .................................................................. Double DF ............................................................... Douglas fir DIA ................................................................ Diameter DIP ..................................................... Ductile iron pipe DL ................................................................Dead load DR ...................................................... Dimension Ratio DT .................................................................Drain Tile DWG ............................................................... Drawing DWY .............................................................. Driveway DWY APPR ................................... Driveway approach E ....................................................................... Electric EA ........................................................................ Each EC ............................................................ End of curve ECR ................................................ End of curb return EF ................................................................ Each face EG ......................................................... Edge of gutter EGL .................................................. Energy grade line EI ................................................................... Elevation ELC ..................................... Electrolier lighting conduit ELT ........................................................ Extra long ton ENGR ....................................... Engineer, Engineering EP ................................................... Edge of pavement ESMT ........................................................... Easement ETB .......................................... Emulsion-treated base EVC ............................................... End of vertical curb EWA ............................... Encina Wastewater Authority EXC ............................................................ Excavation EXP JT ................................................. Expansion joint EXST ............................................................... Existing F .................................................................. Fahrenheit F&C ................................................... Frame and cover F&I .................................................. Furnish and install FAB ............................................................... Fabricate FAS ............................................... Flashing arrow sign FD ............................................................... Floor drain FDN ............................................................ Foundation FED SPEC ................................. Federal Specification FG ........................................................ Finished grade FH ............................................................. Fire hydrant FL ................................................................... Flow line FS ...................................................... Finished surface FT-LB .........................................................Foot-pound FTG .................................................................. Footing FW ............................................................ Face of wall G ........................................................................... Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons GALV ......................................................... Galvanized GAR ........................................... Garage and Garages GIP .............................................. Galvanized iron pipe GL ........................................ Ground line or grade line GM .............................................................. Gas meter GNV ............................................... Ground Not Visible GP ..................................................................Guy pole GPM ................................................ gallons per minute GR ...................................................................... Grade GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HDWL ........................................................... Headwall HGL .............................................. Hydraulic grade line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation ID ........................................................ Inside diameter INCL ...............................................................Including INSP .............................................................Inspection Revised 6/15/17 Contract No. 5503-21 Page 51 of 122 INV ...................................................................... Invert IP .................................................................... Iron pipe JC ..................................................... Junction chamber JCT .................................................................Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ Length LAB ............................................................. Laboratory LAT ................................................................... Lateral LB ...................................................................... Pound LD ..................................................... Local depression LF ................................................................ Linear foot LH ............................................................... Lamp hole LL ...................................................................Live load LOL .............................................................Layout line LONG ........................................................Longitudinal LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) LS ................................................................ Lump sum LTS .................................................... Lime treated soil LWD ............................... Leucadia Wastewater District MAINT ..................................................... Maintenance MAX ............................................................. Maximum MCR ............................................ Middle of curb return MEAS ............................................................. Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ..................................................... Miscellaneous MOD ................................................... Modified, modify MON ............................................................ Monument MSL .. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine MULT ...............................................................Multiple MUTCD .....Manual on Uniform Traffic Control Devices MVL ............................................... Mercury vapor light NCTD .............................. North County Transit District NRCP .............................. Nonreinforced concrete pipe OBS ...............................................................Obsolete OC ................................................................ On center OD ..................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................ Overhead Electric OMWD ................. Olivenhain Municipal Water District OPP ...............................................................Opposite ORIG ................................................................Original PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature PCVC ....................... Point of compound vertical curve PE ........................................................... Polyethylene PI .................................................. Point of intersection PL ............................................................. Property line PMB ............................ Processed miscellaneous base POC ...................................................... Point on curve POT .................................................... Point on tangent PP .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI ......................................... Pounds per square inch PT .................................................... Point of tangency PVC .................................................. Polyvinyl chloride PVMT ........................................................... Pavement PVT R/W ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete RCB ...................................... Reinforced concrete box RCE ...................................... Registered civil engineer RCP ..................................... Reinforced concrete pipe RCV ........................................... Remote control valve REF ............................................................. Reference REINF ..............................Reinforced or reinforcement RES ...............................................................Reservoir RGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR ...................................................................Railroad RSE .............................. Registered structural engineer RTE .................................... Registered traffic engineer S .................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD ............................................................. Storm drain SDNR .............................. San Diego Northern Railway SDR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings SE ...................................................... Sand Equivalent SEC .................................................................. Section SF ............................................................. Square foot SFM ................................................ Sewer Force Main SI ....................... International System of Units (Metric) SPEC ..................................................... Specifications SPPWC .......................................... Standard Plans for Public Works Construction SSPWC ............................. Standard Specifications for Public Works Construction ST HWY ................................................ State highway STA ................................................................... Station STD ............................................................... Standard STR ..................................................................Straight STR GR ................................................ Straight grade STRUC .......................................... Structural/Structure SW .................................................................Sidewalk SWD ...................................................... Sidewalk drain SY ............................................................ Square yard T .................................................................. Telephone TAN ................................................................. Tangent TC .............................................................. Top of curb TEL ............................................................. Telephone TF ........................................................... Top of footing TOPO ........................................................ Topography TR ........................................................................ Tract TRANS ......................................................... Transition TS ......................... Traffic signal or transition structure TSC ............................................. Traffic signal conduit TSS ........................................... Traffic signal standard TW ..............................................................Top of wall TYP .................................................................. Typical UE .............................................. Underground Electric USA .................................... Underground Service Alert VAR ..................................................... Varies, Variable VB ................................................................ Valve box VC .......................................................... Vertical curve Revised 6/15/17 Contract No. 5503-21 Page 52 of 122 VCP ................................................... Vitrified clay pipe VERT ............................................................... Vertical VOL .................................................................. Volume VWD ....................................... Vallecitos Water District W ........................ Water, Wider or Width, as applicable WATCH .............. Work Area Traffic Control Handbook WI ............................................................ Wrought iron WM ........................................................... Water meter WPJ .......................................... Weakened plane joint XCONN ............................................ Cross connection XSEC ..................................................... Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO ................. American Association of State Highway and Transportation Officials AISC ....................................................................American Institute of Steel Construction ANSI ...................................................................... American National Standards Institute API ...................................................................................... American Petroleum Institute AREA ............................................................ American Railway Engineering Association ASTM ............................................................ American Society for Testing and Materials AWPA................................................................. American Wood Preservers Association AWS ........................................................................................ American Welding Society AWWA ....................................................................... American Water Works Association FHWA.............................................................................. Federal Highway Administration GRI ................................................................................. Geosynthetic Research Institute MUTCD .......................................... California Manual on Uniform Traffic Control Devices 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. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) ....................................................................................25.4 micrometer (m) 1 inch (in) ..............................................................................................25.4 millimeter (mm) 1 inch (in) ..............................................................................................2.54 centimeter (cm) 1 foot (ft) ................................................................................................0.3048 meter (m) 1 yard (yd) .............................................................................................0.9144 meter (m) 1 mile (mi) .............................................................................................1.6093 kilometer (km) 1 square foot (ft2) ..................................................................................0.0929 square meter (m2) 1 square yard (yd2) ................................................................................0.8361 square meter (m2) 1 cubic foot (ft3) .....................................................................................0.0283 cubic meter (m3) 1 cubic yard (yd3) ..................................................................................0.7646 cubic meter (m3) 1 acre ....................................................................................................0.4047 hectare (ha) Revised 6/15/17 Contract No. 5503-21 Page 53 of 122 1 U.S. gallon (gal) .................................................................................3.7854 Liter (L) 1 fluid ounce (fl. oz.) ..............................................................................29.5735 millileter (mL) 1 pound mass (lb) (avoirdupois) ...........................................................0.4536 kilogram (kg) 1 ounce mass (oz) .................................................................................0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................0.9072 Tonne (= 907 kg) 1 Poise ..................................................................................................0.1 pascal . second (Pa . s) 1 centistoke (cs) ....................................................................................1 square millimeters per second (mm2/s) 1 pound force (lbf) .................................................................................4.4482 Newton (N) 1 pounds per square inch (psi) .............................................................6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) .................................................................1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf).......................................................................1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ...............................................1.3558 Watt (W) 1 part per million (ppm) .........................................................................1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): ........................................................................Degree Celsius (°C): °F = (1.8 x °C) + 32 ...............................................................................°C = (°F – 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (lm) 1 second (s) Common Metric Prefixes kilo (k) ....................................................................................................103 centi (c)..................................................................................................10-2 milli (m) ..................................................................................................10-3 micro () ................................................................................................10-6 nano (n) .................................................................................................10-9 pico (p) ..................................................................................................10-12 1-5 SYMBOLS  Delta, the central angle or angle between tangents  Angle % Percent ‘ Feet or minutes “ Inches or seconds 1 Number / per or (between words) ° Degree PL Property line CL Centerline SL Survey line or station line Revised 6/15/17 Contract No. 5503-21 Page 54 of 122 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. Revised 6/15/17 Contract No. 5503-21 Page 55 of 122 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. Revised 6/15/17 Contract No. 5503-21 Page 56 of 122 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 com- missioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and 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), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., designated "SSPWC", as amended. The construction plans consist of one set of figures designated as City of Carlsbad Drawing No. 536-3 and consists of 53 pages, hereinafter designated the Plans. The standard drawings used for this project are the latest current edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are included with these General Provisions. Revised 6/15/17 Contract No. 5503-21 Page 57 of 122 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. 2-5.2.1 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 Revised 6/15/17 Contract No. 5503-21 Page 58 of 122 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. 2-5.2.2 Site Specific Work Plans. The Contractor shall prepare and submit a work plan specific for each project site. Each site specific work plan shall include a description of how the Contractor will execute the required work for each sewer segment, the sequencing of activities and estimated durations, permitting requirements, pre-work notification requirements, flow control and dewater- ing/by-pass activities, discharge plan as applicable, curing method and other items to allow the work to proceed smoothly. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided electronically in PDF format, 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 Pro- visions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless 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 submittals shall be accompanied by a letter of transmittal on the Contractor’s letterhead. The Letter of Transmittal shall contain the following: 1. Project title and Agency contract number. 2. Number of complete sets. 3. Contractor’s certification statement. 4. Specification section number(s) pertaining to material submitted for review. 5. Submittal number (Submittal numbers shall be consecutive including subsequent 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: Revised 6/15/17 Contract No. 5503-21 Page 59 of 122 "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval.” By: _________________________________ Title: ______________________________ Date: _______________________________ Company Name: ______________________________________________________________ 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Title Subject 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facilities Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. Key submittals shall be submitted appropriately to ensure that the project progresses expedi- tiously. Key submittals include, but are not limited to, the following, and shall be submitted within the designated timeframe or per the Contractor’s needs to complete the Work, whichever occurs earlier: 1. The project schedule (6.1) shall be submitted within 10 calendar days after the Notice to Proceed (NTP). ·---~·· ... Revised 6/15/17 Contract No. 5503-21 Page 60 of 122 2. Schedule of Values (3.2.4.1) shall be submitted within 14 calendar days after Notice to Proceed. 3. Pre-construction videos for each site shall be submitted no more than four weeks or less than two weeks prior to beginning work at each respective site. 4. Working drawings for each site shall be submitted at least six weeks prior to beginning work at each respective site. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or as- sembled 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 Specifi- cations 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. 2. List of Materials per 4-1.4. 3. Certifications per 4-1.5. 4. Construction Schedule per 6-1. 5. Confined Space Entry Program per 7-10.4.4. 6. Concrete mix designs per 201-1.1. 7. Asphalt concrete mix designs per 203-6.1. 8. Data, including, but not limited to, catalog sheets, manufacturer’s brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, man- ufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefor. 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 (Not used). 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 Revised 6/15/17 Contract No. 5503-21 Page 61 of 122 drilled are available for inspection at the office of the Engineer. Any additional subsurface explo- ration 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 (Not used). 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the 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, rec- ords 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 re- quired 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 Revised 6/15/17 Contract No. 5503-21 Page 62 of 122 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. 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 Requirements for Construction Staking Feature Staked Stake De- scription  Centerline or Parallel to Centerline Spacing,  Lateral Spacing ,  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 center- line 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 - continu- ous 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 offset) 0.1’ Horizontal Rough Grade Cuts or Fills  10 m (33’) RP + Marker Stake  50’ N/A 0.1’ Vertical & Hori- zontal Revised 6/15/17 Contract No. 5503-21 Page 63 of 122 Feature Staked Stake De- scription  Centerline or Parallel to Centerline Spacing,  Lateral Spacing ,  Setting Tolerance (Within) 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 R 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,  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 ¼, ½ & ¾ on curb returns & at beginning & end ( constant offset) 3/8” Horizontal & 1/4” Vertical Traffic Signal  Vertical locations shall be based on the ultimate elevation of curb and sidewalk Signal Poles & Controller  RP + Marker Stake at each pole & controller location as appropriate 3/8” Horizontal & 1/4” Vertical Junction Box  RP + Marker Stake at each junction box location as appropriate 3/8” Horizontal & 1/4” Vertical Conduit  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 & when depth cannot be measured from exist- ing pavement 1/4” Vertical Minor Structure  RP + Marker Stake + Line Stake for catch basins: at centerline of box, ends of box & wings & at each end of the local depression  as appropriate 3/8” Horizontal & 1/4” Vertical (when vertical data needed) Abutment Fill RP + Marker Stake + Line Stake  50’ & along end slopes & conic transi- tions as appropriate 0.1’ Vertical & Hori- zontal Wall  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 ele-vation & wall height as appropriate 1/4” Horizontal & 1/4” Vertical Major Structure  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 bot- tom of columns as appropriate 3/8” Horizontal & 1/4” Vertical Miscellaneous  Contour Grad- ing  RP + Marker Stake  50’ along contour line 0.1’ Vertical & Hori- zontal Utilities ,  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  RP + Marker Stake intervisible &  100’, BC & EC of facili-ties, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities as appropriate 0.1’ Horizontal & 1/4” Vertical Revised 6/15/17 Contract No. 5503-21 Page 64 of 122 Feature Staked Stake De- scription  Centerline or Parallel to Centerline Spacing,  Lateral Spacing ,  Setting Tolerance (Within) Signs  RP + Marker Stake + Line Point +Guard Stake At sign location Line point 0.1’ Vertical & Hori-zontal Subsurface Drains  RP + Marker Stake intervisible &  50’, BC & EC of facilities, Grade breaks, Alignment breaks, Junc-tions, Inlets & similar facilities, Risers & similar facilities as appropriate 0.1’ Horizontal & 1/4” Vertical Overside Drains  RP + Marker Stake longitudinal location At beginning & end 0.1’ Horizontal & 1/4” Vertical Markers  RP + Marker Stake for asphalt street surfacing  50’ on tan- gents & curves when R 1000’ &  25’ on curves when R  1000’. At marker loca-tion(s) 1/4” Horizontal Railings & Bar- riers  RP + Marker Stake At beginning & end and  50’ on tan- gents & curves when R  1000’ &  25’ on curves when R  1000’ at railing & bar- rier location(s) 3/8” Horizontal & Verti- cal AC Dikes  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 Markers RP 200’ on tangents, 50’ on curves when R  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  Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those fea- tures and the accuracy requirements of the RP meet the requirements for the feature  Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table  Perpendicular to centerline.  Some features are not necessarily parallel to centerline but are referenced thereto  Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature.   means greater than, or equal to, the number following the symbol.  means less than, or equal to, the number following the symbol.  The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. 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 Staking Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, center- line, alignments, etc. White/Red Vertical Control Benchmarks White/Or- ange Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, fi- nal 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. Revised 6/15/17 Contract No. 5503-21 Page 65 of 122 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. 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 Revised 6/15/17 Contract No. 5503-21 Page 66 of 122 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. Revised 6/15/17 Contract No. 5503-21 Page 67 of 122 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. 5503-21 Page 68 of 122 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifica- tions, 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 Con- tract 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 with Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, within 14 calendar days, Contractor shall pro- vide 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. Revised 6/15/17 Contract No. 5503-21 Page 69 of 122 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. Revised 6/15/17 Contract No. 5503-21 Page 70 of 122 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 submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. Revised 6/15/17 Contract No. 5503-21 Page 71 of 122 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 conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. Revised 6/15/17 Contract No. 5503-21 Page 72 of 122 “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. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or 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. Revised 6/15/17 Contract No. 5503-21 Page 73 of 122 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 Revised 6/15/17 Contract No. 5503-21 Page 74 of 122 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. Revised 6/15/17 Contract No. 5503-21 Page 75 of 122 (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 Revised 6/15/17 Contract No. 5503-21 Page 76 of 122 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. Revised 6/15/17 Contract No. 5503-21 Page 77 of 122 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. Revised 6/15/17 Contract No. 5503-21 Page 78 of 122 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 Revised 6/15/17 Contract No. 5503-21 Page 79 of 122 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. Revised 6/15/17 Contract No. 5503-21 Page 80 of 122 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. 5503-21 Page 81 of 122 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 inves- tigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional in- formation in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the co- operative investigation concluded. Whenever the cooperative investigation is unable to reach res- olution, the investigation may then either conclude without resolution or continue by written noti- fication of one party to the other requesting the implementation of a resolution process by com- mittee. 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 acknowledge- ment, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Con- tractor 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 coop- erative investigation and will re-consider all available information and if necessary, gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee Revised 6/15/17 Contract No. 5503-21 Page 82 of 122 may provide engineering recommendations as necessary. Unless otherwise agreed, the commit- tee will have 30 calendar days from its formation to complete their review and submit their find- ings. 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. Revised 6/15/17 Contract No. 5503-21 Page 83 of 122 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. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the 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. Revised 6/15/17 Contract No. 5503-21 Page 84 of 122 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, 2006 current Edition. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and 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. Revised 6/15/17 Contract No. 5503-21 Page 85 of 122 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. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. Revised 6/15/17 Contract No. 5503-21 Page 86 of 122 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 ten (10) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s 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. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Base- line Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities re- quired to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and se- quencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Revised 6/15/17 Contract No. 5503-21 Page 87 of 122 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows compatible “Suretrak” program by Primavera or “Project” program by Microsoft Cor- poration to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit source files and PDFs electronically to the Agency in a format readable by a Microsoft Windows 10 system. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activi- ties, including submittals, interfaces between utility companies and other agencies, project mile- stones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor’s plan for project execution, to accu- rately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity’s description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity’s construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Con- struction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contrac- tor’s proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency’s acceptance of a shortened du- ration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer. The Engineer’s determination that the Baseline Construction Schedule proposed by the 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 thirty (30) working days after the date of the preconstruction meeting shall be Revised 6/15/17 Contract No. 5503-21 Page 88 of 122 grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construc- tion Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 “Accepted.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 “Accepted with Comments.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the cor- rections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity’s schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The most recent version of the schedule shall be provided at each Project Meeting. The monthly update will be submitted on hard (paper) copy and electronically per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.6. Acceptable updates to the Baseline Construction schedule shall be a condition of payment. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed dur- ing the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.4 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor’s change orders. 6-1.3.5 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working Revised 6/15/17 Contract No. 5503-21 Page 89 of 122 days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with Comments” or “Not Accepted” by the Engineer will be returned to the Contractor for correction. Upon resub- mittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer re- turning a monthly updated construction schedule marked “Not Accepted”. 6-1.4.1 “Accepted.” The Contractor may proceed with the project work and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per Sec- tion 6-1.8.2. 6-1.4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked “Accepted” by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor’s responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent “Accepted” Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the “Accepted” schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substan- tially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section “substantially different” means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor’s Final Sched- ule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revi- sions and 6-1. 4 Engineer’s Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. Revised 6/15/17 Contract No. 5503-21 Page 90 of 122 6-1.8 Measurement and Payment. 6-1.8.1 Measurement and Payment of Construction Schedule. The Contractor’s preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefor. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor’s Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes rehabilitation of sewer pipeline, including installation of cured-in-place pipe (CIPP) and spiral wound lining systems, re- instatement of laterals, traffic control plans and traffic control devices, and other miscellaneous related work items. Refer to Appendix B for detailed information. 6-2.2 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor’s Representative and any key subcontractors shall attend each Project Meeting. The Contractor is to provide a 3-week look ahead of work to be performed. The Project Representative shall be the individual determined under Section 7-6, “The Contractor’s Repre- sentative”. No separate payment for attendance of the Contractor, the Contractor’s Representa- tive or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. The Contractor shall provide the most recent construction schedule and a 3-week look ahead update at each Project Meeting. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the 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 Revised 6/15/17 Contract No. 5503-21 Page 91 of 122 area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency’s interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board’s opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board’s consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor’s place in all respects for that part and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. 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. 6-5 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. Revised 6/15/17 Contract No. 5503-21 Page 92 of 122 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. 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. Revised 6/15/17 Contract No. 5503-21 Page 93 of 122 The Contractor shall diligently prosecute the work to completion within 220 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor associa- tion, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7 a.m. and 4 p.m. on Mondays through Fridays, and for school zones between the hours of 8:30 a.m and 3:30 p.m., excluding Agency holidays. The Contractor shall not muster or conduct other preparatory efforts that could impact residents/businesses in the vicinity before 7 a.m. or after 4 p.m. on Mondays through Fridays, or at any time on weekends or Agency holidays unless otherwise approved in writing by the Engineer. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Con- tractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. Work at the following sites shall be scheduled during the time indicated in the table below: Sched- ule of Sewer Pipelines for Rehabilitation (Appendix B). The Contractor shall incorporate the dates and areas in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed with the dates, areas and/or types of work prohibited in this section. Night work shall be defined as the following: 1. Sunday night at 9 p.m. through Friday morning at 6 a.m. a. Preparatory work between the hours of 9 p.m. to 10 p.m.; b. Active construction work between the hours of 10 p.m. to 5 a.m.; and c. Demobilization/clean-up between the hours of 5 a.m. to 6 a.m. 2. Excludes Agency holidays. For work designated to occur during a School Break, it is the Contractor’s responsibility to verify the latest official school summer and holiday schedule from respective school district. Revised 6/15/17 Contract No. 5503-21 Page 94 of 122 Site No. Facility ID Location Required Construction Time Prep/Post Work Constraints Lining Con- straints 01 SWM 92, SWM 94, & SWM 271, & SWM 272 State Street Alley No Constraints except Wednesdays (constrained by Farmer’s Market) Day Day 02 SWM 5221 Grand Ave - from Carlsbad Blvd to Gar- field St No Constraints Night Night 03 SWM 4218 Roosevelt St – from Oak Ave to Pine Ave No Constraints Day Day 04 SWM 4858 & SWM 4859 Carlsbad Village Dr near I-5 No Constraints; complete after Caltrans Permit obtained Night Night 05 SWM 4820 Oak Ave No Constraints Day Day 06 SWM 4036 Basswood Ave – from Monroe St to Canyon St School break Day Day 07 SWM 4019 Ridgecrest Dr No Constraints Day Day 08 SWM 4880036 Las Flores – from I-5 to Pio Pico Dr School Break; complete after Caltrans Permit obtained Day Day 09 SWM 337 & SWM 6253 Near S Vista Way & Haymar Dr No Constraints Night Night 10 SWM 4002 Marron Rd No Constraints Coordinate with shopping center Night Night 11 SWM 5941 Via Topacio No Constraints Day Day 12 SWM 2899 Catalina Dr & Trieste Dr No Constraints Day Day 13 SWM 2645 & SWM 2646 Near Via Arequipa Rd No Constraints Coordinate backyard access with homeowner Day Day 14 SWM 5808 & SWM 5809 Palomar Airport Rd No Constraints Requires access coordination with McClellan-Palomar Airport Night Night 15 SWM 548 Begonia Ct No Constraints Coordinate backyard access with homeowner Day Day Revised 6/15/17 Contract No. 5503-21 Page 95 of 122 The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the pro- hibition of work being performed within the dates, areas and/or types of work prohibited in this section. 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 replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor’s sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6- 6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of two thousand five hundred dollars ($2,500.00). Such sum is liquidated damages and shall not be construed as a penalty and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that two thou- sand five hundred dollars ($2,500.00) 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 Revised 6/15/17 Contract No. 5503-21 Page 96 of 122 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. 5503-21 Page 97 of 122 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. 5503-21 Page 98 of 122 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 therefor. The Contractor shall obtain and pay for all costs incurred for per- mits necessitated by its operations such as, but not limited to, those permits required for Caltrans, night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. No resource agency permits are required for the Work de- scribed. 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 per- son 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. Revised 6/15/17 Contract No. 5503-21 Page 99 of 122 The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for 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 coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time exten- sion if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is 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. Revised 6/15/17 Contract No. 5503-21 Page 100 of 122 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 therefor. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the 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. Refer to Temporary Sewer Bypass Technical Specification 01510. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall be incompliance with Supplemental Provisions Section 300-13 – Storm Water Pollution Prevention Plan and consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR’s) for Discharges of Storm- water 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. Revised 6/15/17 Contract No. 5503-21 Page 101 of 122 The Contractor shall complete Form E-32 “Determination of Project’s SWPPP Tier Level and Construction Threat Level” (Appendix C). The SWPPP shall be created and implemented through- out the project duration by the contractor in compliance with the requirements of the City’s Engi- neering Standards, Volume 4 SWPPP manual. Payment for the SWPPP and its implementation is included under the bid item for this work. 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 Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be included as part of the contract price bid. The Contractor shall limit the land disturbance area resulting from construction activities to less than 1 acre and comply with a City of Carlsbad Tier 1 Construction SWPPP (Appendix C). The Contractor shall comply with the City’s Construc- tion Storm Water Pollution Prevention Plan (SWPPP) standards and requirements to ensure con- struction compliance with the City of Carlsbad Storm Water Ordinance and the Municipal Permit, as issued by the San Diego California Regional Water Quality Control Board (SDRWQCB) San Diego Region Order No. R9-2013-0001, as amended by Order Nos. R9-2015-0001 and R9-2015- 0100; National Pollutant Discharge Elimination System (NPDES) No. CAS0109266 and Waste Discharge Requirements for Discharges from the Municipal Separate Storm Sewer Systems (MS4s) Draining the Watersheds within San Diego Region and any amendment, revision or re- issuance thereof. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. 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 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor’s operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. Revised 6/15/17 Contract No. 5503-21 Page 102 of 122 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 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. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City’s contracted waste disposal 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 Revised 6/15/17 Contract No. 5503-21 Page 103 of 122 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. 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 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored else- where by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equip- ment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be Revised 6/15/17 Contract No. 5503-21 Page 104 of 122 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 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 ............................................................................ 442-339-2780 2. Carlsbad Fire Department Dispatch .......................................... 760-931-2197 3. Carlsbad Police Department Dispatch ...................................... 760-931-2197 4. Carlsbad Traffic Signals Maintenance ...................................... 442-339-2980 5. Carlsbad Traffic Signals Operations.......................................... 442-339-2736 6. North County Transit District ..................................................... 760-967-2828 7. Republic Services ..................................................................... 760-332-6464 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer’s written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering “signs” as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD) Current Edition, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delin- eation 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. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 201203 Revision 1 and 2, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contrac- tor 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. Revised 6/15/17 Contract No. 5503-21 Page 105 of 122 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 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 six (6) feet (insert minimum acceptable lateral safety buffer distance, e.g. 1.8 m (6’)), nor operate equipment within 0.6 two feet (2’) from any traffic lane occupied by traffic. For equipment the two feet (2’) than (insert minimum acceptable shy distance, e.g. 0.6 m (2’)) shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a con- dition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. Revised 6/15/17 Contract No. 5503-21 Page 106 of 122 During the entire construction, a minimum of (insert appropriate number of lanes) one 91) paved traffic lane, not less than twelve fee 912’) wide, paved traffic lanes, not less than (insert appropri- ate minimum lane widths, e.g. 12’) wide, shall be open for use by public traffic in each direction of travel. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 201209 Revisions 1 and 2cur- rent edition, as amended for use in California) and provisions under "Maintaining Traffic" else- where in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Preparation of Traffic Control Plan Sheets. The Contractor shall prepare and submit traffic control plans (TCP), as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have traffic control plans TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer’s review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer’s approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP for the Engineer’s review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Design of TCP for construction shall meet the requirements of the City and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD, current edition, as amended for use in Cali- fornia as published by CALTRANS). Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. Traffic Control for Permanent and Temporary Traffic Striping. Dur- ing 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 alter- native traffic control plan proposed by the Contractor and approved by the Engineer. The Con- tractor 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 (FHWA MUTCD current edition, as amended for use in California published by CALTRANS. Whenever the work causes obliteration of pave- ment delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided Revised 6/15/17 Contract No. 5503-21 Page 107 of 122 at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to estab- lish 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. 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 (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer’s review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer’s approval of the TCP prior to implementing them. The minimum 20-day re- view 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 sub- mittals 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, supple- ments and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD current edition, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer’s sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the 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. Revised 6/15/17 Contract No. 5503-21 Page 108 of 122 7-10.3.67 Payment The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supple- mental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefor. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefor. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. 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. Revised 6/15/17 Contract No. 5503-21 Page 109 of 122 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 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. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. Revised 6/15/17 Contract No. 5503-21 Page 110 of 122 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. 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.” Revised 6/15/17 Contract No. 5503-21 Page 111 of 122 SECTION 8 – FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Field office for Agency personnel is not required. Revised 6/15/17 Contract No. 5503-21 Page 112 of 122 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. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated “Lump Sum”, “L.S.”, or “Job”, shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in 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 has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Revised 6/15/17 Contract No. 5503-21 Page 113 of 122 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 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) Revised 6/15/17 Contract No. 5503-21 Page 114 of 122 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, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from re- maining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the 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 Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate 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 time such further information and details as may be required by the Engineer to determine the Revised 6/15/17 Contract No. 5503-21 Page 115 of 122 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. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid schedule, and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equip- ment 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, equip- ment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and opera- tions which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Revised 6/15/17 Contract No. 5503-21 Page 116 of 122 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 thirty percent (30%) of the amount bid for mobilization and preparatory work will be allowed therefor. The remaining thirty percent (30%) will be allowed for demobilization at the final payment. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation sys- tems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his ex- pense. Bonds, Insurance and Mobilization (Bid Item No. A-1) The contract unit price paid for this bid items shall constitute full compensation to provide contract bonds, insurance, encroachment permits, right-of-entry, project management, mobilization, de- mobilization, and preparatory work including project submittals and project schedule. Payment for Bid Item A-1 will be incremental throughout the project with final payment released upon project acceptance. Traffic Control (Bid Item No. A-2) The contract unit price paid for this bid item shall constitute full compensation to furnish, install and maintain Traffic Control including all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, California Manual of Uniform Traffic Control Devices and the Standard Specifications. This includes, but is not limited to, preparation and approval of Traffic Control Plans, all signs, delineators, arrow boards, flagmen, and temporary street striping as well as removing traffic control items when they are no longer needed. Caltrans Traffic Control (Bid Item No. A-3) The contract unit price paid for this bid item shall constitute full compensation to furnish, install and maintain Traffic Control including all materials, labor, tools, equipment, and all incidentals, necessary to complete the work in accordance with the General Provisions, California Manual of Uniform Traffic Control Devices, California Department of Transportation, and the Standard Spec- ifications. This includes, but is not limited to, preparation and approval of Traffic Control Plans, all signs, delineators, arrow boards, flagmen, and temporary street striping as well as removing traffic control items when they are no longer needed. Storm Water Pollution Prevention Plan (Bid Item No. A-4) The contract unit price paid for this bid item shall constitute full compensation to furnishing all labor, materials, labor, tools, equipment, permitting and all incidentals, necessary for preparing and executing an approved SWPPP in accordance with the General and Supplemental Provi- sions, the City of Carlsbad Engineering Standards Volume 4 SWPPP Manual (Appendix C), and the NPDES General Permit (CAS000002). Temporary Bypass Pumping (Bid Item No. A-5) The contract unit price paid for this bid item shall constitute full compensation to furnishing all labor, materials, labor, tools, equipment, and all incidentals, necessary to execute the Temporary Revised 6/15/17 Contract No. 5503-21 Page 117 of 122 Bypass Plan in accordance with Technical Specification Section 33 01 30.1001510 and as di- rected by the Engineer. Full compensation for the preparation and approval of the Temporary Bypass Plan and the Emergency Overflow Response Plan and all related work and expenses shall be considered as included in the contract unit price and no additional compensation will be allowed. Sewer Cleaning and Video Inspections (Bid Item No. A-6) The contract unit price paid for this bid item shall constitute full compensation to furnishing all labor, materials, labor, tools, equipment, and all incidentals, necessary to complete the sewer cleaning, and video sewer inspections. This includes, but is not limited to, cleaning sewer, removal of grease, roots and obstructions, collection and disposal of debris at downstream manhole, video inspect existing sewer after initial cleaning and flushing of sewer, and post-video inspection of sewer after rehabilitation work is complete, delivery of electronic videos and logs of sewer video to the Agency in accordance to Technical Specification Section 33 01 30.1101510 and 33 01 30.4102951 and as directed by the Engineer. Install 8-inch and 10-inch Cured-in-Place Pipe (CIPP) (Bid Items No. A-7 andA-8) The contract unit price paid for this bid item shall constitute full compensation to furnishing all labor, materials, labor, tools, equipment, and all incidentals, necessary to install CIPP liner in ac- cordance with Technical Specification Section 33 01 30.7202957 and as directed by the Engineer. This includes, but is not limited to, sewer interior surface preparation, final interior sewer cleaning, liner insertion and curing process, end seals, finishing at interface of manhole, field and laboratory testing, and all incidentals for installation of CIPP liner. Install 8-inch Spiral Wound liner (Bid Item No. A-9) The contract unit price paid for this bid item shall constitute full compensation to furnishing all labor, materials, labor, tools, equipment, and all incidentals, necessary to install Spiral Wound PVC liner in accordance with Technical Specification Section 33 01 30.7502959 and as directed by the Engineer. This includes, but is not limited to, sewer interior surface preparation, final interior sewer cleaning, liner insertion and installation, end seals, finishing at interface of manhole, and all incidentals for installation of Spiral Wound liner. Manholes not Accessible by Vehicle (Bid Item No. A-10) The contract unit price paid for this bid item shall constitute full compensation to furnishing all labor, materials, labor, tools, equipment, and all incidentals, necessary to access and work within and around manholes needed for conducting the cleaning, inspection, lining work and related activities of sewer segments but which are not accessible by vehicle. Night Work (Bid Item No. A-11) The contract unit price paid for this bid item shall constitute full compensation to furnishing all labor, materials, labor, tools, equipment, and all incidentals, necessary to complete the cleaning, inspection, lining work and related activities that occur during night work hours. Reinstate Sewer Laterals (Bid Item No. A-12) The contract unit price paid for this bid item shall constitute full compensation to furnishing all labor, materials, labor, tools, equipment, and all incidentals, necessary to reinstate sewer laterals by robotically-controlled device from inside the sewer mains without excavation = in accordance with Technical Specification Sections 33 01 30.72, 33 01 30.75,02957, 02959 and as directed by the Engineer. Revised 6/15/17 Contract No. 5503-21 Page 118 of 122 Install Lateral Connection Seal and Liner (Bid Item No. A-13) The contract unit price paid for this bid item shall constitute full compensation to furnishing all labor, materials, labor, tools, equipment, and all incidentals, necessary to install sewer service lateral T-liner with a robotically-controlled device from inside the sewer mains without excavation in accordance with Technical Specification Sections 33 01 30.74029587.3.5.C and 02959.3.3.A.3, and as directed by the Engineer. This includes, but is not limited to, sewer lateral interior surface preparation, final interior sewer lateral cleaning, liner insertion and curing process, field and la- boratory testing, and all incidentals for installation of sewer service lateral T-liner. Removal of Protruding Laterals (Bid Item No. A-14) The contract unit price paid for this bid item shall constitute full compensation to furnishing all labor, materials, labor, tools, equipment, and all incidentals, necessary for the removal of protrud- ing sewer laterals in the sewer main and preliminary pipe repairs by a robotically-controlled device from inside the sewer mains without excavation in accordance with Technical Specification Sec- tion 02955 and as directed by the Engineer. Install Chemical Grout (Bid Item No. B-1) The contract unit price paid for this bid item shall constitute full compensation to furnishing all labor, materials, labor, tools, equipment, and all incidentals, necessary to furnish and install chem- ical grout in accordance with Technical Specification Section 02956 and as directed by the Engi- neer. Revised 6/15/17 Contract No. 5503-21 Page 119 of 122 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 – EARTHWORK 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution 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 “Green- book” Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construc- tion (“Handbook”), the requirements of the Permit, the requirements in the plans and these sup- plemental provisions. 300-13.1.1 SWPPP Document Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Contractor will be provided the digital format for SWPPP to complete required sections. If revi- sions are required, as determined by the Engineer, the Contractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer’s comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer’s acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to allow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the 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; and 4. Non-storm water management and waste management and disposal control practices. Specific objectives and minimum requirements for each category of control measures are con- tained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibil- ities outlined in the SWPPP. Revised 6/15/17 Contract No. 5503-21 Page 120 of 122 The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspection and Repair; 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Consideration Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant 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. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non-compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-13-1.2 Availability of SWPPP Template. The template document is available for review in Appendix C. The Contractor shall prepare and implement the SWPPP and modify it as necessary to reflect the Contractor’s operations. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be paid per the bid item as indicated for SWPPP, and no additional payment will be made therefor. Revised 6/15/17 Contract No. 5503-21 Page 121 of 122 Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and 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. 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. Add the following section: 300-13.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontin- ued. 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 Revised 6/15/17 Contract No. 5503-21 Page 122 of 122 not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. TECHNICAL SPECIFICATIONS SECTION 01510 2 TEMPORARY BYPASS PUMPING 3 PART 1 -GENERAL 4 1.1 REQUIREMENTS 5 A. This section describes the requirements for temporary bypass pumping sewage flows. When 6 sewage bypass and pumping is required, or the CONTRACTOR elects to perform, the 7 CONTRACTOR shall submit a Temporary Bypass Plan in accordance with this Section. 8 B. CONTRACTOR shall provide labor, materials, equipment, and supervision to temporarily 9 provide bypass pumping around the CONTRACTOR's work in accordance with the specific 10 needs of the work. 11 C. No interruption of sewage flow shall be permitted throughout the duration of the project. 12 D. Bypass Operation: 24 hours per day during the period of Work. The bypassed flow shall be 13 continuously monitored. 14 E. The CONTRACTOR shall observe and comply with all Federal, State, and local laws, 15 ordinances, codes, orders, and regulations which in any manner affect the conduct of the work, 16 specifically as they relate to wastewater discharges, spills, or overflows to the environment. The 17 CONTRACTOR shall be fully responsible for preventing wastewater discharges, spills or 18 overflows, containing the wastewater, recovery and legal disposal of wastewater, any fines, 19 penalties, claims and liability arising from negligent or willful discharge of wastewater, and 20 violation of any law, ordinance, code, order, or regulation as a result of the discharge, spill or 2 1 overflow. The CONTRACTOR shall be responsible for payment of any fines or penalties 22 assessed against the City of Carlsbad (AGENCY) for such wastewater discharges, spills, or 23 overflows, including any attorney fee and costs associated with defending any action against the 24 AGENCY resulting from such discharges, spills or overflows. 25 F. The CONTRACTOR shall not damage existing public and private improvements, interrupt 26 existing services and/or facility operations which may cause a wastewater discharge, spill or 27 overflow. Any utility and/or improvement damaged by the CONTRACTOR shall immediately 28 be repaired at the expense of the CONTRACTOR. 29 G. The CONTRACTOR will be charged for all costs associated with the AGENCY's efforts if they 30 are dispatched to the discharge, spill or overflow. 31 H. The CONTRACTOR is prohibited from discharging any groundwater, stormwater or hazardous 32 waste encountered during construction project without prior written approval by the San Diego 33 Regional Water Quality Control Board. Refer to the General Provisions Section 7-8.6. 34 l. The CONTRACTOR is responsible for noise attenuation equipment and odor control measures 35 if determined necessary by the AGENCY or County based on site conditions and impact to 36 adjacent property owners. 37 J. The CONTRACTOR is responsible for contacting property owners and business that are 38 affected by the construction activities to inform them of the work to be done and the estimated 39 schedule and timing for the work. Written notice shall be delivered to each home or business 2 40 weeks prior to installation of liner. Notice shall include a description of the project, method of 41 construction, approximate date and duration of work, local telephone number of the 42 CONTRACTOR, and contract information for the AGENCY. Written notices must be reviewed 43 by the AGENCY prior to distribution to the public. See Section 02957 1.4(K) for more details. 10318329 City of Carlsbad Error! Unknown document property name. Sewer Pipeline Rehabilitation 2022 TEMPORARY BYPASS PUMPING 0 1510-I 1 K. Two (2) days prior to liner installation, a follow-up notice shall be delivered to each home or 2 business that has a service connection on the sewer pipeline that is scheduled to be lined. The 3 notice shall instruct occupants to minimize water usage on the day of the liner installation and to 4 fill floor drain traps with water to prevent potential odors. 5 I. A doorhanger notice to residential properties template is available from AGENCY. 6 L. Flow diversion and bypass piping cannot be placed within residents' property for the sewer 7 segments between maintenance holes 11 A-4 to 11 A-7, l 7D-17 to l 7D-15 and 4 7 A-12 to 47 A- 8 13. Sewer wastewater flows shall be managed by CONTRACTOR's means and methods, which 9 could include alternate bypass pipeline routing or trucking, as examples. 10 1.2 SUBMJTIALS 11 A. The CONTRACTOR shall submit a Temporary Bypass Pumping Plan to the AGENCY at least 12 fourteen (14) days prior to the implementation of flow diversion/bypass. 13 I. The flow diversion/bypass plan shall indicate the sequence of diversion operations, and all 14 other operations the CONTRACTOR will establish to maintain wastewater service during 15 the diversion/bypass period. 16 2. The flow diversion/bypass plan shall be reviewed and approved by the AGENCY before 17 flow can be diverted/bypassed. No deviation from the approved diversion/bypass plan will 18 be allowed without prior approval from the AGENCY. 19 3. The diversion/bypass plan shall include an Overflow Emergency Response Plan (OERP) 20 indicating the procedures, personnel, equipment, and activities that will be implemented in 21 the event of a wastewater discharge, spill or overflow to the environment, or diversion 22 system failure. The CONTRACTOR shall be responsible for implementation of the OERP 23 in accordance with this Section. 24 B. Bypass Pumping Plan. 25 I. Provide for each bypass pumping scenario for the project. Bypass pumping plan shall 26 include at least the following: 27 a. A plan view drawing to graphically show the location of the bypass pumping 28 equipment and appurtenances. 29 b. Staging areas for pumps. 30 c. Sewer plugging method and types of plugs. 31 d. Size and location of manholes or access points for suction and discharge hose or piping. 32 e. Size of pipeline or conveyance system to be bypassed. 33 f. Number, size, material, location and method of installation of suction piping. 34 g. Number, size, material, location and method of installation of discharge piping. 35 h. Bypass pump sizes, capacities, and number of each size to be provided on-site 36 including all primary, secondary, and spare pumping units. 37 1. Calculations of static lift, friction losses, and flow velocity (pump curves showing 38 pump, operating range shall be submitted). 39 j. System pressure for calculation of hydrostatic testing requirements. 40 k. Downstream discharge plan. 41 I. Method of protecting discharge manholes or structures from erosion and damage. 42 m. Thrust and restraint block sizes and locations. Provide the details necessary to 43 demonstrate the integrity of all suction and discharge piping including piping and 44 fittings associated with all primary and secondary pumping units. 45 n. Sections showing suction and discharge pipe depth, embedment, select fill and special 46 backfill. 47 o. Method of noise control for each pump and any additional equipment that is included in 48 the Bypass Pumping Plan. 49 p. Any temporary pipe supports and anchoring requirements. 50 q. Access plans to all bypass pumping locations indicated on the drawings. 51 r. Calculations for selection of bypass pumping pipe size. • 52 s. Schedule for installation of and maintenance of bypass pumping lines. 53 t. Plan indicating location of bypass pumping pipe locations. 10318329 City of Carlsbad Error! Unknown document property name. Sewer Pipeline Rehabilitation 2022 TEMPORARY BYPASS PUMPING 01510-2 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 C. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 10318329 u. Emergency plan for adverse weather and flooding for various phases of the Work. v. CONTRACTORS plan for providing continuous monitoring of the bypass pumping operation as well as the monitoring persons' qualifications. w. Flow-thru plugs: lf flow-thru plugs are utilized for bypass, provide detailed design including, but not limited to, the flow-thru pipe size(s), configuration and location, and a capacity analysis to verify plug capacity vs design flow. The flow-thru plug shall be tethered or adequately braced during all diversion activities. 2. If bypass pumping is not required for a location, the CONTRACTOR may elect to plug and vactor sewage flows for the duration of the CJPP installation and curing. The CONTRACTOR shall submit a plug and vactor plan for each location. The plug and vactor plan shall include at least the following: a. Sewer plugging method and types or°plugs. b. Size of pipeline or conveyance system to be bypassed. c. Duration of plugging and calculated volume of sewage, including elevation of sewage head. d. Emergency plan for adverse weather and flooding for various phases of the Work. e. CONTRACTORs plan for providing continuous monitoring of the sewage flows as well as the monitoring persons' qualifications. 3. Emergency Contact List: Provide list of three emergency contacts who are able to respond and be on site within two hours of contact. Provide name, cell phone, and email addresses. List shall be posted in a conspicuous location at the bypass pump location. Overflow Emergency Response Plan (OERP) I. The OERP shall be developed to respond to any construction related wastewater discharge, spill or overflow to the environment. The CONTRACTOR's OERP shall not rely on AGENCY personnel for emergency response, but they may be dispatched, at the AGENCY's discretion, to provide additional assistance. If the AGENCY's personnel are utilized, the CO TRACTOR shall be responsible for all associated costs. The CONTRACTOR is responsible contacting the California Department of Public Health (CDPH). The CONTRACTOR is prohibited from discharging any groundwater, storm water, or hazardous waste encountered during the construction project. 2. The OERP shall include at a minimum: a. Identification of environmentally-sensitive areas that could be affected by a wastewater discharge, spill or overflow, including but not limited to, waterways, channels, catch basins and entrances to existing underground storm drains. b. Development of an emergency notification procedure the complies with the state and federal requirements including but not limited to, California Health and Safety Code Section 5411 .5. The CONTRACTOR shall designate primary and secondary representatives, their respective home and mobile phone numbers. AGENCY contacts for City Contractors shall also be listed. c. Identification of personnel and equipment/tools that will be utilized in the event of a wastewater discharge, spill or overflow to the environment. Include an emergency team with arrangements for backup personnel and equipment. The emergency response team shall be able to dispatch to the site 24 hours a day 7 days a week including weekends and holidays to respond immediately to any wastewater discharge, spill or overflow to the environment related to the Project work. d. Identification of downstream public water systems. e. Identification of owners of storm water inlets in immediate vicinity. f. Step-by-step procedures to contain, control, and minimize wastewater discharges, spills or overflows to the environment. 3. At the pre-construction meeting, the CONTRACTOR will be provided with a list of AGENCY representatives to contact in case of a wastewater discharge, spill, or overflow to the environment. These contacts shall be added to the OERP. 4. The CONTRACTOR cannot begin work until the AGE CY has approved the OERP in writing. An approved copy of the OERP shall be available on the job site at all times. City of Carlsbad Error! Unknown document property name. Sewer Pipeline Rehabilitation 2022 TEMPORARY BYPASS PUMPING 01510-3 1 2 5. It is the CONTRACTOR's responsibility to assure that all employees, including subcontractors, know and obey all emergency procedures included in the OERP. 3 PART 2 -PRODUCTS (NOT USED) 4 PART 3 -EXECUTION 5 3.1 GENERAL 6 A. The CONTRACTOR shall notify the ENGINEER 48 hours prior to bypassing or diverting flow 7 in any of the pipelines or laterals. Notification shall include location of bypass, when bypass will 8 be activated, and length of time bypass will be in place. Include copy of emergency contact list. 9 B. CONTRACTOR shall maintain on site, sufficient equipment and materials to ensure continuous 10 and successful operation of the bypass systems. The CONTRACTOR shall maintain on site a 11 sufficient number of valves, spare pumps, tees, elbows, connections, tools, sewer plugs, piping, 12 fuel and/or back-up generator, and other parts or system hardware to ensure immediate repair or 13 modification of any part of the system as necessary. 14 C. Bypass piping cannot be placed within residents' property. 15 3.2 BYPASS PUMPING EQUIPMENT 16 A. All equipment, including but not limited to vactors and pumps shall be fully installed, 17 operational, and ready for immediate use. 18 B. Noise Restrictions 19 1. Pumps and generators shall keep the noise level below 70 dBA at 30 feet. 20 C. Capacity 21 1. Pumps and bypass lines shall be of adequate capacity and size to handle the peak flow. 22 Design flow rates for the sewer segments are provided in tabular form in Table 1 at the end 23 of this specification. The bypass pumping equipment shall be sized to handle I 00% of the 24 indicated flows. Bypass lines, fittings and all accessories shall withstand twice the 25 maximum pressure required for bypassing. 26 2. The CONTRACTOR is responsible for verifying the actual peak flow rate and designing the 27 flow diversion/bypass pumping system. 28 3. Spare pumps and generators, with a total capacity equal to I 00% of the peak flows, must 29 also be supplied to provide 100% redundancy. 30 D. The CONTRACTOR shall perform the necessary maintenance and repairs on the flow bypass 31 system, and exercise and ensure the operation of the backup pumps. The CONTRACTOR shall 32 operate backup pumps for a minimum of25% of the total bypass time on a daily basis 33 E. The CONTRACTOR shall use pressure-rated piping materials in good working condition. 34 F. The CONTRACTOR shall provide one dedicated fuel tank for every single pump/generator if 35 fuel/generator driven pump are used. The CONTRACTOR shall provide a fuel level indicator 36 outside each fuel tank. The CONTRACTOR shall provide a fuel level indicator outside each fuel 37 tank. The CONTRACTOR shall continuously (while in use) monitor the fuel level in the tanks 38 and ensure that the fuel level does not drop below a level equivalent of two hours of continuous 39 flow diversion system operation. The CONTRACTOR shall take the necessary measures to 40 ensure the fuel supply is protected against contamination. This could include but is not limited to 41 fuel line water traps, fuel line filters, and protecting fuel stores from precipitation. The 42 CONTRACTOR shall also monitor all hoses and repair leaks immediately. 43 G. The bypass pumping system shall be manned at all times, including any bypass pumping 44 performed after norma l work hours, weekends and holidays. 10318329 City of Carlsbad Error! Unknown document property name. Sewer Pipeline Rehabilitation 2022 TEMPORARY BYPASS PUMPING 01510-4 3.3 PROTECTION 2 A. CONTRACTOR shall mark and protect suction and discharge pipes. 3 B. The CONTRACTOR shall be responsible for all bypass flows. The CO TRACTOR shall 4 inspect the entire bypass pumping and piping system for leaks or spills on an hourly basis. No 5 bypassing to the ground surface, receiving waters, storm drains, or bypassing which results in 6 soil or groundwater contamination or any potential health hazards shall be permitted. In the 7 event of any sewage spill the CONTRACTOR shall fo llow the approved OERP and the step 8 outlined in Section 3.4. 9 3.4 WASTERWATER DISCHARGE EVENT 10 A. In event of wastewater discharge, spill, or overflow to the environment, the CONTRACTOR 11 shall: 12 I. Immediately implement the OERP without direction from the AGENCY, to control and 13 contain the discharge, spill, or overflow to the environment. 14 2. Contact AGENCY personnel immediately. Information to provide shall include at 15 minimum, the following: 16 a. Location of discharge, spill, or overflow to the environment 17 b. Estimated wastewater volume spilled 18 c. Start time of discharge, spill, or overflow 19 d. Duration if already terminated, or expected duration if in progress 20 e. Cause (if known) 21 f. Control measures implemented 22 g. Type of remedial and/or clean up measures taken 23 h. Description of affected or potentially affected sensitive areas such as waterways, 24 channels, catch basins and entrances to existing underground storm drains 25 3. Based on the above information, AGENCY personnel will determine if the discharge, spill 26 or overflow is contained, and whether or not the AGENCY personnel should be dispatched 27 to the site. If dispatched, the CONTRACTOR shall be responsible for all costs incurred by 28 the AGENCY as associated with the discharge, spill, or overflow. 29 4. Contact owner of storm water inlets if discharge, spill or overflow enters stormwater system. 30 5. Contact CDPH to report the spill. Follow all procedures required by CDPH. 31 B. The CONTRACTOR shall, within two (2) working days of the wastewater discharge, spill or 32 overflow, submit to the AGENCY a written Wastewater Discharge Incident Report. 33 C. The AGENCY will evaluate the suggested procedural changes to avoid further discharges, spills 34 or overflows and will instruct the CONTRACTOR on changes. The AGENCY may institute 35 further corrective actions, as deemed necessary. 36 D. The CONTRACTOR shall observe and comply with all Federal, State, and local laws, 37 ordinances, codes, orders, and regulations whi ch in any manner affect the conduct of the work, 38 specifically as they relate to wastewater discharges, spills, or overflows to the environment. The 39 CONTRACTOR shall be fully responsible for preventing wastewater discharges , spills, or 40 overflows to the environment, containing the sewage, recovery and legal disposal of sewage, any 4 I fines, penalties, claims and liability arising from negligent or willful discharge of wastewater, 42 and violation of any law, ordinance, code, order, or regulation as a result of the discharge, spill 43 or overflow, including any attorney fees and costs associated with defending any action against 44 the AGENCY resulting from such discharge, spill or overflow. 45 E. The CONTRACTOR shall not damage existing public and private improvements, interrupt 46 existing services and/or facility operations which may cause a wastewater discharge, spill or 47 overflow to the environment. Any utility and/or improvement which is damaged by the 48 CONTRACTOR shall immediately be repaired at the expense of the CONTRACTOR. 49 F. Once the discharge, spill or overflow has been contained and the situation causing the event has 50 been stabilized, the CONTRACTOR shall restore the affected areas to original condition. 10318329 City of Carlsbad Error! Unknown document property name. Sewer Pipeline Rehabilitation 2022 TEMPORARY BYPASS PUMPING 01510-5 3.5 FIELD QUALITY CONTROL 2 A. Hydrostatic Pressure Test: 3 I . Prior to operation, test each section of discharge piping with maximum pressure equal to 2.0 4 times the maximum operating pressure of system or 50 psi, whichever is greater. 5 2. The test shall run for a period of30 minutes. 6 3. The CONTRACTOR shall fill the line with potable water. 7 4. The line shall be sealed on the discharge end. 8 5. The line may be put in service if after the two-hour period the pressure has been maintained 9 and there are no observable leaks. IO 6. Notify ENGINEER 24 hours prior to testing. 11 7. Test shall be observed by an AGENCY Representative. 12 B. Inspection: 13 1. Operator shall inspect temporary bypass pumping and piping system at a minimum of every 14 hour. 15 2. Operator shall continuously monitor the flow levels downstream and upstream of the flow 16 diversion to detect any possible failure that may cause a wastewater discharge. 17 3. Inspection log: Keep written inspection log at each pumping location. Provide weekly 18 copies to the AGENCY in a manner acceptable to the AGENCY. 19 C. Maintenance: 20 1. The CONTRACTOR shall inspect and maintain the bypass system daily, including the 2 1 backup system. 22 2. The CONTRACTOR shall submit maintenance procedures and frequency to the AGENCY 23 prior to any flow bypass. 24 3. The CONTRACTOR shall maintain a log of all inspection, maintenance, and repair records, 25 and provide copies to the AGENCY upon request in a manner acceptable to the AGENCY. 26 4. 27 3.6 CLEAN-UP 28 A. The bypass pumping system shall be cleaned and drained prior to being dismantled and moved 29 to the next location. Drain residual wastewater from the piping system into the AGENCY sewer 30 main prior to disassembly, taking care to avoid wastewater spills. 3 1 B. Disturbed Areas: Upon completion of bypass pumping operation, clean disturbed areas, 32 restoring to original condition, including pavement restoration, at least equal to that which 33 existing prior to start of Work. 34 3.7 SCHEDULING 35 A. The bypassing system shall not be shut down between shifts, on holidays or weekends, or during 36 work stoppages. 37 B. The bypass system shall have a trained and qualified attendant on site 24 hours per day, 7 days 38 per week to maintain the bypass pumping system from the sta.rt of bypass until the bypassing of 39 the specific pipeline is no longer required. 10318329 City of Carlsbad Error! Unknown document property name. Sewer Pipeline Rehabilitation 2022 TEMPORARY BYPASS PUMPING 01510-6 2 3 4 TABLE 1: CARLSBAD HYDRAULIC MODEL OUTPUT -DRY WEATHER AND WET WEATHER FLOWS FacllltvlD Model ID Tvoe SWM2645 2387 Gravitv Main SWM337 250 Gravitv Main SWM2899 2640 Gravity Main SWM4002 3706 Gravity Main SWM4019 3723 Gravity Main SWM4036 3740 Gravitv Main SWM4218 3881 Gravitv Main SWM4820 4434 Gravity Main SWM4858 4471 Gravity Main SWM4859 4472 Gravity Main SWM4880 4493 Gravity Main SWM548 455 Gravitv Main SWM5221 4818 Gravity Main SWM5941 5453 Gravity Main SWM6253 5672 Gravity Main SWM92 6396 Gravitv Main SWM94 6398 Gravitv Main SWM271 6403 Gravity Main SWM5808 6515 Gravity Main SWM5809 6516 Gravity Main SWM272 6404 Collector SWM2646 2388 Collector 10318329 Model lnout Information Exlstln11 DWF Average Maximum Maximum Max. Length Dia MaMlng's Percent Flow Flow Velocity Flow/ (ft) (In) Materl1I Note n Sl"""'("I mgdl m11dl ft/sl Full Flow 109 8 VCP 0.013 42.2 0.005 0.011 2.0 0.00 98 10 VCP Min 1Utvw, Assumed 0.013 1.1 0.011 0.020 1.9 0.01 256 8 VCP 0.013 0.4 0.002 0.004 0.6 0.01 124 8 VCP 0.013 3.9 0.002 0.003 0.5 0.00 171 8 VCP 0.013 0.4 0.012 0.024 1.0 0.05 282 8 VCP 0.013 3.2 0.117 0.2.28 3.9 0.16 476 10 VCP 0.013 0.1 0.007 0.013 0.5 0.03 351 8 VCP 0.013 5.3 0.001 0.003 1.1 0.00 300 8 VCP 0.013 6.8 0.037 0.071 2.5 0.04 329 8 VCP 0.013 8.2 0.035 0.069 4.3 0.03 299 8 VCP 0.013 5.1 0.031 0.060 2.7 0.03 181 8 VCP 0.013 1.0 0.002 0.005 1.3 0.01 340 8 PVC 0.013 0.5 0.003 0.005 0.8 0.01 94 8 VCP 0.013 0.5 0.000 0.000 0.0 0.00 33 10 VCP Min Slope Assumed 0.013 17.0 0.015 0.028 2.6 0.00 330 8 VCP Min si,,.,. Assumed 0.013 0.5 0.037 0.069 1.7 0.13 516 8 VCP Min <I,,,,. Assumed 0.013 0.4 0.034 0.064 1.5 0.12 439 10 VCP Min Slooe Assumed 0.013 0.4 0.159 0.302 2.3 0.34 273 8 PVC Min S1ooo Assumed 0.013 6.4 0.022 0.045 2.8 0.02 272 8 PVC Min S'-Assumed 0.013 5.8 0.020 0.042 3.4 0.02 382 10 VCP 0.013 0.34 0.160 0.301 2.18 0.36 213 8 VCP 0.013 3.81 0.004 0.008 2.19 0.01 END OF SECTION City of Carlsbad Error! Unknown document property name. Sewer Pipeline Rehabilitation 2022 TEMPORARY BYPASS PUMPfNG 01510-7 Model Results Mu . Average Depth/ Flow Full Deoth lllllldl 0.06 0.013 0.07 0.272 0.07 0.012 0.17 0.012 0.17 0.025 0.31 0.248 0.13 0.017 0.04 0.003 0.18 0.085 0.12 0.082 0.16 0.070 0.05 0.002 0.07 0.006 0.01 0.001 0.52 0.279 0.23 0.084 0.25 0.079 0.40 0.366 0.12 0.033 0.10 0.031 0.42 0.360 0.04 0.010 Exlstlna WWF Maximum Maximum Max. Max. Flow Velocity Flow/ Depth/ lmad) l!tt/sl Full Flow Full Depth 0.018 2.4 0.00 0.07 0.524 1.9 0.35 1.00 0.020 1.0 0.04 0.14 0.019 0.5 0.01 0.37 0.036 1.1 0.07 0.20 0.351 4.4 0.25 0.39 0.025 0.6 0.05 0.17 0.004 1.2 0.00 0.04 0.122 3.0 0.06 0.24 0.118 5.0 0.05 0.16 0.101 3.1 0.06 0.20 0.005 1.3 0.01 0.05 0.008 0.9 0.01 0.08 0.002 0.4 0.00 0.07 0.868 2.6 0.15 1.00 0.122 2.0 0.22 0.31 0.114 1.7 0.22 0.34 0.528 2.6 0.60 0.55 0.078 3.0 0.04 0.57 0.073 4.0 0.04 0.13 0.517 2.49 0.62 0.57 0.014 2.67 0.01 0.06 SECTION 02951 2 TELEVISION INSPECTION OF SEWERS 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. This section defines the requirements for internal television inspection of the sanitary sewer 6 (sewer) pipelines before and after rehabilitation. 7 B. The CONTRACTOR shall inspect the sewer interior using a color closed-circuit television 8 (CCTV) camera and docum ent the inspection on image with audio location and data information, 9 image title information and hard copy inspection logs. IO I. CONTRACTOR shall be responsible for properly inspecting the pipe and providing 11 acceptable inspection data. 12 C. Field operator(s) of inspection equipment must have current National Association of Sewer 13 Service Companies (NASSCO) Pipeline Assessment and Certification Program (P ACP) 14 Certification. 15 D. Related Specification Sections include but are not necessarily limited to: 16 I . General Provisions 17 2. Section 0 1510 -Temporary Bypass Pumping 18 3. Section 02952 -Cleaning of Sewers 19 1.2 SUBMTTTALS 20 A. The CONTRACTOR shall submit the following information for review at the Pre-Construction 21 Conference following notification of award of the contract. 22 I. An example of work consisting of one USB fl ash drive or electronic file transfer of previous 23 sewer inspection work complete with audio commentary and electronic inspection (log(s) 24 meeting the requirements of this specification. 25 a. The submitted video files shall show operational and structural defects in sewers that are 26 of the same size and material as the sewers in this project. 27 b. The video files and inspection logs will be reviewed to determine if the quality of the 28 CCTV image is acceptable and if defects were properly identified and documented. 29 c. Samples shall be with the same camera and lighting equipment proposed for the work. 30 2. An example of the NASSCO database file submittal of previous sewer inspection work for 31 review by the AGENCY. 32 B. One copy of the finished CCTV video files, including stand~d inspection reports, showing the 33 existing sewer pipelines after cleaning and the sewer pipelines after liner installation, shall be 34 submitted to the ENGINEER within 5 days of inspection. The video files shall be in MP4 format. 35 I. The ENGINEER will review the inspection data to make sure that the required information is 36 provided, and the recording is of acceptable quality. 37 2. If the ENGINEER detem1ines that the inspection is defective or not of adequate quality, the 38 CONTRACTOR shall CCTV inspect again at no additional cost to the AGENCY. 39 C. NASSCO compliant database file of all inspections. 40 I. All files shall be compatible with or converted to format compatible with the Granite Net 41 software. 42 D. Quality Control Submittals at the Pre-Construction Conference: 43 I. List of staff and equipment. 44 2. NASSCO PACP certifications (identification cards and copies of certificates) for operators 45 and supervisors who will be assigned to the Work. 46 47 10318329 City of Carlsbad Sewer Pipe! ine Rehab ii itation 2022 TELEVISION CNSPECTION OF SEWERS 02951-I January 2022 1.3 QUALfFICA TIO NS 2 A. Video inspection of pipelines shall be conducted by a company specializing in performing work 3 of this nature with a minimum of 5 years of documented experience and approved by the 4 AGENCY. 5 PART 2 -PRODUCTS 6 2.1 INSECTION EQUIPMENT 7 A. The television inspection equipment shall be capable of inspecting a minimum of 1,000 feet of 8 sewer line, when entry into the sewer can be accessed from the upstream and downstream 9 manholes. When entry is at one end only, the inspection equipment shall be capable of inspecting IO 750 feet by a self-propelled unit. 11 B. The CCTV monitor display shall incorporate an automatically updated record in feet and tenths 12 of a foot of the distance along the line from the cable calibration point to the center point of the 13 camera or center point of the transducer, whichever unit is being used. The relative positions of 14 the two center points should also be noted. 15 C. Use a metering device that enables the cable length to be accurately measured; this shall be 16 accurate +/-0.2 percent or 1 inch whichever is greater. Demonstrate that the tolerance is being 17 achieved by tape measurement between manholes on the surface. This taped measurement must 18 be included on each television log both written and digital. 19 D. The Contractor shall have backup inspection equipment, including CCTV camera, on site or 20 available within 24 hours in the event of equipment malfunction. 21 2.2 TELEVISION INSPECTION CAMERA 22 A. Camera shall be nationally-recognized testing laboratory (NRTL) certified for a normal sewer 23 environment when gas meter readings of the manhole airspace indicate an LEL less than l 0 24 percent. 25 B. Camera shall be explosion proof certified for hazardous environment when gas meter readings of 26 the manhole environment indicate an LEL greater than 10 percent. 27 C. Camera equipment shall be waterproof and operative in I 00 percent humidity conditions. 28 D. Resolution: 700 lines per inch, minimum, color image. 29 E. Provide a color pan, tilt and zoom camera to facilitate the inspection of service laterals and sewer 30 line and manhole defects and construction features. The television camera shall be capable of 31 360-degree rotational scan indicating salient defects. The tilt arc shall not be less than 225 32 degrees. The adjustment of focus and iris shall provide a minimum focal range of 3 inches in 33 front of the camera's lens. 34 F. Camera shall be skid mounted, sized for each pipe diameter, or self-propelled; equipped with tag 35 line suitable for pulling camera backwards. Camera shall have pan and tilt capability. 36 G. Lighting intensity shall be remote controlled and shall be adjusted to minimize reflective glare. 37 H. Lighting and camera quality shall provide a clear, in-focus picture of the entire inside periphery 38 of the sewer. 39 I. The CCTV camera shall be calibrated for accurate length measurements at least once per week 40 with above ground markings every 25 feet for up to 100 feet. The accuracy should be within two 41 tenths of a foot for every 100 feet. 42 2.3 DIGITAL STORAGE MEDIUM 43 A. The inspection shall be recorded, stored, and submitted on CDs or DVDs or external hard drive in 44 high quality MPG format formatted for use with Microsoft PC system s. 10318329 City of Carlsbad Sewer Pipe! ine Rehab ii itation 2022 TELEVISION INSPECTION OF SEWERS 02951-2 January 2022 1 B. The audio portion of the composite CD shall be sufficiently free from electrical interference and 2 background noise to provide complete intelligibility of the oral report. 3 2.4 FOOTAGE COUNTER 4 A. A footage counter device, which measures the distance traveled by the camera in the sewer, shall 5 be accurate to plus or minus 2 feet in 1,000 feet. 6 B. The footage counter shall be calibrated each day prior to start of work using walking meter, roll- 7 a-tape, or other suitable device. 8 2.5 FIELD DATA ACQUISITION SYSTEM 9 A. User's manual and office copy of the software for the field data acquisition system, used to 10 provide electronic date files shall be provided to the ENGINEER prior to start of the internal 11 inspection work. System shall be certified by NASSCO as meeting PACP Coding System 12 requirements. 13 I . Granite 14 2. Or equal. 15 B. This software shall be compatible with City of Carlsbad Granite Net CCTV software system. 16 C. The quality of all work specified in this section shall meet or exceed the requirements of the 17 National Association of Sewer Service Companies (NASSCO) Recommended Specifications for 18 Sewer Collection System Rehabilitation (latest edition), except as described in this Scope of 19 Services. Applicable portions of this section that inadvertently fall below those standards shall be 20 corrected and maintained at the NASSCO standards as a minimum requirement, at no additional 21 cost to the ENGINEER or AGENCY. 22 PART 3 -EXECUTION 23 3.1 PRIOR TO INSPECTION 24 A. Sewer pipeline shall be flushed and cleaned to remove all sludge, dirt, sand, stone, grease, debris 25 and other materials from pipe to ensure a clear view of the condition of the interior pipe wall. 26 B. CCTV inspections are to be performed only while flow diversion system is in place and there is 27 no flow in the pipe. 28 C. The bypassing requirements are provided in Section O 1510 "Temporary Bypass Pumping." 29 3.2 INSPECTION METHODS 30 A. Separate digital video recordings shall be made for each sewer section, and shall be properly 31 identified, via continuous on-screen display and voice-over recording, with: I) CIP number, 2) 32 Upstream MH ID and Downstream MH ID, 3) sewer segment being inspected, 4) date of 33 inspection, 5) project name, and 6) distance along the reach from the entering manhole. 34 B. Verbal Commentary: All video shall have verbal commentary. At the beginning of each section, 35 the CONTRACTOR shall record the following: (CONTRACTOR) is performing a pre-(or post) 36 television inspection of(line name) and (Date) at (time) from (beginning manhole) to (end 37 manhole). The pipe is a (pipe diameter) main constructed of (pipe material). 38 C. Access: 39 1. The ENGINEER shall have access to observe the monitor and all other operations at all 40 times. 41 2. The system of cabling employed to transport the camera and transmit its signal shall not 42 obstruct the camera's view. 43 D. Inspection Rate: 44 1. The camera shall be pulled through the sewer in the downstream direction. If inspecting in 45 the downstream direction is not possible, reverse inspection is permitted. All inspections at 46 each location shall be in the same direction. 10318329 City of Carlsbad Sewer Pipeline Rehabilitation 2022 TELEVISION INSPECTION OF SEWERS 02951-3 January 2022 1 2. Line segments shall be televised complete from structure to structure in a continuous run. 2 Image stream must clearly show the camera starting and ending at the upstream and 3 downstream structures unless a defect(s) does not allow it. Do not record partial televising of 4 a segment and then record another partial run. Each manhole to manhole segment shall be a 5 separate file. Each manhole segment shall start at zero feet on the counter. 6 3. Maximum rate of travel shall be 30 feet per minute when recording. The camera shall be 7 stopped for a minimum of 10 seconds at each pipe defect. 8 E. Image Perspective: 9 1. The camera image shall be down the center axis of the pipe when the camera is in motion. 10 2. The CONTRACTOR is required to provide a 360-degree view of the pipe interior. 11 3. CONTRACTOR shall provide opening screen with correct information of the entire pipe 12 segment inspected. 13 4. Continuous Footage Readings: 14 a. Visible on image at all times. I 5 b. Record defect locations to the nearest one-half foot (e.g., 2.5 feet). 16 c. Line segment recording will be rejected if continuous footage meter is inaccurate, not 17 visible, or leaves doubt as to the total length of pipe inspected. 18 5. Points of interest shall also be shown on the video and shall include, but not be lim ited to, 19 defects, encrustations, mineral deposits, debris, sediment, any location determined not to be 20 clean or part of a proper liner installation, and defects in the liner including, but not limited 21 to bumps, folds, tears, dimples, etc. 22 6. The following data shall be provided on the video screen: 23 a. Project name and project number. 24 b. Date of inspection. 25 c. Travel distance and time 26 d. Survey Direction 27 e. Continuous Digital Footage Counter 28 f. Identification of start and end manholes. 29 g. Depth of start and end manholes. 30 h. Size of main. 31 i. Type of pipe. 32 F. Television Inspection of Service Laterals: All service laterals shall be subject to pre- 33 rehabilitation television inspection. All rehabilitated service laterals shall be subject to post- 34 rehabilitation television inspection. If no cleanout exists for the service lateral, and the lateral has 35 a rehabilitation method specified on the plans, a cleanout shall be installed prior to the television 36 inspection. The television equipment used for service laterals must be designed and constructed 37 for inspections of service laterals. All specifications of this section shall apply to service laterals. 38 The service laterals shall be inspected from the cleanout to the main pipe, or from the manhole 39 for services connected directly to manholes. The ENGINEER may request pre-rehabilitation 40 television inspection of any service lateral. 41 G. Defect Coding: National Association of Sewer Service Companies (NASSCO) Pipeline 42 Assessment and Certification Program (PACP) coding system, latest version, shall be used to 43 document all defects visible on the image recordings. Do not include defect codes on image at 44 any time. 45 H. Lens Obstruction: If the lens is obstructed by a foreign object or by fog (e.g., water droplet, mist, 46 etc.), attempt to clear the lens of the obstruction. If attempts fail and additional videotaping would 47 produce the same results, continue to videotape the extent of the segment; otherwise, re-video all 48 or the portion which had not been viewed. 49 I. Quality Control: 50 1. Contractor shall have a quality control system that will effectively gauge the accuracy of 51 inspection reports produced by the operator. 103 18329 City of Carlsbad Sewer Pipeline Rehabilitation 2022 TELEVISION INSPECTION OF SEWERS 02951-4 January 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 2. The ENGINEER will review the video files and logs to ensure compliance with the requirements listed in this specification and contract documents. lf, in the opinion of the ENGINEER, the inspection is not acceptable, reinspection will be completed by the CONTRACTOR at no additional cost to the AGENCY. 3. If the sewer line is determined not to be adequately cleaned, as required in Section 02952 "Cleaning of Sewers," it shall be recleaned and CCTV inspected by the CONTRACTOR at no additional cost to the AGENCY. 4. If a portion of the video is not recorded (such as equipment malfunction), the segment must either be re-videotaped from the beginning of the skip to the end or the entire segment must be re-videotaped, at no additional cost to the AGENCY. 5. Lighting: Ensure that the illumination level inside the pipe is high enough to identify the condition of the interior circumference clearly without "white outing" any details of the pipe wall. If segments are not already visible, a request will be made to re-video the segment at no additional cost to the AGENCY. lfthere are outside contributing factors which make the pipe impossible to illuminate, identify such on-video log. 16 J. The CONTRACTOR shall be responsible for modifications to his equipment and/or inspection 17 procedures to achieve inspection data of acceptable quality. No work shall commence prior to 18 approval of the material by the ENGINEER. Once accepted, the inspection data shall serve as a 19 standard for the remaining work. 20 K. CONTRACTOR shall maintain an electronic copy of all inspection documentation (video files 21 and databases) for the duration of the work and warranty period. 22 END OF SECTION 10318329 City of Carlsbad Sewer Pipeline Rehabilitation 2022 TELEVISION INSPECTION OF SEWERS 02951-5 January 2022 I SECTION 02952 2 CLEANING OF SEWERS 3 PART 1 -GENERAL 4 1.1 DESCRIPTION 5 A. Sewer line cleaning shall remove foreign materials from the lines and restore the sewer to a 6 minimum of95% of the original carrying capacity, or as required for proper seating of internal 7 pipe joint sealing packers or pipe lining systems, whichever is greater. Since the success of the 8 other phases of work depends a great deal on the cleanliness of the lines, the importance of this 9 phase of the operation is emphasized. If, during cleaning operations, damage results from the IO Contractor's negligence, the CONTRACTOR will be held responsible and shall notify the 11 AGENCY immediately of said damage. 12 B. Related Specification Sections include but are not necessarily limited to: I 3 1. Section 02951-Television Inspection of Sewers 14 2. Section O 1510 -Temporary Bypass Pumping. 15 PART 2 -PRODUCTS 16 2.1 CLEANING EQUIPMENT 17 A. Light Cleaning With High-Velocity Jet (Hydrocleaning) Equipment: All high velocity sewer 18 cleaning equipment shall be constructed for ease and safety of operation. The equipment shall 19 have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing 20 a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall 21 also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall 22 be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its 23 own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Light cleaning shall 24 be defined as up to three (3) passes with the high-velocity jet. All sections of sanitary sewer to be 25 rehabilitated shall be light cleaned prior to rehabilitation. 26 8 . Heavy Cleaning with Mechanically Powered Equipment: Bucket machines shall be in pairs with 27 sufficient power to perform the work in an efficient manner. Machines shall be belt operated or 28 have an overload device. Machines with direct drive that could cause damage to the pipe will not 29 be allowed. A power rodding machine shall be either a sectional or continuous rod type capable 30 of holding a minimum of750 feet of rod. The rod shall be specifically heat-treated steel. To 31 insure safe operation, the machine shall be fully enclosed and have an automatic safety clutch or 32 relief valve. Heavy cleaning shall be completed as ordered by the AGENCY and shall be ordered 33 where light cleaning is insufficient or light cleaning equipment cannot be passed through the line 34 due to excessive build-up of foreign materials. 35 C. Root Removal: Root removal shall be completed where necessary. The CONTRACTOR shall use 36 mechanical root removal eq uipment. 10318329 City of Carlsbad Sewer Pipeline Rehabilitation 2022 CLEANING OF SEWERS 0295 I-I January 2020 PART 3 -EXECUTION 2 3.1 CLEANING PRECAUTIONS 3 A. During sewer cleaning operations, satisfactory precautions shall be taken in the use of cleaning 4 equipment which shall insure that the cleaning operation created does not damage or cause 5 flooding of property being served by the sewer. When water for cleaning operations is needed, 6 the CONTRACTOR may use water from suitable source. No fire hydrant shall be obstructed in 7 case of a fire in the area served by the hydrant. No direct connection between hydrant and 8 cleaning equipment, tanks, etc., shall be allowed, unless otherwise approved by the AGENCY. 9 3.2 SEWER CLEANING 10 A. The designated sewer sections shall be light cleaned using high velocity jet and/or heavy cleaned 11 using mechanically powered equipment. Approval of this method shall be based on the conditions I 2 oflines at the time the work commences. The equipment shall be capable ofremoving dirt, 13 grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If 14 cleaning ofan entire section cannot be successfully perfonned from one manhole, the equipment 15 shall be set up on the other manhole and cleaning again attempted. lf, again, successful cleaning 16 cannot be perfonned, or the equipment fails to traverse the entire manhole section, it will be 17 assumed that a major blockage exists, the cleaning effort shall be abandoned, and the AGENCY 18 shall be notified. Manholes at each end of the sewer reach cleaned, shall also be cleaned. 19 3.3 ROOTREMOVAL 20 A. Roots shall be removed in the sections where root intrusion is a problem. Special attention should 2 1 be used during the cleaning operation to assure complete removal of visible roots from the joints. 22 Any roots which could prevent the seating of the packer, liner or could prevent the proper 23 application of chemical sealants shall be removed. Procedures may include the use of mechanical 24 equipment such as rodding machines, bucket machines and winches using root cutters and 25 porcupines, and equipment such as high-velocity jet cleaners. 26 3.4 MATERIAL REMOVAL 27 A. Debris such as dirt, sand, rocks, grease, and other solid or semisolid material resulting from the 28 cleaning operation sha ll be removed at the downstream manhole of the section being cleaned. 29 Passing material from manhole section to manhole section, which could cause line stoppages, 30 accumulations of sand in wet wells, or damage pumping equipment, shall not be pennitted. 31 3.5 DISPOSALOF MATERLALS 32 A. The CONTRACTOR shall dispose of all debris removed from the sewers during the cleaning 33 operation at a site approved by the AGENCY. The AGENCY shall be notified immediately of 34 any hazardous waste material encountered during this project. 35 3.6 FINAL ACCEPTANCE 36 A. Acceptance of sewer line cleaning shall be made upon the successful completion of the television 37 inspection per Section 02951 and shall be to the satisfaction of the AGENCY. If TV inspection 38 shows the cleaning to be unsatisfactory, the CONTRACTOR shall be required to re-clean and re- 39 inspect the sewer line until the cleaning is shown to be satisfactory. If internal sealing or point 40 repair sleeve is scheduled to follow the television inspection, particular attention shall be given to 41 the adequacy of the cleaning to ensure that proper seating of the sealing packer can be achieved. 42 END OF SECTION 10318329 City of Carlsbad Sewer Pipeline Rehabilitation 2022 CLEANING OF SEWERS 02951-2 January 2020 SECTION 02955 2 REMOVAL OF PROTRUDING SERVICE CONNECTION 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. This Section specifies the requirements for grinding down offset joints in 6-inch, 8-inch and I 0- 6 inch diameter sewer lines and protruding laterals which prevent proper installation of cured-in- 7 place pipe (CIPP) liner and/or restricts access for CIPP lateral reinstatement cutters, inspection 8 equipment or other equipment necessary to rehabilitate sewer lines. 9 B. Related Specification Sections include but are not necessarily limited to: 10 1. General Provisions. 11 2. Section 02952-Cleaning of Sewers. 12 3. Section O 1510 -Temporary Bypass Pumping. 13 PART 2 -PRODUCTS (NOT USED) 14 PART 3 -EXECUTION 15 3.1 GENERAL 16 A. During grinding operations, excavation equipment, pipes, fittings, bypass pumps, and other 17 equipment and materials necessary for open trenching work shall be on-site in case a pipe 18 collapse should occur. The collapsed pipe shall be repaired immediately. 19 B. Closed circuit television equipment shall continuously monitor the grinding operation. 20 C. The CONTRACTOR shall be responsible for all repairs and replacement costs for the grinding 21 equipment at no cost to the AGENCY. 22 D. Lateral taps shall not protrude into the pipe more than ½" from the pipe wall. 23 END OF SECTION 10318329 City of Carlsbad Sewer Pipeline Rehabilitation 2022 REMOVAL OF PROTRUDING SERVICE CONNECTION 02955-I January 2020 I SECTION 02956 2 CHEMICAL INJECTION GROUTING 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. This section gives the requirements for chemical sealing at defective pipe joints, cracks, the 6 annular space between the rehabilitation material and host pipe at reinstated lateral openings, and 7 other small defects to reduce or eliminate groundwater infiltration. Related Specification Sections 8 include but are not necessarily limited to: 9 I . General Provisions. IO 2. Section 02952 -Sewer Pipe and Structural Cleaning. 11 3. Section O 1510 -Temporary Bypass Pumping. 12 1.2 QUALITY ASSURANCE 13 A. The following American Society for Testing and Materials (ASTM) standards are referenced 14 herein and should accompany approved equal submissions. The revision of the standards that is 15 in effect at the time of bid opening shall apply. 16 1. ASTM F2304-IO -Standard Practice for Sealing of Sewer Using Chemical Grouting 17 B. Occupational Safety and Health Administration (OSHA). 18 1.3 SUBMJTTALS 19 A. Contractor Qualification 20 1. The CONTRACTOR shall submit documentation that the CONTRACTOR is qualified to 21 properly install the proposed product. The following minimum experience requirements 22 shall be met and provided on the documentation: 23 a. CONTRACTOR or subcontractor contracted to perform the work shall have a minimum 24 of three (3) years of service performing chemical injection grouting in pipe of similar 25 size, material and configuration as proposed on this project. 26 b. The CONTRACTOR or subcontractor contracted to perform the work shall have 27 successfully sealed and/or completed 500 joints or infiltration points in the United States 28 using the proposed Chemical Injection grouting system, as the CONTRACTOR of 29 record for a given project in a wastewater collection system application. 30 c. The on-site Superintendent of the lateral lining CONTRACTOR or subcontractor 3 I contracted to perform the work shall have sealed a minimum of 500 joints or infiltration 32 points of like condition for this geographic area and have a minimum of three (3) years 33 of industry experience 34 2. If the CONTRA CTOR desires to reassign or replace personnel who have been qualified by 35 the AGENCY, a written request to the AGENCY naming the replacement personnel shall be 36 made. The request shall include documentation ofreplacement personnel work qualification 37 and experiences which demonstrates that the minimum qualification of this section are met. 38 Written favorable review from the AGENCY of the replacement personnel's qualifications 39 shall be obtained prior to employing such personnel on the Project. 40 3. If qualified personnel leave the CONTRACTOR's or Specialty Subcontractor's employmen t 41 during the Contract, the CONTRACTOR shall provide replacement personnel that meet the 42 minimum qualifications established by the AGENCY. 43 B. Manufacturer's Qualification 44 I. Chemical sealant shall have documented service of successful performance in similar usage, 45 with a minimum of2,000 joints sealed. CONTRACTOR shall submit a notarized letter from 46 the chemical sealant manufacturer indicating that the requirement has been met within 14 47 calendar days of the issuance of the Notice to Proceed. 10318329 City of Carlsbad Sewer Pipeline Rehabilitation 2022 CHEMICAL INJECTION GROUTING 02956-1 January 2020 I C. In addition to equipment and material subrnittals required elsewhere in this Special Provision, the 2 CONTRACTOR shall submit the fo llowing information: 3 I. Pump calibration information 4 2. Field sealing records 5 3. Certification of pressure sensing/monitoring equipment 6 4. Current documentation ofCONTRACTOR's compliance with product manufacturer's Safe 7 Operating Practices Procedures (SOPP) as approved by EPA. 8 5. Upon request, the CONTRACTOR must submit proofof chemical supplier's product 9 liability insurance. IO 1.4 WARRANTY 11 A. The CONTRACTOR shall guarantee the sealing of the pipe joint by the sealant for one full year 12 from the date of acceptance to the extent that he will repair and/or re-seal any defects including, 13 but not limited to, root penetration, signs of infiltration, and cracks in the pipe or sealing material, 14 which may appear in the structure because of faulty design, workmanship, or material. 15 1.5 DELIVERY, STORAGE AND HANDLING 16 A. The CONTRACTOR shall deliver materials to the job site in undamaged, unopened containers 17 bearing manufacturer's original labels. 18 B. Materials used as chemical sealant shall be transported, stored, and placed in manner prescribed 19 by manufacturer of those materials, as detailed in published data provided by manufacturer. 20 C. Any materials showing deterioration, or which has been exposed to any other adverse storage 2 1 condition that may have caused damage, even though no such damage can be seen, shall be 22 marked as rejected and removed at once from the work. 23 PART 2 -PRODUCTS 24 2.1 MATERIALS 25 A. Infiltration Control Material (Chemical Grout) -Active leaks and infiltration shall be stopped by 26 injecting a chemical grout through the source to the outside of the sewer pipe The grout used 27 shall be an acrylamide, acrylic, or urethane gel and might require the addition of a shrink control 28 agent, gel reinforcing agent, and accelerator. The chemical grout shall be volume stable and have 29 a minimum 28-day compressive strength of 250 psi and a minimum one-day strength of 50 psi. 30 31 32 33 34 35 36 37 10318329 1. The chemical grout repair work shall be in accordance with ASTM Designation F-2414-04, Sealing Sewer Manholes Using Chemical Grouting, and manufacturers recommended installation methods. The chemical grout to be used shall be in accordance with the manufacturer's recommendation for the specific application. The chemical grout shall be a formula that is suitable for application in a sewer pipe that is susceptible to frost if applicable for the regional climate. Drilling and injection method and exterior chemical curtain grouting method shall use a hydrophilic polyurethane chemical grout manufactured by A vanti or equal. City of Carlsbad Sewer Pipeline Rehabilitation 2022 CHEMJCAL INJECTION GROUTING 02956-2 January 2020 l 2 3 4 5 6 7 8 9 10 11 12 2. Grout used shall be Avanti A V-118 acrylic resin or De Neef GCP Applied Technologies AC- 400. CONTRACTOR shall provide all components of the solution which make up the completed resin. After final reaction, it shall be a stiff, impermeable, yet flexible gel. Grout shall make true solution at concentrations as high as three pounds per gallon of water. Solutions shall have ability to accept dilution by groundwater of at least 50% by volume, without significantly changing sealing ability of the gel when at rest or in motion. Solutions shall gel in a predetermined time when exposed to normal groundwater pH ranges, and be capable of form ula adjustments to compensate for changing conditions. Final reaction shall produce a continuous, irreversible, impermeable stiff gel at chemical concentrations as low as 0.4 lbs per gallon of water that is able to break away from the joint sealing packer when the packer is deflated. Gel shall not be rigid or brittle. Gel shall have negligible corrosion rate on mild steel plates. 13 B. Non-Chemical Grout 14 15 I. Any request to substitute a non-chemical grout shall be subject to review and approval by the AGENCY. 16 C. Insoluble (Particulate) Additives 17 l. Inactive solids such as diatomaceous earth may be mixed with sealant by CONTRACTOR as 18 filler only upon written approval of the AGENCY. 19 D. Water -All water used on this project shall be clean and potable. 20 E. Equipment -CONTRACTOR shall provide equipment consisting of chemical sealant 21 containers/tanks, pumps, regulators, valves, hoses, etc. and joint sealing packers for appropriate 22 sizes of pipe designated to receive chemical grouting. 23 1. The packer shall be cylindrical and have a diameter less than the pipe size. The packer shall 24 be constructed in a manner to allow restricted amounts of sewage to flow and shall be 25 pneumatically operated. Hydraulically or mechanically expanded devices shall not be 26 permitted. 27 2. To test the accuracy, integrity, and performance capabilities of sealing equipment units, the 28 CONTRACTOR shall perform a demonstration test in a test cylinder constructed so that a 29 minimum of two known leak sizes can be simulated. CONTRACTOR shall provide test 30 cylinders and pressure gauges. CONTRACTOR shall perform the demonstration test for each 31 chemical sealing unit prior to beginning work. This technique will establish test equipment 32 performance capability in relationship to test criteria and ensure that there is no leakage of 33 the test medium from the system or other equipment defects. 34 PART 3 -EXECUTION 35 3.1 PRELIMINARY INVESTIGATION OF HOST SEWER PIPE 36 A. Prior to ordering materials, the CONTRACTOR shall be responsible for inspecting and 37 confirming the inside diameter, pipe material, and points of infiltration required to seal prior to 38 lining of the pipe. 39 B. If unknown physical conditions in the work area are encountered during the investigation that 40 materially differ from those ordinarily encountered, the CONTRACTOR shall notify the 41 AGENCY. 42 3.2 PROCEDURE 43 A. General Requirements 10318329 City of Carlsbad Sewer Pipeline Rehabilitation 2022 CHEMICAL INJECTION GROUTING 02956-3 January 2020 1 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 3.3 I. Basic procedure for the sewer rehabilitation shall include an access shaft which may involve the temporary removal of the upper portion of a manhole, sewer flow control and bypass pumping (see Specification Section 0151 0) where necessary, cleaning ofsewers(see Specification Section 02952), and pre-rehabilitation television inspection (see Specification Section 02951 ). 2. The CONTRACTOR shall be responsible for performing all work, including video inspection, excavations, and cleaning in accordance with applicable Federal and local safety regulations, including current OSHA safety standards. 3. Prior to entering manholes and other confined spaces to perform sewer rehabilitation work, the CONTRACTOR shall evaluate the atmosphere in and near the sewer to determine the presence of toxic or flammable vapors and shall ventilate the rehabilitation work area as necessary to render it safe, in accordance with OSHA I 910.146, "Permit Required Confined Spaces." 4. The CONTRACTOR shall be responsible for odor and noise mitigation on this Project in accordance with applicable Federal and local regulations. The CONTRACTOR shall monitor the surrounding area and minimize any odors and noise that may occur due to his work activities. 5. The CONTRACTOR shall be responsible for protection of all existing utilities adjacent to grouting activities. Any damages due to Contractor's activities shall be repaired by the CONTRACTOR to the satisfaction of the AGENCY, at no additional cost to the AGENCY. CHEMICAL SEALANT APPLICATION FOR SEALING JOINTS A. Repairs shall be conducted at joints, cracks, and other areas where groundwater infiltration is identified. The repair will be such that the original cross-sectional area and shape of the interior of the sewer pipe shall not be permanently reduced or changed. B. Placement of Chemical Sealant: 1. CONTRACTOR shall position the sealing packer over the area of infiltration by means of a metering device at the surface and closed circuit television camera in the line. Accurate measurement of the location of the defect to be sealed shall be made using the port.ion of the sealing packer as "Datum" or measurement point or target. Such measurement to the target shall also be used to obtain necessary measurement for positioning the injection area of sealing packer over area to be sealed. 2. CONTRACTOR shall expand the sealing packer sleeves using controlled pressures. Expanded sleeve shall seal against the inside periphery of pipe to form a void area at the point of infiltration, completely isolated from the remainder of the line. CONTRACTOR shall pump sealant materials into this isolated area through hose systems at controlled pressures which are in excess of groundwater pressures. CONTRACTOR shall pump sealant material as needed to effectively seal any leaks and fill the voids. Sealant material shall break away from the packer and stay in place when the packer is deflated and moved from the point of infiltration. 3. Upon completion of all grouting required along a sewer segment, CCTV shall be used to verify that the infiltration at the sealed locations have been eliminated or adequately reduced as determined by the AGENCY. Should it be determined by the AGENCY that the sealing work does not meet the requirements of the Contract Documents; the CONTRACTOR shall re-seal the defective locations at no additional cost to the AGENCY. Additional video inspection shall be conducted at no additional cost to the AGENCY, and shall be conducted as many times as it is necessary until it has been documented that the sealing work has been satisfactorily completed. 4. After sealing the entire sewer section, CONTRACTOR shall remove surplus sealant material from section at the immediate downstream manhole. If surplus sealant materials left in the sewer section by CONTRACTOR results in sewer surcharging and subsequent damage to public or private property, CONTRACTOR shall be responsible for repairing all of the damage at his own expense. 10318329 City of Carlsbad January 2020 Sewer Pipe] ine Rehabilitation 2022 CHEMICAL INJECTION GROUTING 02956-4 1 C. Gel Checks -CONTRACTOR shall make gel checks daily for each sealing vehicle to monitor 2 both induction period and gel characteristics. CONTRACTOR shall also make checks for every 3 mixed batch or at least twice per day if only one batch is used. The AGENCY reserves the right 4 to request adjustment of gel times or reject entire batch if acceptable gel characteristics do not 5 exist. Periodic gel checks shall also be made in the pipe (at request of AGENCY) by seating the 6 sealing packer on the pipe barrel and filling the packer void with sealant solutions. Pressure will 7 then be monitored until a rise in pressure is observed, indicating that sealant has gelled in the 8 packer void. CONTRACTOR shall certify, for each of the sealing vehicles, results of required gel 9 check. IO D. Field Records -CONTRACTOR shall keep field records for each sewer section prior to, during, 11 and after completion of chemical sealing operation. Records shall include information such as 12 accurate locations, gel times, sealant volumes, pressures, air temperatures, and joints not sealed 13 due to close proximity to building service connections and sewer manholes. 14 END OF SECTION 10318329 City of Carlsbad Sewer Pipeline Rehabilitation 2022 CHEM1CAL INJECTION GROUTING 02956-5 January 2020 SECTION 02957 CURED-IN-PLACE PIPE LINING PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. The rehabilitation of existing sewer line by the installation of water, steam and UV cured-in- place pipe (CIPP). B. Related Specification Sections include but are not necessarily limited to: 1. Division 01 -General Requirements. 2. General Provisions. 3. Section 02951 Television Inspection of Sewers. 4. Section 02952 Cleaning of Sewers. 5. Section 02956 Chemical Injection Grout. 1.2 QUALITY ASSURANCE A. Referenced Standards: 10318329 1. American Society for Testing and Materials (ASTM): a. ASTM Cl 09, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. Cube Specimens). b. ASTM C293, Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center-Point Loading). c. ASTM C307, Standard Test Method for Tensile Strength of Chemical-Resistant Mortar, Grouts, and Monolithic Surfacing. d. ASTM C496, Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens. e. ASTM D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical Reagents f. ASTM D578, Standard Specification for Glass Fiber Strands g. ASTM C580, Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars, Grouts, Monolithic Surfacing, and Polymer Concretes. h. ASTM C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. i. ASTM C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used With Concrete by Slant Shear. j. ASTM D2990, Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep-Rupture of Plastics. k. ASTM D5813, Standard Specification for Cured-In-Place Thermosetting Resin Sewer Piping Systems. I. ASTM Fl216, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin Impregnated Tube. m. ASTM F1417-I I a, Standard Practice for Installation Acceptance of Plastic Non-pressure Sewer Lines Using Low-Pressure Air. n. ASTM Fl 743, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled-in-Place Installation of Cured-in-Place Thermosetting resin Pipe (CIPP) o. ASTM F2019, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured-in-Place Thermosetting Resin Pipe (CIPP) 2. National Association of Sewer Service Companies (NASSCO): a. NASSCO standards, latest edition and revision thereof. City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PlPE LINING 02957 -1 January 2022 1.3 SYSTEM DESCRIPTION A. The CIPP shall be formed by inserting a resin-impregnated flexible felt tube into an existing sewer line, expanding the tube to fit against the existing sewer line walls, and then curing the resin as required using heated water, steam or ultraviolet (UV) light. The finished product within the lined pipe section shall be a continuous, jointless, structural pipe that is formed to the existing sewer line and, unless otherwise indicated, shall provide a minimum of I 00% of the existing sewer line's original structural and hydraulic design capacities. 1.4 SUBMlTTALS A. Contractor Qualification I. The CONTRACTOR shall submit documentation that the CONTRACTOR is qualified to properly install the proposed product. The following minimum experience requirements shall be met and provided on the documentation: a. CIPP Contractor work force is to have at least one (I) qualified CfPP work supervisor, one (I) CIPP work crew member, and one (I) lateral reinstatement remote cutter operator. Qualified work crew members must directly provide the specific work for which they have been qualified until such work has been completed and accepted by the AGENCY. b. All phases of the ClPP work shall be performed under the direct supervision of an experienced field superintendent who has field experience on at least three (3) successfully completed projects performed in the United States or its Territories and in which he had direct supervision over CfPP lining installation work. The field superintendent shall be onsite at all times during the CIPP work. c. The three (3) successfully completed projects completed by the CIPP field superintendent shall each have involved the successful installation of a minimum of 5,000 linear feet of CIPP liner into host pipes of 8-inch or larger diameter. d. Besides the CIPP field superintendent, at least one other CIPP work crew member shall have direct experience installing CIPP liner. The work crew member shall have field experience on a minimum of two (2) successfully completed CIPP liner projects performed in the United States or its Territories. The two (2) successfully completed projects shall each have involved the successful installation of a minimum of 5,000 linear feet of CIPP liner into host pipes of 8-inch or larger diameter. The work crew member shall have directly participated in liner wet-out and/or insertion on the two (2) qualifying projects. e. The remote cutter operator shall have directly performed a minimum of I 00 successful lateral connection reinstatement by remote cutter on CIPP liner projects performed in the United States or its Territories. 2. If the CONTRACTOR desires to reassign or replace personnel who have been qualified by the AGENCY, a written request to the AGENCY naming the replacement personnel shall be made. The request shall include documentation of replacement personnel work qualification and experiences which demonstrates that the minimum qualification of this section are met Written favorable review from the AGENCY of the replacement personnel's qualifications shall be obtained prior to employing such personnel on the Project. 3. If qualified personnel leave the CONTRACTOR's or Specialty Subcontractor's employment during the Contract, the CONTRACTOR shall provide replacement personnel that meet the minimum qualifications established by the AGENCY. 8. Design Analysis: 10318329 I. Provide sufficient detail to allow the AGENCY to judge whether or not the proposed materials, equipment, thickness, forms, and procedures will meet the Contract requirements. 2. All design calculations and shop drawings shall be prepared and stamped by a Civil Engineer licensed in California, unless otherwise approved by the AGENCY. 3. No materials shall be manufactured prior to approval of the submittals by the AGENCY. City of Carlsbad Sewer Pipe I ine Rehabilitation 2022 CURED-IN-PLACE PIPE LINfNG 02957 -2 January 2022 4. The CIPP shall be designed per ASTM F 1216. The design used for the product shall be submitted in a report for review and approval. The report shall document the design criteria and assumptions for a fully deteriorated pipe section. Physical properties used in design equations shall be validated by independent testing. C. Manufacturing and Quality Control: I. Engineering design guides and detailed quality control procedures for rehabilitation materials, manufacturing, shipping, handling and storage, and installation shall be submitted for review. This shall include inspection requirements, product sampling procedures, testing procedures, material safety data sheets (MSDS) for materials and allowable manufacturing tolerance levels. 2. The CONTRACTOR shall submit certification provided by the product Manufacturer as to the country of manufacture of all major components to be used to produce the final installed work. D. Installation Qualification I . The CONTRACTOR shall submit documentation provided by the Manufacturer that the CONTRACTOR is qualified to properly install the proposed product. The documentation shall consist of evidence of CONTRACTOR training, testing and/or certification of being trained to install the Manufacturer's product. The above documentation ofCONTRACTOR's training shall be delivered to the AGENCY within fourteen (14) calendar days after the Notice to Proceed date. E. Product Qualification I. The CONTRACTOR shall submit documentation that the proposed product meets the minimum linear footage and years of service requirements indicated in Paragraph 2.1 Materials. In addition, the CONTRACTOR shall submit documentation in the form ofa notarized letter(s) from the manufacturer(s) verifying that the proposed resin and tube materials have been manufactured for a minimum of five (5) years or the project's linear footage does not exceed three percent (3%) of the total footage of the product (at time of bid) that has been successfully installed in the United States. 2. The above documentation of product qualification and notarized Manufacturer's letter(s) shall be mailed or faxed to the AGENCY within fourteen (14) calendar days after the Notice of intent to award. F. Product Compatibility I. The CONTRACTOR shall submit documentation certifying that the resin, tube, and outside layer of tube are compatible. G. Installation Procedures 103 18329 I . List of Installation Procedures a. An itemized list detailing the installation procedures to be used shall be submitted. This shall include the followings: 1) Work plan for each site 2) Dewatering/bypass plan for each site 3) Discharge plan as applicable -submit curing medium discharge plan compliant with State and Local requ irements and Regulations. Tfwaste discharge permit is required to dispose of curing medium, Contractor shall obtain and maintain said permit, at no additional compensation from the City. 4) estimated times for each task 5) the number of required excavations, if necessary, 6) resin curing method, and 7) any other items unique to each process. 2. Cure Schedule a. A cure schedule shall be included that provides the resin manufacturer's recommended cure and cool down times and cure temperature for each diameter and thickness. 3. Wrinkle Reducing or Removing Methods City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINING 02957 -3 January 2022 a. Procedures to be submitted shall include proposed methods of removing or reducing the height of protruding wrinkles in the liner. 4. Required Standards a. All related ASTM standards or any nationally recognized standards for installation of the product shall be submitted. 5. Product Repair a. Detailed procedures shall be submitted for repairing the product in the event of failure or future damage. These procedures should not require specialized training and/or equipment for the AGENCY 's maintenance crews. 6. Future Tapping of Service Connections a. Where applicable, detailed procedures shall be submitted for future tapping of service connections into the product. The procedures should not require specialized training and/or equipment for the AGENCY's maintenance crews. 7. Installation Lubricant a. Detailed description and physical properties of the lubricant to be used during installation shall be submitted for the AGENCY's approval. 8. Construction of Manhole Transition Sections a. Detailed procedures for the construction of manhole transition sections along with description and physical properties of the concrete bonding agent to be used shall be submitted for the AGENCY's approval. 9. Forms and Quality Control Records a. Examples of forms and quality control records to be used throughout the installation and curing process to demonstrate effective application and verification checks shall be provided. These forms and quality control records are subject to approval by the AGENCY. H. Product Data 10318329 1. General Requirements: a. Manufacturer's information on resin, resin enhancer, tube material, curing chemical, sealant/caulking material, hydrophilic end seals, sewer service lateral liner, and lubricants. b. Manufacturers' certificates certifying products meet or exceed specified requirements. Certifications shall state that all CJJ>P materials have been manufactured in accordance with all applicable ASTM standards, and the ClJ>P is suitable for the installed environment. c. No product shall be allowed to be installed without submittal oftest data supporting the product performance requirements listed below. d. Materials tested in order to provide the required test data shall be similar to those proposed for use in the Project. e. Unless test data is required below to be obtained from field samples, all test samples shall be prepared so as to simulate the conditions and procedures the product will experience during the Project. f. All testing shall have been performed by an independent third party qualified to perform such testing. 2. Chemical Resistance: a. The chemical resistance tests shall be conducted in accordance with ASTM D543. b. For water or steam CTPP, tests shall be conducted for standard domestic sewage application in accordance with ASTM Fl 216, Appendix X2, or F 1743, Section 7.2, and meet the minimum requirements listed therein. c. For UV CIPP, tests shall be conducted in accordance with ASTM F2019. 3. Hydraulic Capacity: a. Calculations shall be submitted which support that the finished in-place flexible tube shall be able to provide a minimum of one hundred percent (I 00%) of the existing sewer line's original design capacity. (Original design capacity of the existing sewer line shall be calculated using a roughness coefficient "n" of0.013.). City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINING 02957 -4 January 2022 b. The typical roughness coefficient "n" to be used in calculations for the proposed flexible tube shall be verified by independent third party (hired by the product Manufacturer) test data, but shall not be less than 0.01 I, unless otherwise approved by the AGENCY. 4. Flexural Modulus and Strength: a. ln order to verify the proposed product's past performance, the CONTRACTOR shall submit detailed test results from a minimum of three (3) previous successful installations of the proposed CIPP liner. b. The test results of field samples from each of the previous installations shall verify that the minimum requirements for short-term flexural modulus and flexural strength specified in this specification had been achieved. I. Wet-Out Product Data 1. The following items pertaining to the resin shall be submitted prior to wet-out of the liner: a. The proper quantity (volume or weight plus the specific gravity of the resin) needed to fill all of the felt voids plus the targeted additional resin quantity to compensate for polymerization shrinkage and migration, in a unit length of each diameter and thickness of installed and cured CIPP to be supplied on this project for each line installed. b. Resin colorant type or brand name. c. Colorant information. d. Colorant level (proportion) to be used, based on the percent of resin weight. e. A procedure for adding the colorant to the resin. 2. At time of lining, a signed copy of the wet-out sheet (batch ticket) for each liner delivered to the site and installed. a. The wet-out sheets shall certify that for each length of a diameter and thickness, the information is truthful and accurate. b. The information on the wet-out sheet shall include, but shall not be limited to: liner number, liner diameter, liner thickness, wet out time (prep, mixing and filling, conveyer, clean up, total), resin identification, quantity of resin placed and retained in the felt, a nominal yield calculation, catalyst and promoters used and their proportions, fabric tube identifier, fabric tube length (measured, dry, wet out, total) and the roller gap dimension. J. Project Lining Schedule I. The CONTRACTOR shall submit an CIPP Lining Installation Schedule, detailing every installation to occur during the following week to the AGENCY by Friday of each week. See General Provisions for more information. K.Public Notification Doorhanger 1. The CONTRACTOR shall submit an example of the written public notification to local users for approval by the AGENCY fourteen (14) calendar days before mailing to affected parties. The notification shall include the following: a. Description of the project b. Method of construction c. Approximate date and duration that disruption of sewer service will occur d. Local telephone number of the CONTRACTOR e. Contact information for AGENCY f. Note potential inconvenience from resin order, noise, and lights g. Doorhanger template is available from AGENCY and shown in Appendix A L. CCTV Inspection Records and Reports: 10318329 1. CCTV inspections shall be in accordance with Section 02951, "Television Inspection of Sewers". The following CCTV inspections shall be provided: a. CCTV after cleaning and prior to lining (Pre-CCTV), showing condition of existing pipe and pipe joints, and location of existing service connections City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINING 02957 -5 January 2022 b. Post lining CCTV (Post-CCTV), within three (3) days after work complete, showing entire finished liner and re-established service connections. Line shall be dry and clean during the video inspection and CCTV shall include panning around 360 degrees to show the cuts/termination at both ends of the liner. If defects are found during the post CCTV they should be identified per NASSCO PACP coding standards. 1.5 DELIVERY, STORAGE, AND HANDLING A. CIPP and appurtenances shall be handled, stored, protected, transported, and installed as recommended by the manufacturer. CJPP shall be stored and handled such that the CIPP, including the CIPP tube layers and coatings, is protected from physical damage or other deterioration. CIPP and appurtenances susceptible to sun and light deterioration (i.e., ultraviolet radiation) and heat damage shall be adequately protected. 1.6 WARRANTY A. The CONTRACTOR shall warrant all work for materials installed under this Contract for five (5) years from the date of final acceptance. All CIPP liners shall have a minimum design and service life of 50 years. The date of final acceptance shall be the date final payment is made to the CONTRACTOR. B. Warranty shall certify all sites and shall state: "The complete pipeline rehabilitation for each site was performed properly. We (the Contractor and Manufacturer) warrant all material and workmanship for five (5) years starting from day of Owner's final acceptance. Contractor and Manufacturer promise to provide prompt fi eld response to Owner's request regarding any defect in pipeline rehabilitation. Warranty shall include such repairs or measures needed to remedy delamination of liner from host pipe that may occur or become evident due to tapping or pipe breakage from any cause during warranty period." PART 2 -PRODUCTS 2.1 MATERIALS A.Product Qualifications: I. ln order for a CIPP product (combination of tube and resin) to qualify fo r use in the Project, a history of successful commercial viability shall be shown. 2. Products not meeting the minimum requirements established by the ENGINEER for successful commercial viability shall be rejected. 3. The ENGINEER shall be the sole judge as to whether the requirements have been met. For a proposed CIPP product to qualify as a commercially acceptable product for the Project, the following requirements must be met: a. A minimum of 50,000 linear feet of successful wastewater collection system installations in the United States shall be documented. The proposed tube and resin shall have been used together as one product, to assure commercial viability of the materials and the process. ln addition, the CTPP product shall have been in service within wastewater collection faci lities in the United States for a minimum of five (5) years, unless otherwise approved by the AGENCY. Installations of the proposed resin and tube used independently from each other may not be used to qualify the product for the linear footage and years of service requirements. The manufacturer(s) for both proposed resin and tube shall have successfully produced the material in the United States continuously for a minimum of five (5) years, unless otherwise approved by the AGENCY. lfthe manufacturer(s) does not have this minimum three years commercial experience in the United States, the number of linear feet of product proposed to be installed under this Project shall not exceed three percent (3%) of the total footage (at time of bid) of the product that has been successfully installed in the United States. B. Product Manufacturing 10318329 City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE Pl.PE LINING 02957 -6 January 2022 1. The manufacturer(s) for both proposed resin and tube shall have successfully produced the material in the U.S. continuously for a minimum of five (5) years, unless otherwise approved by the AGENCY. If the manufacturer(s) does not have this minimum three years commercial experience in the U.S., the number of linear feet of product proposed to be installed under this Project shall not exceed three percent (3%) of the total footage (at time of bid) of the product that has been successfully installed in the U.S. C. Product Requirements I. Bonding to Existing Pipe Wall a. Pipeline rehabilitation products that require bonding to the existing pipe wall for structural strength will not be allowed since the present structural conditions of the existing pipe walls are unknown and may vary considerably. 2. Resin Impregnation a. No CIPP lining product shall be accepted unless vacuum resin impregnation techniques are used. 3. CIPP Wall a. The finished CIPP wall shall be homogenous throughout, except for the exterior coating (i.e., no intermediate impermeable layers). Hydrophilic end seals shall be used as detailed in Section 3.6. 2.2 DESIGN REQUIREMENTS FOR WATER OR STEAM CJPP, RESIN IMPREGNATED FELT A. General Requirements: I. All materials and components, including resin, tube, and outside layer of tube, shall be compatible and suitable for providing a finished CIPP product wh ich meets the requirements of the Contract Documents. B. Design Parameters: I. The design thickness of the CIPP wall is a function of multiple factors including, but not limited to, product materials and the condition of the existing sewer line. The materials used shall have the capability to vary wall thicknesses in order to address variations in existing pipe conditions (i.e., circumferences, deterioration, and alignment due to pipe bends) and design considerations for a fully deteriorated host pipe. 2. The installed CIPP liner design parameters shall meet or exceed the following minimum CIPP Resin Requirements: a. Flexural Modulus (short term): 250,000 psi b. Flexural Modulus {long term): 150,000 psi (The long term flexural modulus is defined as fifty years as determined by ASTM D2990 Test Method) c. Flexural Strength: 4,500 psi 3. The installed CIPP liner design parameters shall meet or exceed the following Minimum Finished (cured) CIPP Wall Thickness Requirement (regardless of calculated thicknesses based on ASTM standards identified in this Specification): a. 8 inch Diameter Host Pipe: 0.24 inch b. IO inch Diameter Host Pipe: 0.30 inch 4. Other Design Parameters to be used in determining minimum finished liner thickness: a. Fully deteriorated host pipe. b. 50 year minimum service life c. H-20 truck live load: 16,000 lbs. d. Groundwater depth above the bottom of the pipe = depth to ground surface (to reflect saturated soil conditions after a heavy rain). e. Pipe ovality: 3 percent f. Soil density: 120 lbs./cu. ft. g. Soil modulus without live load: 700 psi h. Safety factor: 2.0 C. Structural Requirements: 10318329 City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PlPE LINING 02957 -7 January 2022 I. The flexible tube for full-length liners shall be designed as per ASTM F 1216, Appendix X l , with the following additional requirements: a. The tube design shall assume no bonding to the existing pipe wall. b. With regards to external buckling and because the structural conditions of the existing sewer pipe walls are unknown, the flexible tube shall be designed to act as a stand-alone pipe within the existing pipe. c. Acceptable third party testing and verification of the design analysis techniques (ASTM Fl 216, Appendix X l.2.2 for all installation methods) shall be submitted for the AGENCY review prior to installation of the liner. d. The bond between the flexible tube layers shall be strong and uniform. All layers shall fonn one homogeneous structural pipe wall with no part of the flexible tube left unsaturated by the resin after curing. D. Tube: I. The material be epoxy, or epoxy-vinyl ester-resin-impregnated flexible fabric tube and shall meet the requirements of ASTM F l 2 16, Section 5.1, or Fl 743, Section 5.2.1. The tube shall be compatible with the resin system used. The tube shall be fabricated to a size that, when installed, will fit the internal circumference and the length of the existing pipe. Allowance shall be made for circumferential and longitudinal stretch during installation. The tube shall be capable of confonning to offset joints, bells and disfigured pipe sections. The minimum length of each section shall be the distance from the manhole to the next manhole. 2. The CONTRACTOR shall verify the section lengths and inside dimensions of the existing sewer section before tube fabrication. Sewing or connecting tubes in order to attain the required length is prohibited. 3. The outside layer of the flexible tube (before inversion) shall be plastic coated with a transparent flexible material that is compatible with the resin system used. The plastic coating shall not delaminate after the flexible tube has cured. 4. The flexible tube shall contain no intennediate or encapsulated elastomeric layers. No material shall be included in the tube that can be subject to delamination in the cured flexible tube. E. Resin: I. The resin system shall meet the requirements of ASTM F1216, Section 5.2, Fl743, Section 5.2.3, or these specifications, whichever is more stringent. 2. The resin shall be of suitable, visible color to show that the felt liner is completely and unifonnly impregnated. The color used shall not interfere with visual and/ or closed ci rcuit television (CCTV) inspection of the liner or its required properties. 2.3 DESIGN REQUIREMENTS FOR UV CIPP, GLASS REINFORCED PLASTIC A. General Requirements: 1. All materials and components, including resin, tube, and outside layer of tube, shall be compatible and suitable for providing a finished CIPP product which meets the requirements of the Contract Documents. B. Design Parameters: 10318329 1. The design thickness of the CIPP wall is a function of multiple factors including, but not limited to, product materials and the condition of the existing sewer line. The materials used shall have the capability to vary wall thicknesses in order to address variations in existing pipe conditions (i.e., circumferences, deterioration, and alignment due to pipe bends) and design considerations for a fu lly deteriorated host pipe. 2. The installed CIPP liner design parameters shall meet or exceed the following minimum CIPP Resin Requirements: a. Flexural Modulus (short term): 1,01 5,000 psi b. Flexural Modulus (long tenn): 507,500 psi c. (The long tenn flexural modulus is defined as fifty years as determined by ASTM D2990 Test Method)Flexural Strength: 20,000 psi City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINING 02957 -8 January 2022 3. The installed CIPP liner design parameters shall meet or exceed the following Minimum Finished (cured) CIPP Wall Thickness Requirement (regardless of calculated thicknesses based on ASTM standards identified in this Specification): a. 8 inch Diameter Host Pipe: 0.24 inch b. IO inch Diameter Host Pipe: 0.30 inch 4. Other Design Parameters to be used in determining minimum finished liner thickness: a. Fully deteriorated host pipe. b. 50 year minimum service life c. H-20 truck live load: 16,000 lbs. d. Groundwater depth above the bottom of the pipe = depth to ground surface (to reflect saturated soil conditions after a heavy rain). e. Pipe ovality: 3 percent f. Soil density: 120 lbs./cu. ft. g. Soil modulus without live load: 700 psi h. Safety factor: 2.0 C. Structural Requirements: I. The flexible tube for full-length liners shall be designed as per ASTM F2019, Appendix Xl, with the following additional requirements: a. The tube design shall assume no bonding to the existing pipe wall. b. With regards to external buckling and because the structural conditions of the existing sewer pipe walls are unknown, the flexible tube shall be designed to act as a stand-alone pipe within the existing pipe. c. Acceptable third party testing and verification of the design analysis techniques (ASTM F l 216, Appendix Xl.2.2 for all installation methods) shall be submitted for the AGENCY review prior to installation of the liner. d. The bond between the flexible tube layers shall be strong and uniform. All layers shall form one homogeneous structural pipe wall with no part of the flexible tube left unsaturated by the resin after curing. D. Tube: I. The material shall be a corrosion resistant fiberglass fabric tube meeting the requirements of ASTM F2019, Section 5.2.1. The tube shall be compatible with the resin system used. The tube shall be fabricated to a size that, when installed, will fit the internal circumference and the length of the existing pipe. Allowance shall be made for circumferential and longitudinal stretch during installation. The tube shall be capable of conforming to offset joints, bells and disfigured pipe sections. The minimum length of each section shall be the distance from the manhole to the next manhole. · 2. The CONTRACTOR shall verify the section lengths and inside dimensions of the existing sewer section before tube fabrication. Sewing or connecting tubes in order to attain the required length is prohibited. 3. The outside layer of the flexible tube (before inversion) shall be plastic coated with a transparent flexible material that is compatible with the resin system used. The plastic coating shall not delaminate after the flexible tube has cured. 4. The flexible tube shall contain no intermediate or encapsulated elastomeric layers. No material shall be included in the tube that can be subject to delamination in the cured flexible tube. E. Resin: 10318329 1. The resin system shall meet the requirements of ASTM F2019, Section 5.2.4, or these specifications, whichever is more stringent. 2. The resin shall be a chemically resistant UV cured isophthalic polyester or vinyl ester thermoset resin. When cured the CIPP shall meet the structural and chemical resistance requirements of ASTM F2019. 3. Chemical resistant of the cured resin/fabric matrix shall meet the requirement for ASTM D5813. City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINING 02957 -9 Januaiy 2022 F. Lateral Connection Seal: I. Shall be Cosmic Top-Hat, DrainLCR by Epros, T-Liner Shorty by LMK, or equal. PART 3 -EXECUTION 3.1 PRELIMINARY INVESTIGATION OF HOST SEWER PIPE A. Prior to ordering rehabilitation materials, the CONTRACTOR shall be responsible for inspecting and confirming the inside diameter, pipe material, segment length, number of laterals, and alignment of the host sewer pipe, and determining the condition of each segment to be lined. B. The CONTRACTOR shall use the data and information collected from this inspection to finalize the liner size, refine the liner design, and refine the installation techniques. C. If unknown physical conditions in the work area are encountered during the investigation that materially differ from those ordinarily encountered, the CONTRACTOR shall notify the AGENCY. 3.2 PROCEDURE A. General Requirements I . Basic procedure for the sewer rehabilitation shall include an access shaft which may involve the temporary removal of the upper portion of a manhole, sewer flow control and bypass pumping (see Specification Section 01510) where necessary, cleaning (see Specification Section 02952), pre-rehabilitation television inspection (see Specification Section 02951 ), liner installation, testing, post-rehabilitation television inspection (see Specification Section 02951 ). After completion of the rehabilitation, the CIPP liner shall provide a continuous, watertight, corrosion resistant conduit within the existing sewer line. 2. The CONTRACTOR shall be responsible for performing all CIPP and related work, including video inspection, excavations, and cleaning in accordance with applicable Federal and local safety regulations, including current OSHA safety standards. 3. Prior to entering manholes and other confined spaces to perform sewer rehabilitation work, the CONTRACTOR shall evaluate the atmosphere in and near the sewer to determine the presence of toxic or flammable vapors and shall ventilate the rehabilitation work area as necessary to render it safe, in accordance with OSHA 1910.146, "Permit Required Confined Spaces." 4. The CONTRACTOR shall be responsible for odor and noise mitigation on this Project in accordance with applicable Federal and local regulations. The CONTRACTOR shall monitor the surrounding area and minimize any odors and noise that may occur due to his work activities. 3.3 INSTALLATION FOR WATER OR STEAM CIPP, RESIN IMPREGNATED FELT A. Liner installation shall be in accordance with ASTM F 1216, Section 7, or Fl 743, Section 6, and with the following requirements: 10318329 I. Cleaning and Inspection a. The sewer line shall be cleaned and video inspected per Section 02952, "Cleaning of Sewers and Manholes," and Section 02951, "Television Inspection of Sewers" prior to CIPP installation. Cleaning and video inspection shall be approved by the AGENCY before beginning the CIPP installation work. 2. Protruding Laterals a. Protruding laterals shall be grinded down to the pipe wall surface or as necessary to prevent any damage to the liner and ensure proper installation of the ClPP liner. The CONTRACTOR shall CCTV the pipe after the lateral has been grinded down and obtain approval by the AGENCY before beginning the CIPP installation work. 3. Access City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINING 02957 -IO January 2022 a. The CONTRACTOR shall locate and designate all manhole access points that will be used for liner installation and sewer bypassing. The CONTRACTOR shall verify that all access points are open and accessible for work and identify any obstacles that may prevent proper installation of the ClPP liner. 4. Resin Impregnation a. The tu be shall be free of any tears and frayed sections. The tube shall be impregnated with resin (wet-out) in accordance with ASTM Fl216, Section 7.2, or F l 743, Section 6.2. A vacuum impregnation process shall be used. A roller system shall be used to uniformly distribute the resin throughout the tube. All air in the tube shall be removed by vacuum allowing the resin to thoroughly impregnate the tube. All resin shall be contained to ensure no public property or persons are exposed to the liquid resin. b. The installer shall arrange for a location where the liner will be vacuum-impregnated prior to installation. The installer shall allow the AGENCY to inspect the materials and procedures used to vacuum-impregnate the tube. c. Should the liner material (felt layers and interior plastic coating) be cut to pump/vacuum resin into the liner, all cut layers of the felt shall be sewn closed and the plastic coating sealed watertight, per manufacturer's recommended procedures. 5. Bypassing a. If bypassing of sewage flows is required around the sections of pipe designated for rehabilitation, the bypass shall be constructed in accordance with Section O 1510, "Temporary Bypass Pumping." b. Maintain bypass pumping until lining is formed and fully cured and service connections reestablished. c. All traffic control issues resulting from the bypass pumping, including interruption of traffic flow due to laying bypass piping across intersections, are the responsibility of the CONTRACTOR and shall be coordinated with the appropriate jurisdictions and governing agencies. d. Public advisory services shall be required to notify all parties whose service laterals will be affected and all connected residents to advise minimum water usage. e. The CONTRACTOR shall provide written notification of work activities to all local users fourteen ( 14) calendar days before interruption of service. This notification shal I include a description of the project, the method ofconstruction, and the approximate date and duration that disruption of sewer service will occur. The notification shall also note the potential inconvenience from resin odor, noise, and lights. The CONTRACTOR shall maintain a notification log which will include the date and time of the notification, the contact person's name, and if no contact was made, a notation that the information was left at the person's door. The notification shall be submitted to the AGENCY for approval at least fourteen (14) calendar days prior to being mailed to affected parties. f. The CONTRACTOR shall provide a follow-up notice two (2) days prior to the liner installation to all local users. The notice shall instruct local users to limit water usage during the duration of the liner installation and to fill drain traps with water to prevent potential odors. g. Driveway access shall be maintained to homeowners and business at all times. B. Insertion of Liner 10318329 1. Before the insertion begins, the tube manufacturer shall provide values for the minimum pressure required to hold the tube tight against the existing conduit and the maximum allowable pressure so as not to damage the tube. Once the insertion has started, the pressure shall be maintained between the minimum and maximum pressures until cool down has been completed. Should the pressure deviate from the required, the installed tube shall be removed from the host conduit at the CONTRACTOR's expense. The CONTRACTOR shall provide the AGENCY with a continuous log of pressure during cure. 2. Prior to installation, remote temperature gauges (typically thermocouple probes) shall be placed inside the host pipe at the invert level of each end to monitor the temperatures during the cure cycle. City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINlNG 02957-11 January 2022 3. lnsertion shall be in accordance with ASTM Fl 216, Section 7.4, or Fl 743, Section 6.4. If the tube is being pulled into the pipe, no resin shall be lost by contact with manhole walls or the pipe. The resin should not be contaminated or diluted by exposure to dirt, debris, or water during the pull. The resin that provides a structural seal shall not contact the pipe until positioned at the point of repair. 4. Tube insertion forces or pressures shall be limited so as not to stretch the tube longitudinally by more than five (5%) of the original length. 5. Segments of liner that have been resin impregnated and placed in the host conduit and then are found to be too short, shall be removed without curing and properly discarded at the CONTRACTOR's expense. Removal of the uncured, resin impregnated liner shall be accomplished in such a way as to minimize the amount of resin allowed to escape. The CONTRACTOR shall be responsible for cleanup of all escaped resin and any odors that may result. The CONTRACTOR shall submit a plan to remove any odors and resin impregnated, uncured liner from the host conduit including protection of the host system from escaping resin to the AGENCY for approval a minimum of three (3) weeks prior to the first installation process. 6. The existing sewer line shall be dewatered for any liner insertion that does not use an inversion method to expand the tube against the pipe wall. 7. If significant groundwater infiltration is present in the existing sewer line, the CONTRACTOR may install a preliner tube, or chemical grout to seal defective pipe joints, holes, or other sources of infiltration to control resin los, preserve liner thickness, and prevent reduction in physical properties and contamination of the resin by water or other contaminants. The preliner tube shall be a reinforced plastic sheet formed to fit the host pipe being lined and shall be continuous from manhole to manhole. The preliner tube shall be a rated gas barrier for styrene. Installation of the preliner tube shall be done in the presence of the AGENCY. Chemical grouting work shall be performed per Specification Section 02956 "Chemical Grouting." The CONTRACTOR shall obtain approval from the AGENCY prior to installing the preliner tube or chemical grout to seal sources of infiltration. 8. The use of a lubricant during inversion is recommended to reduce friction. This lubricant should be poured into the water in the downtube or applied directly to the tube. Lubricant shall not be used in processes where impregnated coatings are performed prior to tube installation. The lubricant used shall be a non-toxic, oil-based product that has no detrimental effects on the tube or roller and pump system, and will not support bacterial growth or adversely affect sewage treatment processes. 9. The tube shall not be exposed to ultraviolet light. 10. The tube shall not experience excessive bubbling or wrinkling during insertion. C. Curing 10318329 I. Heat Source for Circulation of Water or Steam a. After insertion of the wetted out tube is complete, the CONTRACTOR shall use a suitable heat source and distribution equipment to circulate heated water or steam uniformly throughout the section for a consistent cure of the resin. The curing temperatures shall comply with submittals and manufacturer's recommendations. b. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. Another such gauge shall be placed between the impregnated liner tube and the invert of the host pipe at the termination manhole, and any intermediate manholes, to determine the temperatures during the resin cure process. Temperatures at all gauges shall be monitored and logged during curing and cool down. The CONTRACTOR shall provide the AGENCY with a continuous log of temperatures at all gauges during curing. 2. CJPP Curing Requirements a. Curing shall be in accordance with ASTM F l 2 I 6, Section 7.6, or Fl 743, Section 6.6. City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-LN-PLACE PfPE LINING 02957-12 Januruy 2022 b. Initial cure may be considered completed when the exposed portions of the felt tube appear to be hard and the termination manhole temperature sensor indicates the temperature to be adequate to realize an exotherm or cure in the resin as recommended by the resin manufacturer and approved by the AGENCY. Curing temperatures and duration shall comply with previously submitted data and information. c. Any hot water or steam used during the curing process shall be free of any pollutants and shall be properly disposed of at ambient temperatures in an environmentally safe manner in accordance with applicable Federal and local rules and regulations. CONTRACTOR shall be responsible for obtaining the applicable permits and community and notification. 3. The CONTRACTOR shall be responsible for supplying potable water for curing. D. Cool-Down I. Cool-down shall be in accordance with ASTM F l 216, Section 7.7, or Fl 743, Section 6.7. 2. The CONTRACTOR shall cool the hardened pipe to a temperature below I 00 degrees F before relieving the water column (pressure) or 113 degrees F before relieving the internal pressure. 3. Cool-down may be accomplished by the introduction of cool water into the inversion standpipe to replace water or mixture of air being drained from a small hole made at the downstream end. 4. Care shall be taken in the release of the water column or air pressure so that a vacuum will not be developed that could damage the newly installed CIPP. 5. Coupon samples shall be obtained for testing. E. Workmanship 1. The finished CIPP shall be continuous over the entire length of each installation run and be free of such defects not limited to holidays, foreign inclusions, dry spots, lifts, delamination, buckling, creases, and seepage of groundwater through the liner material. 2. Wrinkles in the finished CIPP liner shall be repaired as indicated in the following table. Location of Wrinkle Height of Wrinkle Repair Method and Tolerance Below springline or depth of flow, Greater than 2 percent of Grind to 2 percent of the pipe diameter or 1/4", whichever is higher the pipe diameter or 1/4", whichever is greater whichever is greater Above springline or depth of flow, Greater than 4 percent of Grind to 4 percent of the pipe diameter or 1/2", whichever is higher the pipe diameter or 1/2", whichever is greater whichever is greater 3. The AGENCY shall determine if repairing the wrinkle is necessary. 4. Should the liner be inadvertently perforated during the grinding procedure, the CONTRACTOR shall repair or replace the liner by a method approved by the AGENCY. 5. If other critical defects are present, the CONTRACTOR shall remove and replace the liner in these areas, using a method approved by the AGENCY, at the CONTRACTOR's sole expense. 3.4 INSTALLATION FOR UV CIPP, GLASS REINFORCED PLASTIC A. Liner installation shall be in accordance with ASTM F20 I 9, Section 6, and with the following requirements: 10318329 I. Cleaning and Inspection a. The sewer line shall be cleaned and video inspected per Section 02952, "Cleaning of Sewers and Manholes," and Section 0295 1, "Television inspection" prior to CIPP installation. Cleaning and video inspection shall be approved by the AGENCY before beginning the CIPP installation work. 2. Protruding Laterals City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINING 02957 -13 January 2022 a. Protruding laterals shall be grinded down to the pipe wall surface or as necessary to prevent any damage to the liner and ensure proper installation of the CIPP liner. The CONTRACTOR shall CCTV the pipe after the lateral has been grinded down and obtain approval by the AGENCY before beginning the CJPP installation work. 3. Access a. The CONTRACTOR shall locate and designate all manhole access points that will be used for liner installation and sewer bypassing. The CONTRACTOR shall verify that all access points are open and accessible for work and identify any obstacles that may prevent proper installation of the CIPP liner. 4. Resin Impregnation a. The tube shall be free of any tears and frayed sections. The tube shall be impregnated with resin (wet-out) in accordance with ASTM F2019, Section 6.3. The impregnation equipment shall contain devices to secure proper distribution of the resin. b. The installer shall arrange for a location where the liner will be vacuum-impregnated prior to installation. The installer shall allow the AGENCY to inspect the materials and procedures used to vacuum-impregnate the tube. c. Should the liner material (felt layers and interior plastic coating) be cut to pump/vacuum resin into the liner, all cut layers of the felt shall be sewn closed and the plastic coating sealed watertight, per manufacturer's recommended procedures. 5. Bypassing a. If bypassing of sewage flows is required around the sections of pipe designated for rehabilitation, the bypass shall be constructed in accordance with Section O 1510, "Temporary Bypass Pumping." b. Maintain bypass pumping until lining is formed and fu lly cured and service connections reestablished. c. All traffic control issues resulting from the bypass pumping, including interruption of traffic flow due to laying bypass piping across intersections, are the responsibility of the CONTRACTOR and shall be coordinated with the appropriate jurisdictions and governing agencies. d. Public advisory services shall be required to notify all parties whose service laterals will be affected and all connected residents to advise minimum water usage. e. The CONTRACTOR shall provide written notification of work activities to all local users fourteen (14) calendar days before interruption of service This notification shall include a description of the project, the method of construction, and the approximate date and duration that disruption of sewer service will occur. The notification shall also note the potential inconvenience from resin odor, noise, and lights. The CONTRACTOR shall maintain a notification log which will include the date and time of the notification, the contact person's name, and if no contact was made, a notation that the information was left at the person's door. The notification shall be submitted to the AGENCY for approval at least fourteen (14) calendar days prior to being mailed to affected parties. f. The CONTRACTOR shall provide a follow-up notice two (2) days prior to the liner installation to all local users. The notice shall instruct local users to limit water usage during the duration of the liner installation and to fill drain traps with water to prevent potential odors. g. Driveway access shall be maintained to homeowners and business at all times. B. Insertion of Liner 10318329 I . Insertion shall be in accordance with ASTM F2019, Sections 6.2 and 6.4. 2. If significant groundwater infiltration is present in the existing sewer line, the CONTRACTOR may install a preliner tube or chemical grout defective pipe joints, holes, or other sources of the infiltration to control resin loss, preserve liner thickness, and prevent reduction in physical properties and contamination of the resin by water and other contaminants The CONTRACTOR shall obtain approval from the AGENCY prior to installing the preliner tube or chemical grout to seal sources of infiltration. City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LJN[NG 02957-14 January 2022 3. Prior to installing the tube, a 10 mil thick plastic sheet shall be pulled into the host pipe to protect the tube from damage as the tube is pulled in, unless otherwise approved by the AGENCY. 4. The tube shall be pulled into place through an existing manhole or approved access point. The pulling speed shall not exceed 15 feet per minute. Care shall be exercised not to damage the tube during the pulling phase. 5. The CONTRACTOR shall provide a written notice to the AGENCY a minimum of24 hours prior to insertion of the liner. 6. Segments of liner that have been resin impregnated and placed in the host conduit and then are found to be too short, shall be removed without curing and properly discarded at the CONTRACTOR's expense. Removal of the uncured, resin impregnated liner shall be accomplished in such a way as to minimize the amount of resin allowed to escape. The CONTRACTOR shall be responsible for cleanup of all escaped resin and any odors that may result. The CONTRACTOR shall submit a plan to remove any odors and resin impregnated, uncured liner from the host conduit including protection of the host system from escaping resin to the AGENCY for approval a minimum of three (3) weeks prior to the first installation process. 7. Measure the overall elongation of the tube after the pull-in completion. The longitudinal elongation shall be less than 2 percent of the overall length. C. Curing I. Curing shall be in accordance with ASTM F2019, Section 6.6 and 6.7. 2. The fabric tube shall be inflated in place using low-pressure air to the manufacturer's specification for installing the UV light train. The UV light train, with built-in safety air loss shut off sensors, shall be installed into the pipe. 3. A camera shall be located on the ultraviolet curing assembly to enable video inspection of the fabric and ensure the fabric tube has been properly inflated and any problems can be identified before curing process begins. 4. A multi-lamp UV light train shall be drawn through the pipe. The UV curing lights shall operate in the 200 to 400-nm range. The ultraviolet curing assembly shall travel through the pipe at a predetermined speed per the manufacturer's specifications which allows cross- linking /polymerization and curing of the CIPP resin. 5. The CONTRACTOR shall submit a documented record of time, rate of travel of the ultraviolet curing assembly, and internal temperatures and pressures during the curing process for each sewer segment to the AGENCY. All curing data shall be submitted in electronically in PDF format to the AGENCY for review. D. Workmanship 1. The finished CIPP shall be continuous over the entire length of each installation run and be free of such defects not limited to holidays, foreign inclusions, dry spots, lifts, delamination, buckling, creases, and seepage of groundwater through the liner material. 2. Wrinkles in the finished CIPP liner shall be repaired as indicated in the following table. Location of Wrinkle Height of Wrinkle Repair Method and Tolerance Below springline or depth of flow, Greater than 2 percent of Grind to 2 percent of the whichever is higher the pipe diameter or 1/4", pipe diameter or 1/4", whichever is greater whichever is greater Above springline or depth of flow, Greater than 4 percent of Grind to 4 percent of the whichever is higher the pipe diameter or 1/2", pipe diameter or 1/2", whichever is greater whichever is greater 3. The AGENCY shall determine if repairing the wrinkle is necessary. 10318329 4. Should the liner be inadvertently perforated during the grinding procedure, the CONTRACTOR shall repair or replace the liner by a method approved by the AGENCY. City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINING 02957 -15 January 2022 5. If other critical defects are present, the CONTRACTOR shall remove and replace the liner in these areas, using a method approved by the AGENCY, at the CONTRACTOR's sole expense. 3.5 REINSTATEMENT OF LATERAL CONNECTIONS A. Lateral Connection Verification I. The CONTRACTOR shall verify the location and number of lateral connections shown on the Plans during his pre-rehabilitation television inspection (see Section 02951) or from other methods approved by the AGENCY. The verification methods utilized by the CONTRACTOR shall not require any excavation or removal of existing pipe. 2. Where the CIPP liner does not create dimples at the service connections or in other ways indicate the location, the exact location shall be determined from the pre-rehabilitation television inspection. It shall be the CONTRACTOR's responsibility to accurately locate and reconnect all active service connections after the CIPP installation and curing has been completed. All service connections are considered to be "active" unless a cap or plug is visible in the pre lining CCTV inspection. Service connections plugged by debris shall be considered active. 8. Lateral Connection Reinstatement 1. After the CIPP has been cured in place, the existing lateral connections shall be reinstated as required. This shall be done without excavation, from the interior of the pipeline by means of a television camera and remote-control cutting device. The reinstated opening shall be neat, and its edges smooth and without any hanging fibers, or loose or abraded materials. T he invert of the reinstated opening shall match the invert of the original connection. Additionally, the opening shaJI be reinstated to a minimum of95% and a maximum of 100% of the original connection opening. The CONTRACTOR shall be responsible for restoring/correcting without delay all missed or faulty reconnections as well as for any damages, which may have resulted. The CONTRACTOR shall restore/correct damages, holes or overcut lateral openings caused to the liner within 7 calendars days. A minimum of one (1) standby remote-control cutting device shall be on site during lateral reinstatement operations. 2. All lateral connections shall be reinstated within IO hours after the completion of the curing process to minimize disturbance to private residents. If connections cannot be reinstated withi.n this period of time, the CONTRACTOR shall obtain approval from the AGENCY prior to any extension to allow additional bypass/diversion pumping. Added bypass/diversion pumping services shall be incidental to the project and at the CONTRACTOR's expense. 3. The CONTRACTOR shall be responsible for maintaining an emergency crew capable of cutting taps and readily available to respond to sewer service customer problems after normal working hours unless otherwise determined by the AGENCY. CONTRACTOR's emergency crew shall be qualified and fully equipped to perform lateral connection reinstatement operations and provide temporary bypassing ifrequired to maintain sewer service. Costs related to the emergency response will be incidental to the Contract and not measured for payment. C. Service Lateral Connection Seal and Liner (SLCSL) System 10318329 I. All lateral connection shall be sealed using glass fiber laminate with UV curing. The seal shall form smooth transition from the lateral to the mainline and provide continuous structurally sound CJPP able to withstand all imposed static and dynamic loads on a long- term basis. 2. Brim style connection liner (Top Hat) shall meet the requirements of ASTM D543 and ASTMD578. 3. Seal penetration into lateral sha.11 per manufacturer recommendation but shall not be less than LO inches in length. 4. Lateral connection seal shall be Cosmic Top-Hat, DrainLCR by Epros, T-Liner Shorty by LMK, or equal. City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-CN-PLACE PIPE LINING 02957 -16 January 2022 5. Epoxy resin shall meet ASTM D5813. 3.6 TRANSITION SECTIONS A. Design 1. Transition sections shall be constructed to channel sewage flow and minimize entrance and exit losses as the flow passes through the existing manhole structures affected by CJPP work. Construction of the transition grout within the channel shall be determined as follows. For situations where: a. A CIPP liner terminates at both upstream and downstream manhole pipe openings, and the cured liner I.D. is 18" nominal or greater, the transition grout within the channel shall have a uniform thickness equal to the liner thickness throughout the length of the channel. b. A CIPP liner terminates one manhole pipe opening, and the cured liner 1.0. is greater than 18" nominal, the transition grout shall be equal to the liner thickness at the manhole wall and taper towards the center of the manhole at a ratio of I :10 (V:H). c. A cured liner J.D. is equal to or less than 18" nominal, the transition grout shall be equal to the liner thickness at the manhole wall and taper towards the center of the manhole at a ratio of J :IO (V:H). Transition Grout Construction Nominal Diameter?. 18" Nominal Diameter < 18" Liner Terminates at Both Manhole Uniform thickness equal Equal to liner thickness Openings to liner thickness at the manhole wall and throughout channel taper towards channel length. center at 1: IO (V :H) ratio. Liner Terminates at One Manhole Opening Equal to liner thickness Equal to liner thickness 10318329 at the manhole wall and at the manhole wall and taper towards channel taper towards channel center at I: l O (V :H) center at 1: 10 (V :H) ratio. ratio. d. When the pipe liner is placed through manholes, the CONTRACTOR shall cut away the top of the pipe liner to conform to the existing manhole walls. e. Existing benches and channels shall be built up with grout as needed to match the CIPP liner elevations. Smooth transitions shall be formed between the existing surfaces and the ClPP. 2. Surface Preparation a. Prior to applying new concrete, the existing surfaces shall be adequately cleaned, scraped of loose concrete, and roughened. An approved concrete bonding agent shall be applied prior to the construction of any new channels, benches and/or transition sections. The bonding agent shall meet ASTM C881 requirements for Type 1, Grade 3, epoxy resin adhesive. The bonding agent shall be Sikadur 31 Hi-Mod Gel or an approved equal. 3. Material Requirements a. Any new channels, benches, and transition sections shall be formed using a quick setting, high strength Portland cement based repair mortar. The mortar shall be SikaTop 122 Plus, Sauereisen Substrate Resurfacer No. F-121, or an approved equal. The mortar shall have the fo llowing minimum properties: City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINING 02957-17 January 2022 Sauereisen Sika Top 122 Plus Substrate Resurfacer No. F-121 Flexural Strength 2,000 psi 28 days I ,500 psi 7 days (ASTM C293) (ASTM C580) Tensile Strength 750 psi 28 days 822 psi 7 days {ASTM C496) (ASTM C307) Bond Strength 2,200 psi 28 days 2,200 psi 7 days (ASTM C882) (ASTMC882) Compressive Strength 7,000 psi 28 days 7,000 psi 28 days (ASTM C109) {ASTMCI09) 4. Sealing of Annular Space a. At all manholes apply Sikadur 31 Hi-Mod Gel or an approved equal between the CIPP liner and the existing pipe. The material shall be applied around the entire circumference of the pipe to fu lly seal the annular space to prevent infiltration of groundwater and ex filtration of sewage and sewer gases. b. Where CIPP liner is placed through the manholes, the material (Sikadur 31 Hi-Mod Gel or an approved) shall be applied where the top of the liner has been cut away. c. Install continuous or properly trimmed hydrophilic waterstop end seals at each manhole opening. Install end seals in accordance with the waterstop end seal manufacturer's recommendations. The seals shall be bands that are 20 mm wide and 5 mm high. The hydrophilic water stop end seal shall be Hydrotite Model RS-0520-3.51, or an approved equal, and shall be compatible with the CJPP liner. 5. Liner Termination at Manhole a. The liner section above the bench shall extend approximately two inches into the manhole to mechanically lock the liner in place. 3.7 GENERAL TESTING A. General CIPP Liner Testing Requirements 10318329 1. For each inversion length ofCIPP full-length liner installed, the CONTRACTOR shall perform the tests identified in Section 3. 7 CIPP Tests. 2. Where testing is performed on CIPP samples, the CONTRACTOR shall be responsible for providing the necessary samples and for hiring a qualified, independent third party to perform the required tests. The report shall outline test procedures, present data, provide diagrams as required, and summarize test results for each length of CIPP installed. The report shall provide all information labeled on the samples. Sample labeling requirements are provided in the following paragraph. Copies of the report shall be sent from the laboratory simultaneously to both the CONTRACTOR and the AGENCY immediately upon completion of the sample testing. Two (2) copies of the detailed report on the testing shall be sent to the AGENCY. 3. The AGENCY shall be responsible for filling out and maintaining a Cured Sample Testing Record for all samples which the AGENCY takes possession of. The CONTRACTOR shall not destroy any Cured Sample Testing Records and wi ll transfer all Cured Sample Testing Records to the AGENCY immediately after final acceptance of the project. City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINING 02957-18 January 2022 10318329 4. Any liner that does not meet the specified strength and/or thickness requirements, regardless of the amount below the specified requirements, shall be corrected by the CONTRACTOR in a manner approved by the ENGINEER at no additional cost to the AGENCY. The ENGINEER's decision on how to correct deficient C[PP installations shall be final. Options for correcting deficient liners that may be considered by the ENGINEER include removing the liner and re-lining the sewer, or excavating and replacing the sewer from manhole to manhole, or providing the AGENCY with a credit. The primary option that will be considered will be to re-line the sewer. Credits will only be authorized for CrPP that does not meet required thickness. If a credit is acceptable to the AGENCY, the credit shall be calculated by multiplying the bid price by the percent that the liner thickness is below the required installed thickness as follows: Credit = ( 1-Installed CIPP Thickness/Required CrPP Thickness) x Bid Price. The CONTRACTOR shall not assume a credit will be acceptable to the AGENCY in any case. City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINlNG 02957-19 January 2022 B. CIPP Samples I. General Procedures a. Cured CIPP samples shall be taken and labeled in the presence of the AGENCY. The labeling on the sample shall consist of the sample number, Project Name, the AGENCY Job Number, CONTRACTOR company name, name(s) ofCONTRACTOR's personnel that extracted the sample, the date/time that the sample was taken and the name of the AGENCY personnel present during sampling. The labeling shall be made with a permanent marking device that will not smudge or fade on the sample. b. In addition, the CONTRACTOR shall maintain a Cured Sample Testing Record. The Cured Sample Testing Record shall be current and shall be available for immediate review by the AGENCY upon the AGENCY's request. A copy of the Cured Sample Testing Record is provided at the end of this Specification. The CONTRACTOR may obtain a copy of the Cured Sample Testing Record template from the AGENCY. c. The AGENCY may take possession of a sample or samples at any time prior to the samples being shipped to the third party testing laboratory. The number of samples taken are at the discretion of the AGENCY. If samples are taken, the CONTRACTOR is relieved of responsibility of testing the samples. The samples taken by the AGENCY may be tested by a laboratory selected by the AGENCY. In this situation, costs for testing and shipping these samples will be paid for by the AGENCY. Two copies of the test reports from the laboratory selected by the AGENCY will be sent to the CONTRACTOR. 2. Pipes of 18-Inch Diameter or Less a. The sample shall be cut from a section of cured CIPP at the termination point that has been inverted through a pipe with the same inside diameter as the existing pipe and has been held in place by a suitable heat sink, such as sandbags. The sample shall be a mininrnm of 12-inches in length and a full pipe circumference, to provide for all of the tests indicated below. b. If a length of CIPP is installed through intermediate manholes, samples shall be taken at each intermediate manhole as well as at the termination point. c. The sample shall be large enough to provide for all tests indicated below. d. Prior to obtaining any sample, the CONTRACTOR shall mark the limits of the sample on the CIPP and obtain the approval of the AGENCY. The AGENCY has the discretion to adjust the sample location. 3.8 ClPP TESTS A. CIPP Wall Thickness Test I. Pipes of 18-Inch Diameter or Less a. For host pipes with a nominal diameter 18-inches or less, testing shall be in accordance with ASTM F 1743, Section 8.1.6. b. A min imum of eight measurements at evenly spaced intervals around the circumference of the sample shall be taken to ensure that minimum and maximum thicknesses are determined. Deduct from the measured values the thickness of any plastic coatings or CIPP layers not included in the structural design of the CIPP. The average thickness shall be calculated using the measured values and shall meet or exceed the minimum finished thickness indicated in Section 2.2.B, Design Parameters. The minimum wall thickness at any point shall not be less than 87.5% of the minimum finished thickness indicated in Section 2.2.B, Design Parameters. c. Ultrasonic testing of wall thickness is not allowed. B. Short-Term Flexural Test I. CIPP samples shall be tested for short-term flexural (bending) properties. Testing shall be in accordance with ASTM Fl 216, Section 8.1.3.1, or Fl 743, Section 8.1.4. Five specimens shall be tested. C. Delamination Test 10318329 City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINING 02957-20 January 2022 1. Testing shall be in accordance with ASTM Fl216, Section 8.4, or ASTM Fl 743, Section 8.4. Five specimens shall be tested. D. Peel or Stripping Strength Test 1. Testing shall be in accordance with ASTM Fl 216, Section 8.5. The peel or stripping strength between any nonhomogeneous layers of CIPP laminate shall be a minimum of 10 lb/in. of width. 3.9 PIPE LEAKAGE TEST A. The cured liner material shall be impervious and not allow for any infiltration or exfiltration. Unless otherwise directed by the AGENCY, the CONTRACTOR shall conduct either an exfiltration, infiltration, or air test for each CIPP inversion for pipes with a nominal diameter of 36-inches or less. B. Laterals shall be reinstated after the leakage test is completed. C. The CONTRACTOR shall notify the AGENCY as to the type of testing to be conducted prior to the testing. D. It shall be noted that the allowable leakage amounts indicated in the following paragraphs are to allow for imperfections that may be associated with the leakage test setup (Ex. slight leakage at the plugs, seepage through the downtube material, volumetric changes in the water or air inside the liner due to temperature changes, etc.). Leakage as a result of a pervious finished liner will not be accepted and will be considered defective requiring repair or replacement. I. Exfiltration Test a. An exfiltration test may be conducted after the CIPP has cooled to ambient temperature. The CONTRACTOR shall submit testing procedures for approval. b. The maximum amount of leakage for any section of CIPP being tested shall not exceed 50 gallons per day per inch of internal diameter per mile of pipe. During the exfiltration testing, the maximum internal pipe pressure at the lowest end shall not exceed 10 feet of water and the water level inside the inversion standpipe shall be two feet higher than the top of the pipe or two feet higher than the groundwater level, whichever is greater. The test should be conducted for a minimum of one hour and may be performed during the liner cool down period. c. The exfiltration test shall be conducted at the completion of the curing process while the CfPP is under hydrostatic pressure. d. If steam is used to cure the CIPP, watertight plugs shall be installed at both end and the CIPP filled with water. 2. Infiltration Test a. An infiltration test may be conducted if the groundwater is more than 2 feet above top of pipe for the entire section of sewer line. The CONTRACTOR shall submit testing procedures for approval. b. The maximum amount of infiltration for any CIPP section being tested shall not exceed the rate of 50 gallons per day per inch of internal diameter per mile of pipe. 3. Air Test a. Testing shall be conducted after the CIPP has cooled to ambient temperature and prior to reinstating any laterals. Low pressure air test shall be in accordance with ASTM Fl 417- 11 a. The Time-Pressure Drop Method, using 1.0 psig pressure drop, shall be used. b. The low pressure air test may be dangerous to personnel. It is extremely important that the various plugs be properly installed to prevent sudden expulsion of a poorly installed or partially inflated plug. The CONTRACTOR shall be responsible for providing all safety measures necessary to protect personnel from injury. No one shall be allowed in the manholes during testing. E. For products in which the pipe wall is cured while not in direct contact with the pressurizing fluid (e.g., a removable inflation bladder is used), the pipe shall be leakage tested after the cure process is completed and the pressurizing fluid and apparatus have been removed. 10318329 City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINING 02957-21 January 2022 3.10 INSPECTION AND ACCEPTANCE A. The finished installation shall be inspected by the CONTRACTOR by closed-circuit television camera as specified in Section 02951 , "Television Inspection of Sewers," in the presence of the the AGENCY, unless otherwise directed by the AGENCY. B. Variations from true line and grade will only be acceptable if proven by the CONTRACTOR that the variations existed under the original conditions of the existing sewer lines. C. The CIPP work will be deemed unacceptable if infiltration of groundwater is detected. All lateral connections and entrances must be accounted for and shall be unobstructed. 3.11 CLEANING A. Upon acceptance of the CJPP installation, the CONTRACTOR shall restore the Project area to 10318329 its original conditions or better. 1. Remove debris resulting from work and unused materials from the site and legally dispose. 2. Areas damaged or modified by the work shall be repaired or restored to a condition equal to or better than the original condition. Site restoration is incidental to the work and shall be at the expense of the CONTRACTOR. 3. Care shall be taken to avoid damage to private property (i.e., sprinkler systems, landscaping, etc.). If damage occurs, repairs shall be completed as soon as possible. Any repairs will be at the expense of the CONTRACTOR. City of Carlsbad Sewer Pipeline Rehabilitation 2022 CURED-IN-PLACE PIPE LINING 02957 -22 January 2022 & "' Q. 0 IX 0 u w IX Cl z ti w 1-w ..J Q. ~ ~ 0 w IX :::, u 10318329 oi E w $lU9WeJ!flbeJ wnw!Uµ, 1••w \UHop s~nseJ 1s•l 91dwas quewaJ!rb•J wnw1u,w si•w s~ns•J lWl •1dW8S pe11.,-,.., si1nseJ isea ••o ·~111 puo uod Ill!"' u_,. eq 11•41 J•!i!UI ·1•!J!UI 'a •w•N :qnseJ lS8:I 81J!Afe:>8J •"!i■µ.ieseJdeJ pei■L.l5,sep JO et5J■40~•J901JQ aqwnu 15U!,P■JJ.S.J•~u•::, 15ut(kj~s J•!JJ■O 8u!ddNS CH::>::>) n1n1ouoHJ0 .l!uno:, puo ~O '(::>) •OIOIIJIUoO :e1dwts 8ufddt4• .10J •11usuodse., ~d .<..o111JOq■1 fSu~c•J. AlJlld PJ!4.J. 01 pedd!4C •i-a ·>tlJ! pu■ ued "l'!M u~ •q 111411 l"!l!UI ·19p1u1 '8 eweN :8u!'l"I •fdwos 8upnp ~as•Jd •"IJlµJaseJdeJ Pet■IA5,sep JO e15J■40-u1~Jeo110 •tdw■s 8uPfa:i ieuuosad s,J~:,e.quoo JO (s)•waN u•>fl'l •1ctw.s 4=>11.+M WOJJ •to4UIWJO 01 JeMes P•ll•itu! .. ,. ddl::> 40!4,. ut , .. weoS •d!d IS0HJ0 <•>o1 ,.,..s •11tfd,ed!d WOJj lll'DWe.J •fdwos (l)ew1.u(a)•1•a 0 .... 0 .... 0 .... ·0N•1dwes END OF SECTION City of Carlsbad Sewer Pipe! ine Rehabilitation 2022 CURED-IN-PLACE PIPE LINING 02957 -23 0 .... 0 .... 0 .... 0 .... 0 .... 0 .... 0 .... January 2022 SECTION MACHINE SPIRAL WOUND PVC LINER PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: I. Materials and procedures for machine spiral wound polyvinyl chloride (PVC) pipe liner. B. Related Specification Sections include but are not necessarily limited to: I. Standard Specifications for Public Works Construction "Greenbook" 2018 2. Division O I -General Requirements. 3. General Provisions. 4. Section 01510 Temporary Bypass Pumping. 5. Section 02951 Television Inspection of Sewers. 6. Section 02952 Cleaning of Sewers. 7. Section 02956 Chemical Injection Grouting. 8. Section 0295 7 CIPP for Sewer. 1.2 QUALITY ASSURANCE A. Referenced Standards: 10318329 I. American Society for Testing and Materials (ASTM): a. ASTM C I 09, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. Cube Specimens). b. ASTM D256, Standard Test Method for Determining the lzod Pendulum Impact Resistance of Plastics. c. ASTM C293, Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center-Point Loading). d. ASTM C307, Standard Test Method for Tensile Strength of Chemical-Resistant Mortar, Grouts, and Monolithic Surfacings. e. ASTM C496, Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens. f. ASTM D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical Reagents g. ASTM D578, Standard Specification for Glass Fiber Strands h. ASTM D638, Standard Test Method for Tensile Properties of Plastics. i. ASTM D790, Standard Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. j. ASTM C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. k. ASTM C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used With Concrete by Slant Shear. I. ASTM Fl 741-18, Standard Practice for Installation of Machine Spiral Wound Poly (Vinyl Chloride) (PVC) Liner Pipe for Rehabilitation of Existing Sewers and Conduits. m. ASTM DJ 784, Standard Specification for Rigid Poly Vinyl Chloride (PVC) Compounds and Chlorinated Poly Vinyl Chloride (CPVC) Compounds. n. ASTM Fl697-18, Standard Specification for Poly Vinyl Chloride (PVC) Profile Strip for Machine Spiral-Wound Liner Pipe Rehabilitation of Existing Sewers and Conduits 2. National Association of Sewer Service Companies (NASSCO): a. NASSCO standards, latest edjtion and revision thereof. City of Carlsbad Sewer Pipeline Rehab ii itation 2022 MACHINE SPIRAL WOUND PVC LINER 02959-I January 2022 1.3 SYSTEM DESCRIPTION A. Spiral wound PVC pipe liner for use in rehabilitation of circular sewer pipelines shall be a PVC profiled strip with a continuously sealed spiral joint. The profiled strip is wound into the liner shape to a size ranging from 6 inches to 15 feet. Installation shall be in accordance with ASTM Fl471 as modified herein. 1.4 SUBMJTTALS A. Design Analysis: I. Provide sufficient detail to allow the AGENCY to judge whether or not the proposed materials, equipment, fom1s, and procedures will meet the Contract requirements. 2. No materials shall be manufactured prior to approval of the submittals by the AGENCY. 3. The PVC liner shall be designed per ASTM Fl697-18. B. Manufacturing and Quality Control: I. The CONTRACTOR shall submit certification provided by the product Manufacturer that the PVC profiled strip material, gasket material, and the steel reinforcing strip conforms to ASTM Fl 697. C. Installation Procedures I. List of Installation Procedures a. An itemized list detailing the installation procedures to be used shall be submitted. This shall include the followings: I) Work plan for each site. 2) Dewatering/bypass plan for each site. 3) Discharge plan as applicable -submit curing medium discharge plan compliant with State and Local requirements and Regulations. If waste discharge permit is required to dispose of curing medium, Contractor shall obtain and maintain said permit, at no additional compensation from the City. 4) estimated times for each task. 5) the number of required excavations, if any, and 6) any other items unique to each process. 2. Required Standards a. All related ASTM standards or any nationally recognized standards for installation of the product shall be submitted. 3. Product Repair a. Detailed procedures shall be submitted for repairing the product in the event of failure or future damage. These procedures should not require specialized training and/or equipment for the AGENCY's maintenance crews. 4. Future Tapping of Service Connections a. Where applicable, detailed procedures shall be submitted for future tapping of service connections into the product. The procedures should not require specialized training and/or equipment for the AGENCY's maintenance crews. 5. Construction of Manhole Transition Sections a. Detailed procedures for the construction of manhole transition sections along with description and physical properties of the concrete bonding agent to be used shall be submitted for the AGENCY's approval. D. Product Test Data 10318329 I. General Requirements: a. No product shall be allowed to be installed without submittal oftest data supporting the product performance requirements listed below. b. All testing shall have been performed by an independent third party qualified to perform such testing. 2. Chemical Resistance: City of Carlsbad Sewer Pipeline Rehabilitation 2022 MACHINE SPIRAL WOUND PVC LINER 02959-2 January 2022 The PVC profiled strip, gasket, end seals, sealants, and other material exposed to the sewer environment shall be tested in accordance with Section 2 11-2 and conform to the weight change requirements of Table 207-17.5 of the Green book. E. Hydraulic Capacity: I. Calculations shall be submitted which support that the finished in-place flexible tube shall be able to provide a minimum of one hundred percent (100%) of the existing sewer line's original design capacity. (Original design capacity of the existing sewer line shall be calculated using a roughness coefficient "n" of0.013.). 2. The typical roughness coefficient "n" to be used in calculations for the proposed flexible tube shall be verified by independent third party (hired by the product Manufacturer) test data, but shall not be less than 0.011 , unless otherwise approved by the AGENCY. F. Flexural Modulus and Strength: I. Jn order to verify the proposed product's past performance, the CONTRACTOR shall submit detailed test results from a minimum of three (3) previous successful installations of the proposed CIPP liner. 2. The test results of field samples from each of the previous installations shall verify that the minimum requirements for short-term flexural modulus and flexural strength specified in this specification had been achi eved. G. CCTV inspections shall be in accordance with Section 02951, "Television Inspection of Sewers". The following CCTV inspections shall be provided: I. CCTV after cleaning and prior to lining (Pre-CCTV), showing condition of existing pipe and pipe joints, and location of existing service connections 2. Post lining CCTV (Post-CCTV), within three (3) days after work complete, showing entire finished liner and re-established service connections. Line shall be dry and clean during the video inspection and CCTV shall include panning around 360 degrees to show the cuts/termination at both ends of the liner. If defects are found during the post CCTV they should be identified per NASSCO PACP coding standards. 1.5 DELIVERY, STORAGE, AND HANDLING A. PVC liner and appurtenances shall be handled, stored, protected, transported, and installed as recommended by the manufacturer. PVC liner shall be stored and handled such that the PVC liner, is protected from physical damage or other deterioration. PVC liner and appurtenances susceptible to sun and li ght deterioration (i.e., ultraviolet radiation) and heat damage shall be adequately protected. 1.6 WARRANTY A. The CONTRACTOR shall warrant all work for materials installed under this Contract for five (5) years from the date of final acceptance. All liners shall have a minimum design and service life of 50 years. The date of final acceptance shall be the date final payment is made to the CONTRACTOR. 8. Warranty shall certify all sites and shall state: "The complete pipeline rehabilitation for each site was performed properly. We (the Contractor and Manufacturer) warrant all material and workmanship for five (5) years starting from day of Owner's final acceptance. Contractor and Manufacturer promise to provide prompt field response to Owner's request regarding any defect in pipeline rehabilitation. Warranty shall include such repairs or measures needed to remedy delamination of liner from host pipe that may occur or become evident due to tapping or pipe breakage from any cause during warranty period." 1031 8329 City of Carlsbad Sewer Pipe! ine Rehab ii itation 2022 MACHINE SPIRAL WOUND PVC LINER 02959-3 January 2022 PART 2 -PRODUCTS 2.1 SPIRAL WOUND PVC LINER A. Material Composition 1. The extruded profile strip shall be made from unplasticized PVC compounds meeting the minimum requirements for cell classification 13354 or higher, as defined in ASTM D 1784. 2. PVC profile strip for machine spiral wound liner pipe rehabilitation of existing sewers shall comply with ASTM F 1697-18, except as modified herein. B. Material and Equipment Acceptance Profile Type l 2 3 7 1. At the time of manufacture, each lot of extruded profile strip shall be inspected for defects and tested for physical properties as specified. A "lot" is defined as a continuous extrusion run of a given profile designation on a spool. 2. PVC profile strip minimum dimensions and initial stiffness factors shall be in accordance with Table 1 below. In accordance with ASTM F 1697-18, other profile configurations are permitted, provided similar details are provided below: Minimum Waterway Minimum initial Stiffness Factor Minimum Width Minimum Height Wall (EI) (in.) (in.) (in.) (in3 -lbf/in2) 2.00 0.216 0.0551 188.0 3.14 0.3 14 0.0551 561.0 4.76 0.511 0.0630 2148.0 4.76 0.748 0.0830 3983.0 Note: Initial Stiffuess Factors are derived from testing in accordance with ASTM D 790 as modified by ASTM Fl 697-18, using flat strips of profile 3. The following values of modulus of elasticity of PVC shall be used in design: a. Short Term: 400,000psi b. Long Term : 116,000psi 4. Design stiffness values for a specific PVC profile strip are available from the manufacturer. 5. Sealants and gaskets necessary for effective interlocking of the edges of PVC strip are pre- applied at the time of manufactur~. They shall be suitable for use in a sewer environment. C. Material Testing 1. Before installation of the liner has commenced, the testing shall be completed and submitted to the AGENCY: a. A sample of profile from each production run shall be tested to confirm that the value of initial stiffness factor detailed above exceeds specified minimum values. b. Chemical testing in accordance with Section I .4D (2) of this Specification. D. Marking I. Each PVC profile strip shall be distinctly marked on its inside surface at intervals not to exceed 60 inches with a code number identifying the manufacturer, plant, date of manufacture and shift, and profile type. This information shall also appear on each reel. E. Acceptable Manufacturers 10318329 1. Acceptable manufacturers whose products conform to all applicable ASTM standards include: a. Seiskui SPR, Americas City of Carlsbad Sewer Pipeline Rehabilitation 2022 MACHINE SPIRAL WOUND PVC LINER 02959-4 January 2022 F. Hydrophilic waterstop end seals I. The hydrophilic water stop end seal shall be Hydrotite Model RS-0520-3.51, or an approved equal, and shall be compatible with the PVC liner. G.Lateral Connection Seal 1. Shall be Cosmic Top-Hat, DrainLCR by Epros, T-Liner Shorty by LMK, or equal. PART 3 -EXECUTION 3.1 PRELLMINARY INVESTIGATION OF HOST SEWER PIPE A. Prior to ordering rehabilitation materials, the CONTRACTOR shall be responsible for inspecting and confirming the inside diameter, pipe material, and alignment of the host sewer pipe, and detennining the condition of each segment to be lined. B. The CONTRACTOR shall use the data and information collected from this inspection to finalize the liner size, refine the liner design, and refine the installation techniques. Data shall also be used for locating existing laterals for reinstatement. C. If unknown physical conditions in the work area are encountered during the investigation that materially differ from those ordinarily encountered, the CONTRACTOR shall notify the AGENCY. 3.2 PROCEDURE A. General Requirements I. Basic procedure for the sewer rehabilitation shall include an access shaft wliich may involve the temporary removal of the upper portion of a manhole, sewer flow control and bypass pumping (see Specification Section 01510) where necessary, cleaning (see Specification Section 02952), pre-rehabilitation television inspection (see Specification Section 0295 I), liner installation, testing, post-rehabilitation television inspection (see Specification Section 0295 1 ). After completion of the rehabilitation, the PVC liner shall provide a continuous, watertight, corrosion resistant conduit within the existing sewer line. 2. The CONTRACTOR shall be responsible fo r performing all spiral wound PVC lining and related work, including video inspection, excavations, and cleaning in accordance with applicable Federal and loca] safety regulations, including current OSHA safety standards. 3. Prior to entering manholes and other confined spaces to perform sewer rehabilitation work, the CONTRACTOR shall evaluate the atmosphere in and near the sewer to determine the presence of toxic or flammable vapors and shall ventilate the rehabilitation work area as necessary to render it safe, in accordance with OSHA 1910.146, "Permit Required Confined Spaces." 4. The CONTRACTOR shall be responsible for odor and noise mitigation on this Project in accordance with applicable Federal and local regulations. The CONTRACTOR shall monitor the surrounding area and minimize any odors and noise that may occur due to his work activities. 3.3 INSTALLATION OF SPIRAL WOUND PVC LINER A. Installation of machine spiral wound PVC liner pipe for rehabilitation of existing sewers shall comply with ASTM F 1741-18 and with the following requirements: 103 18329 I. Cleaning and Inspection a. The sewer line shall be cleaned and video inspected per Section 02952, "Cleaning of Sewers and Manholes," and Section 02951 , "Television Inspection of Sewers" prior to PVC liner installation. Cleaning and video inspection shall be approved by the AGENCY before beginning the PVC liner installation work. 2. Protruding Laterals City of Carlsbad Sewer Pipe) ine Rehab ii itation 2022 MACHINE SPfRAL WOUND PVC LINER 02959-5 January 2022 a. Protruding laterals shall be grinded down to the pipe wall surface or as necessary to prevent any damage to the liner and ensure proper installation of the PVC liner. The CONTRACTOR shall CCTV the pipe after the lateral has been grinded down and obtain approval by the AGENCY before beginning the PVC installation work. 3. Service Lateral Connection Seal and Liner (SLCSL) System a. All lateral connection shall be sealed using glass fiber laminate with UV curing. The seal shall form smooth transition from the lateral to the mainline and provide continuous structurally sound CIPP able to withstand all imposed static and dynamic loads on a long-term basis. b. Seal penetration into lateral shall per manufacturer recommendation but shall not be less than IO inches in length. c. Brim style connection liner (Top Hat) shall meet the requirements of ASTM D543 and ASTM D578. d. Lateral connection seal shall be Cosmic Top-Hat, DrainLCR by Epros, I-Liner Shorty by LMK, or equal. e. E poxy resin shall meet ASTM D58 I 3. 4. Access a. The CONTRACTOR shall locate and designate all manhole access points that will be used for liner installation and sewer bypassing. The CONTRACTOR shall verify that all access points are open and accessible for work and identify any obstacles that may prevent proper installation of the PVC liner. 5. Bypassing a. If bypassing of sewage flows is required around the sections of pipe designated for rehabilitation, the bypass shall be constructed in accordance with Section O 1510, "Temporary Bypass Pumping." b. Maintain bypass pumping until lining is formed and fully cured and service connections reestablished. c. All traffic control issues resulting from the bypass pumping, including interruption of traffic flow due to laying bypass piping across intersections, are the responsibility of the CONTRACTOR and shall be coordinated with the appropriate jurisdictions and governing agencies. d. Public advisory services shall be required to notify all parties whose service laterals will be affected and all connected residents to advise minimum water usage. e. The CONTRACTOR shall provide written notification of work activities to all local users fourteen (14) calendar days before interruption of service. This notification shall include a description of the project, the method of construction, and the approximate date and duration that disruption of sewer service will occur. The notification shall also note the potential inconvenience from resin odor, noise, and lights. The CONTRACTOR shall maintain a notification log which will include the date and time of the notification, the contact person's name, and ifno contact was made, a notation that the information was left at the person's door. The notification shall be submitted to the AGENCY for approval at least fourteen (14) calendar days prior to being mailed to affected parties. f. The CONTRACTOR shall provide a follow-up notice two (2) days prior to the liner installation to all local users. The notice shall instruct local users to limit water usage during the duration of the liner installation and to fill drain traps with water to prevent potential odors. Driveway access shall be maintained to homeowners and business at all times. B. Insertion of Liner 10318329 I. During installation the winding machine shall perform the fo llowing operations simultaneously: a. A continuous ribbed liner profile strip is suppli ed from a reel and fed down through the existing manhole to the winding machine positioned at the base of the manhole City of Carlsbad Sewer Pipeline Rehabilitation 2022 MACH1NE SPIRAL WOUND PVC LINER 02959-6 January 2022 b. Joint lubricating sealant shall be placed into the primary lock of the self-interlocking edges of the ribbed profile (Note: An elastomeric adhesive, which prevents the liner from expanding prematurely during winding, is applied to the secondary lock during manufacture of the ribbed profile) c. High tensile wire shall be inserted (Note: The wire remains only temporarily as it is pulled out during the expansion stage) d. The winding machine winds the PVC strip into a liner pipe by interlocking the edges e. Winding continues until the full length of the deteriorated pipe between manholes has been lined f. The liner is then radially expanded by mechanical means, without the application of heat, until the liner makes contact with the inside wall of the existing pipe C. End Seals I. End seals between the liner pipe and the existing pipe shall be installed with a sealing material that is compatible with the liner pipe material. A hydrophilic end seals shall be used as detailed in Section 02957-3.6. 0. Workmanship I. The finished lining shall be free of defects that would affect long term strength or hydraulic performance. 2. If critical defects are present, the CONTRACTOR shall remove and replace the liner in these areas, using a method approved by the AGENCY, at the CONTRACTOR's sole expense. 3.4 REINSTATEMENT OF LATERAL CONNECTIONS A. Lateral Connection Verification I. The CONTRACTOR shall verify the location and number of lateral connections shown on the Plans during his pre-rehabilitation television inspection (see Section 02951) or from other methods approved by the AGENCY. The verification methods utilized by the CONTRACTOR shall not require any excavation or removal of existing pipe. 2. The exact location oflateral connections shall be determined from the pre-rehabilitation television inspection. Jt shall be the CONTRACTOR's responsibility to accurately locate and reconnect all service connections after the PVC liner installation has been completed. B. Lateral Connection Reinstatement 10318329 1. After the PVC liner has been installed, the existing lateral connections shall be reinstated as required. This shall be done without excavation, from the interior of the pipeline by means of a television camera and remote-control cutting device. The reinstated opening shall be neat, and its edges smooth and without any hanging fibers, or loose or abraded materials. The invert of the reinstated opening shall match the invert of the original connection. Additionally, the opening shall be reinstated to a minimum of95% and a maximum of 100% of the original connection opening. The CONTRACTOR shall be responsible for restoring/correcting without delay all missed or faulty reconnections as well as for any damages, which may have resulted. A minimum of one (I) standby remote-control cutting device shall be on site during lateral reinstatement operations. 2. All lateral connections shall be reinstated within IO hours after the completion of the curing process to minimize disturbance to private residents. If connections cannot be reinstated within this period of time, the CONTRACTOR shall obtain approval from the AGENCY prior to any extension to allow additional bypass/diversion pumping. Added bypass/diversion pumping services shall be incidental to the project and at the CONTRACTOR's expense. . City of Carlsbad Sewer Pipeline Rehabilitation 2022 MACHINE SPIRAL WOUND PVC LINER 02959-7 January 2022 3. The CONTRACTOR shall be responsible for maintaining an emergency crew capable of cutting taps and readily available to respond to sewer service customer problems after normal working hours unless otherwise determined by the AGENCY. CONTRACTOR's emergency crew shall be qualified and fully equipped to perform lateral connection reinstatement operations and provide temporary bypassing ifrequired to maintain sewer service. Costs related to the emergency response will be incidental to the Contract and not measured for payment. 3.5 TRANSITION SECTIONS A. Design I. Transition sections shall be constructed to channel sewage flow and minimize entrance and exit losses as the flow passes through the existing manhole structures affected by lining work. Construction of the transition grout within the channel shall be determined as follows. For situations where: a. A PVC liner terminates at both upstream and downstream manhole pipe openings, and the liner J.D. is 18" nominal or greater, the transition grout within the channel shall have a uniform thickness equal to the liner thickness throughout the length of the channel. b. A PVC liner term inates one manhole pipe opening, and the liner l.D. is greater than J 8" nominal, the transition grout shall be equal to the liner thickness at the manhole wall and taper towards the center of the manhole at a ratio of 1: 10 (V :H). c. A liner l.D. is equal to or less than 18" nominal, the transition grout shall be equal to the liner thickness at the manhole wall and taper towards the center of the manhole at a ratio ofl :10 (V:H). Transition Grout Construction Nominal Diameter 2:. 18" Nominal Diameter < 18" Liner Terminates at Both Manhole Uniform thickness equal Equal to liner thickness Openings to liner thickness at the manhole wall and throughout channel taper towards channel length. center at 1 : 10 (V :H) ratio. Liner Terminates at One Manhole Opening Equal to liner thickness Equal to liner thickness 10318329 at the manhole wall and at the manhole wall and taper towards channel taper towards channel center at 1: IO (V :H) center at I: 10 (V :H) ratio. ratio. d. Existing benches and channels shall be built up with grout as needed to match the liner elevations. Smooth transitions shall be formed between the existing surfaces and the PVC liner. 2. Surface Preparation a. Prior to applying new concrete, the existing surfaces shall be adequately cleaned, scraped of loose concrete, and roughened. An approved concrete bonding agent shall be applied prior to the construction of any new channels, benches and/or transition sections. The bonding agent shall meet ASTM C881 requirements for Type I, Grade 3, epoxy resin adhesive. The bonding agent shall be Sikadur 31 Hi-Mod Gel or an approved equal. 3. Material Requirements a. Any new channels, benches, and transition sections shall be formed using a quick setting, high strength Portland cement based repair mortar. The mortar shall be SikaTop 122 Plus, Sauereisen Substrate Resurfacer No. F-1 21, or an approved equal. The mortar shall have the following minimum properties: City of Carlsbad Sewer Pipeline Rehabilitation 2022 MACHJNE SPIRAL WOUN D PVC LINER 02959-8 January 2022 Sauereisen Sika Top 122 Plus Substrate Resurfacer No. F-121 Flexural Strength 2,000 psi .28 days 1,500 psi 7 days (ASTMC293) (ASTMC580) Tensile Strength 750 psi 28 days 822 psi 7 days (ASTM C496) (ASTMC307) Bond Strength 2,200 psi 28 days 2,200 psi 7 days (ASTMC882) (ASTM C882) Compressive Strength 7,000 psi 28 days 7,000 psi 28 days (ASTMC109) (ASTM Cl09) 4. Sealing of Annular Space a. At all manholes apply Sikadur 3 1 Hi-Mod Gel or an approved equal between the PVC liner and the existing pipe. The material shall be applied around the entire circumference of the pipe to fully seal the annular space to prevent infiltration of groundwater and exfiltration of sewage and sewer gases. 5. Liner Termination at Manhole a. The liner section above the bench shall extend approximately two inches into the manhole to mechanically lock the liner in place. 3.6 rNSPECTJON AND ACCEPTANCE A. The finished installation shall be inspected by the CONTRACTOR by closed-circuit television camera as specified in Section 02951, "Television Inspection of Sewers," in the presence of the AGENCY, unless otherwise directed by the AGENCY. B. Variations from true line and grade will only be acceptable if proven by the CONTRACTOR that the variations existed under the original conditions of the existing sewer lines. C. The PVC liner work will be deemed unacceptable if infiltration of groundwater is detected. All lateral connections and entrances must be accounted for and shall be unobstructed. 3.7 CLEANING A. Upon acceptance of the PVC liner installation, the CONTRACTOR shall restore the Project area 10318329 to its original conditions or better. l . Remove debris resulting from work and unused materials from the site and legally dispose. 2. Areas damaged or modifi ed by the work shall be repaired or restored to a condition equal to or better than the original condition. Site restoration is incidental to the work and shall be at the expense of the CONTRACTOR. 3. Care sha ll be taken to avoid damage to private property (i.e. sprinkler systems, landscaping, etc.). If damage occurs, repairs shall be completed as soon as possible. Any repairs will be at the expense of the CONTRACTOR. END OF SECTION City of Carlsbad Sewer Pipeline Rehab ii itation 2022 MACHINE SPrRAL WOUND PVC LINER 02959-9 January 2022 APPENDIX A Door Hanger APPENDIX "A" CITY OF CARLSBAD ROADWORK ABC CONTRACTORS OFFICE# (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carlsbad's ongoing program to maintain its utilities, existing utility infrastructure will be replaced in your neighborhood. This construction will require the closing of your street to through traffic for one day. Your street, from XYZ St. to DEF Ave. will be closed to through traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE: XX/XX/XX from 7:00AM. to 5:00 P.M. If you don't plan to leave your home by 7:00 A.M. on the above date please park your car on an adjacent street in your neighborhood that will not be in the area of construction. Areas scheduled for construction can be determined by calling the City of Carlsbad's Project Inspector. Please do not drive, walk on, walk pets, play, or skate in the areas of construction work. ABC is the Contractor that will be performing the construction work for the city and you may call them at the above phone number if you have any questions regarding the project. Construction will be modified to allow trash pickup on the day your trash is collected. If you have a moving company scheduled, please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. Contract No. 5503-21 Page 1 of 1 APPENDIX B Schedule of Sewer Pipelines for Rehabilitation Sewer Pipeline Rehabilitation -2022 City of Carlsbad, CA Table: Schedule of Sewer Pipelines for Rehabilitation 01 SWM 92, SWM 94, SWM State Street Alley 271, & SWM 272 02 SWM 5221 Grand Ave -from Carlsbad Blvd to Garfield St 03 SWM 4218 Roosevelt St -from Oak Ave to Pine Ave 04 SWM 4858 & SWM 4859 Carlsbad Village Dr near 1-5 05 SWM4820 Oak Ave 06 SWM 4036 Basswood Ave - from Monroe St to Canyon St 07 SWM 4019 Ridgecrest Dr 08 SWM 4880 Las Flores -from I- 5 to Pio Pico Dr 09 SWM 337 & SWM 6253 The Shoppes at Carlsbad 10 SWM 4002 Marron Rd 11 SWM 5941 Via Topacio 12 SWM 2899 Catalina Dr & Trieste Dr 13 SWM 2645 & SWM 2646 Near Via Arequipa Rd 14 SWM 5808 & SWM 5809 Palomar Airport Rd 15 SWM 548 Begonia Ct APPENDIX "B" Avoid Wednesdays (constrained by Farmer's Market), the first weekend in November, the week before and after May 22nd (Carlsbad Run). The City requires work in Grand Avenue to be com~leted at night. Avoid the first weekend in November, the week before and after May 22nd (Carlsbad Run) No Constraints No Constraints; complete after Caltrans Permit obtained. No Constraints. Note: Any day work to be complete during school break. No Constraints Complete work after Caltrans Permit obtained. Note: Any day work to be complete during school break. Coordinate access with shopping complex, and parking. Coordinate access with shopping complex, and deliveries. No Constraints. No Constraints. No Constraints. Requires access coordination with McClellan-Palomar Airport. No Constraints. Contract No. 5503-21 Day Day Night Night Day Day Night Night Day Day Night Night Day Day Night Note Night Night Night Night Day Day Day Day Day Day Night Night Day Day Page 1 of 1 APPENDIX C Determination of Project's SWPPP Tier Level and Construction Threat Level (Template E-29) STORM WATER POLLUTION PREVENTION NOTES 1. ALL NECESSARY EQUIPMENT AND MATERIALS SHALL BE AVAILABLE ON SITE TO FACILITATE RAPID INSTALLATION OF EROSION AND SEDIMENT CONTROL BMPs WHEN RAIN IS EMINENT. 2. THE OWNER/CONTRACTOR SHALL RESTORE ALL EROSION CONTROL DEVICES TO WORKING ORDER TO THE SATISFACTION OF THE CITY INSPECTOR AFTER EACH RUN-OFF PRODUCING RAINFALL. 3. THE OWNER/CONTRACTOR SHALL INSTALL ADDITIONAL EROSION CONTROL MEASURES AS MAY BE REQUIRED BY THE CITY INSPECTOR DUE TO INCOMPLETE GRADING OPERATIONS OR UNFORESEEN CIRCUMSTANCES WHICH MAY ARISE. 4. ALL REMOVABLE PROTECTIVE DEVICES SHALL BE IN PLACE AT THE END OF EACH WORKING DAY WHEN THE FIVE (5) DAY RAIN PROBABILITY FORECAST EXCEEDS FORTY PECENT ( 40%). SILT AND OTHER DEBRIS SHALL BE REMOVED AFTER EACH RAINFALL. 5. ALL GRAVEL BAGS SHALL CONTAIN 3/4 INCH MINIMUM AGGREGATE. 6. ADEQUATE EROSION AND SEDIMENT CONTROL AND PERIMETER PROTECTION BEST MANAGEMENT PRACTICE MEASURES MUST BE INSTALLED AND MAINTAINED. 7. THE CITY INSPECTOR SHALL HA VE THE . AUTHORITY TO ALTER THIS PLAN DURING OR BEFORE CONSTRUCTION AS NEEDED TO ENSURE COMPLIANCE WITH CITY STORM WATER QUALITY REGULATIONS. OWNER'S CERTIFICATE: I UNDERSTAND AND ACKNOWLEDGE THAT I MUST: (1) IMPLEMENT BEST MANAGEMENT PRACTICES (BMPS) DURING CONSTRUCTION ACTIVITIES TO THE MAXIMUM EXTENT PRACTICABLE TO AVOID THE MOBILIZATION OF POLLUTANTS SUCH AS SEDIMENT AND TO AVOID THE EXPOSURE OF STORM WATER TO CONSTRUCTION RELATED POLLUTANTS; AND (2) ADHERE TO, AND AT ALL TIMES, COMPLY WITH THIS CITY APPROVED TIER 1 CONSTRUCTION S'M'PP THROUGHOUT THE DURATION OF THE CONSTRUCTION ACTIVITIES UNTIL THE CONSTRUCTION WORK IS COMPLETE AND APPROVED BY THE CITY OF CARLSBAD. OWNER(S)/OWNER'S AGENT NAME (PRINT) O't'tNER(S)/OWNER'S AGENT NAME (SIGNATURE) E-29 DATE STORM WATER COMPLIANCE FORM TIER 1 CONSTRUCTION SWPPP E-29 CB ___ _ SW - BEST MANAGEMENT PRACTICES (BMP) SELECTION TABLE Erosion Control Sediment Control BMPs Tracking Non-Storm Water Waste Management and Materials BMPs Control BMPs Management BMPs Pollution Control BMPs c:: ..... c:: c:: 0 ..... 0 0 :;:; c:: c:: ,:;, :;:; :;:; C'I 0 Cl) ,:;, Cl) ,:;, (J) c:: 0 0 c:: c:: C'I E c:: E c:: ..... 0 ..... 2 ::J 0 'c ·c .9-0 0 0 E ... Cl) ::::e ,:;, en c> ... Cl) ..... ..... :;:; c:: ... ::J >. c> c> c:: Cl) ... c:: Cl) c en en en g ·c ' CT ... 0 c:: 0"5 a. Cl) ·a. "E -c:: en c:: ... w Cl) 0 Best Management Practice* -11:1 c:: 0 CD 0 Cl) 0 ... c., Cl) > c:: :;:; :c en 3 (J) .= Cl) 0 c:: u Cl) ..... Cl) 0 ..... (J) Cl)(/') .£ E Cl) c> ·cc:: u ... en ,:;, (J) ~ ,:;, Q) en ::::e c:: Cl) c:: (BMP) Description ➔ 0 Cl) (J) c> CD c> c:: c:: C) :::> ~ ..... Cl) ~ =i ~ Cl) ~ 0 ..... 0 0 0 3 c:: ... 0 ~~ ,:;, >. o en c:: c:: 0 Cl) ~E :;:; c:: C) CD (/') ·-c> Cl·-(.)CU Oo c> Cl) X ::::e Cl c> Cl c:: Cl) 0:: ..... E 0 -N en ~o a,:;:; Cl) ~~ 0 ·a. ..__ ;c Cl) 0 Cl) E ~ 0 Cl) c:: a.. e Cl) E ~ 1 ..0 = en :.:3 ~··-J5 u·c ·c c> -,:;, £.~ Cl) LL 0 ... Cl) ::J ,:;, :c ~ ·-,:;, ~t, c:: 0 ... 0 Cl) ~ ,:;, 0 0 a. 'c Cl) Cl) ::J ..__ ..0 0 -~ g 0 ·-0 Cl) ... 0 --0 ... 0 ..... Cl) 0 ... 0 c:: 0 0 0 c> ..... ~Cl) ..... 0 ..... 0 = c:: ·-c:: Cl) 0 0 ... 0 Cl) ~ ..0 ... ..... 0 0 ........ 2o 0 0 0 o...., 0 ..... a. 0 oO c., ;c WO vi vi (/') u Li: c., U'l> (/') (/') a.. V) c:: (/') 0:: :ea: a..o a.. ~u ::::e (/') ::::e (/') (/')(.) (/') ::::e CASQA Designation ➔ r--a:> O'l ~ I") v '° co r--co 0 N I") r--a:> ' N I") v '° ' ~ ' I I I I I I I I I I I I I I I I I I I I u u u u w w w w w w w w ~ ~ (/') (/') (/') (/') j j j i j Construction Activity w w w w (/') (/') (/') (/') (/') (/') (/') (/') z z z z Gradina/Soil Disturbance T renchina /Excavation Stockonina Drill in a /Borina Concrete/ Asohalt Sawcuttinq Concrete Flatwork Pavina Conduit/Pioe Installation Stucco/Mortar Work Waste Disoosal Staaina/Lav Down Area Eauioment Maintenance and Fuelina Hazardous Substance Use/Storaqe Dewaterina Site Access Across Dirt Other (list): Instructions: 1. Check the box to the left of all opplicoble construction activity (first column) expected to occur during construction. 2. Located along the top of the BMP Table is a list of BMP's with it's corresponding California Storrnwater Quality Association (CASQA) designation number. Choose one or more BMPs you intend to use during construction from the list. Check the box where the chosen activity row intersects with the BMP column. 3. Refer to the CASQA construction handbook for information and details of the chosen BMPs and how to apply them to the project. SHOW THE LOCATIONS OF ALL CHOSEN BMPs ABOVE ON THE PROJECTS SITE PLAN/EROSION CONTROL PLAN. SEE THE REVERSE SIDE OF THIS SHEET FOR A SAMPLE EROSION CONTROL PLAN. PROJECT INFORMATION Site Address: ______________ _ Assessor's Parcel Number: _________ _ Emergency Contact: Name: _______________ _ 24 Hour Phone: ____________ _ Construction Threat to Storm Water Quality (Check Box) □ MEDIUM □ LOW Cl) ..... en 0 ;c ..... c:: (J) Cl) ::, E 0 Cl) "E c> O 0 NC:: 0 0 :J:::::::E co I i Cl) ..... (J) O+' ;c c:: Cl) cu E -Cl) ~ c> uo c:: c:: 0 0 u::::e co I i Page 1 of 1 REV 02/16 xx 0 .. -..-..i ~ "' xx SCALE: ~ \ \ xx xx l £XIST/NG SINGLE FAMILY R£SID£NC£ W/BASalENT WJN ff•J2.8.f BJ\SEJIENT Fr•2J.BJ PROPOS£D WJN Fr-JJ.08 8J\SfJl£NT Fr=22.0 I~, \ \ G' ""- EXIS11~£ W/GUEST H0US£ ffeJ7.74 "-.... ~ '~-'.>'?!Is -o'~ .~ // 0~ ~ 0 SETBACK UN£ GRAl/fi ~GS J\T -ENTRJ\NCE PER SE-6, 111'/CJ\L SECOND DWEllJNG :\ UNFT PN?K/NG ( ~D-SET COBBL£STON£ ~PEFMOUS) LEGEND (£) WJ\LL ro DESCRIPTION RD,WN • DWG.NO. SYMBOL N45.45'45"W PRESERIJ\TION OF EXISTINC VEGETJ\ T10N BEYOND PER EC-2, TYPICAL IF INLETS J\RE INSTJ\UED J\ND FUNCTIONAL, BUT TH£ CONsrRUCTION SIT£ IS UNFINISHED, PROTf:CT INL£TS PER SE-10, TYPICAL PROPERTY LINE SILT FENCE SE-1 FIBER ROLL SE-5 PRESERVATION OF EXISTING EC-2_ INLU PROTECTION SE-10 GRAVEL B4G BERM/B4RRIER SE-6 DIRECTION/COURSE OF FLOW HYDRAULIC MULCH/HYDROSEED EC-1. EC-4 STABILIZED CONSTRUCTION ENTRANCE TR-1 MATERIALS DELIVERY AND STORAGE AREA WM-1 TEMPORARY TRASH/SOLID WASTE WM-5 HAZARDOUS AND CONCRETE WM-6, WM-8 WASTE MANAGEMENT SANITARY WASTE WM-9 (PORTABLE TOILET) -Dr-----1.0i---- -x-x-x-x- t 7777%7771 ~ ~ ---- WM-1 WM-5 WM-6 WM-8 I WM-91 •STANDARD DRAWINGS (SE-5, WM-5, ETC.) CAN BE FOUND AT THE CALIFORNIA STORMWATER QUALITY ASSOCIATION (CASQA) WEBSITE: http://www.cabmphandbooks.com/ QUANTITY