Loading...
HomeMy WebLinkAboutBurtech Pipeline Inc; 2022-11-01; PWS22-1845UTIL Revised 6/12/18 Contract No. 5055-1 Page 1 of 154 CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 BID NO. PWS22-1845UTIL Signed: 6/15/22 Revised 6/12/18 Contract No. 5055-1 Page 2 of 154 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 GENERAL PROVISIONS Section 1 Terms, Definitions, Abbreviations and Symbols 1-1 Terms .......................................................... ..................................................... 45 1-2 Definitions .................................................... ..................................................... 45 1-3 Abbreviations ............................................... ..................................................... 51 1-4 Units of Measure .......................................... ..................................................... 54 1-5 Symbols ....................................................... ..................................................... 55 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract ................. ..................................................... 56 2-2 Assignment .................................................. ..................................................... 56 2-3 Subcontracts ................................................ ..................................................... 56 2-4 Contract Bonds ............................................ ..................................................... 57 2-5 Plans and Specifications .............................. ..................................................... 58 Revised 6/12/18 Contract No. 5055-1 Page 3 of 154 2-6 Work to be Done .......................................... ..................................................... 62 2-7 Subsurface Data .......................................... ..................................................... 62 2-8 Right-of-Way ................................................ ..................................................... 63 2-9 Surveying ..................................................... ..................................................... 64 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 ..................................... ..................................................... 88 6-3 Suspension of Work ..................................... ..................................................... 91 6-4 Default by Contractor ................................... ..................................................... 91 6-5 Termination of Contract................................ ..................................................... 92 6-6 Delays and Extensions of Time .................... ..................................................... 92 6-7 Time of Completion ...................................... ..................................................... 93 6-8 Completion, Acceptance, and Warranty ....... ..................................................... 94 6-9 Liquidated Damages .................................... ..................................................... 96 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 .................. ..................................................... 99 7-7 Cooperation and Collateral Work ................. ................................................... 100 7-8 Project Site Maintenance ............................. ................................................... 101 7-9 Protection and Restoration of Existing Improvements ...................................... 103 7-10 Public Convenience and Safety ................... ................................................... 104 7-11 Patent Fees or Royalties .............................. ................................................... 111 7-12 Advertising ................................................... ................................................... 111 7-13 Laws to be Observed ................................... ................................................... 111 7-14 Antitrust Claims ............................................ ................................................... 112 Revised 6/12/18 Contract No. 5055-1 Page 4 of 154 Section 8 Facilities for Agency Personnel 8-1 General ........................................................ ................................................... 113 8-2 Field Office Facilities .................................... ................................................... 113 8-3 Field Laboratories ........................................ ................................................... 114 8-4 Bathhouse Facilities ..................................... ................................................... 115 8-5 Removal of Facilities .................................... ................................................... 115 8-6 Basis of Payment ......................................... ................................................... 115 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work ............................................... 117 9-2 Lump Sum Work .......................................... ................................................... 117 9-3 Payment ...................................................... ................................................... 117 9-4 Bid Item Descriptions ................................... ................................................... 121 SUPPLEMENTAL PROVISIONS TO PART 2, 3, 4 AND 6 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-2 Untreated Base Materials ............................. ................................................... 129 Section 201 Concrete, Mortar and Related Materials 201-1 Portland Cement Concrete .......................... ................................................... 130 201-3 Expansion Joint Filler and Joint Sealants ..... ................................................... 131 Section 203 Bituminous Materials 203-6 Asphalt Concrete ......................................... ................................................... 132 Section 213 Engineering Fabrics 213-5 Geotextiles and Geogrids ............................. ................................................... 133 Section 214 Pavement Markers 214-4 Paint for Striping and Markings .................... ................................................... 134 214-6 Pavement Markers ....................................... ................................................... 134 Part 3 Construction Methods Section 300 Earthwork 300-2 Unclassified Excavation ................................................................................... 136 300-12 Storm Water Pollution Prevention Plan ............................................................ 136 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301-1 Subgrade Preparation ...................................................................................... 139 Section 302 Roadway Surfacing 302-5 Asphalt Concrete Pavement ............................................................................ 139 302-15 Public Convenience and Traffic Control ........................................................... 140 Section 303 Concrete and Masonry Construction. 303-1 Concrete Structures ......................................................................................... 141 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways ....................................................................... 142 Revised 6/12/18 Contract No. 5055-1 Page 5 of 154 Section 306 Underground Conduit Construction 306-3 Open Trench Operations .................................................................................. 143 306-12 Backfill ............................................................................................................. 143 306-13 Trench Resurfacing .......................................................................................... 143 306-15 Open Trench Installation .................................................................................. 144 Section 314 Traffic Striping, Curb and Pavement Markings, and Pavement Markers 314-4 Application of Traffic Striping and Curb and Pavement Markings ..................... 144 314-5 Pavement Markers ........................................................................................... 146 Part 4 Existing Improvements Section 400 Protection and Restoration 400-1 General ............................................................................................................ 147 400-3 Payment .......................................................................................................... 147 Section 401 Removal 401-3 Concrete and Masonry Improvements ............................................................. 147 Part 6 Temporary Traffic Control Section 601 Temporary Traffic Control for Construction and Maintenance Work Zones 601-1 General ............................................................................................................ 149 601-3 Temporary Traffic Control (TTC) Zone Devices ............................................... 149 601-4 Temporary Traffic Striping abd Pavement Markings ......................................... 153 TECHNICAL SPECIFICATIONS 02610 Removal and Disposal of Contaminated Soil APPENDICES Appendix A Geotechnical Report Appendix B Subsurface Utility Report Appendix C-1 County of San Diego Proposer’s Questionnaire (Permit/License/Lease) Appendix C-2 County of San Diego Insurance Requirements Appendix D Staging Area Exhibit Appendix E Sample Community Health & Safety Plan Appendix F Local Certified Environmental Testing Laboratories Appendix G Sample Tier 2 SWPPP Template Revised 6/12/18 Contract No. 5055-1 Page 6 of 154 CARLSBAD MUNICIPAL WATER DISTRICT, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on July 27, 2022, the Carlsbad Municipal Water District shall accept bids via electronic format via the City of Carlsbad Electronic Bidding Site, PlanetBids, which may be accessed at https://www.carlsbadca.gov/services/depts/finance/contracting/default.asp, for performing the work as follows: construct approximately 1,980 lineal feet (LF) of 8-inch through 12-inch diameter polyvinyl chloride (PVC) potable water distribution pipeline at the McClellan-Palomar Airport in the City of Carlsbad, California and including isolation valve, blow-off, air valve, fire hydrant, fire service and water service assemblies; removal and disposal of approximately 1,100 LF of asbestos cement pipe (ACP); abandonment in-place of approximately 1,810 LF of 6- through 12-inch diameter ACP and steel pipeline; and all incidental work including, but not limited to, surveying and construction staking; utility locating and potholing; stormwater and non-stormwater pollution prevention; excavation support systems; traffic control; earthwork; containerization and environmental testing of excavated soils; disposal of unsuitable soils and potentially including hazardous materials to a Resource Conservation and Recovery Act (RCRA) Waste Disposal Facility; pipeline hydrostatic testing and disinfection; connections to existing water distribution pipelines; paving and site restoration and coordination with the City of Carlsbad, Carlsbad Municipal Water District, County of San Diego and McClellan-Palomar Airport. PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 PWS22-1845UTIL 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 Revised 6/12/18 Contract No. 5055-1 Page 7 of 154 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. RECAPITULATION OF THE WORK Bids shall not contain any recapitulation of the Work. Conditional Bids may be rejected as being non-responsive. Alternative proposals will not be considered unless called for. BIDS MAY BE WITHDRAWN by the Bidder prior to, but not after, the time set as Due Date and Time. Important Note: Submission of the electronic bid into the system may not be instantaneous. Due to the speed and capabilities of the user’s internet service provider (ISP), bandwidth, computer hardware and other variables, it may take time for the bidder’s submission to upload and be received by the City’s eBidding system. It is the bidder’s sole responsibility to ensure their bids are received on time by the City’s eBidding system. The City of Carlsbad is not responsible for bids that do not arrive by the Due Date and Time. ELECTRONIC SUBMISSIONS CARRY FULL FORCE AND EFFECT The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this proposal are true and correct. The bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the bidder certifies that the bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting the eBid as its bid proposal, the bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents. BIDS ARE PUBLIC RECORDS Upon receipt by the City, bids shall become public records subject to public disclosure. It is the responsibility of the Bidder to clearly identify any confidential, proprietary, trade secret or otherwise legally privileged information contained within the proposal’s General references to sections of the California Public Records Act (PRA) will not suffice. If the Bidder does not provide applicable case law that clearly establishes that the requested information is exempt from the disclosure requirements of the PRA, the City shall be free to release the information when required in accordance with the PRA, pursuant to any other applicable law, or by order of any court or government agency, and the Bidder agrees to hold the City harmless for any such release of this information. INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the Carlsbad Municipal Water District and the Bidder. Revised 6/12/18 Contract No. 5055-1 Page 8 of 154 No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the District to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the District or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal Water District or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City of Carlsbad on file with the Public Works Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, all hereinafter designated “SSPWC”, as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The Carlsbad Municipal Water District encourages the participation of minority and women-owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond (at time of Bid submit PDF copy via PlanetBids / All Bidders). Bid Bond (Original) within two (2) business days of bid Opening / three (3) Apparent Low Bidders. 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor’s Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder’s Statement Re Debarment 9. Bidder's Disclosure of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) Revised 6/12/18 Contract No. 5055-1 Page 9 of 154 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 CMWD’s eBidding system. Within two (2) business days after the bid opening date, the first three (3) apparent low bidders must provide CMWD 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 CMWD within two (2) business days after bid opening date. Failure to provide the original within two (2) business days may deem the bidder non-responsive. 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 $1,640,000.00. TIME OF COMPLETION The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not use federal funds. The following classification(s) is/are required for this contract: A - General Engineering. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained from the City of Carlsbad website at https://www.carlsbadca.gov/services/depts/finance/contracting/default.asp. Paper copies will not be sold. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. Revised 6/12/18 Contract No. 5055-1 Page 10 of 154 No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. BIDDER’S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Graham Jordan, Contract Administrator graham.jordan@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. The cutoff date to submit questions is July 15, 2022, at 5 p.m. No questions 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 July 21, 2022. REJECTION OF BIDS The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the District’s "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. Revised 6/12/18 Contract No. 5055-1 Page 11 of 154 MANDATORY PRE-BID MEETING A mandatory pre-bid meeting will be held on July 13, 2022, at 2 p.m. at the McClellan-Palomar Airport terminal parking lot located at 2198 Palomar Airport Rd, Carlsbad, CA 92008. Bidders are advised that portions of the work site are inaccessible to the public and arrangements to view the site at other dates and times will not be made. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. ADDENDA Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the District until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the District may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the 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 District does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. Revised 6/12/18 Contract No. 5055-1 Page 12 of 154 June 22, 2022 The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the District is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the District may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the Board of Directors of the Carlsbad Municipal Water District, California, by Resolution No. 1678, adopted on the 21st day of June 2022. Date Graham Jordan, Deputy Clerk CARLSBAD MUNICIPAL WATER DISTRICT PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 CONTRACTOR'S PROPOSAL Board of Directors Carlsbad Municipal Water District 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 5505-1 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 (refer to Section 9-4 for bid item descriptions): SCHEDULE "A" (PIPE SEGMENTS A & D) Approximate Item Quantity Unit Price No. Description And Unit (Figures) A-1 Mobilization (not to exceed 1 LS 5% of Bid Schedule A) A-2 Preconstruction Video and 1 LS Photographs A-3 Excavation Support System 1 LS A-4 Storm Water Pollution 1 LS Prevention Plan (SWPPP) A-5 Community Health and 1 LS Safety Plan (CHSP) A-6 Traffic Control 1 LS A-7 Utility Potholing 1 LS A-8 AC Pipe Removal and 1 LS Disposal A-9 AC Pipe Testing (Segment D) 1 EA $2,000.00 Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 4 Total Amount (Figures) $ 551000.00 $ 2,500.00 $ 15,000.00 $ 101000.00 $ 13,000.00 $ 20,000.00 $ 15,000.00 $ 61800.00 $ 2,000.00 4 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-10 Abandon Water Mains 1 LS $ 50,000.00 A-11 Furnish & Install 12-lnch PVC 400 LF $ 185.00 $ 74,000.00 Water Main A-12 Furnish & Install 10-lnch PVC 640 LF $ 153.00 $ 97,920.00 Water Main A-13 Furnish & Install 10-lnch 255 LF $ 270.00 $ 68,850.00 Fusible PVC Water Main A-14 Install Trench Dams 8 EA $ 4,000.00 $ 32,000.00 A-15 Landfill Waste Disposal 30CY $ 220.00 $ 6,600.00 A-16 Hazardous Soil Disposal 80CY $ 460.00 $ 36,800.00 A-17 Over-excavation and Backfill 30CY $ 150.00 $ 4,500.00 A-18 Furnish & Install 12-lnch Gate 5 EA $ 5,500.00 $ 27,500.00 Valve A-19 Furnish & Install 10-lnch Gate 5 EA $ 5,000.00 $ 25,000.00 Valve A-20 Furnish & Install 2-lnch Comb. 3 EA $ 8,500.00 $ 25,500.00 Air & Vacuum Valve Assembly A-21 Furnish & Install 2-lnch 1 EA $ 7,200.00 $ 7,200.00 Manual Air Release/Blow-off Assembly A-22 Furnish & Install 6-lnch Blow-1 EA $ 9,000.00 $ 9,000.00 off Assembly A-23 Furnish & Install Fire Hydrant 5 EA $ 16,400.00 $ 82,000.00 Assembly A-24 Furnish & Install 1-lnch Water 5 EA $ 5,200.00 $ 26,000.00 Service Assembly A-25 Furnish & Install 1.5-lnch 1 EA $ 6,200.00 $ 61200.00 Water Service Assembly A-26 Furnish & Install 2-lnch Water 4 EA $ 6,600.00 $ 26,400.00 Service Assembly Contract No. 5055-1 -Palomar Airport Waterline Realignment 5 Addendum No. 4 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) {Figures) A-27 Fire Service Reconnection 2EA $ 12,500.00 $ 251000.00 A-28 Furnish & Install Temporary 1 LS $ 40,000.00 High lines A-29 Water Main Connection, 1 LS $ 15,000.00 Station 44+00 (Segment D) A-30 Water Main Connection, 1 LS $ 17,000.00 Station 09+92 (Night Work, Segment A) A-31 Cut & Plug Segment E from 1 LS $ 8,500.00 Segment B, Sta 23+52 A-32 Aggregate Base 1 LS $ 40,000.00 A-33 Asphalt Concrete 1 LS $ 140,000.00 A-34 Asphalt Concrete (Taxiway 1 LS $ 15,000.00 Paving -1 0" Thick) A-35 Portland Cement Concrete 1 LS $ 16,000.00 (Airfield Paving -8" Thick) A-36 Portland Cement Concrete 1 LS $ 8,500.00 (Flatwork and Curb/Gutter) A-37 Repair Landscaping and 1 LS $ 8,000.00 Irrigation A-38 Replace Yard Drain System 1 LS $ 9,000.00 A-39 Replace Traffic Loop 1 LS $ 9,500.00 Detectors A-40 Replace Pavement Striping, 1 LS $ 15,000.00 Markings and Markers Total amount of bid (in figures) for Schedule "A":$ 1 111 270.00 Total amount of bid (in words) for Schedule "A": One Million One Hundred Eleven Thousand Two Hundred Seventy and no cents Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 4 6 SCHEDULE "B" (PIPE SEGMENT B) Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) 8-1 Mobilization (not to exceed 1 LS $ 181500.00 5% of Bid Schedule B) 8-2 Preconstruction Video and 1 LS $ 1,500.00 Photographs 8-3 Excavation Support System 1 LS $ 5,000.00 8-4 Storm Water Pollution 1 LS $ 5,000.00 Prevention Plan (SWPPP) 8-5 Traffic Control 1 LS $ 7,000.00 8-6 Utility Potholing 1 LS $ 6,000.00 8-7 Furnish & Install Temporary 1 LS $ 101000.00 Highline 8-8 Furnish & Install 10-lnch PVC 110 LF $ 260.00 $ 281600.00 Water Main (Sta 20+00 to Sta 21+10) 8-9 Furnish & Install 10-lnch PVC 90 LF $ 285.00 $ 25,650.00 Water Main (Night Work, Sta 21+10 to Sta 22+00) 8-10 Furnish & Install 10-lnch 153 LF $ 320.00 $ 48,960.00 Fusible PVC Water Main (Night Work, Sta 22+00 to 23+53) B-11 Install Trench Dams 3EA $ 4 ,000.00 $ 12,000.00 B-12 Landfill Waste Disposal 40CY $ 220.00 $ 8,800.00 8-13 Hazardous Soil Disposal 60CY $ 460.00 $ 27,600.00 8-14 Over-excavation and Backfill 40CY $ 150.00 $ 6 ,000.00 8-15 Furnish & Install 10-lnch Gate 2EA $ 5,000.00 $ 10,000.00 Valve 8-16 Furnish & Install 6-lnch Gate 1 EA $ 4,000.00 $ 4 ,000.00 Valve Contract No. 5055-1 -Palomar Airport Waterline Realignment 7 Addendum No. 4 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) B-17 Furnish & Install 2-lnch Comb. 1 EA $ 8,500.00 $ 8,500.00 Air & Vacuum Valve Assembly B-18 Furnish & Install 1-lnch Water 1 EA $ 5,200.00 $ 5,200.00 Service Assembly B-19 Furnish & Install 2-lnch Water 1 EA $ 6,600.00 $ 6,600.00 Service Assembly B-20 Fire Service Reconnection 2EA $ 121500.00 $ 25,000.00 B-21 Water Main Connection, 1 LS $ 12,700.00 Station 20+00 B-22 Water Main Connection, 1 LS $ 12,700.00 Station 23+52 B-23 Abandon Water Main 1 LS $ 5,000.00 B-24 Aggregate Base 1 LS $ 13,200.00 B-25 Asphalt Concrete 1 LS $ 44,000.00 B-26 Portland Cement Concrete 1 LS $ 5,000.00 (Airfield Paving -8" Thick) B-27 Portland Cement Concrete 1 LS $ 7,000.00 (Flatwork and Curb/Gutter) B-28 Repair Landscaping and 1 LS $ 31700.00 Irrigation B-29 Replace Pavement Striping, 1 LS $ 111000.00 Markings and Markers Total amount of bid (in figures) for Schedule "B": $ 384 210.00 Total amount of bid (in words) for Schedule "B": Three Hundred Eighty Four Thousand Two Hundred Ten and no cents Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 4 8 SCHEDULE "C" (PIPE SEGMENT C) Approximate Item Quantity Unit Price Total Amount No. Description And Unit {Figures) (Figures) C-1 Mobilization (not to exceed 1 LS $ 18,000.00 5% of Bid Schedule C) C-2 Preconstruction Video and 1 LS $ 11500.00 Photographs C-3 Excavation Support System 1 LS $ 5,000.00 C-4 Storm Water Pollution 1 LS $ 5,000.00 Prevention Plan (SWPPP) C-5 Traffic Control 1 LS $ 7,500.00 C-6 Utility Potholing 1 LS $ 5 1000.00 C-7 AC Pipe Removal and 1 LS $ 8 ,500.00 Disposal C-8 Abandon Water Mains 1 LS $ 15,000.00 C-9 Furnish & Install 10-lnch PVC 200 LF $ 240.00 $ 481000.00 Water Main C-10 Furnish & Install 10-lnch 80 LF $ 460.00 $ 36,800.00 Fusible PVC Water Main C-11 Furnish & Install 8-lnch 60 LF $ 485.00 $ 29,100.00 Fusible PVC Water Main C-12 Install Trench Dams 2 EA $ 4,000.00 $ 8,000.00 C-13 Landfill Waste Disposal 35CY $ 220.00 $ 7,700.00 C-14 Hazardous Soil Disposal 60CY $ 460.00 $ 27,600.00 C-15 Over-excavation and Backfill 35CY $ 150.00 $ 5,250.00 C-16 Furnish & Install 8-lnch Gate 1 EA $ 4,000.00 $ 4 ,000.00 Valve C-17 Furnish & Install Fire Hydrant 2 EA $ 17,000.00 $ 34,000.00 Assembly C-18 Furnish & Install 1-lnch Water 2 EA $ 5,500.00 $ 11 ,000.00 Service Assembly Contract No. 5055-1 -Palomar Airport Waterline Realignment 9 Addendum No. 4 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) C-19 Furnish & Install 2-lnch Water 1 EA $ 7,200.00 $ 7,200.00 Service Assembly C-20 Fire Service Reconnection 1 EA $ 13,000.00 $ 13,000.00 C-21 Aggregate Base 1 LS $ 13,000.00 C-22 Asphalt Concrete 1 LS $ 44,000.00 C-23 Portland Cement Concrete 1 LS $ 10,000.00 (Airfield Paving -8" Thick) C-24 Portland Cement Concrete 1 LS $ 10,000.00 (Flatwork and Curb/Gutter) C-25 Repair Landscaping and 1 LS $ 3,000.00 Irrigation C-26 Replace Pavement Striping, 1 LS $ 6,500.00 Markings and Markers Total amount of bid (in figures) for Schedule "C": $ 383,650.00 Total amount of bid (in words) for Schedule "C": Three Hundred Eighty Three Thousand Six Hundred Fifty and no cents Total amount of bid (in figures) for Schedules "A", "B" and "C": $ 1,879,130.00 Total amount of bid (in words) for Schedules "A", "B" and "C": ONE MILLION EIGHT HUNDRED SEVENTY NINE THOUSAND ONE HUNDRED THIRTY & NO CENTS Carlsbad Municipal Water District shall determine the low bid based on the sum of Schedules "A", "B" and "C". After the low Bid has been determined, CMWD 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, 2, 3, & 4 proposal. has/have been received and is/are included in this Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 4 10 The Undersigned has carefully checked all of the above figures and understands that the District will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District, the District 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 718202 , classificationClass A Engineering which expires on 1/31/2024 , and Department of Industrial Relations PWC registration number 1 000006324 which expires on 6/30/2025 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District § 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 Board 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 Board of Directors, 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=--8=-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. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 4 11 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted ______ N_/A _____________ _ (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 ____ N_/_A ______________ _ (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) ZipCode _______ _ Telephone No. _______________ _ (S) E-Mail _____________________________ _ Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 4 12 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted Burtech Pipeline, Incorporated (2) _/ __ ---=(J"":;___ ______ ,c....._ ____________ _ (Signature) Dominic J. Burtech -Presid (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of_C_a_li_fo_rn_i_a _____________ _ (4) Place of Business 1325 Pipeline Drive (Street and Number) City and State _V""""is"""'"ta~C.;...A;..__ ______________________ _ (5) Zip Code _9_20_8_1 ______ _ Telephone No. (760) 634-2822 (6) E-Mail buddy@burtechpipeline.com NOT ARIAL 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 J. Burtech -President & CEO Julie J. Burtech -Exec. VP & Secretary Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 4 13 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 an Diego on 6 ZiflZ., before me, Arthur Patrick Arquilla, Notary Public _ _._ _______ _ Date 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 the)she/they executed the same i(@!ier/their authorized capacity{ies), and that b~/.her/their signature{s) on the instrumentthe person{s), or the entity upon behalf of which the person{s) act~ecuted the instrument. '@·-:· ARniURPAlR!~!11~c:t , • COMM. ~ ~ • a NOTARY PUBUC-CAUFORNIA ~ • SAN DIEGO COUNTY J I . . . My ecmm. was Jlldl'I 7 2026 $ •• 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 con 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(les) Claimed by Slgner(s) Signer's Name _____________ _ 0 Corporate Officer-Title{s) =--------□ 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 Cl General D Individual D Attorney in Fact D Trustee D Guardian or Conservat~r' D Other ______________ _ Signer Is Representing ___________ _ ©2014National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) ltem#S907 •• BID SECURITY FORM (Check to Accompany Bid) PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the rder of CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of ________ ....,,,_ ______ _ ______________________ dollar ($. ______ ___,J, this amount being ten percent (10%) of the total amount of the bid. he proceeds of this check shall become the property of the District, provided this proposal sh I be accepted by the District through action of its legally constituted contracting authorities a d the undersigned shall fail to execute a contract and furnish the required Performance, Warr ty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, e check shall be returned to the undersigned. The proceeds of this check shall also beco e the property of the District if the undersigned shall withdraw his or her bid within the peri of fifteen (15) days after the date set for the opening thereof, unless otherwise required by I , and notwithstanding the award of the contract to another bidder. Not Applicable BIDDER *Delete the inapplicable wo . (NOTE: If the Bidd desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the um 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. 5055-1 Page 20 of 154 BIDDER'S BOND TO ACCOMPANY PROPOSAL PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 KNOW ALL PERSONS BY THESE PRESENTS: That we, BURTECH PIPELINE, INCORPORATED , as Principal, and NATIONWIDE MUTUAL INSURANCE COMPANY ' as Surety are held and firmly bound unto the Carlsbad Municipal Water District, California, in an amount as follows: (must be at least ten percent ( 1 0%) of the bid amount) TEN PERCENT oF GREATER AMOUNT 010 (10%) for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 in the City of Carlsbad, is accepted by the Board of Directors, 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 Board of Directors of the Carlsbad Municipal Water District 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 District. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this __ 3_0_T_H __ day of AUGUST , 201.£.__ BURTECH PIPELINE, INCORPORATED (Principal) DOMINIC J. BU (Print Name/Title) NATIONWIDE (SEAL) MUTUAL INSURANCE COMPANY (SEAL) (Suret~ By:~O-~ ' (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. DREWER CiY'\1tie k'. ~o~ General Counsel By: ~ k -~ AesietfJ~General Counsel ,, • ., Revised 6/12/18 Contract No. 5055-1 Page 21 of 154 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 an Diego ~ . Date ame and Title of the Officer Personally appeared -,cb,..c.......::OYYt'-'--__ /..:.Vl_,_Z_--"-L.,L...!:C--'--"'-'--=""'""'c....£.._._ ___________ _ 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 an knowledged to me th~he/they executed the same i~r/theirauthorized capacity(ies), and that his/. er/their signature(s) on the instrumentthe person(s), or the entity upon behalf of which the person(s) acte , executed the instrument. f@ARTHUR AITRK:KAROOIUAI m • COMM #2386204 ';/ ! ,,; NOTARY PUBU~FORNIA ~ I SAN DIEGO COUNTY - ue ' • • ' 11/t Carwr,~ EJ;irM RfNWf 7 2026 I Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragr!lph is true and correct. d offi · I eal. otary Public ----------------OPTTONAL-------------------------- 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) Other Than Named Above ____________ _ Capacity(ies) Claimed by Signer(s) Signer's Name ____________ _ 0 Corporate Officer-Title(s) =--------□ Partner D Limited □ General D Individual D Attorney in Fact 0 Trustee D Guardian or Conservator D Other ____________ _ Signer Is Representing __________ _ Signer's Name ______________ _ D Corporate Ofticer-Title(s) =---------□ Partner D Limited □General D Individual D Attorney in Fact D Trustee D Guardian or Conservat~r' 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 D ID ·l!U08t!sDOtOIIDOD!llF JD 1lofJ DD DD □ D 0000 D rnooo:000080:000fJ8ll80IJO(J:fffD 1101(1111110 5 DO 18 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 __ 8_/_30_/_20_2_2 _____ before me, SANDRA FIGUEROA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared __________ M_A_R_K_D_. _IA_T_A_R_O_LA ____________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person~ whose name~ is/~subscribed to the within instrument and acknowledged to me that he/sl'leftl,e~ executed the same in his/i'lerftl'leir authorized capacityf!es), and that by his/l'ler#l'leir signature(-s) on the instrument the person(-5), or the entity upon behalf of which the person~) acted, executed the instrument. • SANDRA FIGUEROA ,-COMM.# 2334108 SAN DIEGO COUNTY ~ NOTARY PUBLIC·CALIFORNIAi l MY COMMISSION EXPIRES J SEPTEMBER 22, 2024 c::::: <> <:> <> <:.> <.> <> <..> <..> <> 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 _ ... d_,......._~--~----==-~------ Sig~lic 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 o Individual o Trustee □ Other: I!';! Attorney in Fact □ Guardian of Conservator Signer is Representing: _________ _ Signer's Name: ____________ _ o Corporate Officer -Title(s): ______ _ □ Partner -o Limited □ General D Individual o Trustee D Other: o Attorney in Fact o Guardian of Conservator Signer is Representing: _________ _ 6tl DD DD DD D □ DlWHUO tlOiOlllJ0:81109011 UIUOOOOOOJU£li:uuoooo:orn □□EDD El10J81J □ a J □□□DD □□□ E DrOOOOO ©2017 National Notary Association Revised 6/12/18 Contract No. 5055-1 Page 22 of 154 GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTORS” FORM REFERENCES Prior to preparation of the following “Subcontractor Disclosure Form” Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, “Own Organization”, “Subcontractor”, and “Work”. Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the “Contractor’s Proposal” are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter “NONE” in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the District of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the Board of Directors in conformance with the provisions of the contract Revised 6/12/18 Contract No. 5055-1 Page 23 of 154 documents and the various supplemental provisions. The decision of the Board of Directors shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Amount of Phone No. DIR Subcontractor's Portion of Subcontractor Name and and Email Registration License No. and Work by Work Location of Business Subcontractor Address No. Classification* in Dollars* ~••rvl'!vinn Golden Triangle Land Surveying (760) 758-7725 1000015071 LS 6788 $6 100.00 ..,Works 1298 Navel Place willardbh@att.net ,, Vista, CA 92081 Asphalt Concrete RAP Enoineerino, Inc. (760) 233-2980 1000002968 A880956 $218 108.38 Bl#A33 &A34 503 E.Mission Ave. swhitlock@rapenginc.oom 825 &C22 San Marcos, CA 92069 CHSP, Landfill Soclaris Contracting (619) 465-3438 1000011964 A793838 $113,950.00 Waste Disposal, & 7437 Lowell Ct soclaris@sbcglobal.net Hazaldous Soil Oispc)Ui La Mesa, CA 91942 Replace Traffic Southwest Traffic Signal Service (619) 442-3343 1000004265 451115 -A, B, C-10 $8,250.00 Loops Detector 9201 Isaac Street Suite A, estimating@southwestsigr al.com Santee, CA 92071 Fusible Pipes Underground Solutions (858) 679-9551 1000014790 A930859 $50 956.25 8"& 10"\JVM 13135 Danielson St. BFomelli@aegion.com Poway, CA 92064 Page __ 1 _ of _1_ pages of this Subcontractor Designation form • Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the infonnation 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.· ., f.;; Revised 6/12/18 Contract No. 5055-1 Page 24 of 154 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. The bidder shall demonstrate at least five years' experience successfully completing potable water distribution pipelines and shall demonstrate successful completion of at least three potable water pipe installations with a value of $2,000,000 or greater, as indicated in these project specifications. Bidder must also submit the qualifications of its Representatives in accordance with Section 7-6. The proposal shall be deemed non-responsive if the requ ired technical ability and experience for the Bidder or its representative is not demonstrated. Date Contract Name and Address Name and Phone Type of Amount of No. of Person to Completed of the Employer Contract Work Contract C11 of San Diego Jesus Farias -RE Pipe Rehabtlitat,on A0-1 $3,074,886.10 5/18/2022 95 3 Chesa~ake Dnve, San DiAOO, A 92123 (619) 550-$202 4/18/2022 C1tt of San Diego AC water & Sewer G1020 $3,731,500.00 95 3 Chesa~ake Dnve, ~tin Khaudem San Dieoo A 92123 =v 8/6/2021 Ci~ of San Diego Josaph Ecdeslne Water & Sewer Group 967 $813,469.00 95 3 Chesa.e',;ake Drive, (858) 573-5043 <:anD1~ 92123 c11 of San Diego Anton Handal 7,297, 138.35 7/21/2021 95 3 Chesa~ake Dnve, ahandal1(!1sand1ego gov AC Water & Sewer G1025 San Diego, A 92123 6/18/2021 Ci1 of San Diego Eddy'MboWo Pipe Rehabihtat1on AT-1 4,683,146.33 95 3 Chesa.e',;ake Drive, (619)990-3979 "·~ ni~ 9?1?3 4/6/2021 Cl~ of San Diego Bob Barrett Water & Sewer G954 $3,756,822.50 95 3 Chesa~ake Dnve, (760) 427 -8387 San rn=~ A 92123 C11 of San Diego Ablin Khadernollahabadl $2,581,000.00 8/3/2020 95 3 Chesa~ake Dnve, (858) 573-5081 Pipe Rehabihtatlon AK-1 San D1Mo A 92123 5/20/2020 Ci1 of San Diego Anton Handal ~r::z,:~i;.:nall Diameter $2,326,386.29 95 3 Chesa~ke Dnve, ahandal1(!1sand1ego gov San Di~ A 92123 10/18/2018 ~ of Oceanside North Coast Highway Oceanside CA 92054 Shukn Sharabi -CIP Manager $6,764,737.94 Downtown Oceans,de water ssharabi@d ooeanside ca.us & Sewer Pipeline lmpr-Ph1 11/20/2019 Vallecitos water D1stnct James Hubbard Rod< Springs Sewer ~~~ Y:!1~~o~ ~ o~~o (760) 7 44-0460 Replacement Project $2,163,994.00 PLEASE SEE ATTACHED LIST (' ti Revised 6/12/18 Contract No. 5055-1 Page 25 of 154 JOB# 2014-025 2015-024 2015-026 BURTECH PIPELINE INCORPORATED 102 2ND STREET, ENCINITAS, CA 92024 p(760) 634-2822 / f(760) 634-2415 LIST OF COMPLETED JOBS PROJECT REFERENCES Owner Contact Person Position/Title Telephone Email Project TiUe Project Location Work Performed Contract Amount Completion Date Owner Contact Person Position/Title Telephone Email Project ntle Project Location Work Performed Contract Amount Completion Date Owner Contact Person Telephone Email Project Title Project Location Work Performed Contract Amount Completion Date City of San Diego Mike Bajoua Project Manager Rick Collette (619) 533-4628 (760) 521-8898 mbajoua@sandieqo.gov RCollette@sandiego.gov University Avenue Pipeline Replacements University Ave (bet Polk Ave & Oregon St); Park Blvd; 5th Ave; Robinson Ave; San Diego, CA Replacement of cast iron pipeline, traffic control, storm water pollution and prevention; replacement of all existing water seNices, replacement and/or construction of additional fire hydrants, installation of new blow off valves, air release valves, and other hydraulic components $ City of San Diego casey Crown, P.E. Project Manager (619) 533-5485 ccrown@sandiego.gov 19,354,365.00 91312020 Sewer & AC Water group 8~ Multiple Locations, San Diego, CA Eddy Wibowo 619-990-3979 ewibowo@sandieqo.gov Replacement of 9,302 LF of existing 15-inch, 14-inch, 10-inch, 8-inch, and 6-inch VC and CP sewer mains, sewer manholes, sewer laterals, and 5,484 LF of 8" and 6" AC water mains, and 16 LF of 18-inch Storm Drain, including curb ramps, and all other work and appurtenances. $ 5,TT2,506.89 +114,051.27 = $5,886,558.16 9/16/2019 Notice of Completion CCO#1 3120/2017 245 Working Days 605 Working Days 8115/2019 850 Working Days City of San Diego Jesus Ortiz-Resident Engineer Resident Engineer (619) 540-3605 Nabil Batta -Supervisor Supervisor JMOrtiz@sandiego.gov Nbatta@sandieqo.gov Manning Canyon Sewer and Water Replacement Osler St., Comstock St., Lanston St., Preece St., Ney St., and Manning St., Linda Vista Community, San Diego, CA This project will install 13,191 LF of Sewer Mains. 2,552 LF of new Polyvinyl (PVC) water pipe, and rehabilitate 2,592 LF of Vitrified Clay Sewer Main within the Linda Vista Community. Related work includes manhole replacement or rehabilitation, installation of sewer laterals and water service, installation of curb ramps, and resurfacing. Trenchless: 1,062 LF of 1 O" Sewer with 24" Casing thru Tunneling, done by Golden State Boring & Pipe Jacking $ 6,785,289.44 Total at Completion: $7,379,834.29 Change Order: Additive $594,544.85 Original Contract Days Change Order 1 Change Order 2 7/2/2019 NOC: 3/6/2020 285 7 162 454 5/12/2017 1/4/2018 JOB# 2016-015 2015-006 2015-004 BURTECH PIPELINE INCORPORATED 102 2ND STREET, ENCINITAS, CA 92024 p(760) 634-2822 / f(760) 634-2415 LIST OF COMPLETED JOBS PROJECT REFERENCES Owner Contact Person Position/Title Telephone Email Project Title Project Location Work Performed Contract Amount Completion Date Owner Contact Person Positionffitle Telephone Email Project Title Project Location Work Performed Contract Amount Completion Date Owner Contact Person Position/Title Telephone Email Project Title Project Location Work Performed Contract Amount Completion Date City of Oceanside Shukri Sharabi Greg Keppler CIP Manager (760) 435-5809 / (760) 717-6161 (760) 435-5800 ssharabi@ci.oceanside.ca.us GKeppler@ci.oceanside.ca.us Downtown Oceanside Water and Sewer Pipelines Improvement. Phase 1 Downtown & Capistrano Drive, Oceanside, CA The work consists of approximately. 14,216 LF of existing water pipelines to an 8" PVC C900 DR25 pipe and approximately 9,131 LF of existing sewer pipelines to an 8" PVC SOR 35, installation of valves, water meters, fire hydrants, manholes appurtenances and other related works. $ 6,764,737.94 5/31/2018 10/15/2018 City of Oceanside Shukri Sharabi CIP Manager (760) 435-5809 / (760) 717-6161 ssharabi@ci.oceanside.ca.us Greg Keppler (760) 435-5800 GKeppler@ci.oceanside.ca.us South Oceanside Waterline Replacement Ditmar Street x Kelly Street, Oceanside, CA 92054 Construct approximately 5,887 LF of 8-inch PVC sewer pipeline replacement, 7,373 LF of 8-inch C900 PVC waterline replacement, pipe fittings, and appurtenances, replacement and rehabilitation of existing manholes, sewer bypassing, and other related site works and development. $ 4,230,000.00 City of San Diego Armin Asadyari Resident Engineer (858) 997-7989 aasadyari@sandiego.gov 1/31/2017 AC Water & Sewer Group 1004 Morena Blvd x Napier St., San Diego, CA 9211 O Replace 7,030 LF of existing 6-inch AC water pipeline with 8-inch & 12-inch PVC pipe, replace 2,217 LF of 8-inch sewer pipeline, including sewer laterals, manhole replacement, curb ramps, and street resurfacing. $ 2,221,579.26 6/30/2016 NOC: 1/6/2017 JOB# 2015-005 2018-017 2018-002 BURTECH PIPELINE INCORPORATED 102 2ND STREET, ENCINITAS, CA 92024 p(760) 634-2822 / f(760) 634-2415 LIST OF COMPLETED JOBS PROJECT REFERENCES Owner Contact Person Position/Tille Telephone Email Project Title Project Location Work Performed Contract Amount Completion Date Owner Contact Person Telephone Project Title Project Location Work Performed Contract Amount Completion Date Owner Contact Person Telephone Email Project Title Project Location Work Performed Contract Amount Completion Date City of San Diego Eddy Wibowo Resident Engineer (619) 533-3449 EWibowo@sandieqo.gov Sewer & AC Water Group 752 La Jolla Areas (Avenida Cresta x Winamar Ave), San Diego, CA 92037 Replace 4,837 LF of old sewer pipe and manholes, rehabilitation of 5,181 LF of old sewer using trenchless method and approximately 154 Lfof new mains and manholes in new alignment on improvement street. Also replacement of existing AC water main with approx. 1,496 LF of 12 and 8-inch PVC pipe and all other appurtenances. $ 2,465,000.00 4/28/2016 NOC: 3/3/2017 Vallecltos Water District Engineering Department Jason Hubbard James Gumpel -jgumpel@vwd.org (760) 744-0460 (760) 744-0460 X 274 Rock Springs Sewer Replacement Project Rock Springs Road x Woods Drive. San Marcos, CA 92069 Consist of 2,750 LF sewer line replacement, 18 manholes and other related works. $ 2,163,994.00 11/20/2019 City of El Cajon Mara Romano Tony Mendoza (619) 441-1715 (619) 441-1715 mmorano@cityofelcaion.us mmendoza@cityofelcaion.us Sewer & Storm Drain Repair & Replacement Avocado Avenue, Rimrock Road, Petree St., City of El Cajon Repair and replacement or corrugated metal storm drain pipes, vitrified clay pipes, and junction structures. $ 2,627,759.00 July 17, 2019 JOB# 2017-025 2017-026 2017-030 BURTECH PIPELINE INCORPORATED 102 2ND STREET, ENCINITAS, CA 92024 p(760) 634-2822 / f(760) 634-2415 LIST OF COMPLETED JOBS PROJECT REFERENCES Owner Contact Person Telephone Email Project Title Project location Work Performed Contract Amount Completion Date Owner Contact Person Telephone Email Project Title Project Location Work Performed Contract Amount Completion Date Owner Contact Person Telephone Email Project Title Project Location Work Performed Contract Amount Completion Date Padre Dam Municipal Water District Robin Bier, PE Greg Gomez (619) 258--4646 I (619) 258--4632 (585) 614-5000 rbier@padre.org ggomez@mbakerintl.com Woodrose Avenue Techtlte s-er Replacement (JN 217022) Woodrose Avenue x Beck Drive, Santee, CA 92071 Removal of exiting 10-inch Techite Sewer and replacement with approximately 1,270 LF of new 12-inch diameter PVC SDR-35 sanitary sewer pipe, removal and replacement of 5 existing sanitary manholes and lined with elastomeric polyurethane lining, disconnection of existing lateral and reconnection to new 12-inch sewer, & other related works $ 585,000.00 Rincon Del Dlablo MWD Nick Lyuber,PE/CCM (760) 7 45-5522 x506 NLyuber@RinconWater.org 4/16/2018 Lawrence Lane Pipeline Replacement Lawrence Lane x Anaheim Street, Escondido, CA 92025 Construct approximately 1,040 LF of 12-inch diameter potable water distribution main; installation of isolation valves; fire hydrants; air valve assemblies; blow-off assemblies; water meter relocation; modification of private water services; abandon, approximately 930 LF of existing water main and appurtenances; restoration of site and other related works. $ 761,920.00 90 Calendar Days City of Solana Beach Jim Greenstein (858) 720-2476 (direct) jgreenstein@cosb.org 4/9/2018 Circle Drive Sewer Pipeline Replacement 604 E. Circle Drive, Solana Beach, CA 92075 The work includes approximately 1,449 LF of open trench replacement of 6" VCP sewer mains with 8" PVC pipelines. one sewer manhole replacement, approximately 30 LF of 18" storm drain replacement, trench resurfacing, asphalt concrete pavement overlays and traffic striping. $ 532,226.20 6/30/2018 JOB# 2016-011 2015-007 2016-026 BURTECH PIPELINE INCORPORATED 102 2ND STREET, ENCINITAS, CA 92024 p(760) 634-2822 / f(760) 634-2415 LIST OF COMPLETED JOBS PROJECT REFERENCES Owner Contact Person Telephone Email Project Title Project Location Work Perfonned Contract Amount Completion Date Owner Contact Person Telephone Email Project Title Project Location Work Performed Contract Amount Completion Date Owner Contact Person Telephone Email Project Title Project Location Work Performed Completion Date Yorba Linda Water District Bryan Hong, P.E. (714) 701-3000 bhong@ylwd.com 2016 Sewer Main CIPP Rehabilitation Various Locations, Yorba Linda, CA 92870 Rehabilitation of approximately 3,700 linear feet of sanitary sewer mains, abandonment of approximately 782 LF of sanitary sewer mains and two manholes, and the rehabilitation of approximately 86 LF of sanitary sewer sewer manholes, includes but not limited to CCTV, cleaning and lining of sanitary sewer mains, sewer lateral tophats, lining of sanitary sewer MH. $ 189,823.75 8/31/2016 Leucadia Wastewater District Robin Morishita (760) 753-0155x3007 RMorishita@lwwd.org 2015 Gravity Plpellne Rehabllltatlon Encinitas, CA Replacement of sewer gravity main sections including all lateral reconnections, spot repairs, trenchless repair methods including but not limited to cure-in-place pipe lining, cure-in-place pipe lining spot repairs and other related works to complete the works and restoration of sites. $ 669,946.00 2/28/2016 NOC: 3/16/2016 City of San Diego Jericho Gallardo (619) 533-7523 jgallardo@sandieqo.gov Pipeline Rehabilitation AM-1 Lan Nguyen (619) 980-2824 LNNquyen@sandiego.gov Clairemont Mesa Community, San Diego, CA Rehabilitate 41,127 LF of existing sewer main with trenchless technology; replace-in-place 528 LF of existing a• VC sewer main; 13 point repairs; 27 ea manhole rehabilitation; 7 ea existing manhole replace-in-place; installed 37 new sewer main cleanouts; and related works including installation of curb ramps. 1/1/2020 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 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: QI Comprehensive General Liability QI Automobile Liability QI Workers Compensation QI Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled . . ~ \.1 Revised 6/12/18 Contract No. 5055-1 Page 26 of 154 ACORD• CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 9/29/2022 ________, THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED 1t-..EPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. 1-.MPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT NAME: Marsh & McLennan Agency LLC r!'!~NJ_ ~~•-7FAX Marsh & McLennan Ins. Agency LLC iAJC Nol: PO B ox 85638 ioMl~~ss: constructioncerts/n\MarshMMA.com San Diego CA 92186 INSURER/SI AFFORDING COVERAGE NAIC# I l~onoo«· OH11ln1 INSURER A: Zurich American Insurance Comnanv 16535 INSURED BURTEPIPEL 1 INSURER e : American Guarantee and Liabilitv Ins Co 26247 Burtech Pipeline, Inc INSURER c: Steadfast Insurance ComDanv 26387 1325 P ipeline Drive Vista, CA 92081 INSURER D: The Continental Insurance ComDanv 35289 INSURERE : INSURER F: COVERAGES CERTIFICATE NUMBER: 476809871 REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF (~~Tc\%~ LTR , ... ,,. .. l,AMn POLICY NUMBER IMM/DDIYYYYl LIMITS A X COMMERCIAL GENERAL LIABILITY y y GL0498722004 10/1/2022 10/1/2023 EACH OCCURRENCE $1,000,000 I CLAIMS-MADE 0occuR -IJAl'JAGE TO Ri=flTED PREMISES iEa occurrence I $100,000 X Bl/PD Ded:15000 -MED EXP /Anv one person I $5,000 PERSONAL & ADV INJURY $1,000,000 -GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 Fl 0 PRO-□Loe PRODUCTS -COMP/OP AGG $2,000,000 POLICY JECT OTHER: $ AUTOMOBILE LIABILITY y y BAP498721804 10/1/2022 10/1/2023 ~~~~~~ti'INGLE LIMIT $1,000,000 ,;J X ANYAUTO BODILY INJURY (Per person) $ I-OWNED -SCHEDULED BODILY INJURY (Per accident) $ -AUTOS ONLY AUTOS X HIRED X NON-OWNED )p~?~~Ie':,8AMAGE $ -AUTOS ONLY -AUTOS ONLY $ B UMBRELLA LIAB M OCCUR y y SXS868439501 10/1/2022 10/1/2023 EACH OCCURRENCE $8,000,000 D -7033797025 10/1/2022 10/1/2023 X EXCESS LIAB CLAIMS-MADE AGGREGATE $8,000,000 OED I X I RETENTION $ n $ A WORKERS COMPENSATION y WC475304604 10/1/2022 10/1/2023 X l ~ffTUTE T l OTH- AND EMPLOYERS' LIABILITY ER Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE ~ N /A E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L. DISEASE -EA EMPLOYEE $1,000,000 i~;t~~fi~ ~~~PERATIONS below E.L. DISEASE -POLICY LIMIT $1,000,000 C Contractors Pollution Liability EOC424937004 10/1/2022 10/1/2023 Aggregate $4,000,000 SIR $10,000 Professional Liability Claim/Aggregate $2,000,000 ' DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: 2022-010; City of Carlsbad -Downtown and Terramar Water Main Replacement -Agreement Number: PWS22-1844UTIL. The City of Carlsbad, Carlsbad Municipal Water District, its officials, employees and volunteers are included as additional insured with respects to General Liability and Auto Liability per attached endorsements. Waiver of Subrogation applies to General Liability, Auto Liability, and Workers Compensation per attached endorsements. Coverage is primary and noncontributory per attached endorsements. Excess/Umbrella policy follows form of primary policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Carlsbad/CMWD; c/o EXIGIS Insurance ACCORDANCE WITH THE POLICY PROVISIONS. I Compliance Services P.O. Box 947 AUTHORIZED REPRESENTATIVE Murrieta CA 92564-0000 lc'r\AM\ ini f cW-l I © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD INSURED: BurtechPipeline,lnc POLICY #: GL0498722004 POLICY PERIOD: 1010112022 TO 1010112023 COMMERCIAL GENERAL LIABILITY CG24 040509 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 written contract or agreement executed prior to loss (except where not permitted by law) Information reauired to comolete 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 2404 0609 © Insurance Services Office, Inc., 2008 Page 1 of 1 INSURED: Burtech Pipeline, Inc POLICY#: GLO498722004 POLICY PERIOD: 1010112022 TO 101011202a COMMERCIAL GENERAL LIABILITY CG 25 0305 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULL V. 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 applies only to your projects away from premises owned by or rented to you for which you have certificates of insurance on file at vour office. Information reouired to comolete this Schedule. if not shown above will be shown in the Declarations. A. 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 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- ignated construction project, and that limit Is equal to the amount of 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 lor 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 lor 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 tor any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations tor Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to 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. CG25O30509 © Insurance Services Olfice, 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 tor damages or under Coverage C for 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 ans,ng 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 Construction Project General Aggregate Limit. 0. tr 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. Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 030509 INSURED: Burtech Pipeline, Inc POLICY #: WC475304604 POLICY PERIOD: 10t0112022 WORKERS' COIW>ENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY TO 1ot0112023 WC 040306 Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT- CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right .:igainsl thP. person or org;ini:ration named in 1he Schedule. (This A(Jl'AemP.nt Applies only to 1hP. extent 1hal you perform work under a written contract that requires you to obtain this agreement from us.) You rnist rmintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The addtt1onal premium for this endorsement shall be O • 0 % of the California workers· compensation pre- mium otherwise doo on such rerrJ..Hltlrdlion. Person°" Organliatlon ALL PEP.SONS AMO/OR ORGANIZATIONS THAT ARB REQUIRED BY UITTEN CONTRACT OR AGREEMENT WITH THE IHSUUD, EXBCUTBC PRIOR TO THE ACCIDEN"r OR LOSS, THAT WAIVER OF sueR.OGATION 81!! PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOO FOR THAT PERSON AHO/OR ORGANIZATION WC 2!;2 (4-84) WC 04 03 06(Ed. 4-&4) Schedule Job Descrfpdon ALL CALIFORNIA OPERATIONS Page 1 of1 INSURED: Burtech Pipeline, Inc POLICY#: BAP498721804 POLICY PERIOD: 1010112022 Coverage Extension Endorsement Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. TO 1010112023 • ZURICH Add'I. Prem Return Prem. 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": * 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 (04-1 4) 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 fai lure of any Includes copyrighted material of Insurance Services Office, Inc., with its permission. 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 of6 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: POLICY#: Burtech Pipeline, Inc GL0498722004 POLICY PERIOD: Other Insurance Amendment -Primary And Non-Contributory 10/01/2022 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (Including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part TO: 10/0112023 d ZURICH 1. The following paragraph is added to the Other Insurance Condition 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 • Commercial 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 •occurrence', offense. daim 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 Insurance Services Office, Inc. wilh its pe<mission. U-GL-1327-B CW (04/13) Page 1 of 1 INSURED: Burtech Pipeline, Inc POLICY#: GLO498722004 POLICY PERIOD: 10/0112022 Additional Insured -Automatic -Owners, Lessees Or Contractors TO: 10/01/2023 ZURICH {I) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I 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 any person or organization whom you are required to add as an additional insured under a written contract or written agreement executed by you, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to the following: 1. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or b. The ISO CG 20 37 (10/01 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" arises out of: (1) Your ongoing operations, with respect to Paragraph 1.a. above; or (2) "Your work", with respect to Paragraph 1.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (b) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 2. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (07/04 edition); or b. The ISO CG 20 37 (07/04 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-2162-A CW (02/19) Page 1 of 4 in the performance of: (a) Your ongoing operations, with respect to Paragraph 2.a. above; or (b) "Your work" and included in the "products-completed operations hazard", with respect to Paragraph 2.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 10 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to ongoing operations (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is 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, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a) Only applies to the extent permitted by law; (b) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 37 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to the "products-completed operations hazard" (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage" is caused, in whole or in part by "your work" and included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3) Only applies if the "bodily injury" or "property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. lncludes·copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-2162-A CW (02/19) Page 2 of 4 B. Solely with respect to the insurance afforded to any additional insured referenced in Section A. of this endorsement, 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: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "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. Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV -Commercial General Liability Conditions: 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. Solely with respect to 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 This 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 contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition under 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 Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. Solely with respect to the insurance afforded to an additional insured under Paragraph A.3. or Paragraph A.4. of this endorsement, the following is added to Section Ill -Limits Of Insurance: Additional Insured -Automatic -Owners, Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-2162-A CW (02/19) Page 3 of 4 1. Required by the written contract or written agreement referenced in Section 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, conditions, provisions and exclusions of this policy remain the same. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-2162-A CW (02/19) Page 4 of 4 INSURED: Burtech Pipeline, Inc POLICY #: 7033797025 POLICY PERIOD: 1010112022 TO: 1010112023 II CNA Paramount Excess and Umbrella Liability Policy PARAMOUNT EXCESS AND UMBRELLA LIABILITY POLICY Various provisions in this Policy restrict coverage. Read the entire Policy carefully to determine rights, duties and what is and is not covered. The "Insurer" refers to the insurer providing this insurance as set forth on the Declarations of this Policy. Words and phrases that appear in bold have special meaning. Refer to the section entitled DEFINITIONS. I. COVERAGES A. Coverage A -Excess Follow Fonn Liability The Insurer will pay on behalf of the Insured those damages in excess of the applicable underlying limits. Coverage hereunder will attach only after the full amount of the applicable underlying limits have been exhausted through payment in legal currency of covered loss under all applicable underlying insurance and to which this Coverage A applies. Coverage A under this Policy will then apply in conformance with the provisions of the applicable underlying insurance except for the premium, limits of insurance, deductible, retentions, or any defense obligations and any other terms and conditions specifically set forth in this Policy. Upon exhaustion of the applicable underlying limits, the Insurer shall only pay for damages in excess of the applicable underlying limits. This Coverage A does not provide coverage for any loss not covered by the applicable underlying insurance except and to the extent that such loss is not paid under the applicable underlying insurance solely by reason of the exhaustion of the applicable underlying limits through payment of loss thereunder. This Coverage applies: 1. if the applicable underlying insurance is on an occurrence basis, then only if that which must take place in the policy period of the underlying insurance in order to trigger coverage, takes place during this policy period; and 2. if the applicable underlying insurance is on a claims made basis, then only if: a. that which must take place in the underlying insurance in order to trigger coverage, takes place after the retroactive date and prior to the end of the policy period; and b. the claim is first made during the policy period. B. Coverage B -Umbrella Liability The Insurer will pay on behalf of the Insured those damages in excess of the retained amount: 1. that an Insured becomes legally obligated to pay because of bodily injury, property damage or personal and advertising injury; or 2. because of liability for bodily injury or property damage assumed under an insured contract, provided the bodily injury or property damage occurs subsequent to the execution of such insured contract; and provided that: a. the bodily injury or property damage occurs during the policy period; b. the bodily injury or property damage is caused by an occurrence that takes place in the coverage territory; Form No: CNA75504XX (03-2015) Policy No: Policy Effective Date: Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 © Copyright CNA All Rights Reserved. BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? ✓ yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. Not Applicable party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: Burtech Pipeline, Incorporated (name of Contractor) (print name/title) Page _1_ of _1_ pages of this Re Debarment form ,., • ., Revised 6/12/18 Contract No. 5055-1 Page 27 of 154 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 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 O years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License Board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State License Board two or more times within an eight year period? ✓ yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? ✓ yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State License Board two or more times within an eight year period? ✓ yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? ✓ yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertains 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 ., {.._, Revised 6/12/18 Contract No. 5055-1 Page 28 of 154 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party whose discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. Not Applicable (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Burtech Pipeline, Incorporated (name of Contractor) Page _1_ of _1_ pages of this Disclosure of Discipline form ,, • ., Revised 6/12/18 Contract No. 5055-1 Page 29 of 154 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 The undersigned declares: I am the President & CEO of eurtech P,pe1ine, 1ncorpora1e<1 , the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on _ __:S::.::e:.c:P.:::te:.:.:.m.:.:b;.::.e:....r 7=--------- 20.lL_ at Vista [city], California rstate]. V er Dominic J . Burtech -P Signature of Bidder ."]►. f..J Revised 6/12/18 Contract No. 5055-1 Page 30 of 154 CONTRACT PUBLIC WORKS This agreement is made this / ';5C, day of (] o tJJl..t'YJbo C 2022, by and between the Carlsbad Municipal Water District of the City of Carlsbad, California, a municipal corporation, (hereinafter called "District"), and Burtech Pipeline Inc., whose principal place of business is 1325 Pipeline Drive, Vista, California 92081 (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the District will be the interpreter of the intent of the Contract Documents, and the District's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, District shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The District shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by District about underground conditions or other job conditions is for Contractor's convenience only, and District ,, • ., Revised 6/12/18 Contract No. 5055-1 Page 31 of 154 Revised 6/12/18 Contract No. 5055-1 Page 32 of 154 does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by District. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. District shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between District and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from Revised 6/12/18 Contract No. 5055-1 Page 33 of 154 or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. Contractor shall also defend and indemnify the District against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the District. Defense costs include the cost of separate counsel for District, if District requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City of Carlsbad’s policy for insurance as stated in City Council Policy # 70. (A) Coverages and Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability (GLC) Insurance: Insurance written on an “occurrence” basis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers’ Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the District. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers’ Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The District, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the Revised 6/12/18 Contract No. 5055-1 Page 34 of 154 contractor. The coverage shall contain no special limitations on the scope of protection afforded to the District, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers’ liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the District, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the District, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the District by certified mail, return receipt requested. (D) Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the District. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the District, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the District or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification of Coverage. Contractor shall furnish the District with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the District and are to be received and approved by the District before the Contract is executed by the District. (I) Cost of Insurance. The Cost of all insurance required under this agreement .shall be included in the Contractor's bid. 11 . Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is included in Section 3 of the General Provisions. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising o,.iji.of this agreement is San Diego County, California. U t ~~ I have read and understand all provisions of Section 11 above. ~ init {),f) inil 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the District, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, ft \ii Revised 6/12/18 Contract No. 5055-1 Page 35 of 154 Revised 6/12/18 Contract No. 5055-1 Page 36 of 154 Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the District by certified letter accompanying the return of this Contract. Contractor shall notify the District by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the District to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the District may be substituted for monies withheld to ensure performance under this Contract. 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. /// /// /// /// /// /// /// /// /// /// /// 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 (CORPORA TE SEAL) CONTRACTOR: Burtech Pipeline, Incorporated By J~ (sign here) DominicJ~== (print name and title) CARLSBAD MUNICIPAL WA l;ER DISTRICT a municipal corpo ati n f the State of California By: ---~...:....l'-1,Y+-,4,IJ,~-IW----- 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 : c5uA A. sncwi;~ t,Vld ~ !., ll. M c..Haho~ General Counsel By: ~ ~' ~ ~&ietoAt-General Counsel ..... f.1 Revised 6/12/18 Contract No. 5055-1 Page 37 of 154 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 County of ~an Diego On / D /z;/2 L r i)ate Arthur Patrick Arquilla, Notary Public Personally appeared -...U..-"'----'-'-=--.:::::..-'----~'------------------- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose nan;ie(~are subscribed to the within instrument and acknowledged to me thaytle/jhe/they executed the same i~er/theirauthorized capacity(ies), and that~/her/their signature(s) on'n<e'instrumentthe person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ra··· ·.-:. '• ARTHUR PATRICK AR~IL~ I . • \ COMM #238620. $1 • lb . NOTARY PUBLIC-CALIFORNIA ~ I ,. SAN DIEGO COUNTY '• •• ;·· My c~. Exf)ires 0 Ja~ry 7 2026 1 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. -----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) Other Than Named Above ____________ _ Capacity(ies) Claimed by Signer(s) Signer's Name _____________ _ D Corporate 0fficer-Title(s) =-------- □ 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 o 1-800-US NOTARY (1-800-876-6827) ltem#5907 . ' 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 County of San Diego On / 0 lw ) 2, 7-before me, _A_rt_hu_r_P __ a_t_ri_c_k _A_rq...c..u_i_lla_,_N_o_t_a_:;ry_P_ub_l_ic _____ _ I r/ate l ./)Hereh~ert Na7 and Title of the Officer Personally appeared ___ J __ I.A ___ I_€_~/-~----'-_.R.--c/ ___ h ____________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence~ the person(s) whose na~e(~re subscribed to the within instrument and ~wledged to me that h~hey executed the same in h~eir authorized capacity(ies), and that by h~heirsignature(s) on the instrumentthe person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. , .. @., ·.~:.. ;R~URPATRICKARQUILLAl •• • COMM #2386204 ~ • • • NOTARY PUBLIC-CALIFORNIA ~ I SAN DIEGO COUNTY • .. ••• My Comm. Expres January 7 2026 I 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. icial sea Signature_-'c:,.,L-""----'----'7"-~------ Public ----OPTTONAL-------------- 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) Other Than Named Above ____________ _ Capacity(ies) Claimed by Signer(s) Signer's Name _____________ _ D Corporate Officer-Title(s) _______ _ D Partner O 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 0 Individual O Attorney in Fact D Trustee O Guardian or Conservat~r' D Other ______________ _ Signer Is Representing ___________ _ ©2014National Notary Association ° www.NationalNotary.org 0 1-800-US NOTARY (1-800-876-6827) ltem#5907 • • BOND NO. 7901107887 PREMIUM INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District located in the State of California has awarded to Burtech Pipeline Inc. (hereinafter designated as the "Principal"), a Contract for: PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Burtech Pipeline Inc., as Principal, (hereinafter designated as the "Contractor"), and NATIONWIDE MUTUAL INSURANCE COMPANY as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of one million four hundred ninety-four thousand nine hundred twenty dollars ($1,494,920), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. {"\ •,;' Revised 6/12/18 Contract No. 5055-1 Page 38 of 154 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 __ 1_8T_H ____ day of ___ O_C_T_O_B_E_R _____ , 20_2_2_ BURTECH PIPELINE, INCORPORATED (SEAL) (Principal) DOMINIC J. BURTECH, JR., P (Print Name & Titl NATIONWIDE MUTUAL INSURANCE COMPANY (SEAL) (Surety) By:&--D-~ (Signature) MARK D. IATAROLA, ATTORNEY-IN-FACT (Print Name & Title) (SEAL AND NOTARIAL ACKNO EDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: c~u_o, A. BREWER C.,tVld ve l~. t--1d-'1.ahifl General Counsel By: l1ivw !(.. ~ ,A.ssistant General Counsel l' •,;' Revised 6/12/18 Contract No. 5055-1 Page 39 of 154 / 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 who proved to me on the basis of satisfactory evidence to be the person(s) whose na~~are subscribed to the within instrument a'J..P-f~knowledged to me tha,r'he,Yshe/they executed the same ~er/their authorized capacity(ies), and that~her/their signature(s) ori1he instrumentthe person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. fe~--·.-:. . on AR;UR PATRICK AR~ILLA I • • COMM #2386204 ~ : ,,; NOTARY PUBLIC-CALIFORNIA ~ I SAN DIEGO COUNTY • ... • My Comm. Expires January 7 2026 I 0 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. ---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) Other Than Named Above ____________ _ Capacity(ies) Claimed by Signer(s) Signer's Name _____________ _ 0 Corporate Officer-Title(s) _______ _ D Partner D Limited D General 0 Individual D Attorney in Fact 0 Trustee O Guardian or Conservator D Other _____________ _ Signer Is Representing __________ _ Signer's Name ______________ _ D Corporate Officer-Title(s) =---------0 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 o 1-800-US NOTARY (1-800-876-6827) ltem#5907 • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of SAN DIEGO } On ___ 1_0_/1_8_/2_0_22 ____ before me, ___ T_R_A_C_Y_L_Y_N_N_R_O_D_R_I_G_U_E_Z_, _N_O_T_A_R_Y_P_U_B_L_IC_ Date Here Insert Name and Title of the Officer personally appeared __________ M_A_R_K_D_._IA_TA_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(G} is/ilfe-subscribed to the within instrument and acknowledged to me that hc/sRe,'U,e1 executed the same in his/i'lel't'tReir authorized capacityfjes), and that by his/Rel'i'tReir signature(-s) on the instrument the person(6-), or the entity upon behalf of which the person(~) acted, executed the instrument. r. ;;;A;; c;N;;-R0o,iou';z 1 ,-COMM.# 2318838 )> · SAN DIEGO COUNTY )> I . NOTARY PUBLIC-CALIF0ANIAZ 1 MY COMMISSION EXPIRES l JANUARY 11, 2024 <><> <> <.> <-><> <.::> <> c:s <JjS 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 __ l_~---=-----.,11'-----'--'-,f----_..,.,.. _____ _ -----~~~ Siat~ Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ___________________________ _ Document Date: _____________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: _______________________ _ Capacity(ies) Claimed by Slgner(s) Signer's Name: MARK D. IATAROLA o Corporate Officer -Title(s): _______ _ o Partner -o Limited o General o Individual l1l:l Attorney in Fact o Trustee □ Guardian of Conservator □ Other: Signer is Representing: _________ _ Signer's Name: o Corporate Officer -Title(s): ______ _ o Partner -o Limited o General o Individual □ Trustee D Other: o Attorney in Fact □ Guardian of Conservator Signer is Representing: _________ _ DffBODtADJOHIODW~Oo:0:0:01s=~--d}OO:Ql):8CO:fl00008.18II8 0 ~ I {I$!~ ©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 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. 'N WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this ~ day of CTOBER 2022 Assistant Secretary BDJ 1 (08-21 )00 BOND NO. 7901107887 PREMIUM: $10,768.00 PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District located in the State of California has awarded to Burtech Pipeline Inc. (hereinafter designated as the "Principal"), a Contract for: PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the Secretary of the Carlsbad Municipal Water District, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Burtech Pipeline Inc., as Principal, (hereinafter designated as the "Contractor"), and NATIONWIDE MUTUAL INSURANCE COMPANY as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of one million four hundred ninety-four thousand nine hundred twenty dollars ($1,494,920), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the Carlsbad Municipal Water District, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified , and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Carlsbad Municipal Water District, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the District in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. -('. • ., Revised 6/12/18 Contract No. 5055-1 Page 40 of 154 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 __ 1_8_T_H ___ day of ____ O_C_TO_B_ER _____ , 20~ BURTECH PIPELINE, INCORPORATED (SEAL) (Principal) · DOMINIC J. BURTECH, JR., R NATIONWIDE MUTUAL INSURANCE COMPANY (Surety) (SEAL) By: ~o. ~ (Signature) MARK D. IATAROLA, ATTORNEY-IN-FACT (Print Name & Title) (SEAL AND NOTARIAL ACK WLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: GELl,t, A. BRE'o"vER C,1rlt:l,e IC. ~Hal,011 General Counsel By: ~ J( . ~ Aesis~eFI~ General Counsel ,, •+' Revised 6/12/18 Contract No. 5055-1 Page 41 of 154 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 County of San Diego on / I) ~/2,,2. before me, Arthur Patrick Arquilla, Notary Public I ate r,-"\ . /) !!,ere ln~ert Name and Title of the Officer Personally appeared V Jm In i <.., / ~ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose nan:ie(~are subscribed to the within instrument~n nowledged to me thar!,e~he/they executed the same i~r/theirauthorized capacity(ies), and that his er/their signature(s) on¥e"instrumentthe person(s), or the entity upon behalf of which the person(s) acte , executed the instrument. r:.: · . ..:. . . ARTHUR P;TRICK AROUILIA, ~ , • COMM. #238620-4 : • NOTARY PUBLIC-GAUFORNIA ~ ' SAN DIEGO COUNTY - My Comm. Expir9$ Janoary 7 2026 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. -----------------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) Other Than Named Above ____________ _ Capacity(ies) Claimed by Signer(s) Signer's Name ____________ _ D Corporate Officer-Title(s) _______ _ D Partner D Limited D General D Individual O Attorney in Fact 0 Trustee D Guardian or Conservator D Other ____________ _ Signer Is Representing __________ _ Signer's Name ______________ _ D Corporate Officer-Title(s) 0 Partner O limited 0"". "'"G_e_n_e-ra_l ____ _ 0 Individual D Attorney in Fact D Trustee D Guardian or Conservator· D Other ______________ _ Signer Is Representing ___________ _ ©2014National Notary Association ° www.NationalNotary.org o 1-800-USNOTARY (1-800-876-6827) ltem#5907 . ' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 OO!ffl:0:1 111 J tl 0000i~Ol8il00:0000~~ ~ ll ll ll 6 D El'll1ll8&Cl D [) ll D lffi 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 ____ 10_/_18_/_20_2_2 ____ before me, ___ T_R_A_C_Y_L_Y_N_N_R_O_D_R_I_G_U_E_Z_, _N_O_T_A_R_Y_P_U_B_L_IC_~ Date Here Insert Name and Title of the Officer personally appeared __________ M--'A-'-'--'-'-R-'--K---'DC....C.--'IA--'--'TA--'--'R--'O_L_A ___________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s} whose namef&t is/-ttfe-subscribed to the within instrument and acknowledged to me that helsReltney executed the same in his/ner,~Reir authorized capacity~). and that by his/Rel'ttReir signature(s) on the instrument the person(s}, or the entity upon behalf of which the person(~) acted, executed the instrument. r. ;;;,cv c;;;; R(;'off:'Guf z 1 ,.... COMM.#2318838 ) . .. SAN DIEGO COUNTY ) ! . NOTARY PUBLIC-CALIFOANIAZ l MY COMMISSION EXPIRES l JANUARY 11, 2024 su::<>wwwwww0-JU:-q.::c;. Place Notary Sea/ 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 f (~ ~ ~~~ -~~~S ... i>--a._,,t,_u_r _o_f,-...._ry_P_u_b_l_ic __ _ 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: _____________________ Numberof Pages: ____ _ Signer(s) Other Than Named Above: ________________________ _ Capaclty(ies) Claimed by Signer(s) Signer's Name: MARK D . IATAROLA □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Individual ~ Attorney in Fact o Trustee □ Guardian of Conservator D Other: Signer is Representing: _________ _ Signer's Name: o Corporate Officer -Title(s): ______ _ o Partner -o Limited o General D Individual o Attorney in Fact o Trustee o Guardian of Conservator o Other: Signer is Representing: _________ _ 8111).10Q·tft'Ofiftf.lflQOOfilfl}ft0:811:1EO89 000:908:1 ID Bl DBf ll~tl000090~1 IH8:fl 18 Clfl~IOI I ©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 . .IOIIN G MALONEY. MARK D I/\TAROLA: 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 Exdres October 19 2024 CERTIFICATE Notary Public My Commission E11:pires October 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 18TH day of OCTOBER 2022 ---- Assistant Secretary BDJ 1 (08-21 JOO OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad Municipal Water District whose address is 5950 El Camino Real, Carlsbad, California, 92008, hereinafter called "District" and Burtech Pipeline Inc., whose address is 1325 Pipeline Drive, Vista, California 92081 , hereinafter called "Contractor" and _____________________ _ whose address is ___________________________ _ hereinafter called "Escrow Agent." Not Applicable For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the District pursuant to the Construction Contract entered into between the City and Contractor for PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 in the amount of $1 ,494,920 dated ______ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the District shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the District within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the District and Contractor. Securities shall be held in the name of the District and shall designate the Contractor as the beneficial owner. 2. The District shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the District makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the District pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the District. These expenses and payment terms shall be determined by the District, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the District. (' ff# Revised 6/12/18 Contract No. 5055-1 Page 42 of 154 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from District to the Escrow Agent that District consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The District shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the District of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the District. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the District and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the District and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 1 0. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District: Title _____ .....:F'"""'l.:...::N.:.....:A.:...::N-=C=E~D:..:.l:...:.R=EC=T-'-O="--'R __ _ Name _______________ _ Signature ______________ _ Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title ________________ _ Name __ N_o_t _A....;...p....;...p _lic_a_b_le ____ _ Signature ______________ _ Address ______________ _ For Escrow Agent: Title ________________ _ Name _______________ _ Signature ______________ _ Address ______________ _ " • ., Revised 6/12/18 Contract No. 5055-1 Page 43 of 154 At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For District: For Contractor: For Escrow Agent: ., \.tf Revised 6/12/18 Title. _______ P~R:....:.E=:;S:::c.:l~D~E:.:..:N:....:.T ___ _ Name _______________ _ Signature ______________ _ Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 Title ________________ _ Name ___ N_o _tA_..:,_p .:.,_p _lic_a_b_le ___ _ Signature ______________ _ Address ______________ _ Title ________________ _ Name _______________ _ Signature ______________ _ Address ______________ _ Contract No. 5055-1 Page 44 of 154 July 18, 2022 ADDENDUM NO. 1 C cityof Carlsbad RE: PALOMAR AIRPORT WATERLINE REALIGNMENT; PROJECT NO.: 5055-1; BID NO. PWS22-1845UTIL Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. ~~ GRAHA~ Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Oomir:f.;'7 B;~ & CEO Bidder's Signatu Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t From: CITY OF CARLSBAD Palomar Airport Waterline Realignment Contract No. 5055-1 Bid No. PWS22-1845UTIL Addendum No. 1 Graham Jordan, Contract Administrator Phone: 760-602-2462 graham.jordan@carlsbadca.gov No. of Pages: 65 pages (including this page) Date: July 18, 2022 Bid Opening Date: July 27, 2022 -11 :00 a.m. (unchanged) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract 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. MODIFICATIONS, DELETIONS. AND ADDITIONS TO THE GENERAL PROVISIONS 1) Contractor's Proposal 2) REPLACE this section (pgs. 13-19) in its entirety with the revised Contractor's Proposal attached (Attachment A) hereto. • Bid Schedules were separated into A, B, C. • Bid items for 1-inch and 1.5-inch water services were added and 2-inch water services decreased. • Bid item quantity for fire service reconnections were corrected. • Bid item quantity for fire hydrants were corrected. • Bid item added for Segment E cut and abandonment. • Bid item for shed remove/replace modified to protect in place. • Bid item added for Segment B night work. Section 5-1 LOCATION REVISE the last sentence of the fifth paragraph to read: "The pothole log shall be submitted a minimum of two weeks prior to excavating the crossing location." Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 3) Section 6-2 PROSECUTION OF WORK Section 6-2.1 Order of Work ADD 2) Submit FAA form 7460-1 per Section 7-5.2.2 3) Submit for Right of Entry and County Airport Badging clearance per 7-5.2.3 4) Submit CHSP to County 7-5.4 RENUMBER subsequent items 5) through 12) Section 6-2.2 Construction Phasing REPLACE this section (pgs. 89-91) in its entirety with the revised Construction Phasing attached (Attachment B) hereto. Revised to reflect phasing for separate Bid Schedules. 4) Section 7-5.2 County of San Diego and Palomar Airport Permits and Approvals. REVISE to add the following to this paragraph: 7-5.2.1 General The Contractor shall comply with County Airport requirements, including those listed in Appendix J, County of San Diego Airfield Construction Area Control Requirements. ADD Appendix J County of San Diego Airfield Construction Area Control Requirements attached (Attachment C) hereto. REVISE to add this new section 7-5.2.2 Federal Aviation Administration Notice of Proposed Construction or Alteration. The Contractor shall prepare and submit Form FAA 7460-1 -Notice of Proposed Construction or Alteration (Appendix H) to the Federal Aviation Administration (FAA) 45 calendar days prior to anticipated start of construction. This form should be completed and submitted online at Obstruction Evaluation / Airport Airspace Analysis (OE/AAA) (faa.gov). Submittal must include and address any temporary construction equipment or activity that exceeds FAA height requirements (e.g., cranes) per Section 77.9 Construction or alteration requiring notice. ADD Appendix H FAA FORM 7460 and Guide attached (Attachment D) hereto. RENUMBER subsequent 7-5.2.3 Right of Entry Permit. REVISE 7-5.2.3 Right of Entry Permit 3rd paragraph item 1 to add: "County of San Diego Airports badging requirements and application are included in Appendix I." ADD Appendix I McClellan-Palomar Airport Identification Media-Guide, App, STA 2.1 attached (Attachment E) hereto. 5) 7-10.4.8.1 General. REVISE paragraph 9 as follows: "9. For trench widths or loads exceeding those in Table 7-10.4.8.2, a structural design shall be prepared by a California registered civil or structural engineer regularly engaged in the design of shoring systems." Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 2 6) Section 9-4 Bid Items Descriptions REPLACE this section (pgs. 121-128) in its entirety with the revised bid items descriptions attached (Attachment F) hereto. • Revised bid item descriptions to add 1.5-inch water service • Added Segment E cut and abandonment item description MODIFICATIONS, DELETIONS AND ADDITIONS TO THE CARLSBAD ENGINEERING STANDARDS 1) Volume 3, Chapter 1, City of Carlsbad Standard Drawings: REPLACE Carlsbad Standard Drawing No. GS-25 with the revised standard drawing attached hereto (Attachment G). 2) Volume 3, Chapter 5, Standard Specifications for Potable Water, Recycled Water and Sewer Facilities: Section 02223. REPLACE paragraph 2.4.B with the following paragraph: "B. Earth backfill used in the trench zone shall be native granular materials with more than 90 percent passing the No. 4 sieve and less than 40 percent passing the No. 200 sieve. Earth backfill shall be free of debris and organic matter and rocks greater than 4 inches in maximum dimension." MODIFICATIONS, DELETIONS, AND ADDITIONS TO THE PLANS See Attachment H for revised plan sheets. 1) Drawing 534-8, Sheet 3: Add CONSTRUCTION NOTE 75 -REMOVE AND DISPOSE OF EXISTING WATER SERVICE AND INSTALL NEW 1" WATER SERVICE PER CMWD STD. DWG. W-3. Revised NOTE 38 for existing shed to read PROTECT IN PLACE. 2) Drawing 534-8, Sheet 6: Add CONSTRUCTION NOTE 75 -REMOVE AND DISPOSE OF EXISTING WATER SERVICE AND INSTALL NEW 1" WATER SERVICE PER CMWD STD. DWG. W-3. Remove NOTE 41 . Replace NOTE 41 with NOTE 75 callout on plan/profile for water service at STA 1 0+ 75.48. Add TRENCH DAMS TO BE LOCATED AT STA 10+54 and STA 12+45 per Detail 3, Sht C-2. Shift alignment from east from STA 10+27 to STA 11+00 to avoid existing electrical line. Fire Hydrant at STA 11 +85 to be replaced with new hydrant assembly, including the lateral piping. NOTE 6 replaced with NOTE 48. Taxiway pavement restoration is required for all excavations at connection point STA 9+91 .97 to STA 10+19.44. Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 3 3) Drawing 534-8, Sheet 7: Add CONSTRUCTION NOTE 75 -REMOVE AND DISPOSE OF EXISTING WATER SERVICE AND INSTALL NEW 1" WATER SERVICE PER CMWD STD. DWG. W-3. Remove NOTE 41 . Replace NOTE 41 with NOTE 75 callout on plan for water services on Segment D (shown at STA 42+95.98 and STA 42+97.93 on Sheet 10) and also shown in CONNECTION DETAIL (PROPOSED). Add TRENCH DAMS TO BE LOCATED AT STA 14+45, STA 16+60, STA 18+52 per Detail 3, Sht C-2. 4) Drawing 534-8, Sheet 8: Add TRENCH DAMS TO BE LOCATED AT STA 20+25, STA 21+75, STA 23+25 per Detail 3, Sht C-2. Revise vertical alignment from STA 21+03 to STA 21+18 and relocate 2" AV to approximately STA 21+15 out of hangar access doorway. Hangar access doorways added for reference. 5) Drawing 534-8, Sheet 9: Add CONSTRUCTION NOTE 75 -REMOVE AND DISPOSE OF EXISTING WATER SERVICE AND INSTALL NEW 1" WATER SERVICE PER CMWD STD. DWG. W-3. Replace NOTE 41 with NOTE 75 callout on plan/profile for two water services at STA 30+18.91 and STA 30+23.91 . Add TRENCH DAMS TO BE LOCATED AT STA 30+97, STA 32+97 per Detail 3, Sht C- 2. Hangar access doorways added for reference. 6) Drawing 534-8, Sheet 10: Add CONSTRUCTION NOTE 75 -REMOVE AND DISPOSE OF EXISTING WATER SERVICE AND INSTALL NEW 1" WATER SERVICE PER CMWD STD. DWG. W-3. Replace NOTE 41 with NOTE 75 callout on plan/profile for four water services at STA 40+21 .90, STA 40+23.55, STA 42+95.98 and STA 42+97.93. Add TRENCH DAMS TO BE LOCATED AT STA 40+97, STA 42+72, STA 43+90 per Detail 3, Sht C-2. QUESTIONS AND ANSWERS 1. Are there specifications for the required highline plan(s)? Response: Refer to CMWD Standard Specifications, Section 15000. Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 4 2. Are there special requirements for surveyor? Response: The surveyor must be licensed per the General Provisions and use project survey control as a basis for construction staking. 3. How long does the airport badging process take? Response: Airport badging will take approximately two weeks. 4. Where is the contractor staging area? Response: Staging Area is Airport Lot 31. A location map is included in Contract documents Appendix D. 5. Will security fencing be required? Response: Existing fencing for secured areas, if removed, must be replaced with temporary security fencing throughout the duration of the impact. Temporary fencing is also required at the designated staging area. 6. Does trenching in concrete areas require trench paving or full panel pavement joint-to- joint? Response: Contract drawings specify all concrete damage is to be replaced joint-to-joint to match existing. 7. Can excavated or imported soils be staged in the staging area? Response: Soils can be temporarily staged in the designated staging area and must comply with County Solid Waste Local Enforcement Agency requirements (e.g., monitoring, covering, etc.) per the Contractor's approved CHSP and the City of Carlsbad SWPPP requirements. 8. Can excavation spoils be placed alongside the trench? Response: A. Excavated soil shall not be stockpiled alongside trenches located in aircraft taxiways, aircraft parking areas or routes to maintenance hangars -soils shall be transported to the designated staging area. B. Excavated soil that is categorized as "Contaminated" or "Non-Contaminated - Impacted" per Section 02610, 3.2.C shall be transported to the designated staging area for further characterization and handling. C. Excavated soil that is categorized as "Unrestricted" per Section 02610, 3.2.C may be temporarily spoiled alongside trenches located in roads (Aircraft Road and Aircraft Driveway) subject to approval of the Contractor's Traffic Control Plan and all spoils shall be removed from the roadway at the end of each workday. 9. Does landscaping, including palm trees in Segment B alignment, need to be replaced following construction? Response: Contract documents require repair and replacement of landscape and drainage systems removed or damaged during construction. Separate bid item is provided. Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 5 10. Do trees need to be removed along Segment A? Response: Contract documents require all trees within the water line alignment and easement to be removed prior to commencement of work. Three trees between Sta 12+95 and Sta 13+30 will require removal but not replacement (see added note on Sheet 6). 11 . Which area will be available for layout of the fusible PVC pipe string for Segment A and Segment C? Response: Adjacent to Bldg 2188 or Bldg 2150 to the north, and outside of taxiways or aircraft parking aprons. 12. Is boring allowed for the Segment A pipeline adjacent to Bldg. 2188 under drainage culvert or alongside the building? Response: Trenchless construction using boring will not be considered. 13. Is there a specification for the shed that is to be replaced in Segment A? Response: Existing shed shall be protected in place and proposed storm drain shall be routed around the shed. See revised Sheet 6. 14. Is there a geotechnical report available for the prospective bidders? Response: Refer to Appendix A of the specifications. 15. Are County permits required for the airport roads? Response: An Airport Use Permit will be required (see specifications Appendix C). 16. What is the aircraft weight for the design of trench plates? Response: Trench plates and shoring should be designed to support aircraft weighing 100,000 pounds and landing gear configurations will be provided for trench plate design within three weeks of notice to proceed. Trenches adjacent to hangar access doors (Segment B and Segment C) shall be excavated and backfilled during the same work shift and night work should be expected for Segment B. 17. Do trench plates need to be recessed? Response: Steel plates in roadways or where subject to aircraft traffic shall be recessed per Section 7-10.4.8. 18. Will fusible PVC pipe be allowed as a restrained joint pipe system beyond the limits specified on the Plans? Response: Fusible PVC may be used as a component of a restrained pipe system in lieu of thrust blocks. The proposed limits of fusible PVC shall be submitted for review and approval per Section 2-5.3. Thrust blocks shall be used at connections to valve assemblies and any PVC pipe spools for closures at connections shall be restrained. 19. Can you please clarify on your Approved Materials List what PVC Pipe Bell restraints are acceptable? You have DIP & PVC Fitting restraints listed, but no bell restraints. Response: The AML identifies several manufacturers of fittings for restraint of PVC pipe joints. Joint restraint harnesses for use on PVC pipe bells may be selected from the manufacturers listed in the AML. Contract No. 5055-1 -Palomar A irport Waterline Realignment Addendum No. 1 6 20. There are inconsistencies in the DR rating for the C900 pipe in this project. In some places it is indicating DR14 pipe and in others its indicating DR18 pipe. Can you confirm the DR rating for the C900 pipe for this project? Response: Where "continuously fused" joints are called for in the profile and in Note 2 on Drawing G-4, pipe thickness shall be DR 14. Pipe thickness in all other areas shall be DR 18. 21 . What is the eastern-most extent of the 1 O" Water line to be slurry backfilled on drawing C- 4. Drawing does not indicate how far to take the slurry backfill? Response: Bidders shall assume 150 lineal feet of 8" steel water main to be grouted full per Construction Note 1 on Drawing D-1 . 22. What is the CMWD standard with respect for capacity requirements for water service highlines? Are we to maintain the same cross-sectional capacity (e.g., if highlining a 10" line we need to supply a 10" highline)? Or are we to simply to maintain pressure with a reduced flow capacity (e.g., provide a 3" highline for 10" water line)? Response: Refer to Addendum 2, forthcoming. Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 7 ATTACHMENT A REVISED CONTRACTOR'S PROPOSAL Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 8 CARLSBAD MUNICIPAL WATER DISTRICT PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 CONTRACTOR'S PROPOSAL Board of Directors Carlsbad Municipal Water District 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 5505-1 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 (refer to Section 9-4 for bid item descriptions): SCHEDULE "A" (PIPE SEGMENTS A & D) Approximate Item Quantity Unit Price No. Description And Unit (Figures) A-1 Mobilization (not to exceed 1 LS 5% of Bid Schedule A) A-2 Preconstruction Video and 1 LS Photographs A-3 Excavation Support System 1 LS A-4 Storm Water Pollution 1 LS Prevention Plan (SWPPP) A-5 Community Health and 1 LS Safety Plan (CHSP) A-6 Traffic Control 1 LS A-7 Utility Potholing 1 LS A-8 AC Pipe Removal and 1 LS Disposal A-9 AC Pipe Testing (Segment D) 1 EA $ Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 Total Amount (Figures) $ $ $ $ $ $ $ $ $ 9 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) A-10 Abandon Water Mains 1 LS $ A-11 Furnish & Install 12-lnch PVC 400 LF $ $ Water Main A-12 Furnish & Install 10-lnch PVC 640 LF $ $ Water Main A-13 Furnish & Install 10-lnch 255 LF $ $ Fusible PVC Water Main A-14 Install Trench Dams 8 EA $ $ A-15 Landfill Waste Disposal 30CY $ $ A-16 Hazardous Soil Disposal B0CY $ $ A-17 Over-excavation and Backfill 30CY $ $ A-18 Furnish & Install 12-lnch Gate 5 EA $ $ Valve A-19 Furnish & Install 10-lnch Gate 5 EA $ $ Valve A-20 Furnish & Install 2-lnch Comb. 3 EA $ $ Air & Vacuum Valve Assembly A-21 Furnish & Install 2-lnch 1 EA $ $ Manual Air Release/Blow-off Assembly A-22 Furnish & Install 6-lnch Blow-1 EA $ $ off Assembly A-23 Furnish & Install Fire Hydrant 5 EA $ $ Assembly A-24 Furnish & Install 1-lnch Water 5 EA $ $ Service Assembly A-25 Furnish & Install 1.5-lnch 1 EA $ $ Water Service Assembly A-26 Furnish & Install 2-lnch Water 4 EA $ $ Service Assembly Contract No. 5055-1 -Palomar Airport Waterline Realignment 10 Addendum No. 1 Approximate Item Quantity Unit Price No. Description And Unit (Figures) A-27 Fire Service Reconnection 2 EA $ A-28 Furnish & Install Temporary 1 LS Highlines A-29 Water Main Connection, 1 LS Station 44+00 (Segment D) A-30 Water Main Connection, 1 LS Station 09+92 (Night Work, Segment A) A-31 Cut & Plug Segment E from 1 LS Segment B, Sta 23+52 A-32 Aggregate Base 1 LS A-33 Asphalt Concrete 1 LS A-34 Asphalt Concrete (Taxiway 1 LS Paving -1 0" Thick) A-35 Portland Cement Concrete 1 LS (Airfield Paving -8" Thick) A-36 Portland Cement Concrete 1 LS (Flatwork and Curb/Gutter) A-37 Repair Landscaping and 1 LS Irrigation A-38 Replace Yard Drain System 1 LS A-39 Replace Traffic Loop 1 LS Detectors A-40 Replace Pavement Striping, 1 LS Markings and Markers Total amount of bid (in figures) for Schedule "A": $ Total amount of bid (in words) for Schedule "A": Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 Total Amount (Figures) $ $ $ $ $ $ $ $ $ $ $ $ $ $ 11 SCHEDULE "B" (PIPE SEGMENT B) Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) 8-1 Mobilization (not to exceed 1 LS $ 5% of Bid Schedule 8) 8-2 Preconstruction Video and 1 LS $ Photographs B-3 Excavation Support System 1 LS $ 8-4 Storm Water Pollution 1 LS $ Prevention Plan (SWPPP) B-5 Traffic Control 1 LS $ 8-6 Utility Potholing 1 LS $ 8-7 Abandon Water Main 1 LS $ 8-8 Furnish & Install 10-lnch PVC 118 LF $ $ Water Main (Segment B, Sta 20+00 to Sta 21+18) 8-9 Furnish & Install 10-lnch PVC 82 LF $ $ Water Main (Night Work, Segment B, Sta 21+18 to Sta 22+00) 8-10 Furnish & Install 10-lnch 153 LF $ $ Fusible PVC Water Main (Night Work, Segment B, Sta 22+00 to 23+53) 8-11 Install Trench Dams 3 EA $ $ 8-12 Landfill Waste Disposal 40CY $ $ 8-13 Hazardous Soil Disposal 60CY $ $ 8-14 Over-excavation and Backfill 40CY $ $ 8-15 Furnish & Install 10-lnch Gate 2 EA $ $ Valve 8-16 Furnish & Install 6-lnch Gate 1 EA $ $ Valve Contract No. 5055-1 -Palomar Airport Waterline Realignment 12 Addendum No. 1 Approximate Item Quantity Unit Price No. Description And Unit (Figures) B-17 Furnish & Install 2-lnch Comb. 1 EA $ Air & Vacuum Valve Assembly B-18 Fire Service Reconnection 4 EA $ B-19 Water Main Connection, 1 LS Station 20+00 B-20 Water Main Connection, 1 LS Station 23+52 B-21 Furnish & Install Temporary 1 LS Highline B-22 Aggregate Base 1 LS B-23 Asphalt Concrete 1 LS B-24 Portland Cement Concrete 1 LS (Airfield Paving -8" Thick) B-25 Portland Cement Concrete 1 LS (Flatwork and Curb/Gutter) B-26 Repair Landscaping and 1 LS Irrigation B-27 Replace Pavement Striping, 1 LS Markings and Markers Total amount of bid (in figures) for Schedule "B": $ Total amount of bid (in words) for Schedule "B": Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 Total Amount (Figures) $ $ $ $ $ $ $ $ $ $ $ 13 SCHEDULE "C" (PIPE SEGMENT C) Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) C-1 Mobilization (not to exceed 1 LS $ 5% of Bid Schedule C) C-2 Preconstruction Video and 1 LS $ Photographs C-3 Excavation Support System 1 LS $ C-4 Storm Water Pollution 1 LS $ Prevention Plan (SWPPP) C-5 Traffic Control 1 LS $ C-6 Utility Potholing 1 LS $ C-7 AC Pipe Removal and 1 LS $ Disposal C-8 Abandon Water Mains 1 LS $ C-9 Furnish & Install 10-lnch PVC 200 LF $ $ Water Main C-10 Furnish & Install 10-lnch 80 LF $ $ Fusible PVC Water Main C-11 Furnish & Install 8-lnch 60 LF $ $ Fusible PVC Water Main C-12 Install Trench Dams 2 EA $ $ C-13 Landfill Waste Disposal 35 CY $ $ C-14 Hazardous Soil Disposal 60CY $ $ C-15 Over-excavation and Backfill 35CY $ $ C-16 Furnish & Install 8-lnch Gate 1 EA $ $ Valve C-17 Furnish & Install Fire Hydrant 2 EA $ $ Assembly C-18 Furnish & Install 1-lnch Water 2 EA $ $ Service Assembly Contract No. 5055-1 -Palomar Airport Waterline Realignment 14 Addendum No. 1 Approximate Item Quantity Unit Price Total Amount No. Description And Unit (Figures) (Figures) C-19 Furnish & Install 2-lnch Water 1 EA $ $ Service Assembly C-20 Fire Service Reconnection 1 EA $ $ C-21 Aggregate Base 1 LS $ C-22 Asphalt Concrete 1 LS $ C-23 Portland Cement Concrete 1 LS $ (Airfield Paving -8" Thick) C-24 Portland Cement Concrete 1 LS $ (Flatwork and Curb/Gutter) C-25 Repair Landscaping and 1 LS $ Irrigation C-26 Replace Pavement Striping, 1 LS $ Markings and Markers Total amount of bid (in figures) for Schedule "C": $ Total amount of bid (in words) for Schedule "C": Total amount of bid (in figures) for Schedules "A", "B" and "C": $ __________ _ Total amount of bid (in words) for Schedules "A", "B" and "C": ___________ _ Carlsbad Municipal Water District shall determine the low bid based on the sum of Schedules "A", "B" and "C". After the low Bid has been determined, the District 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. Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 15 The Undersigned has carefully checked all of the above figures and understands that the District will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District, the District 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 Department of Industrial Relations PWC registration number ___________ which expires on ___________ , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District§ 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 Board 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 Board of Directors, 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. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 16 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. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 17 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. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 18 ATTACHMENT B REVISED SECTION 6-2.2 CONSTRUCTION PHASING Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 1 19 6-2.2 Construction Phasing. The following construction phase guidelines are provided for the Contractor's use in developing the construction schedule and a Work Plan that describes the labor, materials, equipment and procedures to conduct the Work. The phasing guidelines listed herein are not intended to be a complete list of all construction activities and shall not relieve the Contractor from its responsibilities to coordinate and perform the Work, revise the phasing descriptions, or to develop additional phases as necessary to complete the Work in its entirety in accordance with the Contract Documents. The Contractor shall develop a detailed Work Plan describing the materials, equipment and procedures for each phase of the Work and submit the Work Plan in accordance with Section 2- 5.3. Any modification of the phasing described below shall be approved by the Engineer. Bid Schedule A: Phase 1. 1. Construct section of Segment A in new alignment from existing fire hydrant at ST A 11 +85 to fire hydrant on Aircraft Road at STA 16+94. 2. Temporarily connect this section of Segment A to existing fire hydrant at STA 11+85. Phase 2. 1. Construct north section of Segment D in new alignment (ST A 40+00 to STA 42+33) and connect to existing Segment C. 2. Replace and connect existing water and fire services to Bldg 2198 to new Segment D. 3. Abandon the 12"AC water main in north Segment D (Maintain access to Airport Communications Tower and Airfield). Phase 3. 1. Highline the water services to Bldg. 2206 (Helicopter) and Bldg. 2192 (Administration). 2. Construct south portion of Segment Din existing alignment (STA 42+33 to STA 44+00). 3. Construct east portion of Segment A in Aircraft Road (STA 16+94 to STA 18+72). 4. Connect these segments to the new pipelines completed in Phases 1 and 2. 5. Replace and connect remaining services to Segment D and Segment A. 6. Replace and connect new fire hydrant (STA 11 +85). Phase 4. 1. Construct north section of Segment A in new alignment from south of active taxiway (ST A 10+27) and connect this section of Segment A with the portion of Segment A completed in Phase 1. 2. Replace and connect existing water and fire services (STA 11+85 to STA 10+72). Phase 5. 1. Construct remaining Segment A in taxiway (ST A 9+91 to STA 10+27) and disconnect Segment E at Sta 9+91. Work impacting the taxiway shall be conducted at night. 2. Abandon Segment E from Segment A to Segment C (~STA 29+96). 3. Abandon Segment E from Segment A to Segment B (ST A 23+52). Bid Schedule 8: Phase 6. 1. Highline the water services connected to the existing pipeline in Segment B. 2. Remove the existing steel pipe and replace in-place the new pipeline in Segment B. Work impacting the hangar access shall be conducted at night 3. Connect new Segment Bat STA 20+20 and STA 23+52. 4. Reconnect water and fire services along Segment B. Bid Schedule C: Phase 7. 1. Construct all of Segment C in new alignment (Sta 29+96 to 33+30). 2. Temporarily connect this segment to the existing fire hydrant on Segment C. 3. Replace and connect fire and water services along Segment C. 4. Abandon the 1 O" and 8" steel water mains in Segment C. In addition to the phasing guidelines, the Contractor shall accommodate the following criteria into the construction schedule and Work Plan: 1 . All construction activities shall meet the scheduling restrictions identified in these specifications or as determined by CMWD during review of the Contractor's Work Plan. 2. Utility Shutdown/Connection Request (Form E-28) must be submitted at least two weeks prior to the desired shutdown date. 3. Contractor shall submit a Site Work Plan. The Work Plan shall identify staging areas; describe the methods for the protection of private improvements and existing utilities; and include a listing of materials and equipment, construction schedule and all details necessary to complete the work. 4. Excavations must be backfilled or securely shored and plated at the end of each workday. 5. When water or fire service interruptions are necessary and approved, no customer shall be without water for longer than 8 hours. If the planned water service shutdown duration exceeds 8 hours, the Contractor shall submit a highline plan for approval and provide all highlining prior to the shutdown. 6. Each excavation for pipeline connections or dewatering points shall be lined with plastic sheeting and a layer of ¾" rock with a sump and pump for dewatering. Existing isolation valves may not provide drip-tight shut off and the Contractor shall implement all means and methods necessary to handle water leakage during pipeline connection work. 7. At least 2 working days prior to the shutdown: a. All underground utilities and pipe diameters shall be verified in the presence of the Inspector; and b. All dewatering shall be functioning and demonstrated to the Inspector. 8. Excavations shall be backfilled and paved with the base course of asphalt paving within 3 working days of energizing the respective pipeline segment. 9. The site shall be fully restored and completed within 15 working days of energizing the last pipeline segment. ATTACHMENT C APPENDIX "J" COUNTY OF SD AIRFIELD CONSTRUCTION AREA CONTROL REQUIREMENTS APPENDIX "J" County of San Diego Airfield Construction Area Control Requirements APPENDIXJ ITEM P-148 AIRFIELD CONSTRUCTION AREA CONTROL DESCRIPTION 148-1.1 GENERAL. This item shall consist of furnishing, installing, maintaining, adjusting, and removing furnishing gate guards, furnishing, operating and maintaining sweepers and FOO Control, , and providing items as requested for safety and security at locations shown on the Plans, as specified in these Specifications, and as directed by the Engineer. MATERIALS AND CONSTRUCTION REQUIREMENTS 148-2.1 GATE GUARDS. The Contractor shall furnish trained personnel, approved by the Owner, at the entrances to secure areas whenever these entrances are in use. All Airport perimeter gates (new and existing) that are used by the Contractor for operations shall require a gate guard at each gate and at all times the gate is in use. The gate shall be closed and locked (with a lock provided by the Owner) during off-hours, when construction is not in progress, and when the gate guards are not at the station. The Contractor shall be responsible for controlling access through the gate. All gate guards shall have communications equipment capable of contacting Contractor management staff should any problems or questions arise. A minimum of one gate guards shall be provided at each Airport Operations Area (AOA) access gate. The guard shall review and log in each person entering the AOA, check the equipment entering the AOA and shall open and close the gate after the vehicle has been cleared to access the AOA. 148-2.2 FOO CONTROL AND SWEEPERS. Contractor shall maintain a clean work site at all time within the AOA and contractor yards. Contractor shal l, as shown on the plans, provide for the number of operational sweepers at all times as specified. Back up sweepers of similar type should be provided in case a sweeper is taken out of service due to maintenance issues. Sweepers shall maintain all haul routes in a clean condition with no tracking of material onto or around the haul route. Foreign Object Debris (FOO) is a major concern on an active airfield. As such the contractor shall minimize the potential for FOO by maintaining a clean work area and patrolling the complete area and removing anything that could cause FOO. Loose trash, construction debris, sma ll pebbles, etc are unacceptable within the airfield area . 148-2.3 SAFETY. The Contractor shall follow the guidelines and procedures contained in Federal Aviation Administration Advisory Circular 150/5370-2 (latest addition) "Operational Safety on Airports During Construction"; and other applicable Sections of these Specifications. Contractor is responsible for preparing and submitting for approval, prior to issuance of Notice to Proceed, a project specific Safety Plan Compliance Document (SPCD) following the guidelines contained in Federal Aviation Administration Advisory Circular 150/5370-2 (latest addition) "Operational Safety on Airports During Construction". Contractor will be provided a copy of the project approved Construction Safety and Phasing Plan (CSPP). P-148 McClellan-Palomar A irport Apron Repair Page I of 4 The Contractor shall acquaint its supervisors and employees of the Airport activity and operations that are inherent to this active air carrier Airport and shall conduct its construction activities to conform to all routine requirements and emergency air traffic requirements and guidelines on safety specified in these Specifications. No runway, taxiway, apron or airport roadway shall be closed without written approval of the Airport. The Airport will issue "Notices to Airmen" (NOTAM) and other necessary advisories to airport services or tenants. The Contractor shall provide a minimum of 72 hours notice of the requested closing to the Engineer, who will coordinate the request with Airport Operations. Open-flame welding or torch-cutting operations shall not be prohibited unless adequate fire and safety precautions are provided and have been approved by the Engineer. All vehicles are to be parked and serviced behind the building restriction line or in an area designed by the Engineer. Open trenches, excavations, and stockpiled material at the co nstruction site shall be prominently marked with orange flags and lighted by flashing yellow light units (acceptable to the Airport Authority and the FAA) during hours of restricted visibility/darkness. Under no circumstances are flare pots to be used. Stockpiled material shall be constrained in a manner to prevent movement resulting from aircraft blast or wind conditions. Material shall not be stored within the AOA. Can be stored in the laydown area outside the AOA Debris, waste and loose material capable of causing damage to aircraft or being ingested in jet engines are not allowed on active aircraft movement areas. The Contractor shall remove it immediately and continuously during construction. 148-2.4 SECURITY. Contractor shall comply with all security requirements specified herein and comply with the Airport's "Airport Operational Safety and Security Requirements" and with all applicable Federal safety and security regulations. Access to the Sit e. The Contractor's access to the site shall be as shown on the Plans. No other access points sha ll be allowed unless approved by the Engineer. All access points shall be secured (i.e. locked gate) or manned by a guard. All manned access points shall have a physical barrier that must be moved or otherwise operated by the guard to allow vehicles to pass through the access point. Contractor traffic authorized to enter the site shall be escorted by Contractor personnel in accordance with these Specifications, FAA Advisory Circular 150/5370-2F, and Airport's "Airport Operational Safety and Security Requirements" and "Security Instructions" manuals included elsewhere herein. The Contractor shall maintain traffic control to and from the various areas of the Work. The Contractor shall immediately clean any debris deposited along any route used as a result of its construction traffic. Directional signing at the access point and along the delivery route to the storage area or Work site shall be as direct ed by the Engineer. Materials Delivered to the Site. Delivery vehicles for Contractor's material orders shall be escorted by the Contractor to the delivery site. P-148 McClellan-Palomar Airport Apron Repair Page 2 of 4 Inspection. If the United States Department of Homeland Security raises the security threat level to "Orange" or higher, or if required by the Airport, FAA, or Transportation Security Administration, at any time during the course of the Work, trained Contractor supplied personnel shall search all vehicles associated with the project entering the AOA or Work site. The Contractor shall provide a sufficient quantity of inspection staff as to cause no delay in the through put of materials and deliveries to the project site. The Contractor shall assume in his bid that the Orange level of security will be in place for more than one half of the project duration. Identification -Vehicles. The Contractor shall establish and maintain a list of vehicles authorized to operate on the Airport and shall issue a permit to each vehicle to be made available on request by the Engineer or any Airport Operations representative. Vehicles delivering materials to the construction site shall pick up a temporary pass from the Contractor's gate security personnel. The pass shall be returned to the gate security personnel upon leaving the airfield. Vehicle permits shall be assigned in a manner to ensure positive identification of the vehicle at all times. Airport Operations shall provide the Contractor with a sample temporary permit. The personal vehicles of Contractor's employees shall be restricted to the Contractor's storage area shown on the Plans and are not allowed on the airfield at any time. 148-2.5 AIRPORT CONSTRUCTION COORDINATOR. The contractor shall provide for the entire life of the contract an Airport Construction Coordinator (ACC) in sufficient numbers to cover all periods oftime when construction activities take place within the AOA. The Contractor shall not be allowed to perform work at any time when an approved ACC is not present and working on the project site. The ACC shall be a Contractor employee who shall be paid by and report to the Contractor, but who shall have responsibility to comply with the di_rections of the Owner's designated representatives (Airport Operations staff and FAA Control Tower Personnel, as required to effectively perform the identified duties. The ACC may also serve as Site Safety Representative and Chief of Security if adequately trained and approved by the Owner to perform those tasks. P-148 a. Role and Responsibilities of the ACC: a) Serve as liaison between the Contractor's construction on/off site personnel and the airport operator, namely its airport operations personnel, and the project inspectors regarding coordination of activities and conditions within the AOA .. b) Through communication with Airport Operations and Construction personnel, control the movement of Contractor personnel, equipment and materials so as to maintain construction progress in a manner that provides safe operation of the airport. c) Communicate with the Airport Operations Supervisor on duty regarding the airport facilities' operational conditions and status. d) Communicate with the Project Manager (PM), Project Inspector (Pl), Contractor personnel, and Airport Operations detailed and timely information on construction activities and resulti~g airport conditions each work day; and any known or reported airport special conditions, events or activities that may affect the safe operations of the airport. e) Serve as the designated representative of the Contractor for control of the opening and closing of the construction site regarding compliance with the operational safety requirements of the airport. McClellan-Palomar Airport Apron Repair Page 3 of 4 P-148 f) Serve as the designated representative of the Contractor for airport construction and operations. g) Confer with Airport Operations personnel on matters of interest t o the construction activities and/ or airport operational safety. b. Minimum qualifications of the ACC: a) The ACCs shall possess the following minimum qualifications and experience prior to attending the Familiarization / Qualifications Program, identified below: b) Practical knowledge of aviation terminology; radio communications techniques and procedures; air traffic control services or procedures; aircraft operations. c) Practical knowledge of airport airside facility components, markings, and lighting; and airport operating rules and procedures, especially ground operations procedures. d) Skills and practical experience in the coordination of several simultaneous, independent or interdependent activities. e) Ability to communicate concisely verbally and in writing. f) Ability to function effectively under stress or pressure. g) Have worked at an airport, field site, in activities involving the operations of airport, aircraft, aviation support services, air traffic control, or similar related activities. McClellan-Palomar Airpo11 Apron Repair Page 4 of 4 ATTACHMENT D APPENDIX "H" FAA FORM 7460 AND GUIDE APPENDIX "H" FAA FORM 7460 Notice of Proposed Construction or Alteration NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION § 77.7 Form and time of notice. (a) If you are required to file notice under §77.9, you must submit to the FAA a completed FAA Form 7460-1, Notice of Proposed Construction or Alteration. FAA Form 7460-1 is available at FAA regional offices and on the Internet. (b) You must submit this form at least 45 days before the start date of the proposed construction or alteration or the date an application for a construction permit is filed, whichever is earliest. (c) If you propose construction or alteration that is also subject to the licensing requirements of the Federal Communications Commission (FCC), you must submit notice to the FAA on or before the date that the application is filed with the FCC. (d) If you propose construction or alteration to an existing structure that exceeds 2,000 ft. in height above ground level (AGL), the FAA presumes it to be a hazard to air navigation that results in an inefficient use of airspace. You must include details explaining both why the proposal would not constitute a hazard to air navigation and why it would not cause an inefficient use of airspace. (e) The 45-day advance notice requirement is waived if immediate construction or alteration is required because of an emergency involving essential public services, public health, or public safety. You may provide notice to the FAA by any available, expeditious means. You must file a completed FAA Form 7460-1 within 5 days of the initial notice to the FAA. Outside normal business hours, the nearest flight service station will accept emergency notices. § 77.9 Construction or alteration requiring notice. If requested by the FAA, or if you propose any of the following types of construction or alteration, you must file notice with the FAA of: (a) Any construction or alteration that is more than 200 ft. AGL at its site. (b) Any construction or alteration that exceeds an imaginary surface extending outward and upward at any of the following slopes: (1) 100 to 1 for a horizontal distance of 20,000 ft. from the nearest point of the nearest runway of each airport described in paragraph (d) of this section with its longest runway more than 3,200 ft. in actual length, excluding heliports. (2) 50 to 1 for a horizontal distance of 10,000 ft. from the nearest point of the nearest runway of each airport described in paragraph (d) of this section with its longest runway no more than 3,200 ft. in actual length, excluding heliports. Mail Processing Center Federal Aviation Administration Southwest Regional Office Obstruction Evaluation Group 10101 Hlllwood Parkway Fort Worth, TX 76177 Fax: (817) 222-5920 Website: https://oeaaa.faa.gov (3) 25 to 1 for a horizontal distance of 5,000 ft. from the nearest point of the nearest landing and takeoff area of each heliport described in paragraph (d) of this section. (c) Any highway, railroad, or other traverse way for mobile objects, of a height which, if adjusted upward 17 feet for an Interstate Highway that is part of the National System of Military and Interstate Highways where overcrossings are designed for a minimum of 17 feet vertical distance, 15 feet for any other public roadway, 1 0 feet or the height of the highest mobile object that would normally traverse the road, whichever is greater, for a private road, 23 feet for a railroad, and for a waterway or any other traverse way not previously mentioned, an amount equal to the height of the highest mobile object that would normally traverse it, would exceed a standard of paragraph (a) or (b) of this section. (d) Any construction or alteration on any of the following airports and heliports: (1) A public use airport listed in the Airport/Facility Directory, Alaska Supplement, or Pacific Chart Supplement of the U.S. Government Flight Information Publications; (2) A military airport under construction, or an airport under construction that will be available for public use; (3) An airport operated by a Federal agency or the DOD. (4) An airport or heliport with at least one FAA-approved instrument approach procedure. (e) You do not need to file notice for construction or alteration of: (1) Any object that will be shielded by existing structures of a permanent and substantial nature or by natural terrain or topographic features of equal or greater height, and will be located in the congested area of a city, town, or settlement where the shielded structure will not adversely affect safety in air navigation; (2) Any air navigation facility, airport visual approach or landing aid, aircraft arresting device, or meteorological device meeting FAA- approved siting criteria or an appropriate military service siting criteria on military airports, the location and height of which are fixed by its functional purpose; (3) Any construction or alteration for which notice is required by any other FAA regulation. (4) Any antenna structure of 20 feet or less in height, except one that would increase the height of another antenna structure. INSTRUCTIONS FOR COMPLETING FAA FORM 7460-1 PLEASE TYPE or PRINT ITEM #1. Please include the name, address and phone number of a personal contact point as well as the company name. ITEM #2. Please include the name, address and phone number of a personal contact point as well as the company name. ITEM #3. New Construction would be a structure that has not yet been built. Alteration is a change to an existing structure such as the addition of a side mounted antenna, a change to the marking and lighting, a change to power and/or frequency, or a change to the height. The nature of the alteration shall be included in ITEM #21 "Complete Description of Proposal". Existing would be a correction to the latitude and/or longitude, a correction to the height, or if filing on an existing structure which has never been studied by the FAA. The reason for the notice shall be included in ITEM #21 "Complete Description of Proposal". ITEM #4. If Permanent, so indicate. If Temporary, such as a crane or drilling derrick, enters the estimated length of time the temporary structure will be up. ITEM #5. Enter the date that construction is expected to start and the date that construction should be completed. ITEM #6. Please indicate the type of structure. DO NOT LEAVE BLANK. ITEM #7. In the event that obstruction marking and lighting is required, please indicate type desired. If no preference, check "other" and indicate "no preference• DO NOT LEAVE BLANK. NOTE: High Intensity lighting shall be used only for structures over 500' AGL. In the absence of high intensity lighting for structures over 500' AGL, marking is also required. ITEM #8. If this is an existing tower that has been registered with the FCC, enter the FCC Antenna Structure Registration number here. ITEM #9 and #10. Latitude and longitude must be geographic coordinates, accurate to within the nearest second or to the nearest hundredth of a second if known. Latitude and longitude derived solely from a hand-held G P S instrument is NOT acceptable. A hand-held GPS is only accurate to within 100 meters (328 feet) 95 percent of the time. This data, when plotted, should match the site depiction submitted under ITEM #20. ITEM #11. NAO 83 is preferred; however, latitude and longitude may be submitted in NAO 27. Also, in some geographic areas where NAO 27 and NAO 83 are not available other datum may be used. It is important to know which datum is used. DO NOT LEAVE BLANK. ITEM #12. Enter the name of the nearest city and state to the site. If the structure is or will be in a city, enter the name of that city and state. ITEM #13. Enter the full name of the nearest public-use (not private-use) airport or heliport or military airport or heliport to the site. ITEM #14. Enter the distance from the airport or heliport listed in #13 to the structure. ITEM #15. Enter the direction from the airport or heliport listed in #13 to the structure. ITEM #16. Enter the site elevation above mean sea level and expressed in whole feet rounded to the nearest foot (e.g. 17'3" rounds to 17', 17'6" rounds to 18'). This data should match the ground contour elevations for site depiction submitted under ITEM #20. ITEM #17. Enter the total structure height above ground level in whole feet rounded to the next highest foot (e.g. 17'3" rounds to 18'). The total structure height shall include anything mounted on top of the structure, such as antennas, obstruction lights, lightning rods, etc. ITEM #18. Enter the overall height above mean sea level and expressed in whole feet. This will be the total of ITEM #16 + ITEM #17. ITEM #19. If an FAA aeronautical study was previously conducted, enter the previous study number. ITEM #20. Enter the relationship of the structure to roads, airports, prominent terrain, existing structures, etc. Attach an 8-1/2" x 11 " non-reduced copy of the appropriate 7.5 minute U.S. Geological Survey (USGS) Quadrangle Map MARKED WITH A PRECISE INDICATION OF THE SITE LOCATION. To obtain maps, contact USGS at 1-888-275-8747 or via internet at "http://store.usgs.gov". If available, attach a copy of a documented site survey with the surveyor's certification stating the amount of vertical and horizontal accuracy in feet. ITEM#21. • For transmitting stations, include maximum effective radiated power (ERP) and all frequencies. • For antennas, include the type of antenna and center of radiation (Attach the antenna pattern, if available). • For microwave, include azimuth relative to true north. • For overhead wires or transmission lines, include size and configuration of wires and their supporting structures (Attach depiction). • For each pole/support, include coordinates, site elevation, and structure height above ground level or water. • For buildings, include site orientation, coordinates of each comer, dimensions, and construction materials. • For alterations, explain the alteration thoroughly. • For existing structures, thoroughly explain the reason for notifying the FAA ( e.g. corrections, no record or previous study, etc.). Filing this information with the FAA does not relieve the sponsor of this construction or alteration from complying with any other federal, state or local rules or regulations. If you are not sure what other rules or regulations apply to your proposal, contact local/state aviation's and zoning authorities. Pa,..-work ReductJon Wortc Act Statement: A f~r<1I agHlq' m~ not conduct o, sponsor, and a person Is not reqt.ilt«I to respond to, nor shall a ~rson be subject to a penalty for failure tocompfywith a coHtttlon of information sub~ tot~ requirements of the Paperwork Reduction Act untess t~t coHectlon dkpbys • cunenttyvalid 0 MB ContrOI Number. lheOMH control numbff for this intorm.1tion coffection for, J.12().()()()1. Public reportingfOf thlscoUecUon oflntorm.ition is esllm,ttd lo be app,·oxlmatriy 19 minutes per re~pon~. lndO(flng the time IOf re'll~wing Instructions, se~chlrig existing d.ita sou re~ gathering ar.d maintalnlng the data nffded, completing and reviewlns the ~led ion of infonNtion. All rHPOnses to thh collecllon of lnfor1no1tlon are m,1ndat0f'y for anyone proposing construction or alteroiUon th.It mffU the ulterla contained In 14 CFR 77, Th!s lnfo..-rNtlon ts conected to e'llaluate the effect of PfClpOSf'd corutructlon Of atteuUon on art l\a\li&Jiion and Is not confide:~ Stnd com men ls re pr ding tl'Hs bur~n e:stlnu te or .any other aspect of thb c~lection of tnfOfm.iUoo, iodudln« wggestions to, reduclnt thh tKlrd~ to: lnfOfmation Col~ Oeanioce Officer, Feder.M Avl.ition AdminktuUon, 10101 Hitfwood Parkw.ay, Fort Worth, TX 76177-1524. Fenn 7 460-1 (04120) Superseded Previous Edition Electronic Version (Adobe) NSN: 0052-00-012-0009 r - r Privacy Act Stat•ment (5 U.S.C. I 552a. n amended}: AUTHOftrTY: The FM is r~ for luulng • del..-minatlon based on eKtenNV• analysis completed In aooordance 'Mlh ◄Q Unittd Statn Code (USC) Sections 44718. litle 1◄ d the Code r:A Fed«al R09Ulolions (14 CFR~ pan 77 ~• FM to co1ec:1 tNs lnlormatlon. PVRPOSE(S~ FM wll use lhe lnf0nnation prov;ded to odmntle< the Aeronoutical SlUc!y f'Joceu. ROUTINE USE(S): In oc,,onlonQe wflh DOT's system d ,_ notioo, DOT/ALL 18 Malling ManjlOement Syttem and DOT/FM 828 Petitions to, Exemption. other lhon Medcal Ex..,..,uon-N>lic Ooc:l<ets, the infonnotian pRMClod may bo dl-.ed to officials ""lhin the Federal QOY«M10l'Ot and the,.-In genen,I. Form Approved 0MB No.2120.0001 P/&ase Type or Print on This Form Expiration Date· 04/30/2023 'ii Failure To Provide All Requested Information May Delay Processing of Your NoUce FOR FAA USE ONLY Ae,onout/cM Study Numbor U.S.-alT,_ Notice of Proposed Construction or Alteration Federal Aviation Admlnlstmk>n 1. Sponsor (person, company, etc. proposing this action): 0 9. Latitude: N33 07 33 20151 II Attn. of E242 0 43 25 14336 II Name: 10. Longitude: Address: 11. Datum: [l) NAO 83 □NAD27 □other 12. Nearest: City: Carlsbad State CA City: State: __ Zip: 13. Nearest Pub/le-use (not private-use) or Military Airport or Heliport: ---Telephone: Fax: roo.431~w..,.~~~w• 14. Distance from #13. to Structure: 2. Sponsor's Representative (if other than #1 ): 15. Direction from #13. to Structure: Attn. of 16. Site Elevation (AMSL): 320 fl. Name: 17. Total Structure Height (AGL): fl. Address: 18. Overall Height (#16 + #17) (AMSL): fl, 19. Previous FAA Aeronautical Study Number (if applicable): City: State: ---Zip: -OE Telephone: Fax: 20. Description of Location: (Attach a USGS 7,5 minute Quadrangla Map with the 3. Notice of: 0 New Construction 0 Alteration 0 Existing precise site marked and any certified survey) 4. Duration: D Permanent 0 Temporary ( _ months, __ days) Project address: 2192/2198 Palomar Airport Road, 5. Work Schedule: Beginning End Carlsbad, CA 92008. 6. Type: D Antenna Tower 0 Crane 0 Building 0 Powerline Assessors' Parcel Number 213-020-18-00 0 Landfill O waterTank 0 Other underground utilities 7. Marking/Painting and/or Lighting Preferred: □ Red Lights and Paint D Dual -Red and Medium Intensity 0 White-Medium Intensity 0 Dual -Red and high Intensity 0 While -High Intensity O Other 8. FCC Antenna Structure Registration Number (if applicable): 21. Complete Description of Proposal: Frequency/Power (kW) Replace, realign and abandon multiple segments of potable water mains at the Airport. New pipelines will be constructed by trench excavations with average depth of 4.5 feet and maximum depth of 8 feet. A ll construction work will occur outside of the airport runway and taxiway. Notice is required by 14 Code of Federal Regulations, part 77 pursuant to 49 U.S.C., Section 44718. Persons who knowingly and willingly violate the notice requirements of part 77 are subject to a civil penalty of $1,000 per day until the notice is received, pursuant to 49 U.S,C., Section 46301(a) I hereby certify that all of the above statements made by me are true, complete, and correct to the best of my knowledge. In addition, I agree to mark and/or light the structure in accordance with established marking & lighting standards as necessary. Date I Typed or Printed Name and Tltle of Person FIiing Notice I Signature '. FAA Form 7460-1 (04/20) Supersedes Previous Ed1t1on NSN: 0052-00-012-0009 ATTACHMENT E APPENDIX "I" MCCLELLAN-PALOMAR Al RPO RT IDENTIFICATION MEDIA-GUIDE, APP, STA 2.1 APPENDIX "I" McClellan-Palomar Airport Identification Media Application and Guide 0 ·,Ii,,_:•,. ~~,1, l~\ AIRPORTS McClellan-Palomar Airport Airport Identification Media (AIM) Application Guide Our administration and badging office a re still working remotely. We do not have a return date for norma I working office hours. However, we can schedule appointments for Al M needs as Laura Estrada is in the office a couple times a week by appointment ONLY. Contact Laura at laura.estrada@sdcounty.ca.gov or call 760-966-3221 and leave a message with a good email address and phone number. Best method is by email. First time AIM applicants: 1. Contact Laura Estrada at laura.estrada@sdcounty.ca.gov or 760-966-3221 to set up an appointment for AIM Application and Security ThreatAssessment(STA) submissio n. This MUST be done in person. If applicable also submit a Criminal History Background Check (CHRC) application for fingerprints. Note: • AIM application must be authorized by the proper Signatory prior to submission. You need to submit the original wet signature form, and these w ill only be valid for 60 days. • Must provide a valid U.S government issued ID. • If you were born o utside of the U.S, you must provide the badging office one of the following: a valid U.S Passport, a valid Permanent Resident Card, and or a valid Visa along with a valid 1-94 form when submitting your application. Please bring the originals. • ISA has up to 10 business days to clear an individual. 2. Once cleared, you must complete applicable training needed for your AIM. 3. Once you have completed your applicable training you w ill need to schedule a second appointment with Laura to get your AIM printed and issued. Renewals: 1. Contact Laura Estrada at laura.estrada@sdcounty.ca.gov or 760-966-3221 to verify your renewal process. These are assessed individually. 2. Any applicable training must be current. 3. Once training is current, you can obtain a new AIM. 4. You will need a new AIM application signed by the proper Signatory. 5. Contact Laura again after training is complete to schedule an appointment for the new AIM issuance. 6. Please return AIM that is currently issu ed Revised 02/01/21 I McClellan-Palomar Airport Airport Identification Media (AIM) Application For Badging Office Use Only Initial D Renewal D TYPE OF AIRPORT IDENTIFICATION MEDIA For Badging Office Use Only □AOA □SIDA D Decal D Drivers □CBP APPLICANT INFORMATION LAST NAME I FIRST NAME I MIDDLE INITIAL STREET ADDRESS I TELEPHONE# CITY I STATE I ZIP CODE DRIVER'S LICENSE# I DRIVER'S LICENSES EXP. DATE I E-MAIL ADDRESS FBO/COMPANY INFORMATION FBO I FBO PHONE# COMPANY NAME I COMPANY PHONE# COMPANY ADDRESS I HANGAR#/ TIE DOWN #/TAIL# VEHICLE(S) INFORMATION VEHICLE MAKE(S) I VEHICLE MODEL($) I VEHICLE YEAR($) VEHICLE COLOR($) I STATE($) I VEHICLE LICENSE PLATE#($) Signatory's signature in this section authorizes a specific need for unescorted access to the AOA, SIDA or Sterile Area. Signatory Name (Print) Signature Date Initials for Vehicle Gate Access 2186 HANGAR ATLANTIC AVIATION CARLSBAD JET CENTER CIVIC/ ROYALJET ECR GATE (N. SIDE TIE DOWNS) PORT-A-PORTS TERMINAL AREA (CBP, TSA, Airline Etc.) WESTERN FLIGHT For Badging Office Use Only STA: Submitted By D Approved D Disapproved CHRC: Submitted By 0 Approved D Disapproved AOA Training Date Drivers Training Date SIDA Training Date Signatory Authority Training Date CBP Training Date Decal: Vehicle 1 Decal # Vehicle 3 Decal # Vehicle 5 Decal # Vehicle 2 Decal# Vehicle 4 Decal # Vehicle 6 Decal # Approving Official 2 DJ 3 !1! n DJ ... C. ~ ;;; "' C II) C DJ ,.. II) '" )( "C C DJ ,.. !1! s: DJ "' ,.. /1) ... -t II) :::, DJ :::, ,.. --n 0 3 "C DJ :::, -:c; McClellan-Palomar Airport Security Responsibility Agreement Airport Operation Area (AOA) Security Procedures 1. I will not allow anyone else to use my Airport Identification Media (AIM). 2. I will stop and wait for the access gate to fully close prior to proceeding. 3. I will follow and implement all challenge and escort procedures. 4. I will not allow anyone who is not under my escort to follow me or "piggy back" through any access gate. 5. I will immediately contact Palomar Airport Security at 760-908-8249 if an individual follows me through a gate and/or I witness any security violation. 6. I will closely monitor the activity of anyone I escort onto the AOA. 7. I agree to prese nt my AIM upon request. 8. I will report the theft or loss of my AIM immediately to the Airport Badging Office at 760-966-3221 during normal business hours and the Security Operations Center (SOC) at 760-908-8249 after normal business hours. 9. I will report and return any found AIM to the Airport Badging Office. 10. I agree that my AIM is the property of McClellan-Palomar Airport and that it shall be returned upon termination, transfer, resignation, or expiration and that an AIM Termination Form will be completed within 24 hours or the next business day. 11. I will only use my AIM to gain access to the AOA for legitimate purposes. 12. I will abide by stated Rules and Regulations as otherwise indicated in the current version of the FAA-Approved McClellan-Palomar Airport Certification Manual. I acknowledge the security responsibilities under 49 CFR 1540.105(a). ___ _ (Initials) I have read the above security procedures and I understand that failure to comply with any of them can result in suspension/revocation of my AIM. ___ _ (Initials) Vehicle Operating Rules Each permitted driver operating on the airport shall: 1. Observe a safe speed limit not to exceed 20 mph. 2. Observe all applicable rules and practices as disseminated by Airport Management. 3. Heed all signage, markings, lights, barricades and flagmen. 4. Yield to all aircraft and any activity responding emergency vehicles. 5. Be radio equipped for ATC communications if entering movement area; or be escorted. 6. No Privately Owned Vehicles (POV) on movement areas. Each Fueler/construction worker operating a vehicle or equipment on the airport shall: 1. Mark/flag/light, stage, and operate fuel trucks/construction vehicles and heavy equipment in conformance with all applicable FAA advisories. 2. Mark, barricade, and light any temporary closed portions, or hazards (such as open manholes, excavations, stockpiled material, etc.). 3. Restrict normal vehicle/equipment activity to preserve airport operations safety. I have read the above Vehicle Operating Rules and I understand that fa ilure to comply can result in verbal or written warning and, possibly, suspension or withdrawal of airport driving/entry privileges. ___ _ (Initials) The information I have provided on this application is true, complete, and correct to the best of my knowledge. ___ _ (Initials) Applicant Name (print) Revised 1/18/19 Applicant Signature Date oA~ Transportation Security Administration " ,\, ~ •, 0 ~ -~ Security Threat Assessment (STA) i ~ ~ PALOMAR AIRPORT ID/Access Control A IRPO RTS 2192 Palomar Airport Rd, Carlsbad, CA 92011 (760) 966-3221 Note: Be prepared to present up to two (2) forms of identification that establish identity and that you possess a legal status in the United States. APPLICANT INFORMATION Last Name I First Name Middle Name Previous Last Name (Maiden Name Alias, Etc.) I Previous First Name (Alias, Etc.) Previous Middle Name (Alias, Etc.) Residence Street Address I Residence City I State I Zip Code Day Time Phone# Date of Birth (MM/DD/YYYY) I Gender (M/F) Social Security Number (###-##-####) Place of Birth (Country & State) Country of Citizenship (Fill out ONLY If born outside of the United States, even If you are now a US Citizen) U.S. Passport# Alien Registration # Naturalization # Certificate of Birth Abroad 0 Non-Immigrant Visa # APPLICANT'S CERTIFICATION MUST BE SIGNED AT THE ID/ ACCESS CONTROL OFFICE The information I have provided is true, complete, and correct to the best of my knowledge and belief and is provided in good faith. I understand that a knowing and willful false statement can be punished by fine or imprisonment or both." (See Section 1001 of Title 18 of the United States Code) "I authorize the Social Security Administration to release my Social Security Number and full name to the Transportation Security Administration office of Transportation Threat Assessment and Credentialing (TTAC), Attention: Aviation Programs (TSA-19)/Aviation Worker Program, 601 South 12 Street, Arlington, VA 22202. "Palomar Airport reserves the right to permanently deny or revoke any Airport issued access medium to a person who intentionally provides false information on this application." "I am the individual to whom the information applies and want this information released to verify that my SSN is correct. I know that if I make any representation that I know is false to obtain information from Social Security records, I could be punished by fine or imprisonment or both." Applicant's Signature Date ID/ ACCESS CONTROL OFFICE USE ONLY Airport Code Alr~rt cate10!! Date Submitted Submitted By I I I I I I I I Status (Active, Revoked etc. I ' :.. . Bad1e# Access Level Bad1e Color Reason (lost, stolen) C I I I I I I I I I I ,.. ',t • Signature cleared by: Revised 10/01/20 PRIVACY ACT NOTICE Authority: 6 U.S.C. § 1140, 46 U.S.C. § 70105; 49 U.S.C. §§ 106, 114, 5103a, 40103 (b)(3), 40113, 44903, 44935-44936, 44939, and 46105; the Implementing Recommendations of the 9/11 Commission Act of 2007, § 1520 (121 Stat. 444, Public Law 110-52, August 3, 2007); and Executive Order 9397, as amended, authorizes the collection of this information. Purpose: The Department of Homeland Security (DHS) will use the biographical information to conduct a security threat assessment. Your fingerprints and associated information will be provided to the Federal Bureau of Investigation (FBI) for the purpose of comparing your fingerprints to other fingerprints in the FBl's Next Generation Identification (NGI) system or its successor systems including civil, criminal, and latent fingerprint repositories. The FBI may retain your fingerprints and associated information in NGI after the completion of this application and, while retained, your fingerprints may continue to be compared against other fingerprints submitted to or retained by NGI. DHS will also transmit your fingerprints for enrollment into US-VISIT's Automated Biometrics Identification System (IDENT). If you.provide your Social Security Number (SSN), OHS may provide your name and SSN to the Social Security Administration (SSA) to compare that information against SSA's records to ensure the validity of the information. Routine Uses: In addition to those disclosures generally permitted under 5 U.S.C. 522a(b) of the Privacy Act, all or portion of the records or information contained in this system may be disclosed outside DHS as a routine use pursuant to 5 U.S.C. 522a(b)(3) including with third parties during the course of a security threat assessment, employment investigation, or adjudication of a waiver or appeal request to the extent necessary to obtain information pertinent to the assessment, investigation, or adjudication of your application or in accordance with the routine uses identified in the TSA system of records notice (SORN) DHS/TSA 002, Transportation Security Threat Assessment Systems. For as long as your fingerprints and associated information are retained in NGI, your information may be disclosed pursuant to your consent or without your consent as permitted by the Privacy Act of 1974 and all applicable Routine Uses as may be published at any time in the Federal Register, including the Routine Uses for the NGI system and the FBl's Blanket Routine Uses. Disclosure: Furnishing this information (including your SSN) is voluntary; however, if you do not provide your SSN or any other information requested, DHS may be unable to complete your application for identification media. ATTACHMENT F REVISED SECTION 9-4 BID ITEM DESCRIPTIONS 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. The bid items consist of the following: Mobilization Payment for this bid item shall be made in accordance with Section 9-3.4.1. A Class "C" field office per Section 8-2.3 will be required for this project. Preconstruction Video and Photographs The contract price for work under this item shall include, but not be limited to, furnishing all labor, material, tools and equipment, and performing all work required for preconstruction video and photographs and all other work necessary to complete this item of work as described in the Contract Documents. Excavation Support System The contract price paid for this bid item shall constitute full compensation to furnish and install sheeting, shoring, bracing, sloping or equivalent method of support for excavations for the protection of life or limb which shall conform to applicable safety orders. This includes, but is not limited to, the preparation and submittal of a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground in or adjacent to trenches or open excavations, and acceptance of said plan by the Engineer, in accordance with California Labor Codes 6705 and 6707. If such plan varies from the excavation support system standards of CCR, Title 8, Section 1541 .1, the plan shall be prepared by a California registered civil or structural engineer. This bid item shall also include obtaining any required permit from the State Division of Industrial Safety. Storm Water Pollution Prevention Plan (SWPPP) The contract price paid for this bid item shall constitute full compensation for furnishing all labor, materials, tools, equipment and incidentals for preparing, amending and implementing the SWPPP in accordance with Section 7-8.6 and 300-1 2, including the installation, maintenance and removal of temporary storm water BMPs as required by the Contractor's activities and as ordered by the Engineer to comply with applicable regulations. Community Health and Safety Plan (CHSP) The contract price paid for this bid item shall constitute full compensation for preparation of a community health and safety plan (CHSP) to be prepared by a registered civil engineer or professional geologist in the State of California, submittal and response to comments from the County of San Diego, and adherence to the approved CHSP including but not limited to gas monitoring, wind monitoring, soil sampling, and construction observation under the responsible charge of a registered Professional Engineer or Professional Geologist in the State of California and in accordance Section 7-5.4. Traffic Control The contract price paid for this bid item shall constitute full compensation for furnishing all labor, materials, equipment and incidentals for preparing traffic control plans and implementing temporary traffic control systems, complete in-place and in accordance with the Contract Documents, including, but not limited to Section 7-10.1 through 7-10.3 and 601 and its subsections. Utility Potholing The contract price paid for this bid item shall constitute full compensation for all labor, materials and equipment to determine, by potholing, the location and depth of all existing utilities in accordance with the Contract Documents. This bid item shall include notification to Underground Service Alert, coordination with Airport Operations and standby inspection of potholing excavations at landfill gas or natural gas pipelines, backfill of excavations, patching of pothole excavations with temporary AC paving if the pothole locations are within the trench line, submitting results to the Engineer in advance of pavement saw-cutting or excavations and site restoration. AC Pipe Removal and Disposal The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove existing asbestos cement pipe in accordance with the Contract Documents. This item shall include the preparation and submittal of any required health and safety plans; excavation; dewatering; removal of ACP; labeling, wrapping and sealing samples for AC Pipe Testing; polyethylene encasement; placement of ACP in designated waste containers at the site, and legal disposal of pipe and all incidental work in accordance with applicable regulations. AC Pipe Testing The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to provide asbestos cement pipe testing in accordance with Section 02262 of the Carlsbad Engineering Standards and other requirements of the Contract Documents. Abandon Water Mains The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to slurry fill and abandon in-place existing water mains in accordance with the Contract Documents. This item shall include all excavation, dewatering, concrete slurry filling of pipe to be abandoned in-place, backfill of excavations and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 12-lnch PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new polyvinyl chloride (PVC) water main of the size and to the limits specified in the Contract Documents. This bid item shall include pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; pipe; gaskets; hardware; fittings; corrosion protection of fittings and hardware; thrust blocks and thrust restraint devices; installation of tracer wire and utility warning tape; hydrostatic pressure testing; disinfection; disposal of surplus materials and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 10-lnch PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new polyvinyl chloride (PVC) water main of the size and to the limits specified per CMWD Standard Drawings and in accordance with the Contract Documents. This bid item shall include pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; pipe; gaskets; hardware; fittings; corrosion protection of fittings and hardware; thrust blocks and thrust restraint devices; installation of tracer wire and utility warning tape; hydrostatic pressure testing; disinfection; disposal of surplus materials and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 10-lnch Fusible PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct new fusible PVC water main of the size and to the limits specified per CMWD Standard Drawings and in accordance with the Contract Documents. Work shall include pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; pipe and fusion services; hardware; fittings; corrosion protection of fittings and hardware; thrust restraint devices; installation of tracer wire and utility warning tape; hydrostatic pressure testing; disinfection; disposal of surplus materials and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 8-lnch Fusible PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct new fusible PVC water main of the size and to the limits specified per CMWD Standard Drawings and in accordance with the Contract Documents. Work shall include pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; pipe and fusion services; hardware; fittings; corrosion protection of fittings and hardware; thrust restraint devices; installation of tracer wire and utility warning tape; hydrostatic pressure testing; disinfection; disposal of surplus materials and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Trench Dams The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct trench dams in accordance with the Contract Documents. This bid item shall include preparation of trench subgrade, protection of pipe, placement of soil- cement-bentonite mixtures, curing and all incidental work. Landfill Waste Disposal The contract price paid for this bid item shall include containerization, transport and proper disposal of trash or contaminated soils verified as non-hazardous (non-RCRA regulated waste), if encountered during excavation. This bid item shall also include imported soil to backfill excavations where insufficient suitable, native soil remains following soil disposal, if necessary. Hazardous Soil Disposal The contract price paid for this bid item shall include environmental laboratory testing of excavated soils using an approved laboratory, handling containerized soils and off-site, legal transport and disposal of excavated soil determined to be hazardous to an approved Resource Conservation and Recovery Act (RCRA) Waste Disposal Facility. Once such disposal facility is US Ecology, located in Beaty, Nevada. This item shall include all costs for permits and approvals, disposal fees, waste manifests and record keeping, and incidental materials or services. Over-excavation and Backfill The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove unsuitable materials encountered in the trench subgrade to a depth of 12 inches, disposal in accordance with applicable regulations, and placement of imported granular material to the design trench subgrade elevation. The removal limits shall be as ordered by the Engineer. Furnish & Install Gate Valve The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new resilient wedge gate valve of the size specified and valve box assembly per CMWD Standard Drawings and in accordance with the Contract Documents. This bid item shall include gaskets; hardware; corrosion protection coatings; valve support blocks. This item shall not include valves installed for the Fire Hydrant Assembly, Fire Service Reconnection, or Blow-off Assembly bid items. Furnish & Install 2-lnch Combination Air & Vacuum Valve Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new combination air and vacuum valve assembly per CMWD Standard Drawing No. W-12 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 2-lnch Manual Air Release/Blow-off Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new manual air release assembly per CMWD Standard Drawing No. W-10 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 6-lnch Blow-off Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new 6" blow-off assembly per CMWD Standard Drawing No. W-15 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install Fire Hydrant Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new fire hydrant assembly per CMWD Standard Drawing No. W-17 and , where noted, protection posts per CMWD Standard Drawing No. W-18, in accordance with the Contract Documents. This bid item shall include a new tee on the water main and isolation (resilient wedge gate) valve on the tee branch, all pipe extending to the new hydrant, fittings and hardware, concrete anchor block, concrete appurtenance pad, protection posts and site restoration. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 1-lnch Water Service Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new water service assembly per CMWD Standard Drawing No. W-3 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 1.5-lnch Water Service Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new water service assembly per CMWD Standard Drawing No. W-3 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 2-lnch Water Service Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new water service assembly per CMWD Standard Drawing No. W-4 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Fire Service Reconnection The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to reconnect the existing fire service to the new pipeline per CMWD Standard Drawing No. W-9 and in accordance with the Contract Documents. This bid item shall include a new tee on the water main and isolation (resilient wedge gate) valve on the tee branch, all pipe extending to the existing buried elbow at the backflow prevention assembly or to the limits approved by the Engineer, fittings and hardware, reconnection of the fire service and site restoration. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Water Main Connection, Station 20+00 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new pipeline to the existing water main at the stations identified on the bid schedule and after successful bacteriological testing and approval by the Agency in accordance with the Contract Documents. This item shall include pipe up to 20 feet in length, fittings and disinfection not included in any other bid item. This item shall not include work appurtenant to water main construction such as earthwork, pipe, valves, dewatering and pavement structural section restoration which are measured and paid for under separate bid items. Pipeline connections at locations other than those identified on the bid schedules will not be measured or paid for. Water Main Connection, Station 23+52 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new pipeline to the existing water main at the stations identified on the bid schedule and after successful bacteriological testing and approval by the Agency in accordance with the Contract Documents. This item shall include pipe up to 20 feet in length, fittings and disinfection not included in any other bid item. This item shall not include work appurtenant to water main construction such as earthwork, pipe, valves, dewatering and pavement structural section restoration which are measured and paid for under separate bid items. Pipeline connections at locations other than those identified on the bid schedules will not be measured or paid for. Water Main Connection, Station 44+00 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new pipeline to the existing water main at the stations identified on the bid schedule and after successful bacteriological testing and approval by the Agency in accordance with the Contract Documents. This item shall include pipe up to 20 feet in length, fittings and disinfection not included in any other bid item. This item shall not include work appurtenant to water main construction such as earthwork, pipe, valves, dewatering and pavement structural section restoration which are measured and paid for under separate bid items. Pipeline connections at locations other than those identified on the bid schedules will not be measured or paid for. Water Main Connection, Station 09+92 (Night Work) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new pipeline to the existing water main after successful bacteriological testing and approval by the Agency in accordance with the Contract Documents. This item shall include pipe up to 20 feet in length, fittings and disinfection not included in any other bid item. This item shall not include work appurtenant to water main construction such as earthwork, pipe, valves, dewatering and pavement structural section restoration which are measured and paid for under separate bid items. Pipeline connections at locations other than those identified on the bid schedules will not be measured or paid for. Furnish & Install Temporary Highline The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and install temporary highline for domestic water services in accordance with the Contract Documents. Highlining of existing water services will be required on Segment A, Segment Band Segment D and at other locations necessitated by the Contractor's Work Plan. The price paid shall include, but is not limited to, submittal of a highlining plan, all ANSI/NSF 61 approved piping, isolation valves, backflow prevention devices, temporary water meters, disinfection, temporary asphalt (cold mix) or protective ramps or steel plates and maintenance of the highline system for the duration of the high line. Aggregate Base The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct crushed aggregate base, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to preparing and compacting the subgrade and importing and placing crushed aggregate base beneath asphalt concrete or Portland cement concrete pavements. Asphalt Concrete The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct asphalt concrete pavement outside of aircraft taxiway or airfield paving areas, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to saw-cutting and cold milling not included in any other bid item; applying tackifiers; placing and compacting asphalt concrete along the water main trench, service piping, appurtenances and excavations for abandoning water mains; or other areas damaged by construction. Pavement that is damaged during construction, when such damage could have been prevented using rubber-tired equipment, steel plating or similar protective measures, will not be measured for payment and shall be replaced at the Contractor's expense. Asphalt Concrete (Taxiway Paving -1 O" Thick) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct asphalt concrete pavement, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to saw- cutting and cold milling not included in any other bid item; applying tackifiers; placing and compacting asphalt concrete along the water main trench, service piping, appurtenances and excavations for abandoned water mains; or other areas damaged by construction. Pavement that is damaged during construction, when such damage could have been prevented using rubber- tired equipment, steel plating or similar protective measures, will not be measured for payment and shall be replaced at the Contractor's expense. Portland Cement Concrete (Airfield Paving -8" Thick) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct Portland cement concrete pavement, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to saw- cutting, subgrade preparation, formwork, steel reinforcement, concrete, curing and all incidental work or services. Portland cement concrete improvements that are damaged during construction, when such damage could have been prevented using rubber-tired equipment, steel plating or similar protective measures, will not be measured for payment and shall be replaced at the Contractor's expense. Portland Cement Concrete (Flatwork and Curb/Gutter) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to replace Portland cement concrete improvements such as curb, gutter, driveway aprons or pavement, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to saw-cutting, subgrade preparation, formwork, steel reinforcement, concrete, curing and all incidental work or services. Portland cement concrete improvements that are damaged during construction, when such damage could have been prevented using rubber-tired equipment, steel plating or similar protective measures, will not be measured for payment and shall be replaced at the Contractor's expense. Repair Landscaping and Irrigation The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove and replace existing irrigation and landscaping including but not limited to, finish grading, irrigation piping, irrigation control valves, removal and replacement of turf, trees or vegetation in-kind and all incidental work in accordance with the Contract Documents. Replace Yard Drain System The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove the existing 8" drain and catch basins and replace with new 8" HOPE drain pipe and catch basins in accordance with the Contract Documents. Replace Traffic Loop Detectors The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to replace traffic loop detectors for traffic signals or motorized gates that are damaged during construction, complete in-place, in accordance with the Contract Documents and all incidental work or services. Replace Pavement Striping, Markings and Markers The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to replace pavement striping, markings and pavement markers that are damaged during construction, complete in-place, in accordance with the Contract Documents and all incidental work or services. Cut & Plug Segment E (Segment B Sta 23+52) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to disconnect the existing water main to be abandoned from the existing water main to remain in service in accordance with the Contract Documents. This item shall include pipe up to 20 feet in length, fittings and disinfection not included in any other bid item. This item shall not include work appurtenant to water main construction such as earthwork, pipe, valves, dewatering and pavement structural section restoration which are measured and paid for under separate bid items. ATTACHMENT G GS-25 MODIFIED 25" MAX. LIMIT OF 2" GRIND • M I 1-FT 1~ --ASPHALT CONCRETE FINISH COURSE (TYP.) NOTES: SEE GS-28 = = = = = = 7'--"'--~__,c_~""----'i:.,........:,..,...q,-= ~-EXIST--IN __ G_A_C_ t~~;.)OF !2"!GRIND SAWCUT LINE TYPICAL AND BASE ASPHALT CONCRETE BASE COURSE, SEE GS-28 AGGREGATE BASE PIPE BEDDING AND BACKFILL PER PROJECT PLANS, SPEC/FICA TIONS, AND CITY STANDARDS. 1. THE DETAIL SHOWN ABOVE APPLIES TO TRENCH WIDTHS LESS THAN 25 INCHES. 2. EXISTING A.C. SHALL BE CUT AND REMOVED IN SUCH A MANNER SO AS NOT TO TEAR, BULGE OR DISPLACE ADJACENT PAVEMENT. EDGES SHALL BE CLEAN AND VERTICAL. ALL CUTS SHALL BE PARALLEL OR PERPENDICULAR TO STREET CENTERLINE, WHEN PRACTICAL. 3. BASE MATERIAL SHALL BE REPLACED TO DEPTH OF EXISTING BASE OR A MINIMUM OF 6 INCHES, WHICHEVER IS GREATER. A.C. MAY BE SUBSTITUTED FOR BASE MATERIAL AT THE CITY ENGINEER'S DISCRETION. 4. WHEN THE EDGE OF THE GRIND AREA IS WITHIN 24 INCHES OF EDGE OF PAVEMENT, ANY STRUCTURE, AN ADJACENT TRENCH PATCH OR OTHER PAVING JOIN LINE, THE GRIND AREA SHALL BE EXTENDED TO THE EXISTING STRUCTURE OR JOIN LINE. 5. WHEN THE EDGE OF THE GRIND LIES WITHIN A WHEEL PATH, THE GRIND AREA SHALL BE EXTENDED TO TH E NEAREST LANE LINE OR EDGE OF PAVEMENT. 6. IN AN EFFORT TO MAINTAIN A STREET'S EXPECTED LIFESPAN, RETURN THE STREET TO THE SAME OR SIMILAR CONDI TION AS BEFORE THE TRENCHING TOOK PLACE, AND TO MEET CI TY OF CARLSBAD AND GREENBOOK STANDARDS PERTAINING TO ROAD SMOOTHNESS: A) IF THE TRENCH IS LOCATED WITHIN A BIKE LANE, THEN THE ENTIRE BIKE LANE WIDTH SHALL BE COLD PLANED 1-1 /2" MINIMUM AND OVERLAYED 1-1 /2" MINIMUM. B) IF TH E TRENCH IN WITHIN 24" OF A CONCRETE STRUCTURE (I.E. LIP OF GUTTER, VAULT, ETC.) THEN THE AREA BETWEEN THE TRENCH AND THE CONCRETE STRUCTURE SHALL BE COLD PLANED 1-1/2" MINIMUM AND OVERLAYED 1-1/2" MINIMUM. C) IF TH E TRENCH IS LOCA TED LONGITUDINALLY WITHIN THE TRAVEL LANE OF A PRIME, MAJOR, OR 4-LANE COLLECTOR STREET, THEN THE ENTIRE LANE SHALL BE COLD-PLANE 1-1 /2" MINIMUM AND OVERLAYED 1-1/2" MINIMUM. HO WEVER, THE CITY ENGINEER MAY, ON A CASE-BY-CASE BASIS AND AT HIS/HER SOLE DISCRETION, MODIFY THE REQUIREMENT TO COLD PLANE AND OVERLAY THE ENTIRE LANE BASED ON THE FOLLOWING CRITERIA: (1) EXISTING CONDITION OF THE PAVEMENT; (2) FUTURE REHABILI TATION STRATEGIES AND SCHEDULE; (3) DEPTH OF TRENCH; (4) OTHER TRENCH WORK IN THE AREA; (5) EXISTENCE OF A COMPARABLE TRENCH PAVING TECHNOLOGY OR TECHNIQUES WHICH WOU LD ACHIEVE THE DESIRED ROAD SMOOTHNESS AND LONGEVITY; AND (6) OTHER SITE-SPECIFIC CONDITIONS AND FACTORS DEEMED BY THE CITY ENGINEER TO ALLEVIATE THE NEED TO COLD-PLANE AND OVERLAY THE EN TIRE LANE. REV. APPROVED DATE CITY OF CARLSBAD TRENCH RESURFACING ASPHALT CONCRETE PAVEMENT FOR TRENCH WIDTHS LESS THAN 25" CITY ENGINEER SUPPLEMENTAL STANDARD NO. 4/2912022 DATE GS-25 ATTACHMENT H REVISED PLAN SHEETS OocuSigr, f.ll'relope 10" 1CC0818A-EC$:1-40CE:$92-1103-'72'515E5 CITY OF OCEANSIDE ~ f 2 J • 5 6 7 B 9 10 ff 12 JJ ,. PACIFIC OCEAN DRAWING' Na G-1 G-2 G-J G-< D-1 C-1 C-2 C-J c-• C-5 WP-1 WP-2 WP-J WP-< CITY OF VISTA VICINITY MAP SCALE 1" • 5000' SHEET INDEX DRAWING IlD f T1Tl.£ SHffT LEGEND. AflBRE'MTJONS NID NOTES NOTES K£Y WP NID UM/TS DF WORK WATrR UNE: SE:GME:NT 'E:' SE:GME:NT 'A' PU.N .WD PROFILE STA 10+00.00 -13+55.10 SE:GME:NT 'A' PU.N .WO PROFILE STA IJ+55.I0 -18+72.<6 SE:GME:NT •s• PU.,, >ND PROFILE SE:GME:NT •c• pu.,, .WO PROFILE SE:GME:NT •o• PU.,, .WO PROFILE E:ROSJDN CONTROL DRAWINGS TTTLE SHffT E:ROSJON CONTROL DRAWINGS, SE:GME:NT 'A. E:ROSJON CONTROL DRAWINGS, SE:GME:NT •s• & 'C' E:ROSJON CONTROL DRAWINGS. SE:GME:NT 'D' ! CONSTRUCT/ON PLANS FOR THE PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 50551 ar1s Municipal Water District CARLSBAD, CALIFORNIA BOARD MEMBERS MA TT HALL -PRESIDENT PEDER NORBY -BOARD MEMBER PR/YA BHAT-PATEL -BOARD MEMBER KEITH BLACKBURN -BOARD MEMBER TERESA ACOSTA -BOARD MEMBER SCOTT CHADWICK CITY MANAGER JUNE 2022 ! -'1"7. -~ (-9.,-r LOCATION MAP SCALE 1" '""500' DECLARATION OF ENGINEER OF WORK I HERE:BY OCCUJIE THAT TH£ DESIGN DF TH£ IMPROVfMENTS AS SHOWN ON THESE PU.NS COMPLIE:S 'MTH PROffSSIONAf. £NG/NEERING STNIOAADS .WO PRACTICES. AS TH£ ENGINE:E:R IN RESPONSIBLE CHARGE DF THE DESIGN OF THESE IMPROVfMENTS. I ASSUME: FULL RfSPONSIBLE CHARGE: FOR SUCH OCSIGN. I UNDE:RST.WD N/0 ACKNOWLEDGE THAT THE PU.N CHE:CK OF THESE: PU.NS BY TH£ CITY OF CARLSBAD IS A Rn!EW FOR THE: UM/TED PURPOSE OF ENSURING THE: PU.NS COMPLY 'MTH CITY PROCEDURES .WO OTHE:R APPUCABL£ POUCIE:S .WD OROINANCE:S. THE PU.,, CHECK IS NOT A DETrRMINAOON OF TH£ TECHNICAL ADE:QUACY OF THE DESIGN OF THE: IMPROVDIENTS. SUCH PL.w CHE:CK DOfS NOT. THEREFORE:. REU= ME: DF MY RESPONSIBILITY FOR THE: OCSIGN OF THESE IMPROVfMENTS. AS E:NG/NffR OF WORK, , AGRE:£ TO INDEMNIFY .WO SA\.£ THE CITY DF CARLSBAD. ITS omCE:RS, AGENTS, >ND EMPLOYffS HARMLESS FROM >NY NID ALL UAfllUTY. Cl.AIMS. DAMAGE:S, OR /NJURIE:S TO /oNY PERSON OR PROPERTY WHICH MIGHT ARISE: FROM THE: NE:GUGE:NT ACl'S, E:RRORS OR OMISSIONS OF THE ENG/NE:E:R OF WORK. MY EMPLOYE:£S, AGE:Nrs. OR CONSULT.WT$. [NGINE:ER UC£NS[ NO. "RECORD DRAWING" P.E. ____ EXP. _____ DATE REVIEWED BY: G-1 INSPECTOR OAT£ I I I I I I I I I SH1 II CIT1nJ?fs o£~!&BAD II SH14 j l---+--+---------------+--l--l---+--1--1----1 ,_,,,.,.,, '"" 7 TITLE SHEET ~ T II ~ CJU Ill !~fr.q~tJY~t~r.~ e~·~af~ls.., In PAL~y~=::-:.c,r:-:.,11~~/GNMENTPROJECT ~ 81 1 E -,. V""-,........ 6/20/2022 <( 14271 Danielsen Street ~ ~ UIJ•~• """'NEER RCE 55974, OCPIAES 12/31/22 011,.lE z R LEAST TIO Olil'5 Pcwoy California 92064 ~ Nii. CJ59J12 • I OWN BY a 8EFtR. YOO ac T 658.413.2400 F 658.413.2440 ~J'. IY ~ 011,.TE ,~ C,.TE NTW. a.-.rc IN1W. 7 CHKO ~--=fc PROJECT NO. DRAWING NO. -I I -.., SOMtt "'1IT Of 5CUMJII OUllllM I www.iocorporotion.com I' o, 0 ,11'#:. ENGlHED>ClF "°"" REVISION DESCRIPTION <mD _,.,.,... a,y .......,AL I I RVWO BY; __fil\'.__ 11 5055-1 II 534-8 '·I !5 Doa.cS.gr, ~ I)' 10CDe1BA-EC81400£-¥92•110341'2S15E5 WORK TO _§E DONE THE IMPROVDIEHT WORK SHALL BE PERFORMED IN ACCORCWICE WITH THE FOUOW/NG DOCUMENTS, CURRENT AT THE TIM£ OF CONSTRUCTION, AS DIRECTfD BY THE DJSTRICT OIGINEER. I. CARLSEW) MUNICIPAL CODE 2. CITY DF CARLSBAD AND CMWD ENGINEERING STANDARDS J. THE STNIDARD SPECIFICATIONS FDR PUBUC WORKS CONSTRUCTION (GREEN BOOK) CURRENT £Df110N. 4. THE SAN DIEGO AREA REGIONAL STNIDARD DRAWINGS AND AS MAY BE MODIFIED BY THE CITY OF CARLSBAD STANDARDS. 5. CALIFORNIA STORM WATfR QUALITY ASSOCIATION Bl.IP CONSTRUCTION HANDBOOK NID CALTRANS CONSTRUCTION SITE BMP MANUl<L PROJECT LOCATION THIS PROJECT ADDRESS IS 2026, 2186, 2192, 62210 PALOMAR NRPORT ROAD, CARlS8AD CALIFORNIA. 9201D THIS PROJECT IS LOCATfD WITHIN ASSESSORS PARCEL NUMBER 760-221-067-DDJ THE CALIFORNIA COORO/NATf /NOCX OF THIS PROJECT IS JSON l68J £ REFERENCE DRAWINGS CITY OF CARLSEW): DWG. HO. 389-7 PALOMAR NRPORT 12" WATER PIPElJHE (AS-BUILT 8-9-2005) DWG. NO. 418-9 PALOMAR NRPORT CENTER HANGER REMDDEL (AS-BUILT 6-1-2006) DWG. NO. 468-9 MCCLEUAN-PALOMAR WATfR AND SEWER LOCATION MAP (DATcD 11-29-2011) COSTA REAL MUNICIPAL WATfR DISTRICT: DWG. NO. 934-4 WATcR UN£ EXTfNSJON IN MCCLEUAN-PALOMAR AIRPORT SERVtCE ROAD ENTRANCE (AS-BUILT 1-Jl-1984) COUNTY OF SAN DJEGO: MCCLEUA.'1-PALOMAR NRPORT STORM DRAIN PLAN PROFILE (DATfD 4-16-2007} 1002987 MCCLEUAN-PALOMAR STORM DRAIN PLAN 8 PROFILE (DATfD 12-16-2009) SURVEY BY RIGHr-OF-WAY ENGINEERING SDMCES, INC. 615 SOUTH TREMONT STREU OCEANSIDE, CA 92054 CONTACT: MICHAEl. SCHLUMPBERGER, PlS (760) 6J7-2700 SURVEYOR NOTE PROPERTY UNE'S, RIGHT-OF-WAY UNE'S, AND EASEMENT UNE'S SHOWN HEREIN WERE ESTABUSHED FROIJ AVNI.ABL£ RECORD MAPS AND ASSESSOR'S MAPS. NO TTTl£ REPORTS WERE RE\IIE'WE:D FOR THIS PROJECT. SELECT RECORO MONUMENTS WERE TIED INTO THE PROJECT COORDINATf SYST£I,/ TO ORIEHTATf RECORD MAPS. BEARINGS AND DISTANCE'S TAKEN FROM THESE DRAWINGS REPRESENT A BEST FIT COMPILATION OF RECORD DATA. THESE PROPERTY UNE'S, RIGHT-OF-WAY UNE'S, AND EASDIENT UNES ARE INTENDED TO BE USED FOR A GRAPHIC REPRESENTATION ONLY. CONTRACTOR COORDINATION THE CONTRACTOR SHALL COORDJNATc WITH THE CARLSBAD MUNICIPAL WATER DISTRICT AND NRPORT MANAGEMENT A CONSTRUCTION SCHEDULE WHICH OCLJNEATfS TIME'S AND PROCEDURE'S PERTINENT TO THE SHUT-DOWN, CONNECTION TO DR THE ABANDONMENT OF EXtSnHG FACILJnE'S. WHERE WATfR SERVICE TO E:XtSnHG BVSINE'SSES MUST BE INTfRRUPTED FOR PER/DDS EXCEEDING 8 HOURS, THE CONTl?ACTOR SHALL PR<MDE TfMPORARY WATER SERVICE W1TH A CMWD APPROVED METHOD. COUNTY AIRPORT COORDINATION THE CONTRACTOR SHALL COORDJNATE W1TH NRPORT MANAGEMENT AT LEAST TWO WEEKS IN AUVANCE PRIOR TO INGRESS OF EACH SEGMENT. CONTACT NRPORT OPERATIONS MANAGER AT 760-966-J272 OR 760-497-4934. CONTRACTOR SHALL !«\IE, AT A MINIMUM, FOREMEN AND SUPERINTfNOCHT PASS THE BADGING PROCESS. AT LEAST ONE BADGED /NOMDUAI.. SHALL BE W1TH CONTRACTOR PERSONNEL AT AU TIMES WHILE IN SECURE AREAS. CONTRACTOR SHALL SECURE WORKING AREAS TO THE APPROVAL OF AIRPORT MANAGEMENT. EASEMENT DATA TABLE IIDI SIZE RurRENCE DOCUMENT . If\ 20' PR 04-JI, DOC /2011-0J7l018, REC. JULY 4, 2011 i h-10' DOC/58580 A 20· PROPOSED TfMPORAAY CONSTRUCTION ESMT &. 20' PROPOSED 20' PERMANENT E'SMT I.& 20' DOC / 2007-0755945, REC. 12-05-2007 A 15' DOC # 1991-0095890, REC. J-5-1991 Jj, 20' DOC / 82-020110, REC. 12-25-82 & 1984-0120264 I&.. 15' DOC / 82-020109, REC. 1-25-82 A 20' DOC / 2001-080.f.J99, REC. 11-05-01 &. 15' DOC I 78-JIS672 I I\ 15' DOC / 84-J96811 A 20· DOC / 1995-0061268, QUITCLNI.I h,, 8' PROPOSED TfMPORARY CONSTRUCTION £SI.IT Al. s· PROPOSED TfMPORARY CONSTRUCTION £5MT A'-20' DOC / 2011-0J71078 II. 10' DOC / 74-162921 I ~~ 20' PROPOSED 20' PERMANENT ESMT LEGEND WSlJlif;. £)(!ST CONTOUR EXIST EDGE OF PAVEIJEHT EXIST FINISH SURFACE (PROFILES) EXIST EASEMENr EXIST PROPERTY LINE EXIST ROW UNE ABANDONfD VAULT EXIST BENCHMARK EXIST BUILDING / STRL/CTURE EXIST WATcR EXIST RECYCLED WATfR EXIST SEWER EXIST SEWER FORCE MAIN EXIST G\5 EXIST STORM DRAIN EXIST DRAIN EXIST UNDERGROUND ELECTRIC EXIST CABLE TELEVISION (FlBER OPTIC) EXIST FIBER OPTICS EXIST TfLEPHONE (FIBER OPTIC) EXIST TRAFFIC SIGNAL EXIST ABANDONED PIPE EXIST FIRE l{'(()RANT EXIST TIME WARNER RISER EXIST STORM DRAIN MANHOLE EXIST SANITARY SEWER MANHOLE EXIST SDGE PULLBOX EXIST WATfR VALVE EXIST WATfR MITER EXIST STREIT LIGHT EXIST STREU LIGHT PULL BOX EXIST AT&T RISER EXIST ELECTRIC TRANSFORMER EXIST TREES / BRUSH EXIST BLOW OFF EXIST NR VAL VE EXIST TRAmc LOOP EXIST CATHODIC Tf5T STATION EXIST SIGN POST EXIST G\5 VALVE EXIST TELEPHONE MANHOLE EXIST BACKFlOW PREVENTfR EXIST SEWER CLEANOUT EXIST FIRE DE:PNITMEHT CONNECTION EXIST POST IND/CA TOR VAL VE EXIST SURVEY MONUM£/ff EXIST WATfR lATfRAL EXIST SEWER LATERAL SJ'!!& ___ ,20- \--SIDEWALK =-==-=---GUTTER \--PAVEMENT ~ • c:;J -----w----- -----RW----- ---. -F\11-. --- -----t----- -----SD---- CATV -- -------re ---- ---------T--- ~ ® ® (SJORISOGEI ® ISl o---¢- §I 0 -000 ----<IAV ® ""· _..o._ ® ® ITI2l 0 0 & ('fl ~ LEGEND CONT. D!1S1JJ:,K; DU ECTOR CHECK VAL VE ADDEMBL Y FIRE SPRINKLER CONNECTION SPRINKLER BUILDING NON-SPRINKLERfD BUILDING BUILDING I / ADDRESS BUILDING OUTLINE STORM CATCH BASJN WATER SERVICE (PRIVATE) TREE LANDSCAPING ™ND/CAP STALL TEE CROSS BE"ND IMPRQ\lfMfNIS HORIZONTAL CONTROL POINT ALIGNMENT 04TA Sl'.MllQL c:;;jjjjjl ~ ® @ 1200s I ~ 111 ® Q oo. C> ~ ~ ® Ch srMJJDL ill @ 10-+00 ABBREV/A TIONS ABO ADDI. AV ALTN AWG ANG APPROX ACP AC 0 AVA AVE BVC BTWN BO BOT BOP BFV CATV CJ CB CTR CTRO C CHKD CHL CITYL CL CLR CML CMWD COMB CONC CCP CRSI CONN CONT CUP CPLG CY DIAG DIA ABANDON ADOITIONAL AJR VALVE' ALTERNATc AMERICAN WIRE GAUGE ANGLE APPROXIMATE ASBESTOS CEMENT PIP£ ASPl«L TIC CONCRITE AT NR VACUUM VALVE ASSDIBLY AVENUE BEGIN VERTICAL CURVE BITWEEN BLOW orr BOTTOM BOTTOM OF PIPE BUTTERFLY VALVE CABLE TV CAST IRON CATCH BASIN CENTfR CENTfRED CENTER UN£ CHECKERED CHLORINATION CITY OF CARLSBAD CLASS CLEAR CEMENT MORTAR UNED CARLSBAD MUNICIPAL WATfR DJSTRICT COMBINATION CONCRETE CONCRETf cYLINOCR PIPE CONCRETE RDNFORCING STffL INSTITUTE CONNECTION CONTINUOUS CORRUGATcD METAL PIPE COUPUNG CUBIC YARD DIAGOf,fAL DIAI.IETfR MECH w Ml MG MIN N NA>!l NC NG>D NTS NO. oc OPNG DD PKG PE PL PO PT P\11 PVC P.5.1.G. PRESS. PROP PRS PRV P/L PS RAD RECOMM RED RDNF" RCP REQD RJ RSVR R.O.W. RD RG RT RW RWGV MECHANICAL MECHANICAL JOINT II/LE 11/LUON GAil.ON MINIMUM NORTH NORTH AMERICAN VERTICAL DATUM NORMALLY CLOSED NATIONAL GEODrnc VERTICAL DATUM NOT TO SCALE NUMBER ON CENTfR OPENING OUTSIDE DIAMETfR PACKAGE PlAIN END Pl.Ale PUSH ON POINT PO/HT OF VERnCAL INA.ECTION POLYVINYL CHLORIDE: POUNDS PER SOL/ARE INCH GAUGE PRESSURE PROPOSED PRESSURE REDUONG STATION PRESSURE REDUCING VAL I£ PROPERTY UN£ PUMP STATION RADIUS RECOMMENDATION REDUCER REINFORCE REINFORCED CONCRETf PIPE REQUIRED RESTRAINED JOJN1S RE'SER'VOIR RIGHT OF WAY ROAD ROUGH GRADE RIGHT RECYCLED WATfR PROPOSED WATER PIPWNE GRADING ELEVATION ---rnD-DWG OCl./0 DRAWING s RESIUEHT WEDG£ GATf VALVE SEWER STORM DRAJN FINISHED GRADE (PROFILES) ABANDON / DEMOUSH / REMOVE: THRUST BLOCK PE"R CMWD STD DWG W-1 S WATcR VAL\£, VALVE BOX, AND COVER PER CMWD STD DWG W-16 I "/2" AVA PER CMWD STD DWG W-7 2" BLOW OFF PER CMWD STD DWG W-6 2" MAR PER CMWD STD DWG W-6 FIRE HYDRANT PER CI.IWD STD DWG W-I 7 WATfR SER'VICE PER C.IIWD STD DWG w-• (SIZE PER PLANS} TEE CROSS BEND CUTnNG AND PLUGGING ABO WATfR MAIN E,, El & ---0--t-- --0--.. -l ----@ ~ ® Ch I I I OR I I I I I DI DIW DIP DR EA £F £W £ £CC eve ELEC a ELVE ENGE EXP EXST FCF FG FH FM FD FS FLG FLEX FL FT G GA CPI.I CALV GAL>S CPR HDC OCMOUSH DL/CTILE IRON DL/CTILE IRON I.IECl«N/CAL JOIHT DL/CTILE IRON PIPE DRIVE EACH EACH F"ACE EACH WAY ELECTRIC ECCENTRIC END V£RTlCAL CURVE ELECTRICAL ELEVATION ENGINEER EXPANSION D<tsnNC FLOW CONTROL FACIUTY FINISHED GRADE FIRE HYDRANT FORCE MAIN FIBER OPTIC FINISHED SURFACE FIANGE FLEXIBLE FLOW UN£ FOOT OR FEIT GAS GAGE GAl.1.0NS PER 1./INUTf GALVANIZE GAi.VAN/ZED STE£l. GROUND PENETRATING RADAR HIGH D£Fl.£CTION COUPLING HIGH WATfR LE\£. HORIZONTAL SD SDG6:E SORSD SCHED, SF SH SL 51.V SP SPEC SQ ss STD STA STl 5PRT5 TcL. T TB TBI.I THK SAN DIEGO GAS AND ELECTRIC CO. SAN DIEGO REGIONAL STANDARD DRAWINGS SCH SCHEDULE SQUARE F££T SHEU STREIT LJGHT SLEEV£ SERVICE PO/HT SPECIFICATION SOUARE STNNLESS SlUJ. STANDARD STATION SlUJ. SUPPORTS rrLEPHONE THRUST BLOCK TfMPORARY BENCH MARK THICK THICKNESS TC TOP OF CURB T/CONC TOP OF CONCRETf ELEVATION ll TRAFFIC LOOP TOP TOP OF PIPE T/,VAU TOP OF WALL ELEVATION TS TRAFFIC SIGNAL TYP TYPICAL UNK UNKNOWN U.N. UNLESS NOTfD UTIL UTTLJTY U5C&GS U.S. COAST AND GEDDrnC SURVEY VC VERTICAL CURVE VERT VERTICAL WAS WATfR AGENCIES STANDARDS SECTION AND DETAIL IDENTIFICATION SYSTEM DETNL TITLE HWL HORIZ H'r!J HGL HYDRANT H'r!JRAUUC GRADE UN£ INVERT ELEVAnDN wt WATfR LE\£. WS WATfR SERYICE WTR, W WATfR DUNL CALLOUT DUNL HUMBER y DRAWING ON WHICH DUNL APPEARS SECTION CALLOUT SECTION LETTfR--=::&. • ,____y-J DRAWING WHERE SECTION IS SHOWN lj!ofr.9.~~~tµr.~ I 14271 Danielson Street Poway, Colifomio 92064 T 858.413.2400 F" 858.413.24-40 www.iecorporotion.com DUNL SCALE: SECTION TTTl£ SECTION SCA!£ DETNL NUMBER..=@ SECTION LUTfR ~ ' .... ~-1, I ,Y DRAWING FROM WHICH SECTION IS CUT IE IN ID !PS INVr /RR LBS LF LFG LG LT Lwt MAR MB MH MFR MAX INCH OR INCHES INSIDE DIAI.IETfR IRON PIPE SIZE INVERT IRRIGATION POUNDS UNEAL FEIT LANOFIU GAS ununE'S LONG OR LENGTH LUT LOW WATfR LE\£. MANUAL NR RELEASE ASSDIBLY W.CHINE BOLT MANHOLE MANUFACTURER MAXIMUM WSP 11'£1DED STEEL PIPE WWF 11'£1DED WIRE FABRIC WWM 11'£1D£D WIRE MESH W/ W1TH WO WORK ORDER "RECORD DRAWING" P.E. ____ EXP. ____ DATE REVIEWED BY: G-2 INSPECTOR DATE I I I I I I I 11 SH2 \I CIT1~fs o£~!&BAD \JSH14 \ r PCWF<R LEGEND, ABBREV/A T/ONS AND NOTES I I I I I I I : ~-:=R~~=:~~~N~~IGNM£NT:,::~:,, 1-. --+,-~,!---------------+•--+• --,,f----1•---i• I --••• __ .!:IWF'FR r.F' !"..~-t. ~ 1'/31/7, [lAT£ -· -· I OWN BY: :::ALI I ] DRA'MNG NO. ~TE INl'TW. ~TE NTW.. OATt: NTW.. CHKO SY: ____ili.L ""'•"'" a, REVISION DESCRIPTION cn£R _,.,,,.._ a!Y ,.,,_,,.._ RVWO BY: RW PROJECT NO. 5055-1 534-8 :i w ..I < 0 fl) ..I < z ij iii: 0 ~~~I)· 1CCOS1s,..£Ci11..tOCJ:.aF9'2-110047?515E5 CONSTRUCTION NOTES ~ (J) DI/STING DCTECTOR CHECK ASSEMBLY PROTECT IN Pt.ACE ~ DI/STING TRANSFORMER, PROTECT IN PU.CE DI/STING EU-CTR/CAL PANEL. PROTECT IN PLACE DI/STING FENCE ON 12" BLOCK WALL. PROTECT IN PU.CE @ DI/STING STORM DRAIN, TO R£MAIN @ DI/STING FIR£ Hl'DRANT, TO R£1,/AJN, RECONNECT TO NEW WATER UN£ ~ I CUT, PLUG, AND AfW<DON IN PLACE DI/STING 10 · STL WATER UN£ R£MO\/f ANO DISPOSE DI/STING AfW<DONED 6 • ACP WATER UN£ FURNISH AND INSTALL PROPOSED 10 • PVC WATER UN£ CONNECT PROPOSED 10· PVC WATER UN£ TO DI/STING 10 · ACP WATER UN£ @ CONNECT PROPOSED 10• PVC WATER UN£ TO Dl1STING 5• PVC WATER UN£ @ REMO\/f ANO DISPOSE DI/STING AfW<DONED 10• STEEL WATER UN£ AND INSTALL @ @ ® PROPOSED 10• PVC WATER UN£ Rf/,/01/f A/10 OISPOS£ DI/STING "8ANDON£D 6 • ACP WATER UN£ AND INSTALL PROPOSED 10• PVC WATER UN£ Rff,/01/f A/10 DISPOSE EXISTING FENCE AJID FURNISH AND INSTALL NEW FENCE R£1,/0VE: AND DISPOSE EXIST/NC 8. STORM DRAIN AND (<) 12 ·x12 • CATCH BASINS AJID FURNISH AIID INSTALi. NEW 8• STORM DRAIN MD (<) 12"X12• CATCH BASINS IN SW£ UN£ AND GRADE MD CONNECT TO EXISTING HEADWALL @ FURNISH AND INSTAU. 90" DI BEND @ FURNISH ANO INSTALi. 45" DI BEND @ FURNISH AND INSTALL 22.5' DI BEND (9 FURNISH AND INSTALL 11.25' OCNO @ FURNISH AND INSTALL 12"X12"X10• DI TE£ @ FURNISH AJID INSTALL REDUCER @ FURNISH AND INSTALL NEW ~TE VALVE @ fPROTECT IN PLACE j DI/STING 8'X2<' SHED A,'IQ "''~ .... ~ ""' 1'/&MlL Na¥ 8 Cf /0/.EfWUICflli~ SH.£9 PWMr G9L61R SJ,V:t Mi•Tefl CJ(f5fh'6. StJBNlf; RBI 09EB S~ED Rill .,_ ♦110 0/&,IIIGT 111.'14.W <NO •-O'<"'- @ R£1,/Q\/f DI/STING FENCE, FURNISH AJID INSTALL NEW FENCE. COORDINATE W/SD CONSTRUCTION @ Rf/,/01/f AND DISPOSE Dl1STING VAL\/f @ REMO\/f AND DISPOSE DI/STING WATER SERVICE AJID INSTALi. NEW 2" WATER S£RVIC£ PER CIIWD STD. owe. w-• I@ REl,/01/f & DISPOSE DF EXIST FH. ASS£1,18L Y CONSTRUCT NEW FH PER CIIWD STD. owe. W-17 0 ~ 0 @ @ @ @ FURNISH AND INSTALi. 10"X10"X6• DI TEE CONNECT TO EXISTING WATER UN£ (6• PVC AND 10• PVC) REPLACE IN Pt.AC£ EXISTING FIR£ SERVICE CONNECTION WITT/ NEW ~TE VALVE: ON TEE BRANCH. INSTALL NEW PIP£ AS REQUIRED AND RECONNECT TO EXISTING FIRE SERVICE PIPING. CONSTRUCT Tl/RUST BLOCK PER CMWD STD owe W-19 CUT, PLUG, AND AfW<DON IN PLACE EXISTING 5• FIR£ S£RVIC£ GROUT FIR£ SERVICE FULL. INSTALL NEW FIRE HYDfWfT ASSEMBLY PER CIIWD sro DWG W-1 7 RDJOVE AND DISPOSE EXISTING AfW<DONED 8• ACP WATER UN£ AND INSTALL PROPOSED 10• PVC WATER UN£ @ REPLACE EXISTING LAJIDSCAPINC IN UK£ AND KIND, MINIMUM SIZE 1 ~ 1,/Y()PORUII J' QC. IIATCH EXISTING ® REl,/01/f ANO PROPERLY DISPOSE OF EXIST/NC 5• BLOW OFF AT STATION 42+9J AND INSTALL NEW 5• Bl.OW OFr ASS£1,/8LY PER CIIWD STD OWG W-15 AT STA 4J+96. @ REMOVE: ANO DISPOSE EXISTING 1 • IIANUAL AIR R£L£AS£ VALVE AND FURNISH AIID INSTALL NEW 2• IIANUAL AIR RfllAS£ VALVE PER CMWD S70 01,1, W-10 (@ REMO\/f ANO DISPOSE EXISTING 10"X10"X6. FIR£ S£RVIC£ TEE AND CUT, PLUG, AND ABANDON EXISTING 10• STEEL WATER UN£ ON BOT/I SIDES OF EXISTING TE£ 0 CUT, PLUG, ANO AfW<DON IN PU.CE EXISTING 8• ACP WATER UN£ @ CONNECT PROPOSED 8. PVC WATER UN£ TO EXISTING 8. ACP WATER UN£ ® © CUT EXISTING NJANDONED 5• ACP WATER UN£ REMOVE: AND DISPOSE DI/STING NEW 12" PVC WATER UN£ 12" ACP WATER UN£ AND FURNISH AND INSTALL @ Rff,/01/f AND DISPOSE EXISTING NEW 12"X12"X12• TEE 12"X12"X12• TEE ANO FURNISH MD INSTALL @ ® e © 0 @ 0 @ @ PROTECT IN PU.CE EXISTING HEADWALL. REPLACE IN UK£ AND KIND CONCRETE BROW DITCH FURNISH AND INSTALL 10"X10"X6" DI TEE CUT, PLUG. AND AfW<DON IN Pt.AC£ EXISTING s• STL WATER UN£ TO Tl/£ £AST FURNISH AND INSTALL NEW 10"XB" REDUCER REPLACE EX/ST S/GNAUZED CROSSWALK IN UK£ AJID KIND INCLUDING TRAFFIC/LOOPS, STRIPING, AIID RECESSED LK;HTING fflOf,/ STA. 16+94. 1J TO STA 18+72.57 Rff,/O'lf AND PROP£Rt.Y DISPOSE OF EXISTING 8. ACP AND CONSTRUCT NEW 10• PVC Rf/,/01/f AND DISPOSE OF FIRE Hl'DRANT AND AfW<DON LATERAL IN Pt.AC£. NEW FIR£ Hl'DRANT TO 8£ AT STA. J0+28 STA J2+72 TO STA JJ+JO.J9 Rff,/01/f AND PROPERLY DISPOSE OF EXISTING 5• ACP AND CONSTRUCT NEW 8• PVC STA JO+OO TO J2+72 R£1,/0VE: AJID PROP£Rt.Y OISPOS£ OF EXISTING 5• ACP AND CONSTRUCT NEW 10• PVC GENERAL NOTE$ I. THIS PLAN SUPERSEDES ALL OTHER PLANS PREVIOUSLY APPROVE:D BY THE CITY OF CARLSBAD OR Cl,/WD REG-<RDINC IMPRVVE:ME.NTS SHOWN ON Tl/IS SIT OF PLAJIS. 2. APPROVAL OF THIS PLAJI OOES NOT U"SSEN OR WA/1/f AJIY PORTION OF Tl/£ CARLSBAD MUNICIPAL CODE, RESOLUTION OF Tl/£ CONDITIONAL APPROVAL. CITY STANDARDS OR OTHER ADDITIONAL DOCUl,/Elfl'S USTED HEREON AS THEY IIAY PERTAIN TO THIS PROJECT. THE CONTRACTOR SHALL NOTIFY Tl/£ ENGINEER IN RESPONSIBLE CHARGE OF ANY DISCREPANCIES. .,_ A R,C,-,r-oF-WAY PERMrr FROM THE CITY £NGINffR WIU 8[ REOUIRED FOR ANY WORK IN THE PUBUC R/GlfT OF WAY. PRIOR TO PERMIT ISSUANCE, A CERTIFICATE OF INSURANCE MUST 8£ FILED NAMING rHE CITY OF CARLSBAD AS AN ADDITIONAL INSURED DN Tl/£ PERl,//T1IT'S POLICY IN Tl/£ M/NIIIUI,/ AMOUNT OF $2,000,000.00 FOR EACH OCCURRENCE OF UABIUTY. THE INSURANCE COMPANY Wl?/TTNG Tl/£ POLJCY MUST HA\/f A RATING OF •A-• OR BETTER AND A SIZE CATEGORY OF CLASS V OR BETTER AS ESTABUSHED 8Y •aESTS• KEY RATING GUIDE. 4. NO WORK SHALL BE COUMENCED UNTIL ALL P£RMfTS I-IA\1£ BEEN OflTJJNE:D FROM THE CITY AHO OTHER APPROPRIATE AGENCIES. CONJRACTOR SHALL OBTAIN A RIGHT OF ENTRY FROM THE COUNTY OF SAN DIEGO FOR WORK ON Tl/£ AIRPORT SIT£. 5. NO R£VISJONS SHAU.. 8£ IIAOC TO Tl/ES£ PLAJIS WITT/OUT Tl/[ WRITTEN APPROVAL OF Tl/£ DISTRICT £NG/NEER, NOTED WITT/IN THE R£VISJON BLOCK, ON TH£ APPROPRIATE SH££T OF TH£ PLANS AND T1TI.£ SH££T. 6. K:CESS FOR FIRE AND OTHER £1,1£RGENCY VEHICLES SHALL BE 1,/A/NTAINED TO Tl/£ PROJECT SITE AT ALL TIMES DURING CONSTRUCTION. 7. A PRECONSTRUCTION /,/[[TING SHALL 8£ H£LD AT Tl/£ SITE PRIOR TO Tl/£ BEGINNING OF WORK AND SHALL BE ATTENDED 8Y ALL REPR£S£NTATTVE:S RESPONSIBLE FOR CONSTRUCT/ON, INSPECTION, SUPERVISION, TESTING AJID ALL OTHER ASP£CTS OF Tl/£ WORK. Tl/£ CON1RACTOR SHALL SCHEDULE THE 1,/EfT/NG BY CALUNG Tl/£ CITY OF CARLSBAD ENGINEERING INSPECTION UN£ AT (760) <J8-J891 AT I.DST FIVE: (5) WORK/NC 0,\YS PRIOR TO STARTING CONSTRUCTION. APPRO\/fD DRAWINGS MUST 8£ AVAILABLE PRIOR TO SCHEDULING. 8. Tl/£ CONTRACTOR SHALL NOTIFY THE CITY OF CARLSBAD £NG/NEERING INSPECTION 48 HOURS PRIOR TO THE BEGINNING OF CONSTRUCTION AT TEU"PHON£ NO. (760)<JB-J891. ALL INSPECTION REQUESTS OTHER THAN FOR PR£CONSTRUCTION 1,/ITTING WIU 8£ IIAOC 8Y CALUNG Tl/£ £NG/NEERING 24-HOUR INSPECTION REQUEST LINE AT (760) 4J8-JB91. INSPECTION REQUESTS MUST BE RECEMD PRIOR TO 2:00 P.M. ON TH£ a,y BEFORE Tl/£ INSPECTION IS NEEDED. INSPECTIONS WIU 8£ IIAOC Tl/£ NEXT WORK 0,\Y UNLESS l'OU REQUEST OTl/£RWIS£. REQUESTS IIAOC AFTER 2:00 P.M. WIU 8£ SCHEDULED FOR TWO FUU WORK (l,\Y5 LATER. 9. THE CONTRACTOR SHALL DESIGN, CONSTRUCT AND 1,/A/NTAIN ALL SAFETY DE\IIC£S INCLUDING SHORING, AND SHALL 8£ SOL£LY RESPONS/81.£ FOR CONFORMING TO ALI. LOCAL, STATE AND FEDERAL SAFETY AND HEALTH STANDARDS, LAWS AND REGULATIONS. 10. Tl/£ CONTRACTOR SHALL CONFORM TO LABOR COO£ SECTION 6705 BY SUBI.IITTING A OITAIU-0 PLAN TO THE CITY ENGINEER ANO/OR CONCERNED AGENCY SHOWING Tl/£ 0£5/GN OF SHOR/NC, BRACINGS, SLOPED EXCAVATION, OR OTHER PROVISIONS TO BE IIADE FOR WORKER PROTECTION FROM Tl/£ HAZARD OF CAVING GROUND DUR/NC THE EXCAVATION OF TRENCHES OR DURING Tl/£ PIP£ INSTALLATION THEREIN. Tl/IS PLAJI MUST 8£ PREPARED FOR ALI. TRENCHES FIVE: FEET (5') OR /,/OR[ IN D£PTII AND APPROVED BY THE CITY £NC/NEER AJID/OR CONCERNED AGENCY PRIOR TO EXCAVATION. IF THE PLAN VARIES FROM Tl/£ SHORING SYSTDI STANDARDS ESTABUSHED BY Tl/£ CONSTRUCTION SAFETY ORO£RS, T1TI.£ B CAUFORNIA ADMINISTRATIVE COOE, THE PLAN SHALL BE PREPARED BY A REGISTERED [NG/NEER AT THE CONTRACTOR'S EXPENSE. A COPY OF Tl/£ OSHA EXCAVATION PERMIT MUST BE SUBMITTED TO THE INSPECTOR PRIOR TO EXCAVATION. 1 I. IF ANY ARCHAEOLOGICAL OR BURIED TRASH RESOURCES ARE DISCOl/fREO WITT/IN ANY WORK ZONE DURING CONSTRUCT/ON, OPERATIONS WIU CfASE /M/,/£.OIATELY. ANO Tl/£ CONTRACTOR WIU NOTIFY THE CITY ENGINEER. OPERATIONS WIU NOT RESTART UNTIL Tl/£ CONTRACTOR HAS R£C£N£D W1/ITTEN AUTIIORITY FROM THE CITY ENG/N££R TO 00 SO. 12. ALL OPERATIONS CONDUCTED ON Tl/£ SITE OR ADJACENT THERETO, INCLUDING WARMING UP, REPAIR, ARRIVAL. DEPARTURE OR OPERATION OF TRUCKS, fART/11,/0VING £0/J/PMENT, CONSTRUCTION EQUIPMENT ANO ANY OTHER ASSOCIATED GR-'DING EQUIPMENT SHALL BE Ul,/(T[D TO Tl/£ PERIOD 8£TWITN 7:00 A.I,/. AJID 4:00 P.M. EACH l),IY, MON0,\Y Tl/RU FR/£l,IY AND NO CONSTRUCTION OPERATIONS SHALL BE CONDUCTED ON WED<£NOS OR HO/.J0,\YS. (A UST OF CITY HOU(l,IYS IS AVAILABLE AT THE £NG/NEER/NC DEPARTMENT COUNTER.) NIGHT WORK SHALL BE SCHEDUU-D 2 WFEKS IN ADVANCE IN COORDINATION WITT/ AIRPORT OP£RATIONS W.X,,G£MENT ANO CITY OF CARLSBAD £NG/N££RING INSPECTION. 1J. ALL OFF-SITE HAUL ROUTcS SHALL BE SUBMITTED BY Tl/£ CONTRACTOR TO THE DISTRICT ENGINEER FOR APPROVAL TWO FUU WORKING 0,\YS PRIOR TO BEGINNING OF WORK. THE CONTRACTOR SHAU.. 8£ RfSPONSIBU-FOR ANY DEBRIS OR O<MAG£ OCCURRING ALONG TH£ HAUL ROUTE OR ADJACENT STREETS AS A RESULT OF Tl/£ GRADING OPERATION. I<. Tl/£ EXISTENCE AND LOCATION OF UTIUTY STRUC7l/R£S AND FK:IUTIES SHOWN ON Tl/£ CONSTRUCT/ON PLANS WERE OBTAINED BY A SEARCH OF Tl/£ AVAILABI.£ RECORDS. ATTENTION IS CAUED TO THE POSS/Bl.£ EXISTENCE OF OTHER UTIUTY FACJUTIES OR STRUC7l/RES NOT SHOWN OR IN A LOCATION DIFFERENT FROM TH,t,.T SHOWN ON THE Pt.ANS. Tl/£ CONTRACTOR IS REQUIRED TO TAKE DU£ PRECAUTl()NAl(Y MEASURES TO PROTECT Tl/£ UT/UT/ES SHOWN ON Tl/£ PLANS AND ANY OTHER EXJSTTNG FAC/UTIES OR STRUC7l/RES NOT SHOWN. 15. Tl/£ CONTRACTOR SHALL YER/FY THE LOCATION OF ALL EXISTING FACJUTIES (ABO\/fGROUND AND UNDERGROUND) WITHIN Tl/£ PROJECT SITE AT LEAST 4 W££KS IN ADVANCE OF Tl/£ CONSTRUCTION TO PERMIT Tl/£ REVISIONS OF Tl/£ CONSTRUCTION PLANS IF IT IS FOUND T/1,t,.T THE ACTUAL LOCATIONS AR£ IN CONFUCT WITT/ THE PROPOSED WORK. 16. UTIUTY INFORW.TION WAS OBTAINED FROM AVAILABU-RECORD DRAWINGS OR UTIUTY IIAPS. YERTICAL El£VATIONS ARE UNKNOWN. CONTRACTOR SHALL YER/FY HORIZONTAL AND VERTICAL LOCATIONS AND BfARiNG AND INCUNATIONS SUffiCIE.NT!.Y AHEN) OF SCHEDUU-TO ALLOW TIM£ FOR DESIGN REVISIONS, IF NEC£SSAAY. PROVIDE A 1,//NIMUM OF 12 INCHES OF YERTICAL SEPARATION 8£TW££N UTIUTY CROSSINGS, UNU"SS OTl/£RWISE APPROVED BY THE ENGINEER. U-SS THAN 12 INCHES OF YERTICAL SEPARATION SHALL R£0/JIR£ A "SANO CUSHION•. 17. WATER S£R\IICES, RECYCLED WATER S£R\IIC£S AND SEWER LATERALS AR£ SHOWN IN THEIR APPROXIMATE LOCATIONS. ALL S£R\IICES SHALL 8£ KEPT ACTIVE UNU-SS REOIJIR£D FOR CONSTRUCTION ACTMTIES. SCHEDULED SERVICE INTERRUPTIONS SHALL 8£ COORDINATED WITT/ Tl/£ CITY REPRESENTATIVE PRIOR TO S£R\IICE INTERRUPTION. S£R\IIC£5 DAIIAGED OUR/NG CONSTRUCTION SHALL BE R£PLAC£D TO Tl/DR ORIGINAL WORKING CONDITION AND TESTED PER CITY REQUIREMENTS IN ACCORDANCE WITH CITY OF CARLSBAD £NG/NEERING STANDARDS AT Tl/£ EXPENSE OF THE CONTRACTOR. SEE CARLSBAD NOTE 1. 18. CONSTRUCTION STAGING SHALL 8£ THE RESPONSIBILITY OF THE CONTRACTOR. CONTRACTOR SHALL NOT USE ANY PUBUC R/GlfT-OF-WAY FOR STOCKPIUNG OR STAGING OF WORK WITT/OUT WRITTEN APPROVAL 8Y Tl/£ CITY OF CARLSBAD. 19. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRAFFIC CONTROL. INCLUDING PREPARATION DF APPROVE:D TRAFFIC CONTROL PLAJIS. 20. TRENCH RESURf"ACING FOR ASPHALT CONCRETE PA\/fMENT FOR TRENCH SHALL 8£ PER CITY SUPPLEMENTAL STAJIDARD NO. GS-25. PAVOJ£NT STRIPING AND IIARKINGS DAIIAG£D OUR!NG CONSTRUCTION WIU 8£ R£Pt.ACED 8Y Tl/£ CONTRACTOR. GENERAL NOTE$ (CONTINUED) 22. Tl/£ CONTRACTOR SHALL REPLACE IN KIND MD IN ACCORDANCE WITT/ ALL CITY OF CARLSBAD STANDARDS ALI. EXISTING IMPROl/fl,/£NTS INCLUDING BUT NOT UMITED TD PAVOJENT, SIDEWALKS, CURBS AND GUTTERS, MEDIAN IMPROVE:M£1fl'S, BERMS, PAYED AND DIRT ROADS, DRAINAGE DITCHES, CULVERTS, DRAIN PIPES, SEWER LATERALS, WATER SERVICES, LANDSCAPING, HARDSCAPE IRRIGATION FACIUTIES, TRAFF/C CONTROL LOOPS, UGHTING AND ELECTRICAL., ABOVE AND BELOW GROUND, llAIIAGED DURING CONSTRUCTION OF THE PROJECT, EXCEPT AS SPECIFICALLY INDICATED ON Tl/£ DRAWINGS. 2J. WHERE TRENCHES AR£ WITT/IN CITY £ASDJ£1fl'S, A SOILS REPORT COMPRISED OF: (A) SUMIIARY SHEET, (B) LABORATORY WORK SHEETS AJID (C) COMPACTION CUR\/fS, SHALL 8£ SUBMITTED 8Y A PROFESSIONAL £NGIN££R OF THE STATE OF CAUFORNIA, PRINCIPALLY DOING BUSINESS IN Tl/£ FIELD OF APPUED SO/LS MECHANICS. TH£ SOILS REPORT WIU 8£ SUBMITTED TO Tl/£ CITY £NGIN££RING INSPE:CTOR WITT/IN TWO WORKING l),IYS OF COMPL£TION OF FIELD TESTS. Tl/£ WRITTEN Fl£LD COMPK:TION R£PORT(S) SHALL 8£ JMM£0/ATEL Y SUBMITTED TO Tl/£ CITY ENGINEERING INSPECTOR UPON COMPL£TION OF Fl£LD TESTS. 24. 81.ASTTNG OPERATIONS SHALL NOT BE PERMITTED. WATER NOTES I. WATER 1,/AJN AND APPUln"ENANCfS SHALL BE CONSTRUCTED IN ACCORDANCE WITT/ THE •clTY OF CARLSBAO £NG/NEERING STANDARos· (LATEST EDITION) \IOLUl,/£5 2 & J MO SAN DIEGO COUNTY OEPARTMENT OF EIMRONMENTAL HEALTH R£QU/RDIE.NTS. 2. Tl/£ CONTRACTOR SHALL OBTAIN AN EXCAVATION PERMIT fflOM Tl/£ OMS/ON OF INDUSTRIAL SAFETY BEFORE ANY EXCAVATION AJID SHALL PROVIDE PROCF OF OSHA NOTIFICATION AND SHALL AOHER£ TO ALL PROVISIONS OF Tl/£ STATE CONSTRUCTION SAFETY OROERS. J, BEFORE ANY CONNECTION OR SHUT DOWN OF VALVE:S ON EXISTING C.M.W.0. UNES, A PERMIT SHALL BE OBTAINED FROM THE C.M.W.D. OFFICE AND MUST 8£ SIGNED ANO APPRO\/fD BY Tl/£ CITY OF CARLSBAD'S DEPUTY CITY £NGIN££R AND THE UTIUTY OPERATIONS' PUBI.IC WORKS MANAGER. SEE CARLSBAD NOTE 1. <. NO TREES OR STRUC7l/RES SHALL 8£ ALLOWED IN Tl/£ WATER LIN£ EASEMENT. ALL EXISTING TREES AND STRUC1URES SHALL 8£ REMOVED PRIOR TO COMM£NC£1,1ENT OF WORK -ANY EXCEPTIONS SHALL REQUIRE WRITTEN PERMISSION FRO/,/ THE CITY OF CARLSBAO DEPUTY £NG/NEER. 5. ALL BURIED COPPER PIPING AJID APPURTENANCES SHALL 8£ PROTECTED 8Y 11£ANS OF CA T/100/C PROTECTION. 6. MINIMUM SPACING BETWffN POTABLE WATER S£RVICES, RECYCLED WATER LATERALS, AIIO SEWER SERVICES SHALL 8£ 10 FEIT. A MINIMUM <-FOOT SEPARATION IIAY BE CONSIDERED AT Tl/£ DISCR£TTON OF Tl/£ CIIWD. 7. NEW WATER /,/A/NS SHALL CROSS NO LESS THAN 45 DEGR££S TO AND AT I.DST ON£ FOOT ABOVE: PIPEUNES T/1,t,.T CON\/fY NON-POTABU-FLUIDS INCLUDING SEWAGE. RECYCU-D WATER, STORM ORA/NAG£, FUELS, INDUSTRIAi.. WASTES, OR WASTEWATER SWDG£. NO CONNECTION JOINT SHALL BE IIAOE IN Tl/£ WATER MAIN WITT/IN EIGHT HORIZONTAL FEET OF Tl/£ 1/0N-POTABI.£ FLUID PIP£UN£. 8. WHERE A NEW WATER 1,/AJN ENCOUNTERS A CROSS/NC STORM DRAIN, SEWER, OR OTHER NON-POTABLE FLUID PIP£UN£, ANO CROSSING (MR Tl/[ OBSTRUCTION WIU RESULT IN u-ss THAN JO INCHES OF COVER 0\/fR TH£ WATER 1,/A/N, THE CROSSING SHALL 8£ SUBJECT TO REVIEW AND APPROVAL OF A VARIANCE OF Tl/£ CAUFORNIA WATERWORKS STANDARDS 8Y Tl/£ CAUFORNIA OMS/ON Of DRINKING WATER. Tl/£ CROSSING IIAY R£0UIRE Tl/£ LISE OF A SL££1/f OR Tl/£ USE OF UPGRADED PIP£ IIATERIAL FOR THE WATER 1,/AJN AND A MINIMUM O Fl2 INCHES OF \/fRT1CAL SEPARATION BETWEEN SL££\/f OR Tl/£ WATER MAIN MD TH£ CROSSING PIP£, AS APPROVE:D. 9. AT CROSSINGS WITT/ EXISTING LM MAIN TO 8£ ABANDONED, Tl/£ CONTRACTOR HAS THE OPTION TO DIVE: UNOER EXISTING 1,/A/N OR SCHEDULE CROSSINGS IN SUCH A WAY TH,t,.T Tl/£ EXISTING UN£ CAN BE ABANDONED, CUT AND PLUGGED. 10. Tl/£ LOCATION OF AIR VALVE:S, BLOW-OFFS, Hl'DRANTS AND OTHER APPU/n"£NANC£S SHALL BE 1/fR/FlED BY rH£ CITY IN THE FIELD PRIOR TO T/1£/R INSTALLATION. II. ALL MATERIALS IN CONTACT WITT/ POTABLE WATER SHALL 8£ NSF/A/IS/ STANDARO 61 CERTIFIED. 12. THE TOP OF WATER METER BOXES SHALL BE FLUSH WITT/ Tl/£ FINISHED SURFACE GRADE. 1J. CONSTRUCT/ON OF WATER /,/A/NS SHALL ADHERE TO Tl/£ •cRITE:RIA FOR Tl/£ SEPARATION OF WATER 1,/AJNS AND SANITARY SEWERS• PUBUSHED 8Y Tl/£ STATE OF CAUFORNIA'S DEPARTMENT OF PUBUC HEALTH. I<. AXIAL OEFl£CTION AT Tl/£ PIPE JD/lo/T'S AR£ NOT ALLOWED. THE US£ OF A HIGH-OEFl.£CTTON COUPUNG AT A PIP£ JOINT MAY 8£ PERMITTED BY Tl/£ INSPECTOR ON A CASE 8Y CASE BASIS, NOT TO EXC££0 4 OEGRffS TOTAL DUU-CTION PER COUPUNG (2 DEGREES/EACH GASKET). USE NORTII AMERICAN PIPE CORPORATION FLUID-TIT£ PVC HIGH DUU-CTION COUPI.JNGS. 15. INSTALL APPROVE:D, METALLIC BACKED MD STENCILED WARNING TAPE 01/fR ALI. PRESSURE PIPING AND PROVIDE AT LEAST 18• OF COYER 0\/fR RECYCLED WATER UNES. SID/C/L AND COLOR COO£ (PURPLE PANTON£ /522) ALL RECYCLED WATER PIPE. ORIENT THE STENCIUNG TO Tl/£ TOP OF Tl/£ TRENCH. 16. INSTALL A PROTECTIVE SLE£\/f WHEN POTABL£ AND RECYCLED LINES CROSS IF REQUIRED. EXTEND THE: SL££VE 10' TO f,ACH SID£ OF THE CROSSJNG. MAJNTJJN A. <I' MIN HORIZONTAL. SEPJ.RA.T10N 8£1WE£N POTABLE WATER UNES AND RECYCLED WATER OR SEWER UNES. PRCMDE 12• YERT1CAL SEPARATION 8£TWITN POTA8!£/R£CYCJ..ED WATER/SEWER. INSTAU POTABI.£ WATER ABOVE: RECYCtEO WATER AND SEWER. 17. EXACT LOCATION OF /RR/CATION SERVICES ANO APPUln"ENANCES SHALL 8£ OCTERl,/INED IN Tl/£ Fl£LD BY Tl/£ CONTRACTOR AJID APPROVED BY Tl/£ CITY INSPECTOR. 18. PRIOR TO 8'CKFILL. INSTALL TRACER WIRE ON TOP OF PVC PIP£ MD SECURE IN PU.CE WITH 2-INCH WIDE Pt.AST/C AOHESIVE: TAPE AT IIAX/1,/UI,/ 10-FOOT INTERVALS. RUN TRACER WIRE CONTINUOUSLY ALONG PIPE AJID TERMINATE IN ADJACENT VAL\/f BOXES FOR BUR/£0 ASSEMBUES OR BURIED VAL \.U. WHERE 8URl£D SPUCES OCCUR, US£ AN £L£CTRICAL SPLICING KIT CONSISTING OF A SPLIT BOLT CONNECTOR. MOLD AND A TWO PART ENCAPSULATING EPOXY RESIN SUCH AS SCOTCHCAST, OR CITY APPROVED EQUAi... PROVIDE 24 INCHES OF COILED WIRE AT ACCESS PO/lo/T'S FOR ATTACHMENT OF PIP£ LOCATING £0/JIPMENT. EACH INSTALLED RUN OF PIPE SHAU 8£ CAPABU-OF BEING LOCATED USING TH£ TRACER WIRE. PROTECT WIRE INSULATION FROM OAAfAG£ DURING INSTALLATION AND 8'CKFIWNG. USE AWC NO. 8 STRANDED COPPER WIRE WITT/ HIGH 1,/0LECULAR W£/GHT POLYrn/Yl.£NE (HMW/PE) INSULATION SPECJFICALLY DESIGNED FOR DIRECT BURIAL IN CORROSNE SOIL OR WATER. POLYffiffi.£N£ INSULATION SHALL CONFORM TO ASTM O 1248, TYPE 1, CLASS C. WIRES WITT/ CUT OR CIAMAG£D INSULATION AR£ NOT ACC£PTABL£ AND REPLACEMENT OF Tl/£ £NT/RE WIRE WHICH HAS BEEN DAMAGED WIU BE REQUIRED AT Tl/£ CONTRACTOR'S EXPENSE. 19. FIELD CUTTING OF ACP IS PROHIBITED. CONTRACTOR SHALL REMO\/f ACP TO Tl/£ EXISTING JOINT. ACP SHAU.. 8£ U-~LY DISPOSED OF BY Tl/£ CONTRACTOR. WATER NOTE$ (CONTINUED) 20. Tl/£ CONTRACTOR SHALL YER/FY Tl/£ HORIZONTAL AND \/fRT1CAL LOCATION OF EXITJNG UTIUTIES CROSSINGS, POiio/T'S-OF-CONNECTiONS, ANO WITT/IN FIVE: (5) FEET PARALLEL TO THE PROPOSED FK:IL/TIES BY POT/10/.JNG PRIOR TO THE SHOP DRAWING SUBMITTAL. 21. Tl/£ EXACT HORIZONTAL MD YERTICAL AUGNMENT AND TYPE OF IIATERIALS OF THE FIR£ UN£ LOCATED BETWEEN Tl/£ DCTECTOR CHECK VAL VE: ANO BUILDING SHALL 8£ 0£T£RMIN£D BY Tl/£ CITY OF CARLSBAO FIR£ MARSHAL 22. ALL POTABI.£ WATER SERVICES SHAU BE 1 • AND ALL POTABU-WATER METERS SHALL BE 5/8·, UNLESS DTIIERWISE NOTED ON Tl/£ PLAJIS. 2J. ALL WATER METER BOXES EXPOSED TO TRAFFIC LO<OS SHALL BE BROOKS ARMORCAST MOOEl NO. J7 FOR 1 • SERVICE AND MODEL NO. 66 FOR 2• SERVICE OR EQUAL PER CITY STDS WITT/ T1W'FIC RATED UO. Tl/£ TOP OF WATER METER BOXES SHALL 8£ FLUSH WITH TH£ FINISHED SURFACE GRAOE. MITER BOXES NOT EXPOSED TO TRAmC LOADS SHALL BE ARMORCAST A60016<0PC-12 OR A6000<85 FOR 2• ANO 1• SERVICES, RESPECTIVELY. 5££ CIIWD'S APPRO\/fD MATERIALS UST. 24, VARIATIONS IN 1/fRnCAL ALIGNMENT OF Tl/£ NEW WATER 1,/AJNS FROM TH,t,.T SHOWN ON Tl/ESE DRAWINGS IIAY 8£ REQUIRED TO AVOID CONF!JCTS WITT/ f.XISTING UNDERGROUND UTILl11£S. Tl/£ NEW WATER UNES AR£ GENERALLY SHOWN ON Tl/£ DRAWINGS TO REFl£CT A MINIMUM COYER Of J' FRO/,/ TOP OF PIP£ TO SURFACE OF EX/STING OR FINISH GRAD£ 0\/fR Tl/£ PIP£. VARIATIONS IN TH,t,.T LOCATION TO AVOID CONFUCT WITT/ EXISTING UNOERCROUND UT/UT/ES SHALL NOT 8£ GROUNDS FOR AODITIONAL COST TO Tl/£ CITY. 25. CONTRACTOR SHAU. TT£ INTO EXISTING PIPE AT AN K:CEPT.ABU-PIP£ JOINT AS APPROVED BY Tl/£ OWNER. Tl/£ CONTRACTOR SHAU.. Fl£LD LOCATE Tl/£ PIP£ TIE-IN JOINT PRIOR TO Tl/£ SHOP DRAWING SUBMITTAL ANO IIAKf NECESSARY AOJL/STl,/E.NTS TO Tl/£ PIPE L<NGT/1 AT NO ADDITIONAL COST TD OWNER. ANY WORK N£CE:SSARY TO COMPLCTE T/£-IN, TO INCLUDE TEMPORARY UTIUTY SUPPORT/AOJL/STl,/£NT, SPECIAL COUPUNG ADAPTORS FOR CONNECTIONS REQUIREMENT PIPING WITT/ DISSll,//LAR MATERIALS, AND ALL OTHER REOUIR£0 WORK SHALL 8£ COMPLCTED AT NO ADDmoNAL COST TO OWNER. CONTRACTOR SHALL PR/MD£ TEST PLUGS, CLOSURE PIECES, AND FIANCED OU1l.£T TO PRESSURE TEST THE PIP£UN£, TIE INTO EXISTING PIP£. AND R£1,/0\/f Tl/£ TEST PLUGS. REFER TO SECTION 150« OF Tl/£ STANDARD SPECS FOR ADDITIONAL INFORMATION. CARLSBAD NOTES I. CONTRACTOR SHALL SUBMIT l/TTUTY SHU700WN/CONNECTION REQUEST FORM £-28 AND SHUTDOWN PLAN AS FOUOWS: TO Tl/£ DISTRICT £NG/NEER 2 WEEKS PRIOR TO ANY SHUTDOWN TO CARLSBAD UTIUTY DEPARTMENT 2 l),IYS PRIOR TO ANY SHUTDOWN 2. ALL BACKHOES USED DURING CONSTRUCTION SHALL HAl/f RUBBER TIRES OR RUBBER TRACKS. CONTRACTOR IS RfSPONSIBU" FOR ALL REPAIRS T/1,t,.T ARE R£QUIR£0 TO Tl/£ EXISTING PA\/fMENT TO Tl/£ SATISFACTION OF THE CITY INSPECTOR AND AT NO ADDfTIONAL COST TO Tl/£ CMWD. J. CONSTRUCTION STAG/NC OR STORAGE WITT/IN Tl/£ PUBUC R/GlfT-OF-WAY IS PROHIBITED. STAGING ANO STORAGE AREAS SHALL 8£ TH£ CONTRACTOR'S RESPONSIBIUTY AND SHALL BE APPROVE:D BY AIRPORT W.X,,G£M£NT AND Tl/£ CITY ENGINEER. AIRPORT COORDINA T/ON I ACCESS NOTES Tl/£ CONTRACTOR SHALL COORDINATE WITT/ AIRPORT IIANAG£M£NT AT LEAST TWO W££KS IN ADVANCE PRIOR TO INGRESS OF EACH SEGMENT. CONT,CT AIRPORT OPERATIONS MANAGER AT 760-966-J272. CONTRACTOR SHALL HAl/f. AT A l,//N/1,/UM, FOREMEN AND SUPERINTENDENT PASS Tl/£ BADGING PROCESS. AT LEAST ON£ BAOG£D INDMDUAL SHALL 8£ WITH CONTRACTOR PERSONNEL AT ALL TIMES WHILE IN SECURE AREAS. CONTRACTOR SHALL SECURE WORKING AREAS TO Tl/£ APPROVAL OF AIRPORT W.X,,G£1,/ENT. CAUTION STATEMENTS ABOUT LANDFILL Tl/£ £ST/MATED UM/TS OF LANDFIU TRASH AREA ARE APPROXIMATE AND BASED ON PREVIOUS STUDIES. LANDFIU WASTE IIAY BE ENCOUNTERED OUTS/OE OF THE IIAPPED UM/TS SHOWN ON SHEET G-4. CONTRACTOR SHALL PREPARE AND SUBMIT A COMMUNITY HEALTH AND SAFETY PLAN (CHSP) TO Tl/£ COUNTY OF SAN O/£GO SOUD WASTE LOCAL £NFORC£M£NT AGENCY. CONTRACTOR SHALL ABIDE BY CHSP REOIJ/R£11Elfl'S INCLUDING GAS MONITORING DURING EXCAVATIONS AJID PROPER CONTAINERIZATION AJIO DISPOSAL OF TRASH IF ENCOUNTERED. HEAL TH & SAFETY REQUIREMENTS FOR LANDFILL (E.G. VAPOR MONITORING) ALL WORK SHALL 8£ COMPLCTED IN ACCORDANCE WITT/ Tl/£ APPROVE:D PROJECT SPECIFIC COMMUNITY HEAL Tl/ AND SAFETY PLAN INCLUDING BUT NOT LIMITED TO VAPOR /,/ON/TOR/NG WITT/ GAS EOIJIPMENT CAPABI.£ OF DETECTING M£TI/IWCE (CH<) AT A MINIMUM OF 10% OF Tl/£ LOWER EXPLOSNE UMIT, OXYGEN (02), CARBON MONOXIDE (CO) AND Hl'DROGEN SULFIDE (H2S) (IN Tl/£ PRM RANGE) SAN DIEGO COUNTY COUNTY OF SAN DIEGO -AIRPORTS (JASON FORGA) AIRPORTS £NG/NEERING I 960 JOE CROSSON DRIVE £L CAJON, CA 92020 OFFICE: (619)956-4825, C£U: (619)855-0610 COUNTY OF SAN DIEGO -McCLEUAN-PALOIIAR AIRPORT (OLMER BRACKffi) AIRPORT OPERATIONS MANAG£1,1£NT 2192 PALOIIAR AIRPORT ROAD CARLSBAD, CA 92011 OFFICE: (760)431-4646, CELL: (760)966-J272 COUNTY OF SAN O/£GO -OEPT OF ENVIRONMENTAL HEALTH (MEL/SSA PORTER) SOUO WASTE LOCAL ENFORCEMENT AGENCY 5510 0\/fRLAND AVENUE, SUITE 110 SAN DIEGO, CA 9212J OFFICE: (858)694-280 I, CELL: (858)688-9850 COUNTY OF SAN DIEGO -AIR POUUTION CONTROL DISTRICT (MIGUEL JAUREGUI) COMPLIANCE OMS/ON 10124 OLD GRO\/f ROAO SAN DIEGO, CA 921J1 OFFICE: (858)586-2600, CELL: (858)586-2687 COUNTY OF SAN DIEGO -LAJIDFIU M.ANAGEl,/ENT ATTN: JEN WINFREY "RECORD DRAWING" 5510 0\/fRLAND A\/f. SUITE 2 15, MSJ50 SAN DIEGO, CA 9212J P.E. ____ EXP. _____ DATE REVIEWED BY: G-3 INSPECTOR DATE @ AfW<DON IN PU.CE EXISTING 10• STL IN PLACE. GROUT UN£ FULL EXCAVATE TO FIU WITT/ GROUT AT A 1,//N/l,/UM £VERY 200-FEET. PAVOJENT REPAIR SHALL IIATCH EXISTING IF CONCRCTE REPAIR IS REQUIRED. REPAIR SHALL TO BE JOINT TO JOINT, IN ACCORDANCE WITT/ 0£TAIL @ STA 42+JJ TO «+DO RDIOVE AND PROPERLY DISPOSE OF EXISTTNG 12• ACP ANO CONSTRUCT NEW 12• PVC 21. Tl/£ CONTRACTOR SHALL NOTIFY AFFECTED UTIUTY COMPMIES (S££ BELOW) AT LEAST TWO FUU WORKING £l,IY5 PRIOR TO STARTING CONSTRUCTION NEAR THEIR F,CIUT/ES AJIO SHAU. COORDINATE WORK WTTH A COMPANY REPRESENTATIVE. UNDERGROUND SDMCE ALERT 811 fsimlJ CITY OF CARLSBAD II SHEETS I 1-----1------1------------+---+--+---+----, L__:}_J _ UTTUTIES DEPARTMENT _ 14 @ AfW<OON IN PU.CE APPROXIMATELY 250 FEET EXISTING 12• ,CP. CROUT UN£ FULL EXCAVATE TO FIU WITT/ GROUT AT A MIN/1,/UI,/ £V£RY 200-FEET. PAVOJENT REPAIR TO IIATCH EX/STING REPLACE SURFACE IMPR0\/ff,/£NTS, IF 0/STURBED. IN UK£ MD KIND. CONCRETE FLATWORK SHAU.. 8£ REPLACED JOINT TO JOINT INSTALL 2· AUTOMATIC AIR REL.£AS£ ASS£1,18LY PER CMWD STD owe W-11. CARLSBAD MUNICIPAL WATER DISTRICT (WATER & RECLAIM WATER) CJTY OF CARLSBAD (STREETS & STORM ORAJN) CITY OF CARLSBAD (SEWER) SOC&£ AT&T SPECTRUM COX COMMUNICATIONS @ @ ® INSTALL 2· IIANUAL AIR RELEASE ASSEMBLY PER CMWD S70 owe W-10. r.N"'O"J:"'E--,7"5~-'R"E'"'M"o"v,,...A-'N"'D""D"'I =====-===co'cc"mr..---;;;:;;;i Rff,/0\/f AJID DISPOSE EXISTING WATER S£R\IIC£ ANO INSTALL NEW 1.5" WATER INSTALL NEW 1" WATER SER SERVICE PER CMWD STD. owe. w-• L_:..._=----------------- (760) <JB-2722 (760) <J.4-2980 (760) <JB-2722 (800) <I 1-7J4J (BOO) 892-0123 (800) 227-2600 (619) 262-1122 Ill !ofr.g~t~~Nr~ I 14271 Danielson Street Poway, Colifomio 92064 T 858.413.2400 F 858.413.2«() www.iecorporotion.com t---t--+----------------t---ir---t---if----l fMAWVeiiENTPLAN FOR, NOTES PALOMAR AIRPORT WA TcRLINE REALIGNMENT PROJECT Q-.. f,JJ}.,. Y: OA"10 PAOILIA. RCE 6/20/2022 I I :J I I I I 11 _ .. _, .. ~Haft ~ ~,.. ~-. 12Mu~1 OWN BY: I PROJECT NO. I ORAWINC NQ. =-= ~ ~:± 5055-1 534-8 0,.T( 11NfTW. !ENGINEER OF WORIC REVISION DESCRIPTION -"""-LNTW. """"""""""'- :it ii.i ..I < 0 11) ..I < z a ii: 0 0ocuSion~10-1ccoe1e,..ecs1-400E.eF92-11ascm,SEs ,,,, I \ \ ' \ \ = '.I I -~ .. ~~l}·:·-~~ ,G CE:] ~ I I = / / \ l ,,., ' = -- ·~~. .. I r \ = \ ---;--'---------( ·. I I / I \ IP ... ESTIMATED LIMITS OF LANDFILL TRASH AREA EST/MA TED LIMITS OF LANDFILL TRASH AREA AIRGRAfT ROAD ------~·-::--:. / ,,..,..-----•· . ~~ . , -~ --- \ \ \ -_., \ \ _) I ~-J<, /J r ~«,~c, -f t, rf f,. ~ 0~ 0 - ~ . ~-,, o#~ ,, ,,,~ -'----..-,< --,,/ ... ;J:!:i:?;-" :/; ~ . ' ·~~,~ l ~ .t&ill; 1, £STIW.TED UMITS OF ffiASH AR&. 8AS£ll ON FIGURE 2 OF TH£ APRIL-SEPTEMBER 2019 SDII-ANNw.L. MONITORING REPORT CORR[CTM ACTION MONITORING PROGR,W FOR TH[ PALOMAR NRPORT LNIDnU. CARLSBAO, CA. SWJS /Jl-AH-0002(. PREPARED FOR THE COU/,ffY OF SAN DIEGO DEPARTMENT OF ENVIRONMENTAL HEALTH SOLID WASTE LOCAL E:NFDRCDAENT AG[NC'f BY G£0SYNTE:C CONSULTANTS, SAN DIEGO, CIUFORNIA 2, ALL JOINTS LOCATED WTTHIN TH[ FOLLOWING STAnONS SHALL OC DR14 .4NSI/AWWA C-900 TH£Rw.LL Y BUIT-RJS[D JOINTS FOR PVC PIPE AND MECI-IANIC<L JOINTS FOR CONN[CTIONS TO DIP ITTnNGS AND VAL\1£5. SEGM[NT k STk 11+04 TO 1J+SO SEGMENT 8: STA: 22+00 TO 23+5.J S£GM[NT C: STk J2+00 TO JJ+JO KEY MAP SCALE: 1"=100' lj !nfr.q~trJJ~Nr~ / = ,, ~ < / / /o/ z""· ( -;,"/ ;..:.--tl ',;[.. L >'\<. / I { EST/MA TED UM/TS OF LANDFILL TRASH AREA \ \ .<;:.-✓- ,!r' .·/ z; ~ /-"' ',,. \ ,L ~ 1b ~ "%. ., <(' --------- <? ,{.' il l ~ N 100 50 0 SCALE IN FEET GRAPHIC SCALE "RECORD DRAWING" 1_00 P.E. ____ EXP. _____ DATE RE\11EWED BY: G-4 INSPECTOR DATE I I I I I I I i~J CIT~Ji?! o£~~BAD JJ5H14J ,~PROvEMENT ~ FOR: w ..I KEY MAP ANO LIMITS OF WORK I ~ Pf.J.OMAR /lJRPORT WATERLINE REALIGNMENT PROJECT (/) T I I Q..,., f.)1.k. r: DA'IID PAlllll.A, RCE 6/2012022 I ~ Poway. Colifomia 92064 ~,._ No. <Wl12 : DATE T INfl"\Al. °'1£ l NlW.. Dil.T[ I tlT"l. OWN BY: =-:AS.:: PROJECT NO. DRAWlNC NO. ~ 14271 Danielson Street ~~ ·• ·-~ I ~ 1 : .,.,,.,,_, ~-...iNEDI Ra: $597♦, ~ 12/J1/22~ ! T 858.< 13.2400 F 858.413.2440 '~, IVI ' CHKD SY:--4.f._ a: I I I www.iecorporotion.com ~ /Jf c•c\l~ ENGINWI o, """" REVISION DESCRIPTION CTHV! _,,._ CITY -.a;"'-I RVWD BY: -1!l'.,'._1 I 5055-1 II 534-8 ·1 O ~uSlgnE,_. D. tCC0818'-EC$1-400E*92•1103c72515E5 --G------G-----I --c---E --·· i: I ·-•-· ,~--I • --G----------•--~ ----G--------[ -----rs(~)-I ~ Ji: I --(ATT.\------c------c---\ -c----~-----E / ----•-~~--~-E -~~---~---:_ -J ~ I I m------,A~-c------c--~-=-• l,"><"<l--------=-"'~' " ~ ~ n -~,_, ~ ---,. • ,,. ...._,_~ " _ --j o I }-----;:--· ---I I ---=--__:-....,.,., ----, -' • • ' ., ~-~.. " ---• ~r · --:.. -• --. ___ . _______ . __ +:.... . ::: ,.:.:.,~ ..,,.; __ J _ .;:., _ .,. .-o:--;;.:;.;,;-=-=-:--=--:::.~ --::: .::: -=-· ..... -::_ - 1 ! ± L_ ___ E_ ----E---, n(P,<)--I ! ,o•~g•-· \ p • ·••!\,._,_,-.i;-\,, ·:__ ______ _ --+---, El • -I --.;:,.~. .. "~ ··-~. .. -----. ----=---" .1 . . .. '..... ~ .. .. J -----, ..... ~ ---. ----. " -' _j _______ ~ --•·=~M-• I . -------I '\ l \ \ \ (ATT)----(ATT) ATT)\-----(ATT) (ATT) ATT ATT) A ATT) ATT)- ------I . . I WAT(R UN£ S£GM£NT B l STA 23+53 PIP£ SEG/,fENT D£SCRIPDONS· ~ • MW/DON APPROXIMAT£LY 1,265 LF OF DIISTlNG 10" ST££L PIP£ CONSTRUCTION NOT£S· 1) MW/DON DI/STING 10• STL WAT(R IN Pl.AC£. CROIJT UN£ FULL D'CAVAT£ TO f1LL W1TH GROUT AT A MfNIMUM EVERY 200-fffT. 2) PAVDl£NT REPAIR SHALL W.TCH DIISnNG. IF CONCRf:T£ REPAIR IS !<£QUIRED R£PAIR SHALL B£ FROM JOINT TO JOINT IN ACCOR!W<C£ wmi DETAIL CD ~ 3) VALVE' CO~ AND TOP 2 FEH OF VALVE' CAN SHALL B£ R£MOVED. THE REMAJNOCR OF TH£ VALVE' CAN GROUTED FULL AND THE SURFAC£ R£STOR£D ro W.TCH DI/STING. 4) SURFACE IMPROVDIENTS DISTURBED BY DICAVATION SHALL BE: REPI.ACED IN UK£ AND KIND. IN THE CASE OF CONCRETE FI.ATWORK, REPLAC£M£NTS SHALL BE JOINT TO JOINT. WAT£R UNE SEGME:NT 'A' STA 10+00 lU -ATT),-----~ , -•-· '"' ,' ~ co r•--~ --o---~ / ~ ..:::C I ----E--C lU ----E ____:....--:: _~ ~ t----- lU I n(P,C)-~ •"><"<l ~ I = ~ -- WATER LINE SEGMENT 'E' SCALE. 1"=20' _.,.....-<>',.......... • ' / ,,----.-n----~ l ~~/ ~~ I L · '"' 1 f ±=ii 1/ _..,.,,....-.. ' -. --., ''"' , I I -----E -' C ·--E r-----~ ~1/. ~ ~.,------1 . ~ fr1r~ .,.,--. ' ,.,,.. I ' /' ----rt="'· / //,/ / ----., ~U SE:GfENT'C' / /" / ~----'" ' ,,-tf' /" /' . ...a / / . L_ --#---0 --< -/ _/ // ,,y/;,// . -----~ -/ ,/ , / /./ / , " ~$,;;;---- ~% :(\~ ,/ /~/ #;/// // m.,,.:,.~•· -,....,.-- 1/ / /. / -$~:•H . 0 / ~/ // , _,. ,/ ✓G ~ ✓ ,,,,,_,,// /. / , / / / ~ ./ // /c./ .,,,,,,.,,/ #/_,Ar"/y ./ .,,.,, .. // / / ...,, // MW16oN1N/ _,,/~ #/, . / :I' " / .,. . .1'-:, e;::;: ~-/ / / / / •. = • I l1 / .. •/ ~ / / ~?· ~• ,~r. ,/ / . // WAT£R UNE SEGME:NT '0' -,. 20 rv 10 _Q iii ~ SCALE IN FEET GRAPHIC SCA!.£ 20 $/ "RECORD DRAWING" / WATER LINE SEGMENT 'E' SCALE. 1••20' P.E. ____ EXP. _____ l);.TE REVIEWED BY, WAT£R UN£ S£GM£NT '.A' <"' D-1 '' INSPECTOR o;.rr SHEET Ir CITY OF CARIBBAD II SHEETS I lUTIES OEPARTMENT 14 .. F ~~_!!:.,,=._~_f;..,,.-=iir:=..:/i-,±i'~~~;._;:~.,,,,.,.------,,__--~~~ ------------i i I I I .. lj , ofr.q~tr~~tµr~ I ,(1· I 11 '--_;;. H-271 Danielson Street Poway, Colifornio 92064 T 858.413.2400 F 858.413.2«0 www.iecorporotion.co~ REVISION DESCRIPTION PALOMAR AIRPORT WA TERUIIE REALIGNMENT PRO.icCT Q..,._ f.)_fu. r-t, l);."10 PADJUA, RCE 0/10/ZOZ2 --··--· -IGINEl:R I OWN ec::::&:::I [ I -i 1 .. ,. , - 1 CHKO BY, _,/1,L_ OTl1£R IPPR<NN.. cm APPRCWAI. R\IWO BY: ---1m'..._ RC[ '597♦, £XPIRES 12/Jl/22 .. ,. PROJECT NO. 5055-1 lfDAAWING NO. I 534-8 :i w ..I C( 0 (J) ..I C( z c:; ill: 0 OowSienEm-R111t 10· 1ceoe1s-.-eca1.0QE..s:e2.11o:,,ern1SES 330r--,---------,--,---,---,----------r------------,---r----,-------------,----;-----,--------,----~--l -j.. t t + +-CONSTRUCT 10• PVC C900 J6J.1.J Lr -r T I~ -j,~ [ '£X1snNG 8° PYC l 8810J L.F OJ~ I I-~ . ~~-I~ g(',fli 8 ~ -+ V) .:: ~ HGL-550' ----------;-! : -- f'ROPc 10• PjlC CL235· C-900 WAm1 UN£ ------------ f99.7< LF O -0.20% ;i:-mfil )> -, (/)2 rn t: (/)~ iii(/) rr, i;! -I .. 'i ..... 2 <? ~ 310 :: . -,., 0-illQJ STA J J+(),f TO STA JJ+50 ,--------------------t-----,--INSTA/..1. CONTINUN.LY FUSED JOll,ITS >---+-------+----< SEE NOTE. 2, G-, WATER LINE -'A' SCALE: HORIZ: 1. = 20' 300 VERT: 1'=4' 300 10+00 11+00 12+00 13+00 NOTES 1. TRACER WIRE: SHALL 8£ INST"'-1.£D ON PYC WAm1 WJN. SE:£ WATER NOTE NO. I 8, SJJE:ET G-J. 9. INSTIJ..L TRENCH DAMS £VffiY 200' PER OCTAJL @ rrRENCHDAMSTOBELOCAITDATSTA10-S4ANDSTAll+4S 2. Tr? TRENCH SECTION P£R CllW/J STD DWG W-2. 10. CENTER 20' PIP£ UNOCR SD CROSSING. NO JOINTS WITT/IN 10' £/THER SJD£ OF CROSSING. WATER & FIR£ SERVICE DATA TABLE .3. TRENCH RESURFACING P£R CITY OF CARLSEW) STD DWGS GS-25. ,/. £XIS7JNG SU/Nf:Y MONUMENTATION TO 8£ PR£S£KVfD PRIOR TO CONSTRUCTTON 5. C0"7R/\CTOR SHAU. WJNTAJN ACCE:SS FOR IJ..L DRMWAYS -"'D £11£RG£NCY Sf:RVICE:S AT ALL TTME:S. 6. CONTRICTOR SHALL POTHOLE £NnR£ ALJGNMENT INCLUDING TT£-IN LOCATIONS AT L£AST 2 WE:EJ<S PRIOR TO ANY TRENCH EXCAVATION. 7, ANY CONCRITE D,WA,GE SHALL 8£ R£PLAC£D JOINT-TO-JOINT TO MATCH £Xl5nNG, INCLUDING 8UT NOT LJMITED TO SIDEWAU(S, CURBS, GUTTF:RS, -"'D AJRPORT PAVE:IIE:NT. 8. IJ..L JOINTS ON SEGMENT 'A' 8£TWE:EN STA. 11+0< TO 1.3+50 SHAU. 8E ORI< -"'SI/AWWA C900 THERw.LLY BUTT-FUSED JOINTS FOR PVC PIPE -"'D RESTRAJNED MECIWIICJJ.. JOINTS FOR CONNECTIONS TO DIP FITTINGS. \ \ ,-~ \~\ 11. STATTON 9+97 TO STATTON 10+50 IMPACTS ACTM T,IX/WAY -"'O SHN..L 8E PERFORAlfD AS NIGHT WORK. @ CillO Sl1J BDRING/ll R ( 1 S9°-46"J1.£ --- 2 S5<'<6'J! "E: --- 3 Slr<7'2<"E --- • S3S12'J6'\V --- 5 Slr<7'2<"E: --- (JI N80"12'36"E --- (12 S80'12'36'\V --- /J S10'5J'OB"E: --- \ ',; \'!.It, \ r~\ ~~ \\ \ '<"\ \ __ \ -;, \ \' (\\ \~ INSTIJ..L FOUR _(<)_F'R2_TECTTON p \\ ~ \ ROPOSED 10" \~ ' PVC WATER r,'t ' ~~ \'. \\ \\\ \~ \\\ SE£ CONNECTION OITA/LS~ or 2 ~ ,,,-;w, . . f ~ TD EXIST 6 • FS --Jg: s1;_£rr c-2~\-\:~ ~,~ I =a'-'" "' ·-. I , '.·... ........-·--· -, I ~~ © -' , ' )rn':2: ---·--, "'"' L 5.08 29.98 72.96 •. 24 2<5.25 ,.oo •. .38 2.00 --/ D£SCR1PTJON 10· PYC-C900 10° PVC-C900 10• PVC-C900 10• PVC-C900 10• PVC-C900 6. FIRE SERVICE 6° FIRE SERVICE 6° FIRE SERYICE ,.,....,.,_ I I I ! i ! I I -~ CQ_NSTRUCTION NOTES I £XISTTNG D£TECTOR CHECK ASSEM81. Y PROTECT IN PLACE D<ISTTNG TRANSFORMER, PROTECT IN PLACE £XISTTNG £l£CTR/C♦L PANEL, PROTECT IN PLACE £XISrJNG FENCE ON I 2" BLOCK WALL PROTECT IN PLACE £XISTTNG STORM DRAJN, TO REWJN £XISrJNG FIRE lfYDRANT, TO REWJN, RECONNECT TO N[W WATER UN£ @ REAIOVE: ..,,D DISPOSE £XIS7JNG s· STORM DRAJN -"'D (<) 12 ·x12 · CATCH 11,fS/NS -"'D FURNISH -"'D INSTALL NEW 8° STORM DRAJN -"'0 (<) 12"X12° CATCH 8,tSINS IN S.WE UNE ANO GR.ADE AND CONNECT TD EXISTING HEADWALL ® FURNISH ANO INSTALL 9(1' DI BEND @ FURNISH AND /NSTIJ..L ,s· DI 8£NO @ FURNISH AND INSTALL 22.5' 0/ 8£ND {B FURNISH AND INSTA/..1. I I .25' 8£NO @ FURNISH AND INSTA/..1. NEW Go\TE VALVE: @ !PROTECT IN PLACE 1£XISTTNG 8'X2<' SHED ,.,O • uRi,1511 ,.,B 111Sn<tt nf'ol ~ >l:lf A'1£FIB~•1£1l 611£9 ••~17 GQLgR &II~ HIU:'/ Elfl&;i"G. &IJ!ll/R'. -SEIi 11/EO I e~ ldRP6Rf "'IO 613ffl!ef REIIEli "'IO "'PRthl"L @ REM<JV£ £XIS7JNG FENCE:, FURNISJJ -"'D INSTALL NEW FE:NCE, COORDINATE W/SD CONSTRUCTION @ Ril"'1i. U/P Pl~PQSi; iXISPOIG 111•:i.P SiRIIICi; •Ng llr.t'Ll """ ~• W♦:i.P 59ltt6C PER G:UHS SffJ. Sh8. M af @ FURNISH ANO INSTA/..1. 10°X10"X6" 0/ TE£ @ REPLACE IN PLACE: EXISTING FIRE SERVICE CONN£CTTON WrTH N£W G.<TE VALVE: ON TEE BRANCH. INSTALL NEW PIPE AS REQUIRED -"'O RECONNECT TO £XIS7JNG FIRE SERVICE PIPING. @ @ @ @ CONSTRUCT THRUST 8t.DCK PER CIIWD STD DWG W-19 CUT, PLUG, -"'D MAI/DON IN PLACE: £XISTJNG 6" FIRE SE:1MCE GROUT FIRE SERVICE FUlL /NSTIJ..L NEW FIRE HYDRANT ASSO/Bt. Y PER CMWD STD DWG W-1 7 PROTECT IN PUCE EXISTING HEADWALL REPLACE IN LIKE AND KIND CONCRETE BROW DITCH @ INSTALL 2" AUTOMATIC AJR R£!.£ASE ASS£M8LY PER CMWD STD DWG W-11. INDTE 75 REMOVE IWO DISPOSE OF EXISTING WATER SERVICE AND INST All NEW I• WATER IERVICE PER CMWO STD OWG W-3. J I i f I __ ,_.._., 7'"~ I I DEMO EXIST. 10· 5TL WTR J N £)(/ST} I D£IIO DOST. 81.DW OFF OFF DEMO EXIST. VAL V£ DEMO EXIST DE:110 EXIST. TEE VAL\IE DEMO EXIST. VAL\IE ! f / I J CONNECTION DETAIL (EXISTING) N CCHNf.a TO EXtSr. a· U'/ W/ 10•.e• Rm FURNISH loNO MTAU. H£'lf 45' BfHO_a.,r, ~ AND NlD DOST. 10· sn.""' ~UT. PLUG. ANO MD £)(/ST. Io• 5TL WTR N0TT0SOU.E -\"'"""--===-~~ ~ -~--"'""l·~ ----..__--;:c ' -~.} I @ ~ •----=-----~-_:-, ~ / iii(/) . _ _ -------s , I rn :--1 -"¼;--_----_,,,. ,> ----'"" ~--=------. .P "' ... --. -------~1 a --;:--~ '1 ~ ~· .,.i>_; ~ ;;:s:;_'::'°'(rYP'?'..., I 1~ -POlmOH a, =--f 1· .. "' I "RECORD DRAWING" P.E. ____ EXP. ____ _ Ol,TE POTHOLE DATA TABLE Sl1J STATION unUTY I DE:SCR/PTJON I TOP I BOTTOM IT] 1D+0l.80 ATT I 2• PVC I -2.06· I -2.26' 0 10+19.44 NOT FOUND, WATER IN HOLE Q] 10+59.79 SOC&£ •• PVC I -2.66' I -3.06' ~< 20 20 10 0 SCALE IN FEET GRAPHIC SCALE -------~ t"S(Pve) .-s('Pilc)-- fTfJ,/ SIZE If\ 20' h.. 10· /J\ 20' WATER LINE SEGMENT"' SCALE: f":;;20' EASEMENT DATA TABLE REFERENCE DOCUMENT PR 0,-JI, DOC /2011-0J71018, REC. JULY <. 2011 DOC I 58580 PROPOSED 20' PERMANENT ESMT 11:J !nfr.q~t~~tµr~ 14271 Danielson Street Powe:,. Colifomio 92064 T 858.413.2400 F B5B.413.2H0 www.iecorporotion.com REV1EWEO BY: CONNECTION DETAIL (PROPOSED NOTTO SCALE C-1 ~ .!2ill:. ['siiffill CITY OF CARIBBAD 115=1 1---+-+-----------+---t---t--+---i L.§_j. UTIUTIES DEl'AATMENT . 14 REVISION DESCRIPTION rTPLAN FCR: WATER LINE SEGMENT ~' STA. 10+00.00-13+55.10 PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT Q...., f.JJJ..,. !Y: O,'.VID PADILLA, RCE 6/20/2022 .,._ .. _, .,..QNEER RC£ 5974, EXPiRES 12/31/22 "'1[ I "'1[ ,--I "'1[ 1--I ~~D~,-1LL [ OTHER ""1'ROIM.. 0'TY ~ R'VWO BY: ____BrL..__ PROJECT NO~ 5055-1 ]IORA;~NO. w ..I < (.) Ill ..I < z a ~ 0 Oo<:u691~ IO: 1CC0e18'-EC91AOCE.efP2•11~12515E5 I r r I T ~ -~ r CONSTRVCT 10" P>CI Cl/00 517.56 lF ~ + I ~ ~ f ~ t I t t i i i t ¼ I + + + T" ... i--+ -+-HCL-.$50 + t L j" +-+-t-.... +-... ~ +-.. ,l. "· -,I. L I ~ ~-~u ....... ~lJJ (/)~ lJJ (/) ~lJJ ...J lJJ ~(/) ~ -J2s:ci2 Tro 1:15" ::::1 ,.; :± ~ PROP. 1a-PVC CL2J5 C-900 WATER UN£ Cl ~ ,~ STA 17+5/i TO I -< -"' !~ ~; ;a + t ~ t --P' ~ t = I + ~ J SCALE: , _ j-I R£STRAJN JOINTS _. ~ HORIZ: 1 • = 20· T £X1ST ~ s· I DEMO EXIST. 12• ACP WATER DEMO £XJsr. 6" BLOW OFF WATER SERVICE DEMO EXIST. 2" BLOW OFF ,,__,,___ -r DEMO EXIST. TEE DEMO EXIST. DEMO £XJST. I • AV 8" WTR A/CP ~ DEMO EXIST. 12" WATER SERVICE D£MO £X!ST. IO" DI WATER ~c o/ DEMO EXIST. 6" I BLOW OFF CONNECTION DETAIL (EXISTING, WATER LINE • 'A' t t t t -I---STA 17-1-95 .18+52.94 I I I l I I VERT: 1" = 4' r t f!£1.D 'VUtlFY 14+00 15+00 16+00 17+00 18+00 19+00300 NOTTO~E CONSTRUCTION NOTES F1JRNISH AND /HSTl,LL 45" DI BEND F1JRNISH AND /HST/,LL 22.S-DI BEND F1JRNJSH AND /HST/,LL 11.25' BEND F1JRNISH AND INSTl,LL NEW G.4TE VALVE: RE:MDVE: AND DISPOSE £X/ST!NG VALVE: Bl!iPSSE SffS11, '8 i''tJER SCFi'1•6£ W9 l"f&Jiil\£:.l M:Elf •• Mell.~ l'tteE , ER ew,m JPB. c,n,. w 4 @ RE:MOVE: & DISPOSE OF £XIST FH. ASSE:MBLY CONSTRUCT NEW FH PER CMWD STD. DWG. W-17 @ F1JRNISH AND INSTl,LL tO"lltO"l/6" DI Tf£ @ NOTES I. TRACER WIRE SHAU Bf INSTALLED ON PVC WATER WJN. Sf£ WATER NOTE NO. 18, SHEET G-J. 2. TYP TRENCH SECTION PER CMWD STD OWG W-2, J. TRENCH RESURFACING PER CrrY OF CARL.SEW) STD DWGS GS-25. 4. £XISTING SURVE:Y MONUMflffATION TD BE: PRE:SfRV(D PRIOR TO CONSTRUCTION 5. CONTRACTOR SHALL WJ/fflJN ACCESS FOR Ail DRMWA'rS AND £M£RC£NCY SfRVICE:S AT Ail nME:S. 6. CO/ffRACTOR SHALL POTHOU: E:NnR£ ALJGNMfl(r INCLUDING n£-IN LOCAnONs AT L£A5T 2 WEEKS PRIOR TO ANY TRENCH EXCAVATION. 7. ANY CONCRITE cw,;.cf SHALL Bf REPLACED JOI/ff-TO-JOI/ff TO MATCH EX/STING, INCLUDING BUT NOT UM/TfD TD 5/DEWALXS, CURBS, GUTTERS, AND IJRPOl'T PAVE:MENT. BAS£ AND AC PAVEMENT PATCH PtR 5P£CJF1CATIONS ~~:ir{ (100-E:-100) •. , ·.·•· . WITT/ '°" BE:NTON/Tf CU.Y POWDER ,o· PVC C-900 illl WRAP PIPE IN 2 U.rrRS OF G£0T£XTIL£ AND ENCASE IN POL Yffiffi.£N£ TAP£ ALL SuWS. DO NOT CAST CONCRE:Tf AROUND UNWRAPP£D PIPE. 10" PVC C-900 @ @ @ REPU.C£ IN PU.Cf £XISTING FIR£ S£JMC£ CONNECOON WITT/ NEW G.4TE VALVE: ON Tf£ BRANCH. INSTl,LL NEW PIP£ AS ~OU/RED AND RECONNECT TD £)(/STING FIR£ S£RV/C£ PIPING. CONSTRUCT THRUST BLOCK PER CMWD STD DWC W-19 INSTALJ. NEW Fl~ 1/YORANT ASSfMBLY PER CMWD STD 0WG W-I 7 8. Ail JOINTS ON 5£GMfl(r 'A' B£1W££N STA 11+04 TO IJ+5C1 SHAU Bf 0Rt4 ANSI/AWWA C900 THERMALLY BUTT-F1JS£D JOINTS FOR PVC PIP£ AND RE:SrRA/NfD MECHANICAL JOINTS FOR CONN£CnoNS TO DIP ATnNGS. J" MIN. v1 ! I 1vl .. .. . . . ....... ' ~...... . . -·'• ,··.•••·a.'.i~ ~r RE:MOVE: AND DISPOSE £)(/STING ..a.NOONED 8" ACP WATER UN£ AND INSTl,LL PROPOSED 1D" PVC WATER UN£ e R£PU.C£ £XIST SIGNAJJZED CRDSSWALX IN UK£ AND KIND INCLUDING TRI-FFIC/LDOPS, STRIPING, AND ~C£SS£D I..IGHl1NG @ @ @ PROM STA 16+94. tJ TO STA 18+72.57 REMDVE: AND PROPERLY DISPOSE OF £)(/STING 8" ACP AND CONSTRUCT NEW to• PVC /NSTl,LL 2" AUTOMAnc IJR Rfl.EAS£ ASSEMBLY PER CMWO STD DWG W-11. RE:MOVE: AND DISPOSE £)(/STING WATER SERVICE AND INSTl,LL NEW 1.5" WATER 9. INSTA/.1. TRENCH ~S [V(RY 200' PER 0£T,IJL EBjTRENCHOAMS TOBE:tOCATEDATSTA 14,_,,5, SrA 16+60, STA 18+51 - 10. C£WTER 20' PIPE UNDER LFG CROSSING. NO JOINTS WITHIN 10' £1TH£R SID£ OF CROSSING. 0 TRENCH ~ SHALL BE TWICE TH£ WIDTH OF TH£ TRENCH IN LENGTH OR MINIMUM OF J6 INCHE:S WHICH[V(R IS GREATER mENCH DAM DETAIL( 3 NOTTO SCALE SERVICE PER CMWD STD. DWG. W-4 f,'orns -REMOVE A I WATER SERVICE PER ~::::,;r::;sE ~o~< fX~IS~rl~NGGiiwi,;;:AnTE'RR5SE~icic.,;;;=-=--D. DWG. W-3. RV/CE ANO INSTALL NEW 1• ft' ,, 't' -• --• ~-1?-c r:· . Ir . , . ._ :'>, , . ~ _ (•)~ -,.,-,-(•J-· -(ru -. ~ (•) ----(SL) r -· --(SL)-· -(SL) 'if .• :,,, ' =c=::--.,.,---_..,,--,~,--· ,.,--... ,--.ce-, .. -=---~--~,~,J', i ,rt, ,,,,, . . -. -J 1-" \ c., ,-1. -~ PRO~OSED 10• •..••••• • ~ @) ~-• PVC WATER NRCRAfT OOAO -,l ._._ ~ ~ \ .. , ... --- ! I "" -j / Sf£ SHffT C- FOR WA.TE"R LJN1 S£G!1£NT 'D' ! , .§ I -l ,!' \ \~-~. . +---::::-.----------------,:.------0--------==~:~------------------- .l~ ~ \.-J,..:::..-------1----~ ------ ' ... :1=11· ·e:t'~)f. ....,, ,,,,.._~ --=--~~~--~---~ ' -,,J ~ SHW M I l!' 1 ·-.'..+ ~ FOR WATER UN£ \ ~ !'SEGMENT ·o· / I o/ FURNJSH A.NO INST.I.LL NEW 12" GATE VALVE: F1JRNISH AND INSTALJ. NEW 10" G.4TE VALVE: FURNISH AND INSTALJ. NEW 12"lll2"lll0" DI T££ AND CONSTRUCT THRUST BLOCK PER CMWD STD DWG W-19 ·FURNISH AND INSTl,LL NEW 2" MANUAL IJR = VALVE: PER CMWD STD DWG W-5 ; -FURNISH AND INSTl,LL N£W~ l WATER 5£R\IIC£ PER CWWD 1 STD DWG w-<- F1JRNJSH =NSTl,LL NEW 12• PVC WATER CONNECTION DETAIL J?ROPOSED, NOTTO SCALE WATER & FIRE SERVICE DATA TABLE BENIING/c, I R DESCRIPOON ----SS4"40'1J"t 37.77 10" PVC-C900 N49"D5'#"£ 288.80 10" PVC-C900 5"05'/J" I 475.52 42.22 10• PVC-C900 --- NSJ"56'08"£ 154.19 10" PVC-C900 S.W-S4"08"t 43.00 6" FIRE: SERVICE SJ6"15'37"£ 11.99 6" AR£ SERVICE "RECORD DRAWING" Sf£ CONNE:CnoN P.E. ____ E)(P. _____ DAIT 0£TMSG"\ I 0 REVIEWED BY: I C-2 INSPECTOR DATE f>,, / I I I I I I I I I SH? II CIT'tn~! £~!&BAD II SH14 I ,_w:RCWEMENTPI.AN FOR: '11 20 10 0 SCALE IN FEET GRAPHIC SCALE 20 WATER EASEMENT DATA TABLE IITfMIS/Zf REFERENCE DOCtJMfl(r 20' I PROPOSED TEMPORARY CONSTRUCOON 20· I PROPOSfO 20· PERw.11£/(r fASOIENT 20· I DOC I 2D07-0755945. ~c. 12-05-2001 15' I DOC/ 1991 -0095890, REC. J-5-1991 20· I DOC I s2-020110, ~c. 12-25-82 .i, 19a.-01202B< POTHOLE DATA TABLE S'fll STAnoN vnurr D£SCRIP110N II] 18+70.82 MULnPLf ® 17+92.19 8" LFG (HOP£) GPR WATER LINE SEGMENT '.A' SCALE: r"z20' Ill !rifr.q~~r.~~Nr~ TOP BOTTOt.l I I 14271 Don;elson Street -1.90" -5.56' Poway, Califomio 92064 T BSB.413.2400 F 858.413.2«0 ~J' -www.iecorporation.com REVISION DESCRIPTION O,.TE I N1W. I O,.TE I ..,,,._ OTHER ~ QTY APPRO{AL. WATER LINE SEGMENT '.4' STA. 13+55.10-18+72.46 PALGI\IAR AIRPORT WA TERLJNE REALIGNMENT PROJECT Q-. f,.JJJ.,. !Y: o,,-.,,o PAOIUA RCE 6/20/2022 RCE M974, EXPR£s 12/31/22~ PROJECT NO. 5055--1 ]I ORA.WING NO. 534-8 w ..I 4( 0 Ill ..I 4( z a ii: 0 Ooc\o\Sign ~ IQ-1CC0818A..EC91-400E-¥92-110:l-'72S15E5 (;_ONSTRUCTION NOTES @ REMOVE AND DISPOSF £X15nNG ABANDONED 10• STl:EL WATl:R UN£ AND INSTAU PROPOSED 10• PVC WATl:R UN[ FURNISH AND INSTALL 90-DI BEND _j_ CDNSTIWCT tO .. P\.t. C900 352.46 LF L ® © @ FURNISH AND INSTALL NEW G4TI: VALVE" 103.94 LF O 0.04% 0 ;; ~~ ~ I IOI @) WATER LINE . 'B' I SCALE: HORIZ: 1• = 20' VERT: 1"=4' 20+00 I I ! D<IST 6" PVC" ! WATER UN£ "I £X1ST IO"PVC . WATER UNE fO"'.li"JO-:it!• TE£ M7H H£fl 5• VAL\,£ STA, 2 1+99 TO $iA 2f<;J2 RESTJWN JQ!WTS 21+00 ----,nc,Q ' ,Efo.-1, ..... ..,,,.,, ___ _ FURNISH AND INSTALL NEW 10• P\C WATER STA: 20+00 CONNECTION DETAIL /PROPOSED) ( J NOT TO SCALE l {:, I --L-(ATT) - I -(ATT) ----o-,.~-,.,,,---,---_l_ -, "vf 1-I ~---o--. £ I '\ ··-£-~-y- PROPOSED 10" PVC WATER w.c1- ···-£ -- ~ J I I IHI I I ~ 11 r ~ "--Sff CONN£CnON ;._.,_J.___1 0 DITA/IS 6"-.,, t,1,;,~ I~-0 ----~J -.-·-P- rtt7 ,c) ·~·j~'. ~ WATER & FIRE SERVICE DATA TABLE SYM I 8£1,RtNG/c. R L DE'SCR/PnON N79'29'19o ---J52.46 10• PIC-C900 N/1'59'50-W ---9.24 6" FIRE SERVICE 59'58'57• ---5.00 6" FIR£ SERVICE S /0-/0'0Jt ---11.lJ 6" FIRE' SFRV/CE HGL•550' "' -~~ "' ..; D<ISTING IND l __ 1.._.1. .J, t ' ' :---.---' , 22+;;;9,-- D</ST 6' FIR£ ) --- ~1; ~B 22+-00 ro 2J+SJ ~---.:.....-.:....._ INSTALL CONnNUAUY FUSED JDIWTS 1-----------l I SIT NOT( 2, G-• 22+00 23+00 :;½{ i~~ 1 i~c~~so EACH S/0£ EXISTING P.f;C. P/:.· •; ;~ ;-./ . .-1 .7 PA\1£MENT I Sff NOT£ J --l 12• OF SUBGRAO£ AT 9.5% REI.ATM COMPACTION ~ NOTES 1. D<ISTING CONCR[T[ PAl'E"IJE:NT SMAU. 8£ ~WCUT AND RE:MOVE:D. PRIOR TO PLACING CONCRE:TI:, PAVE"MENT EDGES SMAU. 8£ TRIMMED TO NEAT HORIZONTAL AND VE"RTICAL UNES, 2. CONCR£TI: TRENCH C0\1R SMAU. 8£ A MINIMUM OF 8 '" THICK. J. TRENCH Sf/ALL BE T-CUT A MINIMUM OF 12" WIDER ON EACH SIDE OF THE TRENCH. 4, CONCRE:TI: TRENCH RESURFACING SH4LL 8£ APPUCABI.£ IN AREAS WITH D<ISTING CONCRE:Tc PAVING. ASPHALT REPAIRS WITHIN CONCRE:TI: PAVING SMAU. NOT 8£ ALLOWED. DETAIL 'B' • CONCRETE TRENCH RESURFACING( 4 ~ ® ~ _/ ' NOTTO SCALE -I ~ {ATT) ~-c---'~TT} --o ATT)~ ·-C-· ATT) ~ / I REPLACE' D</ST. 10• ~ ITT)- ~ . G Sff CONNECTION DETAILS 0AND~ ~ !I S1l IN Pf.AC£ WfTH I •---.. -..!!Qf.~~--.-i .. __ •------i ' f -----•--+-0 0 I ,-sc,,c,---;-- ~I I / ABANDONED SEGMENT D<IST s• VAL\1£ 0-, / '£', Sff DWG. 0-1 --~ :t:J;::;: 10'"!N -bl, ~.,...;;,g. ---L:': RECONNECT D<IST. UNKNOWN WATERUNE (FIE:I.D \1RIFY) @:§) IV 20 10 0 20 SCALE IN FEET GRAPHIC SCAJ.£ CONNECT TO D<l5nNG WATER UN£ (6" PVC AND 10" PVC) @ Rf.PLACE: IN PLACE £X/5nNG FIRE Sf:RVICE CONNECTION WITH NEW G4TI: VAL\1£ ON TIT BR.4NCH. INSTALL NEW PIPE AS R£0UIRED AND R£CONN£CT 11) D<ISTING FIRE SERVICE PIPING. @ CONSTRUCT THRUST BLOCK PER CIIWD STD DWG W-19 @) FURNISH AND INSTALL 10"XIO"X6" DI Tl:£ @ INSTALL 2• AUTOW.nc AIR RE:l.£ASE ASSEMBLY PER CIIWD STD DWG W-11. NOTES 1. TRACER WIR£ SH<LJ. 8£ INSTALLED ON P\C WATl:R WoJN. SF£ WATl:R NOT( NO, 18, SHffT G-J. 2. TYP TRENCH SECTION PER CIIWO STD DWG W-2 . J. TRENCH RESURFACING PER CfTY OF CARLSa.D STD DWGS GS-25 . •. D<IST/NG SURl'E"Y MONUMENTAnON TO 8£ PR[SE:RV£D PRJOR TO CONSTRUCnON 5. COWTRAGTOR S-L WoJNTAIN ACCESS FOR ALL DRMWAYS AND £MU?GENCY SERVICES AT ALL TIMES. 6. co,,mw;roR Sf/ALL POTHOLE ENTIRE ALIGNMENT INCLUDING TIE-IN LOCATIONS AT LEAST 2 WEEKS PRIOR TO ANY TRENCH D<CAVATION. 7. ANY CONCRETE DAMAGE Sf/ALL 8£ REPLACED JOINT-TO-JO/NT TO MATCH EXISnNG INCLUDING BUT NOT LJMITID TO S/DEW-'LXS, CURBS, GUTTl:RS, AND AIRPORT PA\1£1,/[NT. B. ALL JOINTS ON SFGME:NT 'e' FROM 22+00 TO END SH4LL BE DR/4 ANSI/AWWA C900 Tfl[RW.U Y BUTT-FUSED JOINTS FOR PVC PIP£ AND MECHANICAi.. JOINTS FDR CONNECTIONS TO DIP FITnNGS. 9. INSTALL TRENCH CWIS E:V£RY 200' PER DETAIL a--..., ITRE"NCHDAMSTDBElOCATWAT5TA10+25, I ~ ►TA 21•75 AND STA 13+25 J I ;, ! ~· V I ...,..,_ I DfJ.10 [)(JST, s• ACP WTR AND D<IT. 8" VAL\1£ ----- ~L ,?,£MO·= A/ -,,J(JL, H --f'W•l 11; ~- DEMO D<IST. ABANDONED 6 -ACP W1R DEMO D<IST. VAL' DEMO D<IST. VAL VE" STA: 23+52 CONNECTION DETAIL (EXISTING, NOTTO SCALE I I I l I J N ~ I,__ __ ____ 1 NECT TO D<IST. B" VALVE ~ CUT AND DISPOSE D<IST. FURNISH AND INS ABD 6" ACP WTR 90-BEND & CONSTRUCT FURNISH AND INSTALL THRUST BLOCK PER CA/WD NEW I0"XB" R£DUC£R STD DWG W-19 STA: 23+52 CONNECTION DETAIL (PROPOSED) ( 2 NOTTO SCALE "RECORD DRAWING" POTHOLE DATA TABLE P.E. ____ EXP, _____ DATE ® ~ WATER LINE SEGMENT 'B' WATER EASEMENT DATA TABLE I /ID/ I SIZE I REFERENCE DOCUMENT 15· \ DOC / 82-0201D9. R£C:__ 1_-_2~-::_82_ 20' I DOC / 20D1-0804J99, RE'C, 11-0.S-01 15' \ DOC / 78-J/5672 20' I DOC / 2oiT=oJ71078 lj ,ofr.q~~r~~Nr~ 14271 Danielson Street Powoy, Colifomio 92064 T 858.413.2400 F 858.413.2440 www.iecorporalion.com SYM I STATION unLJTY OCSCRJPTION TOP BOTTOM REVIEWED BY: ~ I 21+05.51 MULTIPLE -2.94' -4,48' C-3 ~ DATE I I I I I I I I I SHa II CIT'£n~! £~~BAD I I 514 I 1---+--+---------------+.-....,;'---+---.....;--~ f-FVN FORc REVISION DESCRIPTION _a.TE I H1W. O™E:R N"P~ o.iE I IHlfW. =-... WATER LINE SEGMENT 'B' PALQ\IARAIRPORT WATERLINE REALIGNMENT PROJECT Q..,_ f..J.iu f: DAVID PADII.J.A, RCE 6/20/Z02Z I ..,....,_,, ..,..;IH[Dt RC£ 55974, EXPIRES 1~/31/22~ OWN BY: [ CHKD BY: __./lL_ RVWO BY: __.!!ll._ PROJECT NO. 5055-1 ]I DRAWING NO, 534-8 w ..J "' u II) ..J "' z 5 iE 0 ClcculSiQn Em9'ope C-ICC081&.<C91 ... 00E-¥92-110CM72S15E5 340L----------.----------,-----,---------,---------,---------------;---,------.----:------,,--,------,----:-----,------,-~-----,-----i-~7 I 34o I H---------------------1----CONSTRUCT 10~~~~00 278.69 LF ----+--------------+---- ·1; 1; " ~ a, ~ ti _f_ D<jSIJNG Gf?QUNO gc:s~ 4--._-,-- Q ~ ., --~ 320 1 1 : ,1 ..... LF) tr,_ 1:::::-=:::s 6 1 1 1 • : : 1 1 ,~; 1 1320 WATER LINE -'C' SCALE: HORIZ: 1" : 20' + 310 I I VERT: 1·: 4' I I I I ! J70.9TTF O I -O.J6'f P.RQP. IQ" &C. CL2.l!i C-900 WATER UN£@@) J I I 1 , 1 !Jt.t. NUlt. ~. u-4:. ~t..t. lNVtt. o c:st.L.rJw I I 131 O 31+00 32+00 33+00 POTHOLE DATA TABLE @ Ofil:J Sl'M STATION unUTY DESCRIPTION III JJ+-18.55 ATT 2" PVC TOP -0.78' CONSTRUCTION NOTES @ FURNISH AND INSTALL 917 DI B<NO Q1 FURNISH ANO INSTALL 4.5· DI Bc:ND @ FURNISH ANO INSTALL R£DUC£R @ FURNISH ANO INSTALL NC:W G'1E VAL\'£" @ R0/0\'E" AND DISPOSE Dr/STING WATER 5£1MC£ ANO INSTALL NC:W 2" WATER SERVICE Pm CA/WO 510. DWG. W-4 @ REA/0\'E" .t DISPOSE OF D(/ST FIi. ASSEAIBLY CONSTRUCT N£W FIi P£R CA/WO STO. 0 @ @ @ 19 e 0 @ @ @ DWG. W-17 FURNISH ANO INSTALL IO"X10"X6" DI TE£ R£Pu.C£ IN Pu.CE Dr/STING FIRE S£/I\IICE CONNECnON WITT/ NC:W GATE VAL\'£" ON TE£ BRANCH. INSTALL Nc'N PIPE AS R£0f.HR£0 ANO RECONNECT TO Dr/STING FIRE SERVICE PIPING. CONSTRUCT nlRUST BLOCK P£R CA/WO 51D DWG W-I 9 INSTALL Nc'N FIR£ HYDRANT ASSEAIBLY PER CMIW STD DWG W-17 ROJO\'£" AND DISPOSE £XISIING IO"x10"x6" FIR£ SERVICE TE£ ANO CUT, PLUG, AND /'BANDON Dr/STING 10• STEC:L WATER UNC: ON BOTH SIDC:S OF EXJSTING TEE CUT, PLUG, AND /'BANDON IN PLACE £XISTING 8" S1L WATER UN£ TO TH£ EAST FURNISH AND INSTALL Nc'N IO"X8" REDUCE:R REAID\'E" AND O/SPOS£ OF FIRE HYDRANT AND /'BANDON LATERAL IN PLACE. Nc'N FIR£ HY0RANT TO BE AT STA. JO+ 28 STA J2+72 TO STA JJ+JO.J9 R£A/O\'£" AND PROPERLY DISPOSE OF Dr/STING 6" ACP AND CONSTRUCT NC:W 8" PVC STA JO+OO TO 32+72 REMOVE AND PROPERLY DISPOSE OF EXISTING 6. ACP ANO CONSTRUCT NC:W 10• PVC @ /'BANDON IN Pu.CE £XISnNG 10• STL IN PLACC:. GROUT UN£ FULL £XCAVATE TO FILL WITH GROUT AT A AIIN/AIUAI £VfRY 200-FETT. PAl'E"AIENT REPNR SHALL WITCH £XISTING IF CONCRETE REPNR IS RC:OUIRED. REPAIR SHALL TO 8£ JO/HT TO JO/HT, IN ACCORDANCE WITT/ OITNL @ INSTALL 2" AUTOMATIC NR REJ.£ASE .ASSEA/Bt.Y PER CA/Ml STD DWG W-11. NOTE 75 REMOVE AND DISPOSE OF EXISTING WATER SERVICE AND INSTALL NEW I WATER SERVICE PER CMWD STD. DWG W 3 BOTTOIJ -2.96' OCMO D<IST. r 2" VAL\'£" N -----•~--•.-.....>---- -,,. 19'\.., :. ,.,,1:,.,.1 ,,.. --::---- I I J ! j ~(ATT) J r·7 . ' 1 T ============~~-=~cc:EE: ,uu~= ~-s · l _ _,-----· J1 ST FH TO T~i~~~J::Jio~ :%,)Jf;t THJ,,glTY. I ---, ., -~----~ --' ;··. -~ ~•>tt ---- I ,' , ""::~-::'""'~-~POSED JO" _ ---5l ' ' • ,;:,.NING PIPING TD ? PVC WATER -~ ~ • • I 1-1 ® ----I i I ' ~"'Yf'.lf----:>..::_ --I . ' ' ::::::'\:::¾ ~ ~"-;; .. -...:.· _. ---~-7 • ~-~- / -~~ ~-~ !}__ , !_ iit N ol 1 <~,__.,.,.__,,__, ffi J0+69.49 8' LFG (HOPE) GPR -J' DEA/0 Dr/ST. I • --' 1-w.NI/AL NR VAL.\'£" ~- ABANDON IN Pu.CE f Dr/ST. 12" ACP ~ I I WTR 7 1 STA: 29+96.06 CONNECTION DETAIL (EXISTING NOT TO SCALE S£GA/£NT '<'. SEE --+-. ri· I SHEET D-1 ·4 --A _.cl. --- -~~! /ii,~ 1R£NTLY NOT IN SE:RVICE 11-~~ /'BANDON IN Pu.CE I ( 17£?~!9~9':_SfE. .. t.~.@:@) ;1: ~l-.,L:0 7, t ~--:-i . ' ,cit~ ~G-~\ ., ~ ~~-· r ~'"':'~}~ aL.-1,--=~-:::-;;:;;-.--- CUT, PLUG, AND ABO Dr/ST. J 2• ACP WTR N FURNISH AND INST,1,LL NE:.W JO" 917 B<ND .t CONSTRUCT THRUST BLOCK PER CA/WO STD DWG W-19 1-:,-- FURNISH AND INSTALL NC:W 2" AIR R£l£ASE VAL\'£" PER CAIW!J__ 51D DWG W-5 Q3) _/' II' SC:£ CONNC:COON \~ OITNLS EB ANOEB _;-~ r ./, ; ~ ''ii NOTES 1 ll i 1. TRACER WIR£ SHALL 0C INSTALL£0 ON PVC WATER WJN. Sff WATER NOT£ NO. I 8, SH££T G-J. 2. TYP TRENCH SECnON PER CMWD STD DWG W-2. J. TRENCH RC:SURFACING PER CITY OF CARLSBAD 51D DWGS GS-25. 4. Dr/STING SURl'E"Y MONUA1£NTATION TO BE PRESERVED PRJOR TO CONSTRUCnON 5. COHTRACTOR SHALL WJNTNN ACCESS FOR ALL DRM:WA'r'S AND £A/£RGENCY SC:RVICC:S AT ALL TIMES. 6. CONTRACTOR SHALL POTHOLE £HT1R£ AUGNAIENT INCLUDING n£-IN LDCAnONS AT LEAST 2 WEEKS PRIOR TD ANY TRE:NCH £XCAVA1JON. 7. ANY CONCRITE rwu.GE SHALL 8£ R£Pu.CE:D JOINT-TO-,JOIHT TO W.TCH £XISIING, INCLUDING BUT NOT UAIITED TO SID<WALKS, CURBS, GUTTERS, AND NRPORT PAl'E"l.lEHT. SHEIT C-5 WATER UN£ SEGA/£NT 'o' 8. ALL JOINTS ON SEGAIEHT 'C' FROAI J2+DD TO END SHALL OC DRt• ANSI/AWWA C9DO THERIIALLY BUTT-FUSED JOINTS FDR PVC PIP£ AND AIECHANICAL JOINTS FOR CONH£C7JONS TO DIP FlmNGS. @ 9 INSTALL TR£NCH ON.IS £VEl?Y zoo• P[R DETAIL 3 ITRENCHOAMSTOBfLOCATEOAfSTA30+97AND5TA32+97 . C-2 ro. CENTER 20· PIP£ UNOC:R LFG CROSSING. NO JOINTS WITT/IN 10· EITHER SIDE OF CROSSING. WATER LINE SEGMENT 'C' SCA.LE. l'z20' ! ~ N 20 _ 10 0 _ _ --20 SCALE IN FEET GRAPHIC $CAL£ I IHA,'G.ft ACCESS DOOR I O?.Q[J /TEAi SIZE \ 20' \ 15' 15' '-. 10· WATER EASEMENT DATA TABLE REFERENCE DOCUAl<NT DOC I 82-020110, REC. 12-25-82 de 1984-012026. DOC I 78-Jl5672 ooc I 8•-J96811 DOC / 7•-162921 lj !ofr.q$_~tµr.~ 14271 Donielson Street Poway, Colifomio 92064 T 858.413.2400 F 858.413.2440 www.iecorporction.com WATER & FIRE SERVICE DATA TABLE STA: 29+96.06 CONNECTION DETAIL (PROPOSED)( 2 NOT rDSDU.E Sl'M I BEMtNG/"' R L OC5CRIPIION N79'45'18"£ ---110.-18 r o· PVC-C900 "RECORD DRAWING" 551•2•'28"£ ---6.0J 10• PVC-C900 N79'•5'18"£ ---tJ.20 JO" PVC-C900 NJ4·45'J8"£ ---6.•2 ro• PVC-C900 P.E. ____ EXP. _____ DATE 5) I N79·45'18"£ ---140.55 ro• PVC-C900 RE"1EWED BY, '6') I S9'J7'0J"£ ---57.6• 8" PVC-C900 C--4 INSPECTOR DATE I I I I I I I I I sHgET I I CIT'lr,~! 0£M3!&BAD I I 14 I 1---+--+---------------+----!--+---t----f ,_TP<Ni Fa<; REVISION DESCRIPTION om I NTW. DATE I 1Nl1"', OTltER """'°""-OlY-.OVM. WATER LINE SEGMENT 'C' PAI.OMAR AIRPORT WATERLINE REALIGNMENT PROJECT Q_, f.J1/.,. lY, DAVm _PA01l.lA, RCE 6/10/2022 RCE ~97~. EXPIR£S 12/li/2~ --.. --, _JGINEER OWN BY, I CHKO BY,_,11.E_ fMID BY, _E!L_ PROJECT NO. 5055-1 ] DRAWING NO. 534-8 w ..I < 0 UI ..I < z a ~ 0 Ooc~Etw•· I(); 1CCOS1~CSl-4o::E-¥1n-110J4rn15ES @)40+00,00 SE:C 'D' • 29+96,06 SE'C 'C' SE:C 'O' TP•J20.00 stc ·c· TP•Jl9.92 ~'--.. "-.... ,.._, I I I I L _ _____.,;;;..- ( I t tt"l"( --1(1L) ~ --I~ ,-,-<,. -t " I 40+00 ~< 20 10 0 SCALE IN FEET GRAPHIC SCALE 20 ~ CONSTRUCT 12" PVC C900 400.JI lF ----+------"'i --'----"'--'-----'--------+------'-----'-----'-----'---------"'----'---l HGLsSSO' I JiJ,OO lF O -=a. 43,r 41+00 FURNISH N-1D INSTJ.U. NE:W 12" GV CONNECT TO EXIST TIT CONNECTION DETAIL (PROPOSED) NOTTO SCALE ~ ., 42+00 ;~ .i~ 43+00 /' ;;,/ ,... ... _i~ ~- • 5~ WATERUNE-'D' •YI/'I>/ J05if01 SCALE: HORIZ: 1 • = 20' VERT: 1" =4' 44+00 12" DIP WTR W/20" 5Tl CASING ' / CONNECT TO EX/S! 10• >. / ,,-CONNECT TO EXIST 12• DIP Sff CONNECnON PROPOSED 12" PVC WATER SIT CONNE:CTIDN DETAJL ~ • :. / \§3) / ---------_.,. ----. ':.,-'If' ' ~~<~ ---.(9.1--'--rs,;.--=-'"'~ ----·~-=--=-~-~~' ---<"'---(ATD -/---("TT)-------/ / ~,(•Yh,,,-n=;=;:---(-'TT) .,...-)-r-~~ @c..----4HOO ~ ~rJ-.#l,........ ..,..:.____,~___._ __ --""'OD'Q---fo.!~46~~:S-~-A<-:~-~>< -----~+Ii#_._ ___ ........, z.::.--·· ------........_ ------DITAJLC,---,,, ..-.,,,,.,.,...,,.-0 / ------.-1'!" / _.,. ,,,.,.,,,,.... ..- / ..-,,,.,.,,,,.... -... _.,. ,,,,,....... ..-~ I .,,.-,,-_,...._,...-_..---(1L)-·-~ 1,.,-~-..,,.- -----/' / _/"'\ , "'""STA:-◄2+0J Z6 si_G Os _.,. '· ~~ ·> .G \-,,-y . ---/' -a::·. SIT SHffT'C-2 ,,.,,-,.. \ FDR WJ.IER UN£/ SEGJ,IE:NT 'J.',/✓ ,,..,, ~· , r . CONSTRUCTION NOTES -----·--- FURNISH N-1D INSTALJ. 90' DI BEND F1JRNISH N-1D INSTALJ. <5" DI BENO FURNISH N-10 INSTALL 12"><12"X10" DI Tff F1JRNISH N-10 INSTALJ. NE:W GI.TE VALVE REAIOVE N-10 DISPOSE EX/SnNG WATER SERVICE: N-ID /NSTALJ. NE:W 2" WATER SERVICE PER CAIWO STD. DWG. W-4 REAIOVE "' DISPOSE OF EXIST FH. ASSDIBL y CON57RUCT NE:W FH PER CAIWD sro. DWG. W-17 REP!N:E IN F'tACE EXl5nNC F>RE SERVICE: CONNECOON WITTi NEW GI.TE VALVE ON TIT BR»ICH. /NSTALJ. NE:W PIPE AS REQUIRED AND RECONNECT TO D<ISTINC F>RE SERVICE PIPING. CONSTRUCT THRUST BLOCK PER CIJWO STD DWG W-19 REPVCE EX/ST1NG LN-IOSCAPINC IN UK£ N-10 KIND, AIINIIIUII SIZE I GI,!. AIYOPORUII J' OC. MATCH EX/SllNC REAIOVE: N-1D PROPERLY DISPOSE OF EXl5nNG 6" BLOW OF>-' AT STJ.nON 42+9J AND INSTALJ. NE:W 5• BLOW OF>-' ASSEMBLY PER CAIWO STD DWG W-15 J.T STJ. 43+96. >lWIDON IN f'tACE EXl5nNG 10• STL IN PIN:£. GROOT UN£ FULL D'~VJ.TE TO FlU. WITTi GROl.ff J.T A AIINIAIUAI EVERY 200-FffT. PJ.VDIENT REPAJR SH<U. AIATCH EXl5nNC IF CONCRETE: REPAJR IS REOUIREO. REPAIR SHALL TO BE: JOINT TO JOINT, IN ACCDRfWICE WITH OITAIL @ >lWIDON IN PLACE APPROXIMATELY 250 FEIT EX/SnNG 12" J.CP. GROl.ff UNE FULL EXCAVATE" TO FlLL Wl1H GROUT AT A MINIMUM £VERY 200-f£IT. PA\/£.MENT REPAJR TO MATCH EX15nNG REPLACE SURFACE IAIPROVEAIENTS, IF DISTURBED, IN UK£ N-10 KIND. CONCRETE: FU.TWORK Sl«LL BE REPLACED JOINT TO JOINT, @ /NSTALJ. 2" J.l.ffOMA TIC AJR RE:LEASE ASSEIIBL Y PER CAIWO STD OWG W-11, I@ 1Hsr • " r wo sro DWG w-10. NOTES WATER SERVICE AND INSTAU NEW 1. TR,; ~ AIAIN. SE:£ WATER NOTE NO. 18, SHEET G-J. 2. Tl'1' TRENCH SECOON PER CAIWD STD DWG W-2. J. TRENCH RESURFACING PER CITY OF CARLS8'D STD DWGS CS-25 . 4. EX/ST1NG SURVEY AIONUAIENTJ.nDN TO BE PRESERVED PR/DR TO CON57RUCOON 5. CONTRACTOR SHALL /JA/NTAJN ACCESS FOR All. DRI\IEWAYS N-ID EAIERCENCY SERVICES AT ALL n11ES. 6. CONTRACTOR Sl«U. POTHOLE ENTIRE AL!CNAIENT INCLUDING nE-IN LOCAOONS J.T LEAST 2 WITKS PRIOR TO ANY TRENCH EX~VJ.TION. 7. ANY CONCRETE: !l.UIAGE Sl«U. BE: REPLACED JOINT-TO-JOINT TO MATCH EXl5nNC, INCLUDING Bl.ff NOT L/AIITED TO SIDE:WALKS, CURBS, Gl.ffTERS, AND AJRPORT PJ.VDIENT. 8. INSTALJ. TRE:NCH OA/.IS EVERY 200' PER OCTAJL ~ TRENCH DMfS TO BE LOCATED Ar STA 40+97, \§3) STA 42+92 AND srA 43+90 9. CENTER--20, PIPE UNDER lFG CROSSING. NO JOINTS WITHIN 10' EITHER SJOE OF CROSSING. WATER & FIRE SERVICE DATA TABLE S\11 BENIING/L> R L OCSCRIPTlON I, I l Sl1'48'5S"E ---109.61 12• PVC WTR I• 2 S11"'8'55.f ---12J.58 12" PVC WTR J) SJ6'56'09·£ ---60.58 12" PVC WTR 4 > SJ6'56'09"E ---106.54 12" P>(; WTR WATER EASEMENT DATA TABLE /TEAi SJZE REITRENCE DOCUIIENT ti\ 20' DOC / 2007-0755945, REC. 12-08-2007 I'\ 20' DOC / 82-020110, REC. 12-25-82 & 1984-0120264 A'-15' DOC / 78-J/5672 A'>. 10' DOC / 74-162921 = I G ~t'?~''-l'"'!~~ .--:;-~ p--_5:.t<>-r,,i---• '6. '5 ,r-,rfl ~ _ /.'. 3 <,.,_.,.-..)" ,. ½... 3 ~':=;:=~-:--/ '/ / / __ .,............. ... ,-?.r.; ~ ,---t,.., __ ""_*_-,,,. __ (IO)-ct,<>~ ------'($."' ,..: J ~ t,',[ . <:1Ji POTHOLE DATA TABLE "RECORD DRAWING" 1is @N-IDW • )y,._,-;-;--~AJfoEBNNECnON "' \ \ r $~ 'i" \-..(. ._ · \ _ _ \( G-4 ~ \ _, / --'-; = \ \ J-l.. ,'~ .,_ l ;, ·· \ r, ,. \ \ \ ! A••. i'<. '·l"'-,{f~;:, ,i 1 ' ~ ROPOSED PVC ___ , RD«JVE 2• WATER SERVICE r., AflD) COORDINATE WITTi THE ,v, 2• WATER CITY SERVICE @ 5• FlRE 2• WATER SERVICE SERVICE @ CONNEG_TION DETAIL (PROPOSED, HOT TO SCALE WATER LINE SEGMENT 'D' SCALE 1"=20' II !ofr.9.~t~~tµr~ 14271 Donie!son Street Poway, California 92064 T 858.413.2400 f 858.413.24-W www.iec:orporotion.com SYM STATION l.fflUTY OCSCRIPnON TOP BOTTO/,/ @) 40+,f.().6J J.TT 2" P>,(; -0.94' -J.92' P.E. ____ EXP. _____ 0-'TE [II 40+19.BS J.TT 2• PVC -0.90' -J.JO' REVIEWED BY: [II ~44+00 8" l.FG (HDPE) CPR ~J' C-5 INSPECTOR DATE I I I I I I I 1l1o~~h~K o£~~BAD IISH1E41 f,lfm0\£MEHTPIMFCR I 1)1,T'E I INl1W. ENGINEER Of' WORK REV1SION DESCRIPTION ll"Tt (Nnii:' """"-Al ~TE I~_ arr N'PROIAL WATER LINE SEGMENT 'D' PALOMAR AIRPORT WA TE Rt.I NE REALIGNMENT PROJEC[_ Q-. f,.JJJ.,. r: DAVID PADIUA. RCE 6120120,, ~ .,..._., ~...SNEER RCt 55974. EXPRES 12/31/22~ OWN BY: I CHKO BY: ______.ILL ~BY:--1!ti_ PROJECT NO. 5055-1 ]I DRAWING NO. 534-8 :i iii ..J < 0 "' ..J < z C, ii: 0 0oeu.svn e.,,.,.iop.10; 1ccoe1SA.-Ecs1..ooe.a'"n.t 103472515£5 CITY OF OCEANSIDE PACIFIC OCEAN CITY OF VISTA CITY OF ENCINITAS VICINITY MAP SCALE: 1N •SOCK)' GENERAL SITE MANAGEMENT REQUIREMENTS: TH£ FDLJ.OWING GENERAL SITE ~ENT REOUtROAENTS SHALL 8£ NJHEREO ro THROUGHOUT Tl£ DURATIOH OF TH£ CONST1'UCTIOH WORK (\'VJ! ROUND): I. IN CAS£' EJJ£RG£NCY WORK IS R£OUIRED, CONTACT CARtS8l,Q WNICJPAL WA7!R DISTRtCT AT 760-4JB-2722. 2. O£VYCES SHOWN ON ctTY N'PROVED Pt.A.NS SHALL HOT 8£ AIO\i£l1 OR /IIOOIF1£D wm-KXJT TH£ APPR<HAL. OF THE £NGINE£RING IHSP£CTOR. J. TH£ CONTRACTOR SHALL RESTORE: ALL EROSION CONTROL ~CS TO WORK/NC OR.0£R TO THE SATISFACT10N OF THE CfTY DICINffR AFTER DCH RUN-OFF' PR0DUCJNG RA.INF.ALL i ♦• THE CONTRACTOR SHAU. INSTALL NJOfT10HM. E:R0SJ0H COHTROt. WcASURES AS MAY 8£ R£QUIR£D £/'f TH£ CITY £HGfN££R DUc TO UNCOIJPt.£raJ M'.)RI(' OR. WORK IN PROGRfSS OR UNFOR(SfLN CJRCUUSf'>.NCES WHICH MAY ARIS£. 5. THE COHTRJtCTOR SHALL BE RESPONSIBLE mo SHALL TAKE NEC£SSAR'Y PR£CAUT10NS TO PRE:vfNT PU8UC TRESPASS ONTO AREAS WHERE IMPOUNDED WATERS CREATE A HAZARDOUS C0NOIT10f.j. 6. AU GRA~ 8liGS SIW..L 8£ 8URUP TYPE' W17H J/f iHCH MAXIMUM AGGRfGA.TE. 7. ALL GIWJED ~ MUST HA'IE" £ROSKJN CONrROt. PROTFCT10N BEST l,l,,l,NAG£Metr PRJCT1C£ M£ASUR£S PROPERt..Y INSTALLED. 8. P£RIM£TER PROTE:CTION 8£S1 I.IANAGEMENT PRACT1CE M£ASURES MUST BE INSTAL.L£0 AND WtlNT.NNED. IN ACCORON4C£. wr1H ~AHO~ ST'ORlilWA~ R8JUIRDl£HT. 9. S£DIM£NT CONTROL 8£ST "'1WAGEll£HT PRACTICE M£ASUR£S MUST 8£ INSTALLED AHO MNHTNNED. JN ACCORDAl'CE. wrTH CARLsa.o ~ CASQ.-STORAIWATCR REOlNREM£HT. I 0, MEASURES ro COHTROI.. OFF'SITE SrotlJDIT TRACKING MUST BE INSTAilED AHO WJWT.NNED. JN ACCOROANCC WITH CARtSIW) AND c.50< STORMWl<lTR R€0UIRDlfJfl. 11. THE OWNER/APPUCNIT SMALL ENSUR£ n<,\T AU. CONTRACTORS SMALL COOROIH/o.TE THE 'NORJC OF THIS CONSTRUC110N SWPPP ~ ~T SHOWN ON ANY GRADING F'U,/,IS,, I.MDSCAP£ NID IRRIGAT10N PUNS MO IMPR<N£M£NT PI.NiS AS R£0UIRED FOR TH,S PROJ(.CT WORK. 12. COHTRACTOR TO PR£PAAf T1£R 2 SWPPP PER CfT'r' £NGIN££RfNG STANDAADS Yl'.X.UM£ 4, S£COOH 2. I.J. CONTRN::TOR SHALL CL£NI NID SWE"£P M)RK ~ AT TH£ ENO OF £ACH ~y IN NXORDNICE WfTH st-7. 14. CONTRACTOR 51-W.L. JOEHTIFY PROPOSED srACJNG AREA N.J.. STOCKPft.£5, EOUIPMENT, STOR,liG£. INGRESS AND EGRESS SrWl. BE IN ACCORDANCE MTH ~ BMPS INCLUDING, BUT HOT UMfTED TO, ALL WAS1E' MANAGO/ENT NID MA.JI:RW.S POU.t/TIOH CONTROL 81,/PS, WM-1 THROUGH WW-10. BENCHMARK: SEE 6'515 OF COORDINATES ,'.NO El£VAnDNS ON DR,l,.WING G-2. EROSION CONTROL ORA WINGS CARLSBAD MUNICIPAL WATER DISTRICT PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 50551 _ arlsbad Municipal Water District CARLSBAD, CALIFORNIA RAINY SEASON SITE MANAGEMENT REQUIREMENTS (OCTOBER 1 -APRIL 30): TH£ FOl.l.OWING RAMY SQSON SITE MNIAGEMENT RroUIRD,,IENTS SHALL 8£ ADHERED TO THROVGHOU1" TH£ RA/HY S£J.SOH DEF1H£D AS BEGINNING ON OCTOBER 1 OF ANY 'r'EAR AHO EXTENDING THROUGH APRIL Jan, OF TH£ F'OU.OWING YEAR: 1. EROSKJN CONTROC.. PERIMITrR PROTE:CTKJN MD S£DIIJ£NT CONTROL BEST IJN4/tGCMENT PRACTJCE MEASURES IJIJSf' BE LJPGIW)£!) IF NEeESSAffY TO PROl/fO£ SUFnC1£N'T PROTECOON FOR STORl,IS UKE.L Y TD OCCUR DURiNG TH£ RAINY SCASON. 2. EOUNEN'T AND WORKfRS FOR £M£RGCNC'f WORK SHALL BE W4D£ AVAIU8L.£ AT ALL TIMES DURING THE. R.AJHY SEASON. N.J.. NECCSSARY MA7UMLS' SHALL 8£ STOCKPILED ON SfT£ AT ~lfJIT LOCAT10NS TO F.ACIUTATE: RAPID CONSTRUC110N OF TfMPORMY D01ClS WHEN RAIN IS IMMINENT. .l. AOCOUATE PHYSICAL. OR 1/CGETATION £ROS10N CONTROL BEST ~ENT PRJCT1C£ IJ£ASURES MUST BE INSTALJ.ED AND £STABUSHCD FOR N.J.. COMPUTED St.OP£S PRIOR ro THE srART Of THE RAINY SEASON. THESE BEST W,NN;£),,1£NT PRACTICE MEJ,SUR(S MUST 8£ MAJNTNN£D THROUGHOUT THE R.AJNY SEASOH. tr A SEL.ECTED BEST MNL4GOJ£NT PRAC11CC IJcAStJR£ F.NL.S, ff MUST 8£ RfP.NRED AHO IAIPROVED, OR R£Pf.ACED wrTH NI NX:EPT>BI..£ AL~TE: AS SOON AS ff tS So\F£ TO DO SO. THE FNWRE OF A BEST MANAC£Jl£NT PRACTIC£ MD.SURE INDICATES rr WAS NOT ADE"QU.41£ FOR THE aRCUUSTANCES IN WHICH " WAS US£O OR rT WAS IMPROPERLY INSTIJ..LED. R£P.NRS OR R£PL,4C£MENT'S MUST THEREFOR£ PUT A MOR£ ROBUST BEST """"-"GOlfNT PRACT1CE UCASURE IN Pt.AC£. •• ALL l/£.C£TAT10H EROSION COHTROl MUST BE EST.ABUSHm PRIOR TO TH£ RAJHY SEASON ro 8£ CONSIOCRED AS A BEST Jr,W\W;£J,,/£NT PRIC11CE MD.SUR£ s. THE NIOUWT OF EXPOSED SOIL AU.OWED AT ON£ nu, SMALL NOT E:XCECD THAT WHICH CN/ 8£ AD£0UAfilY PROTEcrrD f1Y DEPLOYING ST"AHDBY £ROSKJH CONTROL AND SEDIIJ£NT CONTROL B£ST ~ PRACTlCC M£.ASUR£5 PRIOR TD A PR£DICT£D RAINSTORM. 6. A OIS71JRB£D AREA 1'1-IAT IS NOT COMPl.£T£0 BUT THA.T ,s HOT BfJNG ACTIVElY GRADED MUST BE Fut.LY PROTECTED FROM £ROSJON IF L£FT FOR 10 OR MOR£ 01\l'S. TH£ ABIUTY 10 DEPLOY srAHOBY 8£51 AJ.AJW;DJENT PRACT1C£ UE)SUR£ ~TERWS JS NOT SUFF1CIENT FOR THES£ AREAS. 8£ST MNIA.GEMENT PR.N:11CE McASUR£5 MUST ~y B£ 0£Pt.OY£D. SPECIAL SITE SPECIFIC REQUIREMENTS: YEUICt.£5 AHO EOUIPMDIT 51-W.L 8£. SOIT OFFSIT£ FOR CLENIIHG, F1J£UNG ANO / OR MNNTOINICE. DESCRIPTION OF WORK: CONSTRUCT 10• NID 12" PYC POTABLE WATE:R PfPW NES AND APPUF11FH>.NC£S, SEJMCES, 1RE:NCH R£SIJRF'ACJNG, SITE R£STORAOON, AHO N.1. OTHER fNCIDE'NTAf. WORK IN ACCORDANCE WITH THE CONTRACT DOCUMeflS. E.STIMATCD NIOUHT OF 50ft. DISTUR&WCE: 0.21 AC; < 1.0 ACRE, WAST£ OISCHAAGER IDCNTIFICATIOH (\t<)ID) NUJ.18£R: NOT M'PUCABU CONTRACTOR 5™L.L. VERIFY TH£ £ST1""'TED AMOUNT OF SOIL DISTVR8ANCE 8"S£D ON HIS MENIS AND METHOOS OF CONSTRUCTING 1H£ PROJECT. SHOULD ~ SOfL OISTURSWC£ EQUAL OR £XC££D 1 /CR£., TH£ CONT'RACTOR SHN.L IMAIEDIAfilY NOTIFY THE CITY AND OBTNN THE CONSTRUCTION GENERAL P!RMfT. CITY SWPPP: nER 2 SOIL CONDITIONS: FILL (SJLIY SAND AND SCATTERED Gl«VU/, OU, PNWJC Cl£POSITS (SJLIY TO WYO' S>HD AND Gl«\Oll>'.). WATERSHED BASIN: ENCINAS (PACIFIC OCENI) CWA. SECOON JO..lO UST£D WATER fJOOY; NONE i "1"7_ -~ ~~-I-")- LOCATION MAP SCALE. 1" • 500' NOTE: I. CONSTRucrKJN STAGING OR STDR,1,.GE: WITHIN THE PUBLJC RIGHT-OF-WAY IS PROHIBITED. STAGING ,'.NO STORAGE: ARO.S SHALL BE: THE CONTRACTOR'S RE:SPONSIBIUTY. BEST w.NAGD,1£NT PRACTICE:S SHALL BE IIIPL£11£Nm) IN ACCORDANCE WITH S£CnON J, TRACKING CONTROL MD 5£CnDN •• NON-STORA/ WATER ~ENT M D WASTE w.NAGD./£NT AHO MATERIALS POLLUTION CONTROL B£ST IMNAGD./£NT PRACTICES AT THE CONSTRUCnDN SITE OR OFF-SITE W.TE:RIAL STORAGE: OR STAGING ARO,S WHERE OE:TERIIIN£0 NE:CE:SS'RY AND FE:AS/SU: ffY TH£ CITY [NG/NEER. LEGEND ~ SE-B GRA\1£1. BAG BARRIER 5£-1 D STORM ORAJN INLET PROTECTION 5£-7 STREIT SWEEPING Fl.OW DIRECTION IWP-1 :itMil!2J. CICICICC> @ I SE-7 I c::> "RECORD DRAWING" P.E.___ El<P. _____ DATE REVIEWED BY: INSPECTOR DATE SHEET II CITY OF CARLSBAD 11SH=1 1UllES DEPARTMENT 14 :N EROSION CONTROL DRAWINGS TITLE SHEET PALOMAR AJRPORT WATERLINE REALIGNMENT PROJECT COHSTRI.IC110N 11-IRF:,I, T STORM WA TfR ou.LJ1Y RATING: HIGH lj !nfr.q~tl\l~Nr~ t--+----t----==========t=±==t=j== Q,.._ f.J.lJ.,. rf: DAVID PAD!o:..;RCf I I ~ I I I I 11~-.. ---~-HR Ra ~974. OPR5 1z/31/U 6/20/2022 ~ 14271 Danielson Street Poway, California 92064 T 858.41 J.2400 F 858.41 J.2440 www.iecorporotion.com ··--= """ NT1'l c.n: '"""'-I g~~o ~: ~ 11 PROJECT NO. 11 DRAWING NO. °"'°' _,,., = ........,,., RI/WO BY: -5055-1 I 534-8 REVISION DESCRIPTION w ..J < 0 1/) ..J < z 8 ii: 0 Ooa;S,;11 ~ 10' 1CCOIS18A-cC&l..co0E./!F92-110:W72515£5 ,-~-' \ \t ~\ \~ \\~\ \~\ \ ',. \ -~ -=...:::::- ......._ ------~ ---------.....: j :r. """"' Cfilu® PROPOSr:D 10• C900 p,c WATER UN£ S£CM£NT 'A' ~ ~ r, ~~ 1,\ ' \ \\, \ \ \ \ \ \ \ \.\ \i, § rs"' \ ;:: -. ~\ \. ' . ·1 :,,; ~( \\ ·. ~ ,.....,_., ~ •• _<. ', ···y ;(/)~ f ]· -,", ' • • ,, m > . ·". ' '-' ,,,. . / ,,, ,,, . me,, I '\ ,I 1 \. I"' :-i I II ' / 0 ;t' g ------c~ ,1 • g • ------, "'-l ~ ~ ---------~~~~~~~~:-~--• ~-~-c-s--~ -:_;, . o ·• v,, ,~r ~----,-----· _ -X """' ·------~ .... ----/ -~~---/ ®~ ~NC)------...... , ~ ~-----~ WATER LINE SEGMENT:<\' ~:l"s:20' r~0)1 ~ --V , . ,y,.,J; -1t ; ""· h ..._ C,y/1, ~ 'S\.) _______ (Sl.)-···-(Sl.)-···-(SI.)-· ( . . .,,.. ,~,-·-· .. -" . " .. -,.,---<"' " .... _ sl:'l:',,,s~.7 r. --::::::::..-c1Rll) __ c,RRJ ___ ,.,--,~>--"")~~•Ml __ .. ,1 (lflR)\ ;\.~-J ~ I I I ;·~r ' "'" ,., ,, ·-" --... . '. ' I I ' -C ,., "' • " " . I ,. ,. -• -, L,, I ill · ._,. -~ ,.._ , · ''~ ' / """ I \ t!', ~:::.._ . ~~-~7:j 1~~ ,\ ~-. 1·· -. -,......_ J_j _,.,/ I 1· ~ I ' • --· ' · · "' . · .____ ,. ,, I • '" -• • . ...__-, ✓ \ \ ,, ---' ---------------------------------------------\ A-\R}) / I -I iv ___ · ----~--<==' /' .~ -c::> ,. ----,----,~.1-j . ' 4--------------------------------------0 " ---1 -".--.if 1, . " T ' , ~~r-~~~~ ~-\:,o;=oi='1,R!!T"'=~,.Df"'l~:=: ·""'..-.e-"-== I _.1-S==--~=-"'" ~~~~~~----~ --c f --,;----,1,, I , I \ --' ----~ \ t ., -' J G. I . ---· ·, t C , J ' ""'7 = "',.:,. ! / \ .1 • , . " ,,, '-""-' ~ I ~ , ... ,. • , .• ,;· ' • ,,_,, ' I /I . , , , ' -'-,,,.,_ , ·-/ / l ' ' '!I./: l' I/ 1 -• ' • ~--~ I /I I I ,, ~ I ( I WATER LINE SEGMENT 'A' f \ '. I /i I \ =•"'~ . , ,r I • I i ;,. I~ I I I · .I I >. I l:J !ofr.g~t~~t~r~ 20 10 0 20 ---- SCALE IN FEET GRAPHIC SCA!.£ 14271 Danielson Street Poway, California 92064 T 858.413.2400 F 858.413.24-W www.iecorporation.com REVISION DESCRIPTION .§ $ I (/! X ~ I . I ~ .. ::j I \ , I I , I ..,. 1-"""",.,..,,,,._ 1 I I, I l I I I I "RECORD DRAWING" DATE P.E. ____ EXP. REVIEWED BY: IWP-2 INSPECTOR DATE [siiEEf ll CITY OF CARLSBAD II SHEETS I l..J£_j UTIUTIES DEPARTMENT 14 WPROVENENT RAN ~OR: EROSION CONTROL DRAWINGS SEGEMENT 'A' PJlJ.OMAR AJRPORT WATERLINE REALIGNMENT PROJECT v.,,,_ f ~ !Y: DAVID PADILLA. RCE 6/20/2022 , ........ _, .... -.IUR RC£ 55974, EXPlft£S ,i7,ii'722" ~ I OWN BY: =-:as= I I PROJECT NO. I DRAWlNC NO. ~g :, ± 5055-1 534-8 :i w .., < 0 (I) .., < z a ii: 0 Oocu6,gn~ ID" 1CC081BA-EC9t ... 00f-69'2:-1103otn515E5 fV ·--G------ _I~•-+-~-+--•---·---~---::::t:::;i;sii/~;~~~ -j ···-r--.. Ef ·-r--+--·--,-r --V , ~--·--:.+1= --. - J ,. ~+-_,_' -r-"ff---S-E-_7 -__,,-rrl----<::=:i :filTl= _ • .,, _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ • _ Q __ +JG _I SE-7 I __ ~ ! J __ ..-------, 1 1""0"'~ t ~ ~~ ta"'l(PlltQ ~ ,, .i i ~ r---~--;-: ,----------------------------j ------•~_.. ·- l~ 5 ' ' t~ . ,...,, h41Dfl n I -I V LJQ!U I I I @ ~ ' ' WATER LINE SEGMENT 'B' i ! l j ~ ! . ~I \ I . I . I I I' .f' (ATT) • E - -c~--ff11· · 1,,,,,J___ l r----/ / ~ ' T 2J_ '____::,;: I ,, r 7 , ., I -·· I • k I ----, I ' I I -~~,~~-: : --·-•-· I I E ;;1;:';t ------~-:l1'Ld= _ ---~ .... ~ 1~11 ,, : I E T-1 I I ------WV . --=--w•~ - @~ l PROPOSED 10· I WATrR UNE 5£G~9::r ~ -ar"~-----;;.=--~----~ L-----c:> ..:.-=-:>-=.-----o-----, -7 ~ ---_ _J I jl 111 ! Ii ~I I i l ~ e I T ! I @ ~ r.Bjil/ L! i_ k I -lj WATER LINE SEGMENT 'C' SCALE· i-~N Ill !ofr.q~t~~t~r~ fV ~ ~ "RECORD DRAWING" P.E.____ EXP. _____ DATE RE\,1EWED BY, IWP-3,, INSPECTOR DATE SHEET 11 CITY OF CARLSBAD II SHEETS I ILmES DEPARTMENT 14 ,ENTFU.N EROSION CONTROL DRAWINGS SEGMENT 'B' & 'C' PALOMAR AIRPORT WA TERLJNE REALIGNMENT PROJEQ Q,..._ f.Jfu. IY, DAVID PADIU:.,,:-RCE 6/20/2022 20 10 0 20 14271 Danielson Street Poway, California 92064 T 858.41 3.2400 F 858.413.2440 ____ ww_w.iecorporotion.com ~--J.---1---------------+---i--+---i---JI~'""'' ~EER RC£ ~974, EXMtS 12/31/22 OATI: SCALE IN FEET GRAPHIC SCALE I DATE I tNrTW.. DIG~Of'WORI( REVISION DESCRIPTION 1 ~1-1 ,.,. 1-I g:o~,.......!.L. I OT1-IER "1P'Pf0/M.. arr Nlf/'ftfJIIN.. RVWO BY: _....fil."L_ PROJECT NO. II DRAWING NO.I 5055-1 534-8 :i Iii .J c( (.) "' .J c( z c:; ii: 0 ~ EIW._ 10 1ccoe1BA.E.ct1-4CCE¥9Z-11034rn1se.s "'----" ---(") )-- / / / / 1/~ ., /(gf~ ~ / PROPOSED 12• C900 ,:v; / / WATfR UNE: SEGAIOO D _,.,, / / -----L.~ ---CS:, ---CL>---;p--__ ($.)_ ti' ------~ ------(An)_.,,/"'_ 7/ _____ ----CL>-(9.).=-~ 1--<_ATT)~ ~~ --_--:., ..-,-\ -. ----(9.)--(!Ll-I (An) :;.---_..,,.. --- I (IL)-,P-~(An) I / ~ --- ATT)--tl'--· ____..::: -~ \ ,,_ ,cc;cCUAN~ ~A~ //, ~----\ -~---------~Z-~r->--t.>--~~ \ -___ c:> ~ ..---. .___,_.,.,--~--',;. ..ff--•1 ~~~, / . __:_-;--t.-O"o --1Sl~ ,,,,.,...,.. . / r --'l"'> ,\ \~ :1--";"-,,..~,>-<:( ~>--' c,,oi ..i.:_·fa:_ '\ ,\ .i'·\. l "-\ \ ,_.. -":';;,. ¼ 'r: -.. '\ \· \ -...... --'--••~, . ,1' 4 ~ '\' -/ . \ \ \ .. )-~ \. I -..; " --~--. I ' \ \ \ ( 4 y ,!\._ ,.. .:1', :► . WATER LINE SEGMENT 'D' SCALE: f"•20' ----. --. ------,_. -(IL)-;;? ----------........ \ <1/ /~,/ -y ~,/ ~ __,,,,.,.., / -~,---;). 0 I :$ .\ ~ ~11 \ ,". -~?',.; t) :-:.,,,·. ~~\ I• -- ~~ 20 1Q_ 0 20 SCALE IN FEET GRAPHIC SCALI' "RECORD DRAWING" P.E.____ EXP. -----DATf REVIEWED BY: IWP-4., INSPECTOR !>"_Tl: I I I I I I I li}4 IJ CIT~~fs 0£~l;3BAD llsH141 Ill !r1fr.q~tr.l!~t~r~ 14271 Danielson Street Powoy, Colifomio 9206+ T 858.413.2400 f 858.41 J.2440 www.iecorporotion.com MPR0VE'ME'NT AM FCR EROSION CONTROL DRAWINGS SEGMENT'O' 11 I I I I I I Io-;~~=:~~~:N~~l~MENTPROJECT 6/20/2022 _,,_.,, ... ---4EIR RCE ~i74, EXP'RES 12/31/22 ~ REVISION OESCRIPTION Olirr I """'-.. T[ , ...... """"-"-cm-_.._ OWN BY, I PROJECT NO. I DRAWlNG NO. ~ ~: ± 5055-1 534-8 iii .J < 0 UI .J < z 5 ii: 0 July 20, 2022 ADDENDUM NO. ~ RE: PALOMAR AIRPORT WATERLINE REALIGNMENT BID NO. PWS22-1845UTIL C cityof 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: August 17, 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. 2 ✓ Dominic J. Burtech -President Bidder's Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CARLSBAD MUNICIPAL WATER DISTRICT PALOMAR AIRPORT WATERLINE REALIGNMENT Contract No. 5055-1 Bid No. PWS22-1845UTIL Addendum No. 2 From: Graham Jordan, Contract Administrator Phone: 442-339-2462 graham.jordan@carlsbadca.gov No. of Pages: 2 pages (including this page) Date: July 20, 2022 Bid Opening Date: August 17, 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: wednesday, August 17, 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 August 17, 2022, at 11 a.m. Contract No . 5055-1 -Palomar Airport Waterline Realignment Addendum No. 2 1 MODIFICATIONS, DELETIONS, AND ADDITIONS TO ADDENDUM NO. 1 1) Questions and Answers: Change response Question No. 22: 22. What is the CMWD standard with respect for capacity requirements for water service highlines? Are we to maintain the same cross-sectional capacity (e.g., if highlining a 10" line we need to supply a 1 O" highline)? Or are we to simply to maintain pressure with a reduced flow capacity (e.g., provide a 3" highline for 10" water line)? Response: Refer to Addendum 2, forthcoming. Answer to this question will be addressed in a forthcoming addendum. Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 2 2 August 9, 2022 ADDENDUM NO. ~ RE: PALOMAR AIRPORT WATERLINE REALIGNMENT BID NO. PWS22-1845UTIL C cicyof 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: September 7, 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. ~~ .GRA~A~ Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 v Dominic J. Burtech -President & CEO Bidder's Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CARLSBAD MUNICIPAL WATER DISTRICT PALOMAR AIRPORT WATERLINE REALIGNMENT Contract No. 5055-1 Bid No. PWS22-1845UTIL Addendum No. 3 From: Graham Jordan, Contract Administrator Phone: 442-339-2462 graham.jordan@carlsbadca.gov No. of Pages: 1 page (including this page) Date: August 9, 2022 Bid Opening Date: September 7, 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: Wednesday, September 7, 2022, 11 a.m. MODIFICATIONS, DELETIONS, AND ADDITIONS TO THE NOTIC.E INVITING BIDS 1) Due Date Change the due date wherever it is referenced in the Request for Bids to September 7, 2022, at 11 a.m. Contract No. 5055-1 -Palomar Airport Waterline Realignment Addendum No. 3 Revised 6/15/17 Contract No. 5055 Page 45 of 154 GENERAL PROVISIONS FOR PALOMAR AIRPORT WATERLINE REALIGNMENT CONTRACT NO. 5055-1 CARLSBAD MUNICIPAL WATER DISTRICT BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS. Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words “shown”, “indicated”, “detailed”, “noted”, “scheduled”, or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words “directed”, “designated”, “selected”, or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word “required” and words of similar import shall be understood to mean “as required to properly complete the work as required and as approved by the Engineer,” unless stated otherwise. 1-1.3 Equals and Approvals. Where the words “equal”, “approved equal”, “equivalent”, and such words of similar import are used, it shall be understood such words are followed by the expression “in the opinion of the Engineer”, unless otherwise stated. Where the words “approved”, “approval”, “acceptance”, or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word “perform” shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete and 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. August 29, 2022 ADDENDUM NO. 4 C cicyof Carlsbad RE: PALOMAR AIRPORT WATERLINE REALIGNMENT; PROJECT NO.: 5055-1; BID NO. PWS22-1845UTIL Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 4 ✓ Dominic J. Burtech -Presi Bidder's Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t Contract No. 5055-1 – Palomar Airport Waterline Realignment 1 Addendum No. 4 CITY OF CARLSBAD Palomar Airport Waterline Realignment Contract No. 5055-1 Bid No. PWS22-1845UTIL Addendum No. 4 From: Graham Jordan, Contract Administrator Phone: 760-602-2462 graham.jordan@carlsbadca.gov No. of Pages: 29 pages (including these pages) Date: August 29, 2022 Bid Opening Date: September 7, 2022 - 11:00 a.m. 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. MODIFICATIONS, DELETIONS, AND ADDITIONS TO NOTICE INVITING BIDS 1) Contractor’s Proposal REPLACE this section with the revised Contractor’s Proposal (Attachment A). MODIFICATIONS, DELETIONS, AND ADDITIONS TO THE GENERAL PROVISIONS 1) Section 6-2 PROSECUTION OF WORK Section 6-2.2 Construction Phasing REPLACE this section in its entirety with the revised Construction Phasing (Attachment B). 2) Section7-5 PERMITS Section7-5.2.1 General ADD “The Contractor shall comply with County Airport requirements, including those listed in Appendix J, County of San Diego Airfield Construction Area Control Requirements.” 7-10.4.8 Steel Plate Covers 7-10.4.8.1 9. General ADD “or loads” after “For trench widths” Contract No. 5055-1 – Palomar Airport Waterline Realignment 2 Addendum No. 4 3) 9-4 Bid Items Descriptions REPLACE this section in its entirety with the revised bid items descriptions (Attachment C). MODIFICATIONS, DELETIONS AND ADDITIONS TO THE CARLSBAD ENGINEERING STANDARDS 1) ADD Carlsbad Standard Drawing W-19A to Volume 3, Chapter 4 – Potable and Recycled Water Standard Drawings (Attachment D). MODIFICATIONS, DELETIONS, AND ADDITIONS TO THE PLANS Replace DWG 534-8, C-3, Sheet 8 of 14 (Attachment E). Q&A: 1. What is the CMWD standard with respect for capacity requirements for water service highlines? Are we to maintain the same cross-sectional capacity (e.g., if highlining a 10" line we need to supply a 10" highline)? Or are we to simply to maintain pressure with a reduced flow capacity (e.g., provide a 3" highline for 10" water line)? Response: Highlines for domestic services shall maintain flow capacity to the largest meter. For example, if a 2”, 1.5” and 1” meters are served by the same highline, the highline pipe size shall be 2” diameter. Water supply to fire services or hydrants should be maintained by phasing the work to the maximum extent practical. If phasing is not feasible, fire services shall be highlined and the highline pipe diameter shall be equal to the diameter of the fire riser at the entrance to the building. Refer to the revised phasing criteria in Section 6-2.2 Construction Phasing, attached hereto, for additional requirements. 2. Does the airfield paving along the trench at Segment B require replacement from joint-to-joint? Response: Portland cement concrete paving on the north side of the trench shall be replaced to the existing joint. On the south side of the trench, the existing paving may be sawcut per the detail on Sheet 8. In areas subject to aircraft traffic (at hangar access doors), the trench paving shall be doweled into the existing paving as called for on revised Sheet C-3 appended hereto. Contract No. 5055-1 – Palomar Airport Waterline Realignment 3 Addendum No. 4 ATTACHMENT A REVISED CONTRACTOR'S PROPOSAL Contract No. 5055-1 – Palomar Airport Waterline Realignment 4 Addendum No. 4 CARLSBAD MUNICIPAL WATER DISTRICT PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT CONTRACT NO. 5055-1 CONTRACTOR'S PROPOSAL Board of Directors Carlsbad Municipal Water District 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 5505-1 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 (refer to Section 9-4 for bid item descriptions): SCHEDULE “A” (PIPE SEGMENTS A & D) Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) A-1 Mobilization (not to exceed 5% of Bid Schedule A) 1 LS $___________ A-2 Preconstruction Video and Photographs 1 LS $___________ A-3 Excavation Support System 1 LS $___________ A-4 Storm Water Pollution Prevention Plan (SWPPP) 1 LS $___________ A-5 Community Health and Safety Plan (CHSP) 1 LS $___________ A-6 Traffic Control 1 LS $___________ A-7 Utility Potholing 1 LS $___________ A-8 AC Pipe Removal and Disposal 1 LS $___________ A-9 AC Pipe Testing (Segment D) 1 EA $___________ $___________ Contract No. 5055-1 – Palomar Airport Waterline Realignment 5 Addendum No. 4 Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) A-10 Abandon Water Mains 1 LS $___________ A-11 Furnish & Install 12-Inch PVC Water Main 400 LF $___________ $___________ A-12 Furnish & Install 10-Inch PVC Water Main 640 LF $___________ $___________ A-13 Furnish & Install 10-Inch Fusible PVC Water Main 255 LF $___________ $___________ A-14 Install Trench Dams 8 EA $___________ $___________ A-15 Landfill Waste Disposal 30 CY $___________ $___________ A-16 Hazardous Soil Disposal 80 CY $___________ $___________ A-17 Over-excavation and Backfill 30 CY $___________ $___________ A-18 Furnish & Install 12-Inch Gate Valve 5 EA $___________ $___________ A-19 Furnish & Install 10-Inch Gate Valve 5 EA $___________ $___________ A-20 Furnish & Install 2-Inch Comb. Air & Vacuum Valve Assembly 3 EA $___________ $___________ A-21 Furnish & Install 2-Inch Manual Air Release/Blow-off Assembly 1 EA $___________ $___________ A-22 Furnish & Install 6-Inch Blow- off Assembly 1 EA $___________ $___________ A-23 Furnish & Install Fire Hydrant Assembly 5 EA $___________ $___________ A-24 Furnish & Install 1-Inch Water Service Assembly 5 EA $___________ $___________ A-25 Furnish & Install 1.5-Inch Water Service Assembly 1 EA $___________ $___________ A-26 Furnish & Install 2-Inch Water Service Assembly 4 EA $___________ $___________ Contract No. 5055-1 – Palomar Airport Waterline Realignment 6 Addendum No. 4 Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) A-27 Fire Service Reconnection 2 EA $___________ $___________ A-28 Furnish & Install Temporary Highlines 1 LS $___________ A-29 Water Main Connection, Station 44+00 (Segment D) 1 LS $___________ A-30 Water Main Connection, Station 09+92 (Night Work, Segment A) 1 LS $___________ A-31 Cut & Plug Segment E from Segment B, Sta 23+52 1 LS $___________ A-32 Aggregate Base 1 LS $___________ A-33 Asphalt Concrete 1 LS $___________ A-34 Asphalt Concrete (Taxiway Paving – 10” Thick) 1 LS $___________ A-35 Portland Cement Concrete (Airfield Paving – 8” Thick) 1 LS $___________ A-36 Portland Cement Concrete (Flatwork and Curb/Gutter) 1 LS $___________ A-37 Repair Landscaping and Irrigation 1 LS $___________ A-38 Replace Yard Drain System 1 LS $___________ A-39 Replace Traffic Loop Detectors 1 LS $___________ A-40 Replace Pavement Striping, Markings and Markers 1 LS $___________ Total amount of bid (in figures) for Schedule “A”: $ Total amount of bid (in words) for Schedule “A”: Contract No. 5055-1 – Palomar Airport Waterline Realignment 7 Addendum No. 4 SCHEDULE “B” (PIPE SEGMENT B) Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) B-1 Mobilization (not to exceed 5% of Bid Schedule B) 1 LS $___________ B-2 Preconstruction Video and Photographs 1 LS $___________ B-3 Excavation Support System 1 LS $___________ B-4 Storm Water Pollution Prevention Plan (SWPPP) 1 LS $___________ B-5 Traffic Control 1 LS $___________ B-6 Utility Potholing 1 LS $___________ B-7 Furnish & Install Temporary Highline 1 LS $___________ B-8 Furnish & Install 10-Inch PVC Water Main (Sta 20+00 to Sta 21+10) 110 LF $___________ $___________ B-9 Furnish & Install 10-Inch PVC Water Main (Night Work, Sta 21+10 to Sta 22+00) 90 LF $___________ $___________ B-10 Furnish & Install 10-Inch Fusible PVC Water Main (Night Work, Sta 22+00 to 23+53) 153 LF $___________ $___________ B-11 Install Trench Dams 3 EA $___________ $___________ B-12 Landfill Waste Disposal 40 CY $___________ $___________ B-13 Hazardous Soil Disposal 60 CY $___________ $___________ B-14 Over-excavation and Backfill 40 CY $___________ $___________ B-15 Furnish & Install 10-Inch Gate Valve 2 EA $___________ $___________ B-16 Furnish & Install 6-Inch Gate Valve 1 EA $___________ $___________ Contract No. 5055-1 – Palomar Airport Waterline Realignment 8 Addendum No. 4 Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) B-17 Furnish & Install 2-Inch Comb. Air & Vacuum Valve Assembly 1 EA $___________ $___________ B-18 Furnish & Install 1-Inch Water Service Assembly 1 EA $___________ $___________ B-19 Furnish & Install 2-Inch Water Service Assembly 1 EA $___________ $___________ B-20 Fire Service Reconnection 2 EA $___________ $___________ B-21 Water Main Connection, Station 20+00 1 LS $___________ B-22 Water Main Connection, Station 23+52 1 LS $___________ B-23 Abandon Water Main 1 LS $___________ B-24 Aggregate Base 1 LS $___________ B-25 Asphalt Concrete 1 LS $___________ B-26 Portland Cement Concrete (Airfield Paving – 8” Thick) 1 LS $___________ B-27 Portland Cement Concrete (Flatwork and Curb/Gutter) 1 LS $___________ B-28 Repair Landscaping and Irrigation 1 LS $___________ B-29 Replace Pavement Striping, Markings and Markers 1 LS $___________ Total amount of bid (in figures) for Schedule “B”: $ Total amount of bid (in words) for Schedule “B”: Contract No. 5055-1 – Palomar Airport Waterline Realignment 9 Addendum No. 4 SCHEDULE “C” (PIPE SEGMENT C) Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) C-1 Mobilization (not to exceed 5% of Bid Schedule C) 1 LS $___________ C-2 Preconstruction Video and Photographs 1 LS $___________ C-3 Excavation Support System 1 LS $___________ C-4 Storm Water Pollution Prevention Plan (SWPPP) 1 LS $___________ C-5 Traffic Control 1 LS $___________ C-6 Utility Potholing 1 LS $___________ C-7 AC Pipe Removal and Disposal 1 LS $___________ C-8 Abandon Water Mains 1 LS $___________ C-9 Furnish & Install 10-Inch PVC Water Main 200 LF $___________ $___________ C-10 Furnish & Install 10-Inch Fusible PVC Water Main 80 LF $___________ $___________ C-11 Furnish & Install 8-Inch Fusible PVC Water Main 60 LF $___________ $___________ C-12 Install Trench Dams 2 EA $___________ $___________ C-13 Landfill Waste Disposal 35 CY $___________ $___________ C-14 Hazardous Soil Disposal 60 CY $___________ $___________ C-15 Over-excavation and Backfill 35 CY $___________ $___________ C-16 Furnish & Install 8-Inch Gate Valve 1 EA $___________ $___________ C-17 Furnish & Install Fire Hydrant Assembly 2 EA $___________ $___________ C-18 Furnish & Install 1-Inch Water Service Assembly 2 EA $___________ $___________ Contract No. 5055-1 – Palomar Airport Waterline Realignment 10 Addendum No. 4 Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) C-19 Furnish & Install 2-Inch Water Service Assembly 1 EA $___________ $___________ C-20 Fire Service Reconnection 1 EA $___________ $___________ C-21 Aggregate Base 1 LS $___________ C-22 Asphalt Concrete 1 LS $___________ C-23 Portland Cement Concrete (Airfield Paving – 8” Thick) 1 LS $___________ C-24 Portland Cement Concrete (Flatwork and Curb/Gutter) 1 LS $___________ C-25 Repair Landscaping and Irrigation 1 LS $___________ C-26 Replace Pavement Striping, Markings and Markers 1 LS $___________ Total amount of bid (in figures) for Schedule “C”: $ Total amount of bid (in words) for Schedule “C”: Total amount of bid (in figures) for Schedules “A”, “B” and “C”: $ Total amount of bid (in words) for Schedules “A”, “B” and “C”: Carlsbad Municipal Water District shall determine the low bid based on the sum of Schedules “A”, “B” and “C”. After the low Bid has been determined, CMWD 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. Contract No. 5055-1 – Palomar Airport Waterline Realignment 11 Addendum No. 4 The Undersigned has carefully checked all of the above figures and understands that the District will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Board of Directors of the Carlsbad Municipal Water District, the District 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 Department of Industrial Relations PWC registration number ________________________ which expires on _______________________, and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District § 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 Board 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 Board of Directors, 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. 5055-1 – Palomar Airport Waterline Realignment 12 Addendum No. 4 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. 5055-1 – Palomar Airport Waterline Realignment 13 Addendum No. 4 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. 5055-1 – Palomar Airport Waterline Realignment 14 Addendum No. 4 ATTACHMENT B REVISED SECTION 6-2.2 – CONSTRUCTION PHASING Contract No. 5055-1 – Palomar Airport Waterline Realignment 15 Addendum No. 4 6-2.2 Construction Phasing. The following construction phase guidelines are provided for the Contractor’s use in developing the construction schedule and a Work Plan that describes the labor, materials, equipment and procedures to conduct the Work. The phasing guidelines listed herein are not intended to be a complete list of all construction activities and shall not relieve the Contractor from its responsibilities to coordinate and perform the Work, revise the phasing descriptions, or to develop additional phases as necessary to complete the Work in its entirety in accordance with the Contract Documents. The Contractor shall develop a detailed Work Plan describing the materials, equipment and procedures for each phase of the Work and submit the Work Plan in accordance with Section 2- 5.3. Any modification of the phasing described below shall be approved by the Engineer. Bid Schedule A: Phase 1. 1. Construct north section of Segment A in new alignment from existing fire hydrant at STA 11+85 to fire hydrant on Aircraft Road at STA 16+94. 2. Temporarily connect this section of Segment A to existing fire hydrant at STA 11+85. Phase 2. 1. Construct north section of Segment D in new alignment (STA 40+00 to STA 42+33) and connect to existing Segment C. 2. Replace and connect existing water and fire services to Bldg 2198 to new Segment D. 3. Abandon the 12” AC water main in north Segment D (maintain access to Airport Communications Tower and Airfield). Phase 3. 1. Highline the water services to Bldg. 2206 (Helicopter) and Bldg. 2192 (Administration). 2. Construct south portion of Segment D in existing alignment (STA 42+33 to STA 44+00). 3. Construct east portion of Segment A in Aircraft Road (STA 16+94 to STA 18+72). 4. Connect these segments to the new pipelines completed in Phases 1 and 2 and at STA 44+00. 5. Replace and connect remaining services to Segment D and Segment A. 6. Replace and connect existing fire hydrants (STA 11+85 and STA 16+94). Phase 4. 1. Highline the water and fire services to Building 2188. 2. Construct north section of Segment A in new alignment from south of active taxiway (STA 10+27) and connect this section of Segment A to the portion of Segment A completed in Phase 1. 3. Replace and connect existing water and fire services (STA 11+85 to STA 10+72). Phase 5. 1. Construct remaining Segment A in taxiway (STA 9+91 to STA 10+27) and disconnect Segment E at Sta 9+91. Work impacting the taxiway shall be conducted at night. 2. Abandon Segment E from Segment A to Segment C (~STA 29+96). 3. Abandon Segment E from Segment A to Segment B (STA 23+52). Bid Schedule B: Phase 6. 1. Highline* the water and fire services connected to the existing pipeline in Segment B. Contract No. 5055-1 – Palomar Airport Waterline Realignment 16 Addendum No. 4 2. Remove the existing steel pipe and replace in-place the new pipeline in Segment B. Work impacting hangar access shall be conducted at night. 3. Connect new Segment B at STA 20+20 and STA 23+52 or in accordance with the approved phasing plan. 4. Reconnect water and fire services along Segment B. * Segment B may be phased by cutting and plugging the existing water main at one or more locations to keep the water or fire services operational during water main construction. Bid Schedule C: Phase 7. 1. Construct all of Segment C in new alignment (Sta 29+96 to 33+30). 2. Temporarily connect this segment to the existing fire hydrant on Segment C (~STA 31+20). 3. Replace and connect fire and water services along Segment C. 4. Abandon the 10” and 8” steel water mains in Segment C. In addition to the phasing guidelines, the Contractor shall accommodate the following criteria into the construction schedule and Work Plan: 1. All construction activities shall meet the scheduling restrictions identified in these specifications or as determined by CMWD during review of the Contractor’s Work Plan. 2. Utility Shutdown/Connection Request (Form E-28) must be submitted at least two weeks prior to the desired shutdown date. 3. Contractor shall submit a Site Work Plan. The Work Plan shall identify staging areas; describe the methods for the protection of private improvements and existing utilities; and include a listing of materials and equipment, construction schedule and all details necessary to complete the work. 4. Excavations must be backfilled or securely shored and plated at the end of each work day. 5. When water or fire service interruptions are necessary and approved, no customer shall be without water for longer than 8 hours. If the planned water service shutdown duration exceeds 8 hours, the Contractor shall submit a highline plan for approval and provide all highlining prior to the shutdown. Fire service interruptions longer than 8 hours shall not be permitted and will require phased construction or the installation of a temporary highline. Highline nominal pipe diameter shall be equal the diameter of the fire service riser at the entrance to the building (example: provide a 6” diameter highline pipe for a 6” fire riser). 6. Each excavation for pipeline connections or dewatering points shall be lined with plastic sheeting and a layer of ¾” rock with a sump and pump for dewatering. Existing isolation valves may not provide drip-tight shut off and the Contractor shall implement all means and methods necessary to handle water leakage during pipeline connection work. 7. At least 2 working days prior to the shutdown: a. All underground utilities and pipe diameters shall be verified in the presence of the Inspector; and b. All dewatering shall be functioning and demonstrated to the Inspector. 8. Excavations shall be backfilled and paved with the base course of asphalt paving within 3 working days of energizing the respective pipeline segment. 9. The site shall be fully restored and completed within 15 working days of energizing the last pipeline segment. Contract No. 5055-1 – Palomar Airport Waterline Realignment 17 Addendum No. 4 ATTACHMENT C REVISED SECTION 9-4 – BID ITEM DESCRIPTIONS Contract No. 5055-1 – Palomar Airport Waterline Realignment 18 Addendum No. 4 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. The bid items consist of the following: Mobilization Payment for this bid item shall be made in accordance with Section 9-3.4.1. A Class “C” field office per Section 8-2.3 will be required for this project. Preconstruction Video and Photographs The contract price for work under this item shall include, but not be limited to, furnishing all labor, material, tools and equipment, and performing all work required for preconstruction video and photographs and all other work necessary to complete this item of work as described in the Contract Documents. Excavation Support System The contract price paid for this bid item shall constitute full compensation to furnish and install sheeting, shoring, bracing, sloping or equivalent method of support for excavations for the protection of life or limb which shall conform to applicable safety orders. This includes, but is not limited to, the preparation and submittal of a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground in or adjacent to trenches or open excavations, and acceptance of said plan by the Engineer, in accordance with California Labor Codes 6705 and 6707. If such plan varies from the excavation support system standards of CCR, Title 8, Section 1541.1, the plan shall be prepared by a California registered civil or structural engineer. This bid item shall also include obtaining any required permit from the State Division of Industrial Safety. Storm Water Pollution Prevention Plan (SWPPP) The contract price paid for this bid item shall constitute full compensation for furnishing all labor, materials, tools, equipment and incidentals for preparing, amending and implementing the SWPPP in accordance with Section 7-8.6 and 300-12, including the installation, maintenance and removal of temporary storm water BMPs as required by the Contractor’s activities and as ordered by the Engineer to comply with applicable regulations. Community Health and Safety Plan (CHSP) The contract price paid for this bid item shall constitute full compensation for preparation of a community health and safety plan (CHSP) to be prepared by a registered civil engineer or professional geologist in the State of California, submittal and response to comments from the County of San Diego, and adherence to the approved CHSP including but not limited to gas monitoring, wind monitoring, soil sampling, and construction observation under the responsible charge of a registered Professional Engineer or Professional Geologist in the State of California and in accordance Section 7-5.4. Traffic Control The contract price paid for this bid item shall constitute full compensation for furnishing all labor, materials, equipment and incidentals for preparing traffic control plans and implementing Contract No. 5055-1 – Palomar Airport Waterline Realignment 19 Addendum No. 4 temporary traffic control systems, complete in-place and in accordance with the Contract Documents, including, but not limited to Section 7-10.1 through 7-10.3 and 601 and its subsections. Utility Potholing The contract price paid for this bid item shall constitute full compensation for all labor, materials and equipment to determine, by potholing, the location and depth of all existing utilities in accordance with the Contract Documents. This bid item shall include notification to Underground Service Alert, coordination with Airport Operations and standby inspection of potholing excavations at landfill gas or natural gas pipelines, backfill of excavations, patching of pothole excavations with temporary AC paving if the pothole locations are within the trench line, submitting results to the Engineer in advance of pavement saw-cutting or excavations and site restoration. AC Pipe Removal and Disposal The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove existing asbestos cement pipe in accordance with the Contract Documents. This item shall include the preparation and submittal of any required health and safety plans; excavation; dewatering; removal of ACP; labeling, wrapping and sealing samples for AC Pipe Testing; polyethylene encasement; placement of ACP in designated waste containers at the site, and legal disposal of pipe and all incidental work in accordance with applicable regulations. AC Pipe Testing The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to provide asbestos cement pipe testing in accordance with Section 02262 of the Carlsbad Engineering Standards and other requirements of the Contract Documents. Abandon Water Mains The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to slurry fill and abandon in-place existing water mains in accordance with the Contract Documents. This item shall include all excavation, dewatering, concrete slurry filling of pipe to be abandoned in-place, backfill of excavations and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 12-Inch PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new polyvinyl chloride (PVC) water main of the size and to the limits specified in the Contract Documents. This bid item shall include pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; pipe; gaskets; hardware; fittings; corrosion protection of fittings and hardware; thrust blocks and thrust restraint devices; installation of tracer wire and utility warning tape; hydrostatic pressure testing; disinfection; disposal of surplus materials and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 10-Inch PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new polyvinyl chloride (PVC) water main of the size and to the Contract No. 5055-1 – Palomar Airport Waterline Realignment 20 Addendum No. 4 limits specified per CMWD Standard Drawings and in accordance with the Contract Documents. This bid item shall include pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; pipe; gaskets; hardware; fittings; corrosion protection of fittings and hardware; thrust blocks and thrust restraint devices; installation of tracer wire and utility warning tape; hydrostatic pressure testing; disinfection; disposal of surplus materials and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 10-Inch Fusible PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct new fusible PVC water main of the size and to the limits specified per CMWD Standard Drawings and in accordance with the Contract Documents. Work shall include pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; pipe and fusion services; hardware; fittings; corrosion protection of fittings and hardware; thrust restraint devices; installation of tracer wire and utility warning tape; hydrostatic pressure testing; disinfection; disposal of surplus materials and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 8-Inch Fusible PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct new fusible PVC water main of the size and to the limits specified per CMWD Standard Drawings and in accordance with the Contract Documents. Work shall include pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; pipe and fusion services; hardware; fittings; corrosion protection of fittings and hardware; thrust restraint devices; installation of tracer wire and utility warning tape; hydrostatic pressure testing; disinfection; disposal of surplus materials and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Trench Dams The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct trench dams in accordance with the Contract Documents. This bid item shall include preparation of trench subgrade, protection of pipe, placement of soil- cement-bentonite mixtures, curing and all incidental work. Landfill Waste Disposal The contract price paid for this bid item shall include containerization, transport and proper disposal of trash or contaminated soils verified as non-hazardous (non-RCRA regulated waste), if encountered during excavation. This bid item shall also include imported soil to backfill excavations where insufficient suitable, native soil remains following soil disposal, if necessary. Hazardous Soil Disposal The contract price paid for this bid item shall include environmental laboratory testing of excavated soils using an approved laboratory, handling containerized soils and off-site, legal transport and disposal of excavated soil determined to be hazardous to an approved Resource Conservation and Recovery Act (RCRA) Waste Disposal Facility. Once such disposal facility is US Ecology, Contract No. 5055-1 – Palomar Airport Waterline Realignment 21 Addendum No. 4 located in Beaty, Nevada. This item shall include all costs for permits and approvals, disposal fees, waste manifests and record keeping, and incidental materials or services. Over-excavation and Backfill The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove unsuitable materials encountered in the trench subgrade to a depth of 12 inches, disposal in accordance with applicable regulations, and placement of imported granular material to the design trench subgrade elevation. The removal limits shall be as ordered by the Engineer. Furnish & Install Gate Valve The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new resilient wedge gate valve of the size specified and valve box assembly per CMWD Standard Drawings and in accordance with the Contract Documents. This bid item shall include gaskets; hardware; corrosion protection coatings; valve support blocks. This item shall not include valves installed for the Fire Hydrant Assembly, Fire Service Reconnection, or Blow-off Assembly bid items. Furnish & Install 2-Inch Combination Air & Vacuum Valve Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new combination air and vacuum valve assembly per CMWD Standard Drawing No. W-12 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 2-Inch Manual Air Release/Blow-off Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new manual air release assembly per CMWD Standard Drawing No. W-10 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 6-Inch Blow-off Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new 6” blow-off assembly per CMWD Standard Drawing No. W-15 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install Fire Hydrant Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new fire hydrant assembly per CMWD Standard Drawing No. W-17 and, where noted, protection posts per CMWD Standard Drawing No. W-18, in accordance with the Contract Documents. This bid item shall include a new tee on the water main and isolation (resilient wedge gate) valve on the tee branch, all pipe extending to the new hydrant, fittings and hardware, concrete anchor block, concrete appurtenance pad, protection posts and site restoration. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Contract No. 5055-1 – Palomar Airport Waterline Realignment 22 Addendum No. 4 Furnish & Install 1-Inch Water Service Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new water service assembly per CMWD Standard Drawing No. W-3 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 1.5-Inch Water Service Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new water service assembly per CMWD Standard Drawing No. W-3 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Furnish & Install 2-Inch Water Service Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new water service assembly per CMWD Standard Drawing No. W-4 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Fire Service Reconnection The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to reconnect the existing fire service to the new pipeline per CMWD Standard Drawing No. W-9 and in accordance with the Contract Documents. This bid item shall include a new tee on the water main and isolation (resilient wedge gate) valve on the tee branch, all pipe extending to the existing buried elbow at the backflow prevention assembly or to the limits approved by the Engineer, fittings and hardware, reconnection of the fire service and site restoration. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Water Main Connection, Station 20+00 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new pipeline to the existing water main at the stations identified on the bid schedule and after successful bacteriological testing and approval by the Agency in accordance with the Contract Documents. This item shall include pipe up to 20 feet in length, fittings and disinfection not included in any other bid item. This item shall not include work appurtenant to water main construction such as earthwork, pipe, valves, dewatering and pavement structural section restoration which are measured and paid for under separate bid items. Pipeline connections at locations other than those identified on the bid schedules will not be measured or paid for. Water Main Connection, Station 23+52 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new pipeline to the existing water main at the stations identified on the bid schedule and after successful bacteriological testing and approval by the Agency in accordance with the Contract Documents. This item shall include pipe up to 20 feet in length, fittings and disinfection not included in any other bid item. This item shall not include work appurtenant to water main construction such as earthwork, pipe, valves, dewatering and pavement structural section restoration which are measured and paid for under separate bid Contract No. 5055-1 – Palomar Airport Waterline Realignment 23 Addendum No. 4 items. Pipeline connections at locations other than those identified on the bid schedules will not be measured or paid for. Water Main Connection, Station 44+00 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new pipeline to the existing water main at the stations identified on the bid schedule and after successful bacteriological testing and approval by the Agency in accordance with the Contract Documents. This item shall include pipe up to 20 feet in length, fittings and disinfection not included in any other bid item. This item shall not include work appurtenant to water main construction such as earthwork, pipe, valves, dewatering and pavement structural section restoration which are measured and paid for under separate bid items. Pipeline connections at locations other than those identified on the bid schedules will not be measured or paid for. Water Main Connection, Station 09+92 (Night Work) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new pipeline to the existing water main after successful bacteriological testing and approval by the Agency in accordance with the Contract Documents. This item shall include pipe up to 20 feet in length, fittings and disinfection not included in any other bid item. This item shall not include work appurtenant to water main construction such as earthwork, pipe, valves, dewatering and pavement structural section restoration which are measured and paid for under separate bid items. Pipeline connections at locations other than those identified on the bid schedules will not be measured or paid for. Furnish & Install Temporary Highline The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and install temporary highline for domestic water services in accordance with the Contract Documents. Highlining of existing water services will be required on Segment A, Segment B and Segment D and at other locations necessitated by the Contractor’s Work Plan. The price paid shall include, but is not limited to, submittal of a highlining plan, all ANSI/NSF 61 approved piping, isolation valves, backflow prevention devices, temporary water meters, disinfection, temporary asphalt (cold mix) or protective ramps or steel plates and maintenance of the highline system for the duration of the highline. Aggregate Base The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct crushed aggregate base, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to preparing and compacting the subgrade and importing and placing crushed aggregate base beneath asphalt concrete or Portland cement concrete pavements. Asphalt Concrete The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct asphalt concrete pavement outside of aircraft taxiway or airfield paving areas, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to saw-cutting and cold milling not included in any other bid item; applying tackifiers; placing and compacting asphalt concrete along the water main trench, service piping, appurtenances and excavations for abandoning water mains; or other areas damaged by construction. Pavement that is damaged during construction, when such damage could have been prevented using rubber-tired equipment, steel plating or similar protective measures, will not be measured for payment and shall be replaced at the Contractor’s expense. Contract No. 5055-1 – Palomar Airport Waterline Realignment 24 Addendum No. 4 Asphalt Concrete (Taxiway Paving – 10” Thick) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct asphalt concrete pavement, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to saw- cutting and cold milling not included in any other bid item; applying tackifiers; placing and compacting asphalt concrete along the water main trench, service piping, appurtenances and excavations for abandoned water mains; or other areas damaged by construction. Pavement that is damaged during construction, when such damage could have been prevented using rubber- tired equipment, steel plating or similar protective measures, will not be measured for payment and shall be replaced at the Contractor’s expense. Portland Cement Concrete (Airfield Paving – 8” Thick) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct Portland cement concrete pavement, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to saw- cutting, subgrade preparation, formwork, steel reinforcement, concrete, curing and all incidental work or services. Portland cement concrete improvements that are damaged during construction, when such damage could have been prevented using rubber-tired equipment, steel plating or similar protective measures, will not be measured for payment and shall be replaced at the Contractor’s expense. Portland Cement Concrete (Flatwork and Curb/Gutter) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to replace Portland cement concrete improvements such as curb, gutter, driveway aprons or pavement, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to saw-cutting, subgrade preparation, formwork, steel reinforcement, concrete, curing and all incidental work or services. Portland cement concrete improvements that are damaged during construction, when such damage could have been prevented using rubber-tired equipment, steel plating or similar protective measures, will not be measured for payment and shall be replaced at the Contractor’s expense. Repair Landscaping and Irrigation The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove and replace existing irrigation and landscaping including but not limited to, finish grading, irrigation piping, irrigation control valves, removal and replacement of turf, trees or vegetation in-kind and all incidental work in accordance with the Contract Documents. Replace Yard Drain System The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove the existing 8” drain and catch basins and replace with new 8” HDPE drain pipe and catch basins in accordance with the Contract Documents. Replace Traffic Loop Detectors The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to replace traffic loop detectors for traffic signals or motorized gates that are damaged during construction, complete in-place, in accordance with the Contract Documents and all incidental work or services. Contract No. 5055-1 – Palomar Airport Waterline Realignment 25 Addendum No. 4 Replace Pavement Striping, Markings and Markers The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to replace pavement striping, markings and pavement markers that are damaged during construction, complete in-place, in accordance with the Contract Documents and all incidental work or services. Cut & Plug Segment E (Segment B Sta 23+52) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to disconnect the existing water main to be abandoned from the existing water main to remain in service in accordance with the Contract Documents. This item shall include pipe up to 20 feet in length, fittings and disinfection not included in any other bid item. This item shall not include work appurtenant to water main construction such as earthwork, pipe, valves, dewatering and pavement structural section restoration which are measured and paid for under separate bid items. Contract No. 5055-1 – Palomar Airport Waterline Realignment 26 Addendum No. 4 ATTACHMENT D CARLSBAD STANDARD DRAWING W- 19A TO VOLUME 3, CHAPTER 4 – POTABLE AND RECYCLED WATER STANDARD DRAWINGS 0 5 10 15 20 25 30 35 40 45 50 55 4 6 8 10 12 14 Pipe Diameter (Inches)Bearing Area of Thrust Block (Square Feet)CARLSBAD MUNICIPAL WATER DISTRICT THRUST BLOCK BEARING AREAS W-19ASAND A ND G RAVEL (1500 PSF)S A N D A N D G R A V E L W IT H C L A Y (2 0 00 PSF )S A N D A N D G R A V E L C E M E N T E D W I T H C L A Y (4 0 0 0 P S F )SAND (1000 PSF) Contract No. 5055-1 – Palomar Airport Waterline Realignment 27 Addendum No. 4 ATTACHMENT E REVISED DWG 534-8, C-3, SHEET 8 OF 14 202620362018AIRCRAFT ROADr NOTESPALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT IMPROVEMENT PLAN FOR:145055-1"RECORD DRAWING"534-8E N G I N E E R I N G C O R P O R A T I O NC-3WATER EASEMENT DATA TABLEIECNWATER LINE SEGMENT 'B'20+0021+0022+0024+0032031032031033033023+00WATER LINE - 'B'SCALE:HORIZ: 1" = 20'VERT: 1" = 4'STA: 23+52 CONNECTION DETAIL (PROPOSED)NOT TO SCALESTA: 23+52 CONNECTION DETAIL (EXISTING)NOT TO SCALEIECNIECNNOTESCONSTRUCTION NOTES3003008ASJLFRWWATER LINE SEGMENT 'B'DETAIL 'B' - CONCRETE TRENCH RESURFACINGNOT TO SCALENOTESSTA: 20+00 CONNECTION DETAIL (PROPOSED)NOT TO SCALEDOWEL POSITION AT INTERSECTION OF JOINTSNOT TO SCALE Revised 6/15/17 Contract No. 5055 Page 45 of 154 GENERAL PROVISIONS FOR PALOMAR AIRPORT WATERLINE REALIGNMENT CONTRACT NO. 5055-1 CARLSBAD MUNICIPAL WATER DISTRICT BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS. Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words “shown”, “indicated”, “detailed”, “noted”, “scheduled”, or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words “directed”, “designated”, “selected”, or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word “required” and words of similar import shall be understood to mean “as required to properly complete the work as required and as approved by the Engineer,” unless stated otherwise. 1-1.3 Equals and Approvals. Where the words “equal”, “approved equal”, “equivalent”, and such words of similar import are used, it shall be understood such words are followed by the expression “in the opinion of the Engineer”, unless otherwise stated. Where the words “approved”, “approval”, “acceptance”, or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word “perform” shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete and 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. 5055 Page 46 of 154 Addendum – Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency – the Carlsbad Municipal Water District. Agreement – See Contract. Assessment Act Contract – A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base – A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid – The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder – Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board – The officer or body constituting the awarding authority of the Agency, the Board of Directors of Carlsbad Municipal Water District. Bond – Bid, performance, and payment bond or other instrument of security. Caltrans – The State of California, Department of Transportation. Cash Contract – A Contract financed by means other than special assessments. Certificate of Compliance – A written document signed and submitted by a supplier or manufacturer that certifies that the material or assembled material supplied to the Work site conforms to the requirements of the Contract Documents. Change Order – A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code – The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager– the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. Contract – The written agreement between the Agency and the Contractor covering the Work. Contract Documents – Including but not limited to; the Contract, any Addenda (which pertain to the Contract Documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, Revised 6/15/17 Contract No. 5055 Page 47 of 154 permits, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor – The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term “prime contractor” shall mean Contractor. Contract Time - The number of Working Days to complete the Work as specified in the Contract Documents. Critical Path – In the construction schedule, the sequence of activities that represents the longest path through the Project network of activities and the shortest possible Project duration. 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 Airports – An authorized representative from the County of San Diego Airports. 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. Defective Work - Work that does not conform to the requirements of the Contract Documents. Deputy City Engineer – The Engineering Manager of the Construction Management & Inspection Department, the Construction Manager’s immediate supervisor and the Engineer’s designated representative. The Deputy City Engineer is the second level of appeal for informal dispute resolution. Dispute Board – Persons designated by the City Manager of the City of Carlsbad or the Executive Manager of the Carlsbad Municipal Water District to hear and advise the City Manager or the Executive Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Disputed Work – Work in which the Agency and the Contractor are in disagreement. Electrolier – Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer – The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Engineer of Record/Design Engineer – A registered professional engineer licensed in the State of California who is qualified to act as an agent of a project owner or to prepare plans for facilities to be accepted by the City of Carlsbad or the Carlsbad Municipal Water District. The term includes persons licensed in the State of California as Civil Engineers or Structural Engineers Revised 6/15/17 Contract No. 5055 Page 48 of 154 Extra Work – New or unforeseen work not covered by a Contract Unit Price or Stipulated Unit Price. Float – The number of days by which an activity in the construction schedule may be delayed from either its earliest start date or earliest completion date without extending the Contract Time (total float). Total float belongs to the Project and to any Party to accommodate changes in the Work or to mitigate the effect of events which may delay completion. Holiday – Holidays and the days observed are listed below. If a holiday falls on a Saturday, the holiday is observed on the preceding Friday. If the holiday falls on a Sunday, it is observed the following Monday. Unless specified otherwise in the Contract Documents or authorized by the Engineer, do not work on holidays. New Year’s Day January 1 Martin Luther King Day 3rd Monday in January Presidents’ Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran’s Day November 11 Thanksgiving Day 4th Thursday in November Thanksgiving Friday Day after Thanksgiving Christmas Day December 25 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. Night Work – See Working Night. Notice of Award – The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Revised 6/15/17 Contract No. 5055 Page 49 of 154 Notice to Proceed – A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Sections 2-3.1 and 2-3.2 – Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. Further, ”own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Sections 2-3.1 and 2-3.2. Person – Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans – The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract – Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector – the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal – See Bid. Reference Specifications – Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway – The portion of a street reserved for vehicular use. Service Connection – Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer – Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Shop Drawings – Drawings showing the details of manufactured or assembled products proposed to be incorporated into the Work. Special Provisions – Revisions to the Standard Specifications setting forth conditions and requirements peculiar to the Work. Specifications – General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Revised 6/15/17 Contract No. 5055 Page 50 of 154 Standard – The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans – Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications – The Standard Specifications for Public Works Construction (SSPWC), the “Greenbook”. State – State of California. Stipulated Unit Price – Unit prices established by the Agency in the Contract Documents. Storm Drain – Any conduit and appurtenances intended for the reception and transfer of storm water. Street – Any road, highway, parkway, freeway, alley, walk, or way. Subbase – A layer of specified material of planned thickness between a base and the subgrade. Subcontractor – An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade – For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision – Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement – A written amendment of the Contract Documents signed by both parties. Supplemental Provisions – See Special Provisions. Surety – Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne – Also referred to as “metric ton”. Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility – Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work – That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. Revised 6/15/17 Contract No. 5055 Page 51 of 154 Working Night – A period of night-time work, allowed only on Monday through Thursday, excluding holidays. Working Drawings – Drawings showing the details not shown on the Plans which are required to be designed by the Contractor. 1-3 ABBREVIATIONS. 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the “Manual of Steel Construction” published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words Abbreviation Word or Words ABAN .............................................................Abandon ABAND .......................................................Abandoned ABS ........................ Acrylonitrile – butadiene – styrene AC .................................................... Asphalt Concrete ACP ........................................... Asbestos cement pipe ACWS ..................... Asphalt concrete wearing surface ALT ................................................................Alternate APTS ................................. Apartment and Apartments AMER STD ................................... American Standard AWG ............... American Wire Gage (nonferrous wire) BC .................................................. Beginning of curve BCR ....................................... Beginning of curb return BDRY ............................................................Boundary BF ..................................................... Bottom of footing BLDG ........................................ Building and Buildings BM ............................................................. Bench mark BVC .................................... Beginning of vertical curve B/W ........................................................... Back of wall C/C ..................................................... Center to center CAB ...................................... Crushed aggregate base CAL/OSHA ............ California Occupational Safety and Health Administration Caltrans ......... California Department of Transportation CAP .................................... Corrugated aluminum pipe CB ............................................................. Catch Basin Cb ........................................................................ Curb CBP ............................... Catch Basin Connection Pipe CBR ....................................... California Bearing Ratio CCR ............................ California Code of Regulations CCTV ............................................... Closed Circuit TV CES .......................... Carlsbad Engineering Standards CF ................................................................ Curb face CF ................................................................ Cubic foot C&G .................................................... Curb and gutter CFR ................................ Code of Federal Regulations CFS ......................................... Cubic Feet per Second CIP ......................................................... Cast iron pipe CIPP ................................................ Cast-in place pipe CL ............................................. Clearance, center line CLF .................................................... Chain link fence CMB ............................... Crushed miscellaneous base CMC ......................................... Cement mortar-coated CML ............................................ Cement mortar-lined CMWD .................... Carlsbad Municipal Water District CO .................................................... Cleanout (Sewer) COL ..................................................................Column COMM ....................................................... Commercial CONC ........................................................... Concrete CONN ........................................................ Connection CONST .................................. Construct, Construction COORD ...................................................... Coordinate CSP ............................................ Corrugated steel pipe CSD ............................... Carlsbad Standard Drawings CTB ............................................ Cement treated base CV ............................................................ Check valve CY ............................................................... Cubic yard D .............................................................. Load of pipe dB ................................................................... Decibels DBL .................................................................. Double DF ............................................................... Douglas fir DIA ................................................................ Diameter DIP ..................................................... Ductile iron pipe DL ................................................................Dead load DR ...................................................... Dimension Ratio DT .................................................................Drain Tile DWG ............................................................... Drawing DWY .............................................................. Driveway DWY APPR ................................... Driveway approach E ....................................................................... Electric EA ........................................................................ Each EC ............................................................ End of curve ECR ................................................ End of curb return EF ................................................................ Each face EG ......................................................... Edge of gutter Revised 6/15/17 Contract No. 5055 Page 52 of 154 EGL .................................................. Energy grade line EI ................................................................... Elevation ELC ..................................... Electrolier lighting conduit ELT ........................................................ Extra long ton ENGR ....................................... Engineer, Engineering EP ................................................... Edge of pavement ESMT ........................................................... Easement ETB .......................................... Emulsion-treated base EVC ............................................... End of vertical curb EWA ............................... Encina Wastewater Authority EXC ............................................................ Excavation EXP JT ................................................. Expansion joint EXST ............................................................... Existing F .................................................................. Fahrenheit F&C ................................................... Frame and cover F&I .................................................. Furnish and install FAB ............................................................... Fabricate FAS ............................................... Flashing arrow sign FD ............................................................... Floor drain FDN ............................................................ Foundation FED SPEC ................................. Federal Specification FG ........................................................ Finished grade FH ............................................................. Fire hydrant FL ................................................................... Flow line FS ...................................................... Finished surface FT-LB .........................................................Foot-pound FTG .................................................................. Footing FW ............................................................ Face of wall G ........................................................................... Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons GALV ......................................................... Galvanized GAR ........................................... Garage and Garages GIP .............................................. Galvanized iron pipe GL ........................................ Ground line or grade line GM .............................................................. Gas meter GNV ............................................... Ground Not Visible GP ..................................................................Guy pole GPM ................................................ gallons per minute GR ...................................................................... Grade GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HDWL ........................................................... Headwall HGL .............................................. Hydraulic grade line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation ID ........................................................ Inside diameter INCL ...............................................................Including INSP .............................................................Inspection INV ...................................................................... Invert IP .................................................................... Iron pipe JC ..................................................... Junction chamber JCT .................................................................Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ Length LAB ............................................................. Laboratory LAT ................................................................... Lateral LB ...................................................................... Pound LD ..................................................... Local depression LF ................................................................ Linear foot LH ............................................................... Lamp hole LL ...................................................................Live load LOL .............................................................Layout line LONG ........................................................Longitudinal LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) LS ................................................................ Lump sum LTS .................................................... Lime treated soil LWD ............................... Leucadia Wastewater District MAINT ..................................................... Maintenance MAX ............................................................. Maximum MCR ............................................ Middle of curb return MEAS ............................................................. Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ..................................................... Miscellaneous MOD ................................................... Modified, modify MON ............................................................ Monument MSL .. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine MULT ...............................................................Multiple MUTCD .....Manual on Uniform Traffic Control Devices MVL ............................................... Mercury vapor light NCTD .............................. North County Transit District NRCP .............................. Nonreinforced concrete pipe OBS ...............................................................Obsolete OC ................................................................ On center OD ..................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................ Overhead Electric OMWD ................. Olivenhain Municipal Water District OPP ...............................................................Opposite ORIG ................................................................Original PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature PCVC ....................... Point of compound vertical curve PE ........................................................... Polyethylene PI .................................................. Point of intersection PL ............................................................. Property line PMB ............................ Processed miscellaneous base POC ...................................................... Point on curve POT .................................................... Point on tangent PP .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI ......................................... Pounds per square inch PT .................................................... Point of tangency PVC .................................................. Polyvinyl chloride PVMT ........................................................... Pavement PVT R/W ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete Revised 6/15/17 Contract No. 5055 Page 53 of 154 RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete RCB ...................................... Reinforced concrete box RCE ...................................... Registered civil engineer RCP ..................................... Reinforced concrete pipe RCV ........................................... Remote control valve REF ............................................................. Reference REINF ..............................Reinforced or reinforcement RES ...............................................................Reservoir RGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR ...................................................................Railroad RSE .............................. Registered structural engineer RTE .................................... Registered traffic engineer S .................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD ............................................................. Storm drain SDNR .............................. San Diego Northern Railway SDR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings SE ...................................................... Sand Equivalent SEC .................................................................. Section SF ............................................................. Square foot SFM ................................................ Sewer Force Main SI ....................... International System of Units (Metric) SPEC ..................................................... Specifications SPPWC .......................................... Standard Plans for Public Works Construction SSPWC ............................. Standard Specifications for Public Works Construction ST HWY ................................................ State highway STA ................................................................... Station STD ............................................................... Standard STR ..................................................................Straight STR GR ................................................ Straight grade STRUC .......................................... Structural/Structure SW .................................................................Sidewalk SWD ...................................................... Sidewalk drain SY ............................................................ Square yard T .................................................................. Telephone TAN ................................................................. Tangent TC .............................................................. Top of curb TEL ............................................................. Telephone TF ........................................................... Top of footing TOPO ........................................................ Topography TR ........................................................................ Tract TRANS ......................................................... Transition TS ......................... Traffic signal or transition structure TSC ............................................. Traffic signal conduit TSS ........................................... Traffic signal standard TW ..............................................................Top of wall TYP .................................................................. Typical UE .............................................. Underground Electric USA .................................... Underground Service Alert VAR ..................................................... Varies, Variable VB ................................................................ Valve box VC .......................................................... Vertical curve VCP ................................................... Vitrified clay pipe VERT ............................................................... Vertical VOL .................................................................. Volume VWD ....................................... Vallecitos Water District W ........................ Water, Wider or Width, as applicable WATCH .............. Work Area Traffic Control Handbook WI ............................................................ Wrought iron WM ........................................................... Water meter WPJ .......................................... Weakened plane joint XCONN ............................................ Cross connection XSEC ..................................................... Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO ............................. American Association of State Highway and Transportation Officials ACI .................................................................................................... American Concrete Institute AISC ............................................................................... American Institute of Steel Construction ANSI ................................................................................. American National Standards Institute AREA ......................................................................... American Railway Engineering Association ASME ........................................................................ American Society of Mechanical Engineers ASQ ................................................................................................. American Society for Quality ASTM ........................................................................ American Society for Testing and Materials AWPA ............................................................................ American Wood Preservers Association AWS ................................................................................................... American Welding Society AWWA .................................................................................. American Water Works Association EEI ........................................................................................................... Edison Electric Institute EIA ...................................................................................................Electronic Industries Alliance EPA ......................................................................................... Environmental Protection Agency ETL ............................................................................................... Electrical Testing Laboratories FCC .................................................................................. Federal Communications Commission FHWA ......................................................................................... Federal Highway Administration Revised 6/15/17 Contract No. 5055 Page 54 of 154 GRI ............................................................................................. Geosynthetic Research Institute IEEE ................................................................... Institute of Electrical and Electronics Engineers IMSA ............................................................................International Municipal Signal Association ISSA ............................................................................ International Slurry Surfacing Association ITE ....................................................................................... Institute of Transportation Engineers NCHRP ........................................................... National Cooperative Highway Research Program NEMA .................................................................... National Electrical Manufacturers Association NSF .................................................................................................National Science Foundation OSHA .................................................................. Occupational Safety and Health Administration PPI .............................................................................................................. Plastics Pipe Institute RUS ............................................................................................................ Rural Utilities Service SAE ........................................................................................... Society of Automotive Engineers SSPC ........................................................................................... Society for Protective Coatings UL ................................................................................................. Underwriters' Laboratories Inc. 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) ....................................................................................25.4 micrometer (m) 1 inch (in) ..............................................................................................25.4 millimeter (mm) 1 inch (in) ..............................................................................................2.54 centimeter (cm) 1 foot (ft) ................................................................................................0.3048 meter (m) 1 yard (yd) .............................................................................................0.9144 meter (m) 1 mile (mi) .............................................................................................1.6093 kilometer (km) 1 square foot (ft2) ..................................................................................0.0929 square meter (m2) 1 square yard (yd2) ................................................................................0.8361 square meter (m2) 1 cubic foot (ft3) .....................................................................................0.0283 cubic meter (m3) 1 cubic yard (yd3) ..................................................................................0.7646 cubic meter (m3) 1 acre ....................................................................................................0.4047 hectare (ha) 1 U.S. gallon (gal) .................................................................................3.7854 Liter (L) 1 fluid ounce (fl. oz.) ..............................................................................29.5735 milliliter (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) Revised 6/15/17 Contract No. 5055 Page 55 of 154 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. 5055 Page 56 of 154 SECTION 2 – SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the board, except that the contractor may assign money due or which will accrue to it under the contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: “(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor’s total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor’s total bid or ten thousand dollars ($10,000), whichever is greater.” “(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid.” If the Contractor fails to specify a Subcontractor or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor’s total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Revised 6/15/17 Contract No. 5055 Page 57 of 154 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor’s own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the Board shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated “Specialty Items” may be performed by subcontract, and the amount of any such “Specialty Items” so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. “Specialty Items” will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. 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. 5055 Page 58 of 154 The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, Supplemental Provisions, Project Technical Specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction (SSPWC) and the latest supplements thereto, 2021 edition as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The Plans shall consist of the construction drawings, Drawing No. 534-8 issued under this Contract. The Standard Drawings consist of the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Revised 6/15/17 Contract No. 5055 Page 59 of 154 Municipal Water District, hereinafter designated as CES and CSD, respectively. Modified standard drawings, as applicable, are provided in the appendices to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict in the Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1. Permits from other agencies as may be required by law. 2. Change orders, whichever occurs last. 3. Contract addenda, whichever occurs last. 4. Contract. 5. Carlsbad General and Supplemental Provisions. 6. Carlsbad Engineering Standards. 7. Technical Specifications. 8. Plans. 9. Standard Plans. a. City of Carlsbad Standard Drawings. b. Carlsbad Municipal Water District Standard Drawings. c. City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d. San Diego Area Regional Standard Drawings. e. Traffic Signal Design Guidelines and Standards. f. State of California Department of Transportation Standard Plans. g. State of California Department of Transportation Standard Specifications. h. California Manual on Uniform Traffic Control Devices (CA MUTCD). 10. Standard Specifications for Public Works Construction, as amended. 11. Reference Specifications. 12. Manufacturer’s Installation Recommendations. Detail drawings shall take precedence over general drawings. Revised 6/15/17 Contract No. 5055 Page 60 of 154 Detailed plans and plan views shall have precedence over general plans. 2-5.2.1 Precedence of Caltrans Specifications. Where Caltrans specifications are used to modify the SSPWC or are added to the SSPWC by the Contract Documents, the Caltrans specifications shall have precedence only in reference to the materials referred to in the Caltrans specifications. The documents listed in Section 2-5.2 above, in their order of precedence above, shall prevail over the Caltrans specifications in all other matters. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor’s expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. One electronic (PDF) file shall be submitted. If revisions are required, the Engineer will return one redlined copy for resubmission. Upon acceptance, the Engineer will return one electronic copy to the Contractor. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required be performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label ‘4-C’ would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor’s letterhead. The Letter of Transmittal shall contain the following: 1. Project title and Agency contract number. 2. Number of complete sets. 3. Contractor’s certification statement. 4. Specification section number(s) pertaining to material submitted for review. 5. Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6. Description of the contents of the submittal. 7. Identification of deviations from the Contract Documents. 8. The signature, printed name, title and company name of the Contractor’s representative. The Contractor shall subscribe to and shall place the following certification on all submittals:  “I hereby certify that the (equipment, material, procedure(s)) shown and marked in this submittal is that proposed to be incorporated into this Project, is Revised 6/15/17 Contract No. 5055 Page 61 of 154 in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval.” or  “I hereby certify that the (equipment, material, procedure(s)) contained herein meet all requirements shown or specified in the Contract Documents, except for the following deviation(s): .” 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Title Subject 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facilities Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Three hard copies and one electronic (PDF) file of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound Revised 6/15/17 Contract No. 5055 Page 62 of 154 together and include all manufactured items for the system. If resubmittal is not required, one red lined copy will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1. List of Subcontractors per 2-3.2. 2. List of Materials per 4-1.4. 3. Certifications per 4-1.5. 4. Construction Schedule per 6-1 and Work Plan per 6-2.2. 5. Confined Space Entry Program per 7-10.4.4. 6. Concrete mix designs per 201-1.1. 7. Asphalt concrete mix designs per 203-6.1. 8. Data, including, but not limited to, catalog sheets, manufacturer’s brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 9. Temporary highline plan per Carlsbad Engineering Standards. 10. Community Health & Safety Plan per County of San Diego requirements and section 7-5. 2-5.4 Record Drawings. The Contractor shall maintain a complete "as-built" record set of blue-line prints, which shall be corrected in red ink daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, conduits, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. The official record drawing shall accurately reflect all changes and modifications to the original plan. The Contractor shall formally submit the final record drawing at the final walk-through meeting. At the direction of the Engineer, the Contractor shall correct and revise the Record Drawings to accurately reflect field conditions. Re- submittal of the Record Drawings shall be completed within ten (10) working days of the final walk-through meeting date and shall reflect any additional punch list items. Payment for the upkeep, revision, and submittal of the record drawings shall be included in the lump sum price for mobilization. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the engineer. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor’s responsibility to determine and allow for the elevation of groundwater at the time of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. The following report(s) are included in Appendix A and B: Revised 6/15/17 Contract No. 5055 Page 63 of 154 • “Geotechnical Investigation, CIP 50551 Palomar Airport Water Main Realignment Study, Carlsbad, CA.,” dated December 1, 2020 by Geosyntec Consultants. • “Palomar Airport Waterline Realignment Subsurface Utility Report for IEC,” dated July 21, 2021 by Underground Solutions, Inc. These reports, other available investigation reports and the project site should be thoroughly reviewed by each potential Contractor prior to submission of a bid. The Contractor may make independent investigations of the project site, including evaluation of the soil or groundwater conditions and/or the presence of rock, in order to characterize the subsurface conditions that may be encountered to the Contractor’s satisfaction. The costs for such investigations shall be considered included in the bid price and no additional compensation will be made therefor. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work, when indicated on the Plans, will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and restoring additional work areas and removing and/or disposing of facilities temporarily required. The Contractor shall indemnify and hold the agency harmless from all claims for damages caused by such actions. 2.8.1 Designated Staging and Storage Area. At the Contractor’s option and as approved by the County Airports, the Contractor may stage equipment and store materials on the airport site on Lot 31 as identified in Appendix D. Use of the staging yard is conditioned upon Contractor’s strict adherence to the requirements herein specified. Non-compliance will result in the revocation of use of the property upon which the Contractor must immediately vacate the property and restore it to its original condition. 1. All provisions of the contract apply to the staging area. The Contractor’s attention is directed to Section 7 RESPONSIBILITIES OF THE CONTRACTOR with specific reference to Section 7-8 PROJECT SITE MAINTENANCE as it applies to water pollution control. Contractor shall install and maintain BMPs at the staging area at all times. 2. Use of the staging area is strictly limited to the work hours specified in Section 6-7.2. The Contractor may not enter the staging area outside of the work hours unless prior, written authorization is provided by the City’s inspector. The Contractor shall not park vehicles and/or create a queue along the entrance prior to work hours. 3. Prior to use of the staging area, Contractor shall walk the site with the City’s inspector to confirm boundary limits. Contractor shall document the existing, pre-use condition of the staging area and submit documentation (e.g., photographs and video) of the existing condition to the City’s inspector prior to mobilization and use of the property. 4. Contractor shall install temporary fencing around the staging area. At a minimum, Contractor shall install orange snow fence and silt fence around the perimeter of the staging area. Contactor shall secure and lock all gates upon leaving the staging area. 5. All surplus, excavated material shall be hauled offsite in accordance with the requirements of the Contract Documents. Materials, including excavated soil to be reused as native earth backfill, aggregate base, sand, rock, etc., shall be covered daily and secured with appropriate erosion and sediment control BMPs. All materials shall be removed from the storage area upon completion of the Project (i.e., no spreading/dispersing of material). 6. No concrete crushing, soil processing or demolition activities are allowed at the staging area. Revised 6/15/17 Contract No. 5055 Page 64 of 154 7. Upon completion of the Project, Contractor shall demobilize and remove all materials and equipment from the staging area and restore the staging area to its pre-use condition as documented in the pre-construction photographs and video. 8. If there is no construction activity for 60 days, the Contractor shall remove all equipment, materials and all other items from the staging area and restore it to the original conditions within 15 days of being ordered to do so by the Engineer. The Contractor shall be responsible for obtaining and paying all costs in connection with any additional storage sites or staging areas which may be required for proper completion of the Work. The Contractor is responsible for coordination with property owners for locating and securing legal storage, staging, and parking areas. The Contractor must provide a storage and staging plan to the Owner, including written permission from legal owner(s) of property/properties stating they are allowing the Contractor to use their property. It shall be understood that responsibility for protection and safekeeping of equipment and materials on or near the site will be entirely that of the Contractor and that no claim shall be made against the Owner, the Owner’s authorized representatives, or County Airports reason of any act. It shall be further understood that should any occasion arise necessitating access to the sites occupied by the stored material or equipment, the Engineer shall direct the Contractor owning or responsible for the stored materials and equipment to immediately move the same. No materials or equipment may be placed upon the property of the Owner other than the designated areas on the Drawings unless the Owner has agreed to the location requested by the Contractor to be used for storage. No equipment, vehicles, personal vehicles, or materials may be parked or stockpiled outside the Owner’s easements or properties, or outside of the designated Contractor staging areas. No parking or construction staging will be allowed on surrounding public or private streets or private property unless written approval is obtained from the property owner and the City. 2-9 SURVEYING. 2-9.1 General. The Contractor will perform and be responsible for the accuracy of surveying adequate for construction. The Contractor shall set and preserve construction survey stakes and marks for the duration of their usefulness. If any construction survey stakes are lost or disturbed and need to be replaced, such replacement shall be performed at the expense of the Contractor. The Contractor shall notify the Engineer in writing at least 2 Working Days before survey services in connection with the laying out of any portion of the Work. The Contractor shall dig all holes necessary for line and grade stakes. Unless otherwise specified in the Special Provisions, stakes will be set and stationed for alignments for pipelines (sewers, storm drains, potable water, recycled water) and their appurtenances, curbs, headers, structures, rough grade, finish grade and right-of-way or easement boundaries. A corresponding cut or fill to finished grade (or flowline) will be indicated on a grade sheet. 2-9.2 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to Revised 6/15/17 Contract No. 5055 Page 65 of 154 practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.3 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-9.4 Payment for Survey, Payment for survey work shall be included in the bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors’ performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and Revised 6/15/17 Contract No. 5055 Page 66 of 154 interviews of Contractor’s staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these Specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. Revised 6/15/17 Contract No. 5055 Page 67 of 154 SECTION 3 – CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor’s signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 125 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. Revised 6/15/17 Contract No. 5055 Page 68 of 154 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned, and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as “extra work” when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. Revised 6/15/17 Contract No. 5055 Page 69 of 154 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor, if necessary, for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the “Labor Surcharge and Equipment Rental Rates” published by Caltrans, current at the time of the actual use of the tool or equipment. The right-of- way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer’s ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. Revised 6/15/17 Contract No. 5055 Page 70 of 154 The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors’ invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1. Labor ........................................... 20 2. Materials ...................................... 15 3. Equipment Rental ........................ 15 4. Other Items and Expenditures ..... 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. Revised 6/15/17 Contract No. 5055 Page 71 of 154 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract Documents; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor’s failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the District with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. “The undersigned certifies that the above statements are made in full cognizance of the California Revised 6/15/17 Contract No. 5055 Page 72 of 154 False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” By: ___________________________________ Title: ______________________________ Date: _________________________________ Company Name: ______________________________________________________________ The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the Agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the Contractor and the Agency are unable to reach agreement on disputed work, the Agency may direct the Contractor to proceed with the Work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer 4. City Engineer 5. Executive Manager, Carlsbad Municipal Water District The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the District will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested, the District will provide its position within 10 working days of receipt of said additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the Executive Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the Executive Manager. Actual approval of the claim is subject to the change order provisions in the contract. Revised 6/15/17 Contract No. 5055 Page 73 of 154 All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) “Public entity” shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v) The Military Department as to any project under the jurisdiction of that department. (vi) The Department of General Services as to all other projects. (vii) The High-Speed Rail Authority. (4) “Public works project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, Revised 6/15/17 Contract No. 5055 Page 74 of 154 shall provide the claimant a written statement identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity’s written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties’ dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity’s failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. Revised 6/15/17 Contract No. 5055 Page 75 of 154 (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2020 and, as of that date, is repealed unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of Revised 6/15/17 Contract No. 5055 Page 76 of 154 money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Revised 6/15/17 Contract No. 5055 Page 77 of 154 Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. Revised 6/15/17 Contract No. 5055 Page 78 of 154 SECTION 4 – CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer’s approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency’s consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 6 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Revised 6/15/17 Contract No. 5055 Page 79 of 154 Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor’s responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after Revised 6/15/17 Contract No. 5055 Page 80 of 154 improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer’s written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words “or equal”. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the Contract Documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer’s findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. Revised 6/15/17 Contract No. 5055 Page 81 of 154 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator’s platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials’ tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient’s agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary, gather new and additional information to determine the validity, the cause, and if necessary, the Revised 6/15/17 Contract No. 5055 Page 82 of 154 remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. Revised 6/15/17 Contract No. 5055 Page 83 of 154 SECTION 5 – UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which are known to exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. A report summarizing potholing conducting during project design is included in Appendix B for reference only. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. Prior to pipeline excavation, the Contractor shall determine the location and depth (potholing) of every crossing point between the proposed pipeline and the existing utilities shown on the plan or that have been marked by the respective owners per Section 402-1. The pothole log shall be submitted a minimum of one week prior to excavating the crossing location. The Contractor shall determine, by potholing, the locations and depths of all utilities which are shown on the Contract Documents or have been marked by the utility owners and which may affect or be affected by its operations. The Contractor shall pothole all service connections, utilities that cross or parallel (within 5 feet) the proposed construction, and all connection points to existing utilities. The Contractor shall record the material size, type, and horizontal and vertical locations (bearing and slope) and submit the data to the Engineer in accordance with Section 2-5.3. If no separate pay item is provided in the Contract for potholing, full compensation for such work shall be considered included in the bid item of work requiring the potholing and no separate payment shall be made therefor. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. Revised 6/15/17 Contract No. 5055 Page 84 of 154 When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2-inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2-inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor’s operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as “abandoned” or “to be abandoned in place”. Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. The costs involved in the removal and disposal shall be considered incidental to the bid items of work necessitating such removals and no separate payment shall be made therefor, unless a bid item for “Removal” is specifically included in the bid proposal. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as directed and approved by the City. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Revised 6/15/17 Contract No. 5055 Page 85 of 154 Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer, the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor’s actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. Close cooperation with CMWD Operations staff will be required prior to water utility shutdowns, construction, testing, and project completion. Revised 6/15/17 Contract No. 5055 Page 86 of 154 SECTION 6 – PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within ten (10) calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format and submit the schedule in accordance with 2-5.3. The schedule shall: A. Be prepared using a commercially available, Windows compatible software program, “Suretrak” by Primavera or “Project” by Microsoft Corporation or approved equal. B. Be prepared in hard copy (paper) and electronic (Adobe PDF) format and free of file locking, encryption or any other protocol that would impede full access to the data and labeled with the project name and number, the Contractor’s name and the date of preparation. C. Begin with the date projected for the Notice to Proceed and conclude with the date of final completion conforming with the Contract time. D. Depict a time-scaled network diagram of all activities, logic relationships of interdependent activities, and milestones comprising the complete period of Work with tasks on the vertical axis and their durations on the horizontal axis. Use distinctive texture patterns or line types to show the critical path within the Contract time. Include a tabular listing of each activity and its identification number, description, duration, early start, early finish, late start, late finish, total float, and all predecessor and successor activities. The number of activities will communicate the Contractor’s plan for project execution, accurately describe the project work and allow monitoring and evaluation of progress and time impacts. Activity descriptions shall accurately define the work planned for the activity. Activity durations shall not be shorter than 1 working day or longer than 15 working days unless approved by the Engineer. E. Include detail of all project phasing, staging and sequencing including all milestones necessary to define beginning and ending of each phase or stage and constraints which may impact any activity. Include time allowances for coordination with utility companies and other agencies, equipment and material deliveries, submittal reviews and approvals, traffic control setup and phasing, Work performed by others, inspections, testing and commissioning, corrective work, and any non-work periods. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. A schedule which shows a project duration longer than the Revised 6/15/17 Contract No. 5055 Page 87 of 154 Contract Time will not be acceptable and will be grounds to consider the Contractor in default of the Contract per 6-4. The Engineer may choose to accept the Contractor’s proposal of a project duration which is shorter than the Contract time provided the shortened Baseline Construction Schedule is reasonable and demonstrates, to the satisfaction of the Engineer, that the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened schedule. Acceptance of a shortened Baseline Construction Schedule will be confirmed through the execution of a Change Order revising the Contract time. The Engineer’s approval of the Baseline Construction Schedule is a condition precedent to issuance of the Notice to Proceed. If the schedule does not meet the requirements of these specifications, the Contractor shall revise the schedule and resubmit it to the Engineer. Failure to obtain the Engineer’s approval of the schedule within thirty (30) working days after the date of the preconstruction meeting shall be grounds to consider the Contractor in default of the Contract per 6-4. The number of working days used by the Engineer to review the initial Baseline Construction Schedule submittal will not be included in the 30 working days. The Engineer shall complete subsequent reviews of the revised schedule and progress updates within 5 working days of receipt. The Engineer’s response to each review will consist of one of the following: “Accepted.” The Contractor may proceed with the Work upon issuance of the Notice to Proceed. Payment for the schedule may be requested by the Contractor. “Accepted with Comments.” The Contractor may proceed with the Work upon issuance of the Notice to Proceed. The Contractor must revise and resubmit the schedule and receive the Engineer’s acceptance of the schedule before payment for the schedule is requested by the Contractor. “Not Accepted.” The Contractor may not proceed with the Work, must revise and resubmit the schedule and may not request payment for the schedule. 6-1.1.2 Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon the completion level of each activity as a basis for progress payments. Schedule updates shall conform with the requirements for the initial submittal in 6-1.1.1 and shall: A. Show the actual dates of each activity start and/or finish during the month. The schedule update shall include specific notation for any changes in actual dates after they are first reported. B. Report the percent complete for each activity in progress at the end of the month as determined by the Engineer. C. Include a list and explanation of all changes made to the activities, dates or interconnecting logic. D. Include activity and network revisions reflecting the Change Orders approved in the previous month as agreed upon during the review and acceptance of the Change Orders. The Engineer’s responses to the progress schedule updates shall be as described in 6-1.1.1. The Contractor shall proceed with Work and request payment for the progress schedule updates as described therein. Revised 6/15/17 Contract No. 5055 Page 88 of 154 If the Contractor fails to submit the progress schedule updates as required herein, the Contractor may elect to proceed with the Work at its own risk and shall forfeit payment for the progress schedule update until compliance is met. If the Contractor elects to delay or cease Work after failure to submit the progress schedule updates, any resulting delay, impact, or disruption to the Work will be the Contractor’s responsibility. 6-1.1.3 Interim Revisions. Should the actual or projected progress of the Work exceed 5 percent of the Contract Time, the Contractor shall prepare and submit a revised Baseline Construction Schedule independently of and prior to the next progress schedule update with a list and explanation of each change made to the schedule. The submittal, schedule review and acceptance requirements of 6-1.1.2 shall apply. 6-1.1.4 Late Completion or Milestone Dates. If a schedule update indicates a completion date later than the Contract time or contractually required milestone completion date, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent schedule update which removes all or a portion of the delay be “Accepted” by the Engineer, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following such acceptance. 6-1.1.5 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the Work is completed. The update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed in accordance with 6-1.1.2. Acceptance of the final schedule update is required for release of funds retained per 9-3.2. 6-1.1.6 Measurement and Payment. The Contractor’s preparation, revision and maintenance of the Construction Schedule are incidental to the Work and no separate payment will be made 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 Work as shown on the Project Revised 6/15/17 Contract No. 5055 Page 89 of 154 Plans and as specified in the Specifications. The work descriptions in this section are an overview only and shall not relieve the Contractor from its responsibilities to conduct all coordination and perform the Work in accordance with the Contract Documents. The Contractor shall conduct the following general work activities: 1. Submit construction schedule, schedule of values, working drawings and shop drawings and secure necessary permits and approvals in accordance with the Contract Documents. 2. Secure staging area(s). 3. Conduct surveying and staking of the pipeline alignments, locations of appurtenances limits of right-of-way or easements and pre-construction video and photographs. Conduct Underground Service Alert (DigAlert) notification and utility mark-out. Mobilize labor force, materials and equipment for subsequent phases of Work and install temporary facilities and BMPs, traffic control and excavation safety measures. 4. Pothole all utilities that cross or parallel (within 5 feet of) planned excavations and immediately notify the Engineer of any potential conflicts. Submit potholing data in accordance with Section 2-5.3. Pavement saw-cutting or excavation shall not commence at any construction heading until the project alignments have been staked and existing utilities have been potholed and confirmed by the Contractor to have no conflict with the Work. 5. Submit a pipeline highlining plan for all domestic water or fire services to be highlined during the Work. Temporary water meter shall be secured by the Contractor. The water source location shall be as approved by CMWD. 6. Submit a Utility Shutdown/Connection Request (Form E-28) with two weeks advance notice and all required information. CMWD forces will isolate the existing water main for each construction heading on the date so approved. The Contractor shall dewater the pipeline and excavations. 7. Construct the new pipelines, isolation valves, appurtenances (e.g., air valve and blow-off assemblies) and utility services as required and remove existing pipelines or appurtenances specified for removal or that are abandoned (or to be abandoned) and in conflict with the work. Install thrust restraint systems and backfill all excavations. 8. Conduct hydrostatic pressure testing and disinfection of new or rehabilitated pipe systems. 9. Complete the connections to the existing water mains, place and compact backfill, aggregate base, and restore finished surfaces to original or better condition, including but not limited to, pavement and existing landscape and irrigation repairs in areas disturbed by construction. 6-2.2 Construction Phasing. The following construction phase guidelines are provided for the Contractor’s use in developing the construction schedule and a Work Plan that describes the labor, materials, equipment and procedures to conduct the Work. The phasing guidelines listed herein are not intended to be a complete list of all construction activities and shall not relieve the Contractor from its responsibilities to coordinate and perform the Work, revise the phasing descriptions, or to develop additional phases as necessary to complete the Work in its entirety in accordance with the Contract Documents. The Contractor shall develop a detailed Work Plan describing the materials, equipment and procedures for each phase of the Work and submit the Work Plan in accordance with Section 2-5.3. Any modification of the phasing described below shall be approved by the Engineer. Phase 1. 1. Construct all of Segment C in new alignment (Sta 29+96 to 33+30). Revised 6/15/17 Contract No. 5055 Page 90 of 154 2. Construct north section of Segment D in new alignment (Sta 40+00 to 42+33). 3. Temporarily connect these two segments to the existing fire hydrant on Segment C. 4. Reconnect fire services and water services to Segment C and north section of Segment D. 5. Abandon the 10” and 8” steel water mains in Segment C. 6. Abandon the 12” AC water main in north Segment D. Phase 2. 1. Near Airport entrance, temporarily highline the water services to Bldg. 2206 (helicopter facility) and the water service and fire hydrant to Bldg. 2192 (Administration). 2. Construct south portion of Segment D in existing alignment (Sta 42+33 to Sta 44+00) with new valve(s) and connect to new Segment D completed in Phase 1. 3. Construct the portion of Segment A in Aircraft Road between Sta 16+94 and 18+72 and connect to Segment D. 4. Connect remaining services to Segment D and completed portion of Segment A. Phase 3. 1. Construct north section of Segment A in new alignment from south of active taxiway to new fire hydrant location on Aircraft Road (Sta 10+44 to 16+94). 2. Connect this section of Segment A with the portion of Segment A completed in Phase 2. Phase 4. 1. Construct remaining Segment A in taxiway (Sta 9+91 to 10+44) and disconnect Segment E. Work impacting the taxiway shall be conducted at night. 2. Connect fire services, hydrants and water services. 3. Abandon Segment E from Segment A to Segment C. Phase 5. 1. Highline the water services connected to the existing pipeline in Segment B. 2. Remove the existing steel pipe and construct the new pipeline in Segment B in the existing water main alignment. 3. Connect new Segment B at Sta 20+20 and Sta 23+52. 4. Reconnect water and fire services along Segment B. 5. Abandon remaining portion of Segment E east of Segment B. In addition to the phasing guidelines, the Contractor shall accommodate the following criteria into the construction schedule and Work Plan: 1. All construction activities shall meet the scheduling restrictions identified in these specifications or as determined by CMWD during review of the Contractor’s Work Plan. 2. Utility Shutdown/Connection Request (Form E-28) must be submitted at least two weeks prior to the desired shutdown date. 3. Contractor shall submit a Site Work Plan. The Work Plan shall identify staging areas; describe the methods for the protection of private improvements and existing utilities; and include a listing of materials and equipment, construction schedule and all details necessary to complete the work. 4. Excavations must be backfilled or securely shored and plated at the end of each work day. 5. When water or fire service interruptions are necessary and approved, no customer shall be without water for longer than 8 hours. If the planned water service shutdown duration Revised 6/15/17 Contract No. 5055 Page 91 of 154 exceeds 8 hours, the Contractor shall submit a highline plan for approval and provide all highlining prior to the shutdown. 6. Each excavation for pipeline connections or dewatering points shall be lined with plastic sheeting and a layer of ¾” rock with a sump and pump for dewatering. Existing isolation valves may not provide drip-tight shut off and the Contractor shall implement all means and methods necessary to handle water leakage during pipeline connection work. 7. At least 2 working days prior to the shutdown: a. All underground utilities and pipe diameters shall be verified in the presence of the Inspector; and b. All dewatering shall be functioning and demonstrated to the Inspector. 8. Excavations shall be backfilled and paved with the base course of asphalt paving within 3 working days of energizing the respective pipeline segment. 9. The site shall be fully restored and completed within 15 working days of energizing the last pipeline segment. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor’s Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, “The Contractor’s Representative”. No separate payment for attendance of the Contractor, the Contractor’s Representative or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. The Contractor shall provide the most recent construction schedule at each Project Meeting. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-3.3 Landfill Waste Discoveries. The Contractor shall immediately cease excavation in the area of landfill waste discovery and shall not continue until ordered by the Engineer. The Contractor shall be entitled to an extension of time and compensation in accordance with Section 3-4. 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 Revised 6/15/17 Contract No. 5055 Page 92 of 154 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 premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. Revised 6/15/17 Contract No. 5055 Page 93 of 154 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 interest of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor’s control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 200 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, Revised 6/15/17 Contract No. 5055 Page 94 of 154 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. In addition to Agency holidays, open excavations and service shutdowns will not be allowed on the day prior to Thanksgiving and between December 23 and January 1. Main line or service shutdowns will not be allowed on Mondays and Fridays. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall not muster or conduct other preparatory efforts at or in the vicinity of the work site or staging areas outside of the above work hours. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall incorporate the dates, areas and types of work prohibited herein or elsewhere in the Contract Documents into the Construction Schedule. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. Contractor is hereby advised that the Engineer may require after hours or weekend work if required for the protection and safety of existing facilities, workers or the public. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed, and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. 6-8.1 Site Walk-Through. After the site has been fully restored, the Inspector will schedule an inspection within five days of the Contractor’s request. The Contractor and Inspector shall attend the inspection and all outstanding deficiencies shall be identified in a List of Deficiencies. Revised 6/15/17 Contract No. 5055 Page 95 of 154 A review of the red-line record drawings and asset schedule shall also be completed at the Site Walk-Through and all red-line deficiencies will be added to the List of Deficiencies. 6-8.2 List of Deficiencies. Following the Site Walk-Through, the Inspector will generate the List of Deficiencies (also known as the punchlist) within five working days. The Contractor shall then have 10 working days to perform corrective work and provide a written response to each punchlist item. 6-8.3 Site Follow-Up Walk-Through. Upon receipt of written responses to the List of Deficiencies, the Inspector will complete a follow-up inspection. Any outstanding deficiencies will be noted and returned to the Contractor. Outstanding deficiencies will delay full payment of any relevant bid items. 6-8.4 Request for Final Walk-Through. Once the Contractor asserts they have satisfied the terms of the Contract and with the Inspector’s permission, the Contractor may submit written assertion in the form of a Request for Final Walk-Through, certifying that all deficiencies identified through the Site Walk-Through process have been addressed and request a Final Inspection to demonstrate project completion to the Agency. The Contractor shall provide an attachment to the Request for Final Inspection with the Contractor’s written response to each deficiency. The Request for Final Inspection shall not be considered complete without the Contractor’s written response to each deficiency. 6-8.5 Final Walk-Through. Upon receipt of the Request for Final Walk-Through, the Inspector shall schedule the Final Inspection. The Inspector and Contractor shall attend the final inspection. Representatives from other Agency departments reserve the right to be present at the Final Inspection. The red-line record drawings and asset schedules shall also be reviewed. If any deficiencies are not satisfactorily addressed or additional deficiencies are identified, the Contractor will have 10 working days to complete the corrective work. 6-8.6 Request for Completion. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies are corrected by the Contractor, and the Engineer is satisfied that all of the Work meets the requirements of the Contract Documents. Once the Final Walk-Through has been completed and all outstanding deficiencies satisfactorily completed to Agency’s approval, the Contractor shall submit a written assertion in the form of Request for Completion letter, certifying that the Work has been completed. 6-8.7 Completion. Upon receipt of the Request for Completion letter, the Agency shall review the written assertion within 2 working days. If, in the Engineer’s judgment, the Work has been completed in accordance with the Contract Documents, the Agency will issue a Completion Letter. The completion date will be the date to which liquidated damages will be computed. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute completion or acceptance of the Work. Revised 6/15/17 Contract No. 5055 Page 96 of 154 6-8.8 Acceptance. Acceptance will occur after all the requirements contained in the Contract Documents have been fulfilled. If, in the Engineer’s judgment, the Contractor has fully performed the Contract, the Engineer will so certify to the Board. Upon such certification by the Engineer, the Board may accept the Work. Upon the Board’s acceptance of the Work, the Agency 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 acceptance of the Work. 6-8.9 Warranty. All work shall be warranted for one (1) year after acceptance of the Work and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor’s sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of two thousand five hundred dollars ($2,500.00). Such sum is liquidated damages and shall not be construed as a penalty and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that the amount specified above per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. Revised 6/15/17 Contract No. 5055 Page 97 of 154 SECTION 7 – RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR’S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor’s attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor’s Bid. 7-4 WORKERS’ COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Revised 6/15/17 Contract No. 5055 Page 98 of 154 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers’ Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. No resource agency permits are required for the Work. 7-5.2 County of San Diego and Palomar Airport Permits and Approvals. 7-5.2.1 General. The Contractor shall cooperate and adhere to the requirements of the County of San Diego and Palomar Airport. The County Airports shall have the authority and right to cause the Contractor’s work on the airport property to cease. 7-5.2.2 Right of Entry Permit. The Contractor shall obtain a Right of Entry Permit from the County of San Diego prior to the commencement of work. District will provide contact information for County property agent to contact. Contractor shall allow at least one month for County to process right of way permit. Contractor shall be responsible for $200 permit fee and obtaining and submitting the required certificate of insurance. The County Project Proposers Questionnaire and insurance requirements are included in Appendix C-1 and Appendix C-2, respectively, of these supplemental provisions. The Contractor shall furnish two copies of the permit to the Engineer within three days of issuance. All persons entering restricted areas as designated by the County Airports within the airport will be required to attend special training. All fees and costs associated with obtaining and complying with the terms of this permit, including but not limited to engineering review, submittal review, flag Revised 6/15/17 Contract No. 5055 Page 99 of 154 persons or construction inspection, shall be the responsibility of the Contractor and shall be considered as included in the Contract price and no additional compensation will be allowed therefor. Contractor shall coordinate with County of San Diego Right of Way and Airport Management staff as follows: 1. Contractor shall submit at Preconstruction Meeting a list of employees that will be working on the project proposed to obtain airport badging including but not limited to the project Foreman and Site Superintendent. A badged individual shall be with Contractor’s crews at all times when within secured areas. If gates or fencing must be removed around secured areas to facilitate construction, Contractor shall provide a dedicated staff member when fencing is removed or gates are open to secure the site. Fencing and/or gates may not be left open or removed on nights, weekends, or holidays. 2. Contractor shall provide a construction schedule that identifies dates for work to be performed on each segment. Contractor shall notify County Airports manager at least two weeks in advance prior to mobilizing to each segment. 3. Contractor shall coordinate with County Airports management staff regarding traffic control. Access shall be maintained to all buildings as directed by County Airports management. 7-5.3 Air Pollution Control Permits. Diesel-engine driven generators or equipment shall have a valid permit or registration in accordance with the California Air Resources Board and the San Diego County Air Pollution Control District regulations prior to mobilization to the site. The Contractor shall maintain the permit or registration documents in valid standing during the performance of the Work. Submit a copy of the permit or registration documents for all equipment subject to state or local air pollution control regulations in accordance with 2-5.3. 7-5.4 Landfill Monitoring and CHSP. The Contractor shall prepare and submit a project-specific community health and safety plan (CHSP) to the County of San Diego and perform gas monitoring, soil sampling and containerization of trash, if encountered. 1. Contractor shall prepare a community health and safety plan (CHSP) for work adjacent to the Palomar closed landfill. The CHSP shall be prepared by a Civil Engineer or Professional Geologist licensed in the State of California. Following review by the County, comments shall be incorporated, if applicable. A sample CHSP demonstrating the minimum requirements is included in Appendix E. 2. Contractor shall adhere to the CHSP requirements including gas monitoring, wind monitoring, soil sampling, and construction observation under the responsible charge of a licensed Civil Engineer or Professional Geologist registered in the State of California. 7-6 THE CONTRACTOR’S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent Revised 6/15/17 Contract No. 5055 Page 100 of 154 or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor’s representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. The qualifications for the Contractor's Representative shall include at a minimum: A. At least five years of experience in a superintendent capacity for projects that are similar in scope and cost to the projects identified in the Contractor’s Statement of Technical Ability and Experience submitted with the bid, and successful completion of at least two projects specific to potable water distribution pipelines with contract values over $2,000,000. The Contractor shall be responsible for submitting verifiable experience records. B. Completion of OSHA 30-hour Construction Training Course. Submit certification as proof. C. Completion of Asbestos Cement Pipe workplace safety course as administered by regulatory citation CCR Title 8, Section 341.17. Submit certification as proof. CMWD reserves the right to disqualify bidders if the required technical ability and experience for the Contractor's Representative is not established. In the event that the Contractor proposes to change the Contractor's Representative prior to Project completion, the Contractor shall notify the Agency and submit the qualifications of the proposed Contractor's Representative for the Engineer's review at least two weeks prior to the proposed change. The qualifications shall demonstrate that the minimum requirements of the position, as described herein, are satisfied. The Engineer will review the qualifications of proposed Contractor's Representative within 5 working days of receipt. No change in Contractor's Representative will be allowed without the Agency's approval. In the event of a change in Contractor's Representative without prior approval, Agency reserves the right to suspend work, at the Contractor's cost, until a qualified Contractor's Representative is approved for the Project. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Revised 6/15/17 Contract No. 5055 Page 101 of 154 Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor’s Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer’s cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. 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 local and State authority. Revised 6/15/17 Contract No. 5055 Page 102 of 154 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall limit the land disturbance area resulting from construction activities to less than 1 acre and comply with a City of Carlsbad Tier 2, High Threat Construction SWPPP. The Erosion Control Plans provided (DWG Sheets 10-14) provided the basis for preparing the SWPPP and implementing erosion control. A model SWPPP is provided on the City of Carlsbad website under Engineering Applications & Forms | Carlsbad, CA (carlsbadca.gov) Storm Water Tier 2 SWPPP. The Contractor shall be responsible for preparing and implementing the SWPPP to suit the Contractor’s construction operations. The Contractor shall comply with the City’s Construction Storm Water Pollution Prevention Plan (SWPPP) standards and requirements to ensure construction compliance with the City of Carlsbad Storm Water Ordinance and the Municipal Permit, as issued by the San Diego California Regional Water Quality Control Board (SDRWQCB) San Diego Region Order No. R9-2013-0001, as amended by Order Nos. R9-2015-0001 and R9- 2015-0100; National Pollutant Discharge Elimination System (NPDES) No. CAS0109266 and Waste Discharge Requirements for Discharges from the Municipal Separate Storm Sewer Systems (MS4s) Draining the Watersheds within San Diego Region and any amendment, revision or re-issuance thereof. Revised 6/15/17 Contract No. 5055 Page 103 of 154 All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans in accordance with applicable Orders and coordinating with the City, County and the Regional Water Quality Control Board shall be included in the bid item for Storm Water Pollution Prevention Plan. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be permanently removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor’s operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be restored with sod and planters and unpaved areas covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-9.1 Preconstruction Survey. The Contractor shall perform a preconstruction survey of the project site to provide a record of preconstruction conditions. This survey shall include the following as a minimum: 1. Video of existing public right-of-way, proposed alignment, working areas, staging and storage areas. 2. Video of construction access roads to be used by the Contractor, including all public and private streets used for access to and from the work site. Indicate areas of damaged paving. Revised 6/15/17 Contract No. 5055 Page 104 of 154 3. Any other areas as directed by the Owner which may be disturbed or which are to be protected from the Contractor’s operations. 4. Photographs and video of potential “problem areas”. 5. Notify the Owner seven calendar days in advance and coordinate the scheduling of the video so that a representative of the Owner may accompany the Contractor during the videotaping. 6. At the completion of the survey, the Contractor shall present the Owner with a report detailing the existing conditions at each proposed pipeline site, staging, and stockpile areas. The report shall include the following as a minimum: a. One copy of the video in color in digital format. b. One copy of each “potential problem area” photograph (4-inch by 6-inch colored photos). c. Written summary of “potential problem areas” and the Contractor’s recommendations to address these problem areas. 7. Documentation (including report) of existing conditions shall be completed within 15 days of the Notice to Proceed. The Contractor will not be allowed to begin excavation or dewatering activities until the final report has been submitted and accepted by the Owner. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor’s operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided as approved by the Engineer and County Airport Operations. In areas where site access is restricted, the Contractor is responsible for coordinating site access. All communications shall be made through the City inspector unless otherwise approved. No excavation or vehicle access will be allowed to occur outside of the easement, outside of the right-of-way, or in vegetated or landscaped areas unless otherwise shown on the Plans or as approved by the Engineer. Safe and adequate pedestrian and vehicular access shall be provided and maintained to fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; public transportation stops and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Pedestrian crossings of the Work at intervals not exceeding 300 feet (90 m) shall be provided and maintained unless otherwise approved by the Engineer. The Contractor shall refer to and comply with the requirements of Section 302-15 and Part 6 of the Supplemental Provisions. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways. All materials or equipment not installed or used in construction after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Revised 6/15/17 Contract No. 5055 Page 105 of 154 Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench on the same day, shall not be stored in public streets. 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, flag persons, and watch persons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1. The Engineer ............................................................................ 442-339-2766 2. Carlsbad Fire Department Dispatch .......................................... 760-931-2197 3. Carlsbad Police Department Dispatch ...................................... 760-931-2197 4. Carlsbad Traffic Signals Maintenance (extension 2937) ........... 760-438-2980 5. Carlsbad Traffic Signals Operations.......................................... 760-602-2752 6. North County Transit District ..................................................... 760-967-2828 7. Republic Services ..................................................................... 760-332-6464 8. Palomar Airport Operations ...................................................... 760-966-3272 or 760-497-4934 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, 8) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. All costs involved shall be included in the Bid. Temporary traffic controls shall be in accordance with the Plans, the TCP, the California Manual on Uniform Traffic Control Devices (MUTCD), current edition, and the Contract Documents. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All temporary traffic control devices shall conform to Caltrans Standard Specification 12-3. Warning and advisory signs, lights and devices shall be furnished, installed and maintained by the Contractor and shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Revised 6/15/17 Contract No. 5055 Page 106 of 154 All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor’s vehicles or equipment are parked on the shoulder within 6’ of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25’ intervals to a point not less than 25’ past the last vehicle or equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (6’), nor operate equipment within 0.6 m (2’) from any traffic lane occupied by traffic. For equipment, the distance shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver when such reduction is shown on the traffic control plans included in these Contract Documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver, the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one paved traffic lane, not less than (12’) wide, shall be open for use by public traffic in each direction of travel, unless otherwise approved by the City. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD, current edition, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic striping operations, traffic shall be controlled with lane closures as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has received the Engineer's written approval of said plan. Revised 6/15/17 Contract No. 5055 Page 107 of 154 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD, current edition, as amended for use in California as published by Caltrans). Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, it conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of Traffic Control Plans. The Contractor shall submit traffic control plans (TCPs) as a part of the Work for all construction activities that are located within the traveled way. TCPs shall be prepared by a professional engineer registered in the State of California and regularly engaged in the preparation of traffic control plans. Design of TCPs for construction shall meet the requirements of the City and the California Manual on Uniform Traffic Control Devices as published by Caltrans. Submittal and review requirements for TCPs shall conform to Section 2-5.3 Shop Drawings and Submittals. The Contractor must obtain the Engineer’s approval prior to implementing TCPs. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCPs. New or revised TCP submittals shall include all TCPs needed for the entire duration of the Work. Each TCP phase shall be prepared 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. The Engineer shall be the sole judge of the suitability and quality of any such TCPs. 7-10.3.7 Payment. The contract price paid for "Traffic Control" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for performing all work involved to implement the traffic control system, complete in-place, including, but not limited to, preparing and revising TCPs, flag persons, installing temporary or permanent traffic control devices such as barriers, delineators, lighting, signage, portable changeable message signs, striping, pavement markers and markings in accordance with the Contract Documents and as directed by the Engineer. Progress payments for "Traffic Control" will be based on the percentage of the improvement work Revised 6/15/17 Contract No. 5055 Page 108 of 154 necessitating traffic control and 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 Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided or required by law. 7-10.4.2 Use of Explosives. Explosives will not be permitted. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space Revised 6/15/17 Contract No. 5055 Page 109 of 154 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor’s submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-10.4.6 Flood Lighting. 7-10.4.6.1 General. When work is being performed during hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, flood lighting shall be used to illuminate the Work site, flagger stations, equipment crossings and other hazardous areas. Flood lighting shall provide visibility for a distance of 1/2 mile (800 m). Flood lights shall not shine directly into the view of oncoming traffic. 7-10.4.6.2 Payment. No separate or additional payment will be made for flood lighting. Payment shall be included in the Contract Unit Price or lump sum price in the Bid for the various Bid items. 7-10.4.7 Security and Protective Devices. 7-10.4.7.1 General. Security and protective devices shall consist of fencing, steel plates, or other devices as specified in the Special Provisions to protect open excavations. 7-10.4.7.2 Security Fencing. The Contractor shall completely fence open excavations. Security fencing shall conform to 304-5. Security fencing shall remain in place unless workers are present and construction operations are in progress during which time the Contractor shall provide equivalent security. Revised 6/15/17 Contract No. 5055 Page 110 of 154 7-10.4.7.3 Payment. No separate or additional payment will be made for security fencing or protective devices. Payment shall be included in the Contract Unit Price or lump sum price in the Bid for the various Bid items. 7-10.4.8 Steel Plate Covers. 7-10.4.8.1 General. The Contractor shall provide, install, and maintain steel plate covers as necessary to protect from accidental entry into openings, trenches, and excavations. Plates shall provide complete coverage to prevent any person, bicycle, motorcycle, or motor vehicle from being endangered due to plate movement causing separations or gaps. The Contractor shall submit the design in accordance with Section 2-5.3 which shall include the following criteria: 1. The approval of steel plate bridging shall be at the sole discretion of the Engineer. 2. Steel plate bridging shall be designed to support HS20-44 truck loading per Caltrans Bridge Design Specifications Manual. 3. Surfaces exposed to pedestrian or vehicular traffic shall be non-skid. The Contractor shall maintain a non-skid surface on the steel plate having a minimum coefficient of friction equivalent to 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from each Caltrans District Materials Engineer to correlate skid resistance results to California Test Method 342. 4. The Contractor shall install signage with a 2-inch (50.8 mm) minimum letter height indicating the steel plate cover load limit, the Company’s name, and a 24-hour emergency contact phone number. The 5. Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. 6. The Contractor is responsible for the maintenance of the plates and asphalt concrete ramps or other devices used to secure the plates and shoring of the trench to support all loads. 7. Contractor shall immediately mobilize necessary personnel and equipment to repair plate movements, separation, noise, anchors, asphalt ramps or any other deficiency. Failure to respond within 2 hours after being notified by the Engineer shall be grounds for the City to perform necessary repairs at the expense of the Contractor. 8. When plates are removed, the pavement surface shall be repaired to the satisfaction of the Engineer. 9. For trench widths exceeding those in Table 7-10.4.8.2, a structural design shall be prepared by a California registered civil or structural engineer regularly engaged in the design of shoring systems. 7-10.4.8.2 Thickness. Steel plate covers shall conform to Table 7-10.4.8.2. TABLE 7-10.4.8.2 Trench Width Steel Plate Cover Thickness Less than 10" 1/2" (12.5 mm) 10" (250 mm) to 1'-11" (580 mm) 3/4" (19 mm) 2' (600 mm) to 2'-7" (790 mm) 7/8" (22 mm) 2'-8" (820 mm) to 3'-5" (1040 mm) 1" (25 mm) 3'-6" (1070 mm) to 5'-3" (1600 mm) 1-1/4" (32 mm) More than 5'-3" (1600 mm) See Note 1 Notes: The Contractor shall submit a Working Drawing and calculations based on AASHTO H20-44 bridge loading. Revised 6/15/17 Contract No. 5055 Page 111 of 154 7-10.4.8.3 Installation. Steel plate covers shall extend a minimum of 2 feet (600 mm) beyond trench edges. Unless otherwise specified in the Special Provisions or approved by the Engineer for the site conditions prior to use, steel plate covers shall be installed using Method 1. Method 2 shall not be used in a traveled lane. Method 1. The pavement shall be cold milled to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface to support the plate with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 1” (25 mm) and shall be filled with elastomeric sealant material which may, at the Contractor’s option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of Tables 203-5.2(B) and 203-5.3(A). Method 2. The approach plate and ending plate (in longitudinal placement) shall be attached to the surface by a minimum of 2 dowels, ¾” diameter (19 mm), drilled at the corners of the plate and drilled 6 inches (150 mm) into the pavement. Subsequent plates may be butted next to each other. Temporary asphalt concrete (D2-SC 800) shall be used to construct tapers from the steel plate surface to the existing surface at a 12-inch (300 mm) run for each 1 inch (25 mm) thickness of steel plate. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant material. Advance traffic warning signs shall be installed as specified in the Special Provisions or shown on the TCP. 7-10.4.8.4 Payment. Steel plate bridge materials including, but not limited to steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be considered as incidental to the work. No separate or additional payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer’s approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Revised 6/15/17 Contract No. 5055 Page 112 of 154 Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: “In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties.” Revised 6/15/17 Contract No. 5055 Page 113 of 154 SECTION 8 – FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. All facilities provided for Agency personnel shall be at suitable locations approved by the Engineer. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. A Class “A” Field Office in accordance with Section 8-2.1 shall be provided at any offsite plant facility furnishing pipe subject to Agency inspection during manufacture. A Field Laboratory in accordance with Section 8-3.1 shall be provided at any offsite or project site plant facility furnishing Portland cement concrete or asphalt paving material. Any other facilities for Agency personnel shall be provided only when required by the Specifications. Offices and laboratories at plants may be used concurrently by inspection personnel of other agencies provided such use does not conflict with Agency use. When facilities are shared in this manner, at least one locker provided with a hasp for a padlock must be available for the exclusive use of Agency inspectors. Otherwise, any facilities furnished are for the exclusive use of Agency personnel. All facilities shall conform to the applicable codes, ordinances, and regulations of the local jurisdiction and of the State of California and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. The Contractor shall provide janitorial and other maintenance services in all types of facilities provided. Such services shall include the supply of the appropriate paper products and dispensers. Trash receptacles shall be provided and emptied at weekly intervals or sooner as required and removed from the project site. All costs to furnish, maintain, service, and remove the specified facilities at the project site shall be included in the price bid for such facilities. If no bid item is provided in the proposal, costs shall be considered incidental to the Work and included in the contract price and no separate payment shall be made therefor. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. 8-2.1 Class “A” Field Office. Contractor shall furnish a "Class A" Field Office for the exclusive use of the Engineer and such other individuals that the Engineer may designate. The field office shall be a separate structure from any other office facility. The Contractor shall maintain the field office throughout the entire duration of the contract unless the Engineer shall otherwise direct. This office shall have a minimum floor space of 600 ft2. All doors and windows shall be provided with screens. Furniture shall be provided as follows: one plan table, one drafting stool, one standard 5 feet long double-pedestal desk with a drawer suitable for holding files, two chairs, and one plan rack. Electric power shall be provided to include a minimum of four duplex convenience outlets. The office shall be illuminated at the tables and desk. An outdoor lighting fixture with a 300-watt bulb shall be installed. Revised 6/15/17 Contract No. 5055 Page 114 of 154 Heating and air conditioning of sufficient capacity shall be provided at no expense to the Agency. The Contractor shall provide drinking water within the office and integral sanitary facilities directly adjoining. Sanitary facilities shall include a toilet and wash basin with hot and cold running water. Extended area, non-coin-operated telephone service shall be provided within the office area. The installation shall include sufficient extension cord to serve the plan table and desk. Additionally, the "Class A" Field Office shall be provided with: one (1) additional standard 5’ double pedestal desk with two chairs, one (1) electrostatic copier and supplies, copier shall be Xerox Model Document Centre 545, or equal, one (1) FAX machine, Canon Model Faxphone B640 Bubble Jet Facsimile, or equal, one (1) refrigerator, one (1) microwave oven, and one (1) additional plan rack shall be provided. Water cooler to have hot and chilled water. The integral sanitary facilities may be separate enclosed toilets per Section 7-8.4. Furnishings are subject to agency approval. The field office shall be located at a site satisfactory to the Engineer and within or immediately adjacent to the limits of work. Access and three parking spaces for the exclusive use of the Engineer and his/her designees that are convenient and satisfactory to the Engineer shall be provided by the Contractor. The field office shall have a 24" by 36" sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Engineer. CITY OF CARLSBAD ENGINEERING INSPECTION 8-2.2 Class “B” Field Office. This office shall be the same as class “A” except that integrated sanitary facilities and air conditioning are not required. A chemical toilet facility shall be provided adjacent to the office. 8-2.3 Class “C” Field Office. The office shall be of suitable proportions with 120 ft2 of floor area. It shall be equipped with one 3 by 5-foot table, four chairs and one plan rack. It shall be adequately heated, ventilated, and lighted and two duplex convenience outlets shall be provided. Air conditioning, telephones, and sanitary facilities are not required. 8-3 FIELD LABORATORIES. 8-3.1 Offsite at Manufacturing Plant. Field laboratories shall conform to the requirements for a Class “C” Field Office specified in Section 8-2.3 except for the following: 1. Telephone service per Section 8-2.1. 2. Chair. 3. Work table, 4 by 10 feet, 3 feet high. Revised 6/15/17 Contract No. 5055 Page 115 of 154 4. Sieves per Section 203-6. 5. Scales and weights. 6. Burner plate for heating supplies. 7. Thermometer, with 90 to 260°C (200 to 400°F) degree range (Asphalt Plants only). 8. Air meter for all concrete in accordance with ASTM C 231 of the type that indicates percentage of air directly (Precast Concrete Plants only). All sampling and testing equipment shall be maintained in satisfactory operating condition by Contractor or plant owner. Laboratories shall be located immediately adjacent to and with full view of batching and loading operations. 8-3.2 At Project Site. Field laboratories shall be in accordance with Section 8-3.1, except that sieves, scales, weights, burner plates, sampling devices, pans, and thermometers will be furnished by the Agency at no expense to the Contractor. If air entraining agents are being used in the Concrete on the project, an air meter of the type described in Section 8-3.1 shall be furnished by the Contractor. 8-4 BATHHOUSE FACILITIES. When the Plans or Specifications require bathhouse facilities, the following shall be provided: 9. One lavatory with hot and cold water. 10. One toilet in a stall. 11. One 1 m (3 feet) trough-type urinal. 12. One enclosed shower at least 3 by 3 feet with hot and cold water. 13. One bench, 2 m (6 feet) long. 14. Soap dispensers. 15. Toilet paper holders. 16. Paper towel cabinet. 17. Wastepaper receptacle. These facilities shall be serviced and provided with necessary sanitary supplies. These facilities shall be for the exclusive use of Agency personnel. However, a separate building need not be provided for this purpose if such facilities are located in a separate room in a building which includes other facilities. 8-5 REMOVAL OF FACILITIES. Field offices, laboratories, and bathhouse facilities at the project site shall be removed upon completion of the Work. Buildings and equipment furnished by the Contractor at the project site under the provisions of this section are the property of the Contractor. 8-6 BASIS OF PAYMENT. All costs incurred in furnishing, maintaining, servicing, and removing field offices laboratories, or bathhouse facilities required at the project site shall be included in the bid item for furnishing such facilities. If such facilities are required by the Plans or Specifications and no bid item is provided in the proposal, the costs shall be included in other items for which bids are entered. Such costs incurred in connection with offices and laboratories at plants shall be borne by the plant owners. Payment for field office will be made at the monthly price bid and will include full compensation for installing and removing the field office, relocating it as may be necessary to facilitate the project, obtaining all permits, property rental, providing utilities including, but not limited to, high speed internet service, electrical, telephone, potable water and Revised 6/15/17 Contract No. 5055 Page 116 of 154 sanitary facilities, and maintenance. The monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Engineer and on the project excepting when the Engineer has ordered that the field office be removed from the project. Revised 6/15/17 Contract No. 5055 Page 117 of 154 SECTION 9 – MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster’s certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated “Lump Sum”, “L.S.”, or “Job”, shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. The Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT. 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it Revised 6/15/17 Contract No. 5055 Page 118 of 154 has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor’s request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent violation of any law, injury, death, or property damage, and precautions which are the Contractor’s responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice of Completion.” If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor’s failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency’s payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after Revised 6/15/17 Contract No. 5055 Page 119 of 154 the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. Revised 6/15/17 Contract No. 5055 Page 120 of 154 The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. The cost of materials and equipment delivered to but not incorporated in 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 Contract lump-sum price for mobilization and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. Such activities shall include, but are not limited to, coordination with Agency forces, securing permits, surveying and staking, demobilization and any other incidental work not included in any other bid item. The Contractor hereby agrees that the price paid is sufficient for Revised 6/15/17 Contract No. 5055 Page 121 of 154 Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), payment will be made at forty percent (40%) of the amount bid for Mobilization and Preparatory Work. For the second progress payment, payment will be made at fifty percent (50%) of the amount bid for Mobilization and Preparatory Work. The remaining 10% of the amount bid for Mobilization and Preparatory Work will be made when all punch list items are signed-off and completed to the satisfaction of the City Inspector, and the Contractor has completely demobilized from the project site(s). 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. The bid items consist of the following: Bid Schedule A Bid Item No. A-1 - Mobilization Payment for this bid item shall be made in accordance with Section 9-3.4.1. A Class “C” field office per Section 8-2.3 will be required for this project. Bid Item No. A-2 – Preconstruction Video and Photographs The contract price for work under this item shall include, but not be limited to, furnishing all labor, material, tools and equipment, and performing all work required for preconstruction video and photographs and all other work necessary to complete this item of work as described in the Contract Documents. Bid Item No. A-3 – Excavation Support System The contract price paid for this bid item shall constitute full compensation to furnish and install sheeting, shoring, bracing, sloping or equivalent method of support for excavations for the protection of life or limb which shall conform to applicable safety orders. This includes, but is not limited to, the preparation and submittal of a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground in or adjacent to trenches or open excavations, and acceptance of said plan by the Engineer, in accordance with California Labor Codes 6705 and 6707. If such plan varies from the excavation support system standards of CCR, Title 8, Section 1541.1, the plan shall be prepared by a California registered civil or structural engineer. This bid item shall also include obtaining any required permit from the State Division of Industrial Safety. Bid Item No. A-4 – Storm Water Pollution Prevention Plan (SWPPP) The contract price paid for this bid item shall constitute full compensation for furnishing all labor, materials, tools, equipment and incidentals for preparing, amending and implementing the SWPPP in accordance with Section 7-8.6 and 300-12, including the installation, maintenance and Revised 6/15/17 Contract No. 5055 Page 122 of 154 removal of temporary storm water BMPs as required by the Contractor’s activities and as ordered by the Engineer to comply with applicable regulations. Bid Item No. A-5 – Traffic Control The contract price paid for this bid item shall constitute full compensation for furnishing all labor, materials, equipment and incidentals for preparing traffic control plans and implementing temporary traffic control systems, complete in-place and in accordance with the Contract Documents, including, but not limited to Section 7-10.1 through 7-10.3 and 601 and its subsections. Bid Item No. A-6 – Utility Potholing The contract price paid for this bid item shall constitute full compensation for all labor, materials and equipment to determine, by potholing, the location and depth of all existing utilities in accordance with the Contract Documents. This bid item shall include notification to Underground Service Alert, coordination with Airport Operations and standby inspection of potholing excavations at landfill gas or natural gas pipelines, backfill of excavations, patching of pothole excavations with temporary AC paving if the pothole locations are within the trench line, submitting results to the Engineer in advance of pavement saw-cutting or excavations and site restoration. Bid Item No. A-7 – AC Pipe Removal and Disposal The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove existing asbestos cement pipe in accordance with the Contract Documents. This item shall include the preparation and submittal of any required health and safety plans; excavation; dewatering; removal of ACP; labeling, wrapping and sealing samples for AC Pipe Testing; polyethylene encasement; placement of ACP in designated waste containers at the site, and legal disposal of pipe and all incidental work in accordance with applicable regulations. Bid Item No. A-8 – AC Pipe Testing The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment to provide asbestos cement pipe testing in accordance with Section 02262 of the Carlsbad Engineering Standards and other requirements of the Contract Documents. Bid Item No. A-9 – Abandon Water Mains The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to slurry fill and abandon in-place existing water mains in accordance with the Contract Documents. This item shall include all excavation, dewatering, concrete slurry filling of pipe to be abandoned in-place, backfill of excavations and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Bid Item No. A-10 – Furnish & Install 12-Inch PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new polyvinyl chloride (PVC) water main of the size and to the limits specified in the Contract Documents. This bid item shall include pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; pipe; gaskets; hardware; fittings; corrosion protection of fittings and hardware; thrust blocks and thrust restraint devices; installation of tracer Revised 6/15/17 Contract No. 5055 Page 123 of 154 wire and utility warning tape; hydrostatic pressure testing; disinfection; disposal of surplus materials and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Bid Item No. A-11 – Furnish & Install 10-Inch PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new polyvinyl chloride (PVC) water main of the size and to the limits specified per CMWD Standard Drawings and in accordance with the Contract Documents. This bid item shall include pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; pipe; gaskets; hardware; fittings; corrosion protection of fittings and hardware; thrust blocks and thrust restraint devices; installation of tracer wire and utility warning tape; hydrostatic pressure testing; disinfection; disposal of surplus materials and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Bid Item No. A-12 – Furnish & Install 10-Inch Fusible PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct new fusible PVC water main of the size and to the limits specified per CMWD Standard Drawings and in accordance with the Contract Documents. Work shall include pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; pipe and fusion services; hardware; fittings; corrosion protection of fittings and hardware; thrust restraint devices; installation of tracer wire and utility warning tape; hydrostatic pressure testing; disinfection; disposal of surplus materials and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Bid Item No. A-13 – Furnish & Install 8-Inch Fusible PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct new fusible PVC water main of the size and to the limits specified per CMWD Standard Drawings and in accordance with the Contract Documents. Work shall include pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; pipe and fusion services; hardware; fittings; corrosion protection of fittings and hardware; thrust restraint devices; installation of tracer wire and utility warning tape; hydrostatic pressure testing; disinfection; disposal of surplus materials and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under separate bid items. Bid Item No. A-14 – Furnish & Install 12-Inch Gate Valve The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new resilient wedge gate valve of the size specified and valve box assembly per CMWD Standard Drawings and in accordance with the Contract Documents. This bid item shall include gaskets; hardware; corrosion protection coatings; valve support blocks. This item shall not include valves installed for the Fire Hydrant Assembly, Fire Service Reconnection, or Blow-off Assembly bid items. Revised 6/15/17 Contract No. 5055 Page 124 of 154 Bid Item No. A-15 – Furnish & Install 10-Inch Gate Valve The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new resilient wedge gate valve of the size specified and valve box assembly per CMWD Standard Drawings and in accordance with the Contract Documents. This bid item shall include gaskets; hardware; corrosion protection coatings and valve support blocks. This item shall not include valves installed for the Fire Hydrant Assembly, Fire Service Reconnection, or Blow-off Assembly bid items. Bid Item No. A-16 – Furnish & Install 8-Inch Gate Valve The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new resilient wedge gate valve of the size specified and valve box assembly per CMWD Standard Drawings and in accordance with the Contract Documents. This bid item shall include gaskets; hardware; corrosion protection coatings; valve support blocks. This item shall not include valves installed for the Fire Hydrant Assembly, Fire Service Reconnection, or Blow-off Assembly bid items. Bid Item No. A-17 – Furnish & Install 6-Inch Gate Valve The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new resilient wedge gate valve of the size specified and valve box assembly per CMWD Standard Drawings and in accordance with the Contract Documents. This bid item shall include gaskets; hardware; corrosion protection coatings; valve support blocks. This item shall not include valves installed for the Fire Hydrant Assembly, Fire Service Reconnection, or Blow-off Assembly bid items. Bid Item No. A-18 – Furnish & Install 2-Inch Combination Air & Vacuum Valve Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new combination air and vacuum valve assembly per CMWD Standard Drawing No. W-12 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Bid Item No. A-19 – Furnish & Install 2-Inch Manual Air Release/Blow-off Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new manual air release assembly per CMWD Standard Drawing No. W-10 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Bid Item No. A-20 – Furnish & Install 6-Inch Blow-off Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new 6” blow-off assembly per CMWD Standard Drawing No. W-15 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Bid Item No. A-21 – Furnish & Install Fire Hydrant Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new fire hydrant assembly per CMWD Standard Drawing No. W-17 and, where noted, protection posts per CMWD Standard Drawing No. W-18, in accordance with the Contract Documents. This bid item shall include a new tee on the water main and isolation Revised 6/15/17 Contract No. 5055 Page 125 of 154 (resilient wedge gate) valve on the tee branch, all pipe extending to the new hydrant, fittings and hardware, concrete anchor block, concrete appurtenance pad, protection posts and site restoration. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Bid Item No. A-22 – Furnish & Install 2-Inch Water Service Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to install new water service assembly per CMWD Standard Drawing No. W-4 and in accordance with the Contract Documents. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Bid Item No. A-23 – Fire Service Reconnection The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to reconnect the existing fire service to the new pipeline per CMWD Standard Drawing No. W-9 and in accordance with the Contract Documents. This bid item shall include a new tee on the water main and isolation (resilient wedge gate) valve on the tee branch, all pipe extending to the existing buried elbow at the backflow prevention assembly or to the limits approved by the Engineer, fittings and hardware, reconnection of the fire service and site restoration. This bid item shall include all earthwork but shall not include pavement structural section restoration which is measured and paid for under separate bid items. Bid Item No. A-24 – Water Main Connection, Station 20+00 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new pipeline to the existing water main at the stations identified on the bid schedule and after successful bacteriological testing and approval by the Agency in accordance with the Contract Documents. This item shall include pipe up to 20 feet in length, fittings and disinfection not included in any other bid item. This item shall not include work appurtenant to water main construction such as earthwork, pipe, valves, dewatering and pavement structural section restoration which are measured and paid for under separate bid items. Pipeline connections at locations other than those identified on the bid schedules will not be measured or paid for. Bid Item No. A-25 – Water Main Connection, Station 23+52 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new pipeline to the existing water main at the stations identified on the bid schedule and after successful bacteriological testing and approval by the Agency in accordance with the Contract Documents. This item shall include pipe up to 20 feet in length, fittings and disinfection not included in any other bid item. This item shall not include work appurtenant to water main construction such as earthwork, pipe, valves, dewatering and pavement structural section restoration which are measured and paid for under separate bid items. Pipeline connections at locations other than those identified on the bid schedules will not be measured or paid for. Bid Item No. A-26 – Water Main Connection, Station 44+00 The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new pipeline to the existing water main at the stations identified on the bid schedule and after successful bacteriological testing and approval by the Agency in accordance with the Contract Documents. This item shall include pipe up to 20 feet in length, fittings and disinfection not included in any other bid item. This item shall not include work Revised 6/15/17 Contract No. 5055 Page 126 of 154 appurtenant to water main construction such as earthwork, pipe, valves, dewatering and pavement structural section restoration which are measured and paid for under separate bid items. Pipeline connections at locations other than those identified on the bid schedules will not be measured or paid for. Bid Item No. A-27 – Furnish & Install Temporary Highline The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and install temporary highline for domestic water services in accordance with the Contract Documents. Highlining of existing water services will be required on Segment A, Segment B and Segment D and at other locations necessitated by the Contractor’s Work Plan. The price paid shall include, but is not limited to, submittal of a highlining plan, all ANSI/NSF 61 approved piping, isolation valves, backflow prevention devices, temporary water meters, disinfection, temporary asphalt (cold mix) or protective ramps or steel plates and maintenance of the highline system for the duration of the highline. Bid Item No. A-28 – Aggregate Base The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct crushed aggregate base, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to preparing and compacting the subgrade and importing and placing crushed aggregate base beneath asphalt concrete or Portland cement concrete pavements. Bid Item No. A-29 – Asphalt Concrete The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct asphalt concrete pavement outside of aircraft taxiway or airfield paving areas, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to saw-cutting and cold milling not included in any other bid item; applying tackifiers; placing and compacting asphalt concrete along the water main trench, service piping, appurtenances and excavations for abandoning water mains; or other areas damaged by construction. Pavement that is damaged during construction, when such damage could have been prevented using rubber-tired equipment, steel plating or similar protective measures, will not be measured for payment and shall be replaced at the Contractor’s expense. Bid Item No. A-30 – Asphalt Concrete (Taxiway Paving – 10” Thick) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct asphalt concrete pavement, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to saw-cutting and cold milling not included in any other bid item; applying tackifiers; placing and compacting asphalt concrete along the water main trench, service piping, appurtenances and excavations for abandoned water mains; or other areas damaged by construction. Pavement that is damaged during construction, when such damage could have been prevented using rubber-tired equipment, steel plating or similar protective measures, will not be measured for payment and shall be replaced at the Contractor’s expense. . Bid Item No. A-31 – Portland Cement Concrete (Airfield Paving – 8” Thick) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct Portland cement concrete pavement, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to saw-cutting, subgrade preparation, formwork, steel reinforcement, concrete, curing and all incidental Revised 6/15/17 Contract No. 5055 Page 127 of 154 work or services. Portland cement concrete improvements that are damaged during construction, when such damage could have been prevented using rubber-tired equipment, steel plating or similar protective measures, will not be measured for payment and shall be replaced at the Contractor’s expense. Bid Item No. A-32– Portland Cement Concrete (Flatwork and Curb/Gutter) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to replace Portland cement concrete improvements such as curb, gutter, driveway aprons or pavement, complete in-place in accordance with the Contract Documents. The price paid shall include, but not be limited to saw-cutting, subgrade preparation, formwork, steel reinforcement, concrete, curing and all incidental work or services. Portland cement concrete improvements that are damaged during construction, when such damage could have been prevented using rubber-tired equipment, steel plating or similar protective measures, will not be measured for payment and shall be replaced at the Contractor’s expense. Bid Item No. A-33 – Repair Landscaping and Irrigation The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove and replace existing irrigation and landscaping including but not limited to, finish grading, irrigation piping, irrigation control valves, removal and replacement of turf, trees or vegetation in-kind and all incidental work in accordance with the Contract Documents. Bid Item No. A-34 – Replace Yard Drain System The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove the existing 8” drain and catch basins and replace with new 8” HDPE drain pipe and catch basins in accordance with the Contract Documents. Bid Item No. A-35 – Replace Traffic Loop Detectors The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to replace traffic loop detectors for traffic signals or motorized gates that are damaged during construction, complete in-place, in accordance with the Contract Documents and all incidental work or services. Bid Item No. A-36 – Replace Pavement Striping, Markings and Markers The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to replace pavement striping, markings and pavement markers that are damaged during construction, complete in-place, in accordance with the Contract Documents and all incidental work or services. Bid Schedule B Bid Item No. B-1 – Community Health and Safety Plan (CHSP) The contract price paid for this bid item shall constitute full compensation for preparation of a community health and safety plan (CHSP) to be prepared by a registered civil engineer or professional geologist in the State of California, submittal and response to comments from the County of San Diego, and adherence to the approved CHSP including but not limited to gas monitoring, wind monitoring, soil sampling, and construction observation under the responsible charge of a registered Professional Engineer or Professional Geologist in the State of California and in accordance Section 7-5.4. Revised 6/15/17 Contract No. 5055 Page 128 of 154 Bid Item No. B-2 – Landfill Waste Disposal The contract price paid for this bid item shall include containerization, transport and proper disposal of trash or contaminated soils verified as non-hazardous (non-RCRA regulated waste), if encountered during excavation. This bid item shall also include imported soil to backfill excavations where insufficient suitable, native soil remains following soil disposal, if necessary. Bid Item No. B-3 – Hazardous Soil Disposal The contract price paid for this bid item shall include environmental laboratory testing of excavated soils using an approved laboratory, handling containerized soils and off-site, legal transport and disposal of excavated soil determined to be hazardous to an approved Resource Conservation and Recovery Act (RCRA) Waste Disposal Facility. Once such disposal facility is US Ecology, located in Beaty, Nevada. This item shall include all costs for permits and approvals, disposal fees, waste manifests and record keeping, and incidental materials or services. Bid Item No. B-4 – Over-excavation and Backfill The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove unsuitable materials encountered in the trench subgrade to a depth of 12 inches, disposal in accordance with applicable regulations, and placement of imported granular material to the design trench subgrade elevation. The removal limits shall be as ordered by the Engineer. Bid Item No. B-5 – Trench Dams The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to construct trench dams in accordance with the Contract Documents. This bid item shall include preparation of trench subgrade, protection of pipe, placement of soil-cement-bentonite mixtures, curing and all incidental work. Bid Item No. B-6 – Water Main Connection, Station 09+92 (Night Work) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to connect the new pipeline to the existing water main after successful bacteriological testing and approval by the Agency in accordance with the Contract Documents. This item shall include pipe up to 20 feet in length, fittings and disinfection not included in any other bid item. This item shall not include work appurtenant to water main construction such as earthwork, pipe, valves, dewatering and pavement structural section restoration which are measured and paid for under separate bid items. Pipeline connections at locations other than those identified on the bid schedules will not be measured or paid for. Bid Item No. B-7 – Replace Existing Storage Shed The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to remove the existing storage shed and replace it with a new, modular storage shed of equivalent size and features. This bid item shall include subgrade preparation and shed installation and all incidental work. Revised 6/15/17 Contract No. 5055 Page 129 of 154 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Replace this subsection in its entirety with the following: Materials for use as untreated base or subbase shall be classified in the order of preference as follows: a) Class II Aggregate Base conforming to Caltrans Standard Specification, Section 26: Aggregate Bases, Subsection 26-1.02B Class II Aggregate Base, ¾” maximum size. b) Crushed Miscellaneous Base conforming to subsection 200-2.4. When base material without further qualification is specified, the Contractor shall supply Class II aggregate base. When a particular classification of base material is specified, the Contractor may substitute any higher classification of base material for that specified, following the order of preference listed above. All processing or blending of materials to meet the grading requirement will be performed at the plant or source. The materials shall compact to a hard, firm, unyielding surface and shall remain stable when saturated with water. Add the following section: 200-2.2.4 Class II Aggregate Base. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Operating Range” but meet the “Contract Compliance” requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests indicate that the next material to be used in the work will comply with the requirements specified for “Operating Range.” If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Contract Compliance,” the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the “Contract Compliance” requirements, only one adjustment shall apply. Revised 6/15/17 Contract No. 5055 Page 130 of 154 No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. 200-2.4.3 Quality Requirements. Add the following: If the test results of the tests for either or both aggregate grading and Sand Equivalent tests do not meet the requirements specified, placement of the Crushed Miscellaneous Base may be continued for the remainder of the working day. Work shall not resume until tests indicate that the aggregate to be used complies with the requirements specified. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified, the Crushed Miscellaneous Base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the material may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the requirements for Crushed Miscellaneous Base, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) (3) PORTLAND CEMENT CONCRETE Type of Construction Concrete Maximum Class Slump Inches (mm) All Concrete Used Within the Right-of-Way 560-C-3250 (1) (330-C-23) (2) Trench Backfill Slurry 190-E-400 (115-E-3) 8” (200) Street Light Foundations and Survey Monuments 560-C-3250 (330-C-23) 4” (100) Traffic Signal Foundations 590-C-3750 (350-C-27) 4” (100) Concreted-Rock Erosion Protection 520-C-2500P 310-C-17 per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. Revised 6/15/17 Contract No. 5055 Page 131 of 154 201-1.2.4 Chemical Admixtures. Substitute the following: (d) Air-Entraining Admixtures. The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 201-3.4 Type “A” Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a ½” continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel or perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type “A” and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer’s standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. When matching existing colored concrete or for new colored concrete, provide color selections from manufacturer’s full range of standard colors for products of type indicated. Sealant color parallel to curb line shall match color of Paving Treatment as specified in Section 303-7 of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer’s standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant complying with either ASTM-C920, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Acceptable Products: “Sonneborn NPII”; Sonneborn Building Products Division; “Scofield Lithoseal Trafficalk 3-G”, L.M. Scofield Company; or equivalent, as approved by the Engineer. Revised 6/15/17 Contract No. 5055 Page 132 of 154 Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be pre-formed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 203-6.2.1. Asphalt Binder. Add the following: Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.4. Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Hveem Stability per Table 203-6.4.4. 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10 for a surface course 2 inches in depth and B-PG64-10 for all base courses. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.4 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability using: a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values and/or Revised 6/15/17 Contract No. 5055 Page 133 of 154 b. Marshall Stability1 in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. 1Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/- .40 of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.4. Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Hveem Stability per Table 203-6.4.4. SECTION 213 - ENGINEERING GEOSYNTHETICS 213-5 GEOTEXTILES AND GEOGRIDS Add the following section: 213-5.1 General. Geotextile types shall be used for the applications listed in Table 213-5.1. Table 213-5.1 GEOTEXTILE APPLICATIONS Application of Geotextile Type Designation Separation of Soil and Street Structural Section 90WS Separation of Soil and Subsurface Aggregate Drain 180N Reinforcement of Street Structural Section 200WS Remediation and Separation of Soil 270WS Reinforcement of Soil 270WS Drainage at the Interface of Soil Structures N/A Drainage at the Interface of Soil and Structures N/A Rock Slope Protection Fabric for Rock Sizes Below 225 kg (¼ Ton) 180N Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (¼ Ton) 250N Plant Protection Covering 90N Erosion Control Fence with 14 AWG - 150 mm x 150 mm (6”x6”) Wire and 3 m (10’) Post Spacing 90WS Erosion Control Fence with 1.8 m (6’) Post Spacing and No Wire Fencing 200WS Revised 6/15/17 Contract No. 5055 Page 134 of 154 Add the following section: 213-5.2 Erosion Control Specialties. Storm water erosion control plans shall be prepared, implemented, and maintained by individuals with the respective qualifications and certification as specified in the City of Carlsbad Engineering Standards Volume 4. Add the following section: 213-5.3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50lbs) of 19 mm (3/4“) crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS. 214-4.1 General: Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to Caltrans Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to Caltrans Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of Caltrans Specification No. 8010-004 (Type II). Caltrans Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the Caltrans Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. 214-6 PAVEMENT MARKERS Add the following section: 214-6.4.3.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-6.4.3.1, or equal thereto. TABLE 214-6.4.3.1 TEMPORARY REFLECTIVE PAVEMENT MARKERS Type Manufacturer of Distributor TOM- Temporary Overlay Markers Davidson Traffic Control Products, 3110 70th Avenue East, Tacoma, WA 98424, (877) 335-4638 Add the following section: 214-6.4.3.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown in Table 214-6.4.3.2, or equal thereto. Revised 6/15/17 Contract No. 5055 Page 135 of 154 TABLE 214-6.4.3.2 REFLECTIVE CHANNELIZER Type Manufacturer of Distributor Safe-Hit SH336SMA Safe-Hit, A Division of Energy Absorption Systems, Inc. 35 East Wacker Drive, Suite 1100 Chicago, IL 60602 (800) 537-8958 Carsonite "Super Duck" SDR3036 Carsonite Composites, LLC 605 Bob Gifford Boulevard Early Branch, SC 29916 (800) 648-7916 Repo "The Replaceable Post" Western Highway Products 10680 Fern Avenue Stanton, CA 90680 (800) 854-3360 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 “Submittals”. Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. Revised 6/15/17 Contract No. 5055 Page 136 of 154 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 – EARTHWORK Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1’) of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4. Add the following section: 300-12 STORM WATER POLLUTION PREVENTION PLAN 300-12.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the City of Carlsbad Engineering Standards Volume 4 “SWPPP Manual”, “Greenbook” Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construction (“Handbook”), the requirements of the Permit, the requirements in the plans and these supplemental provisions. 300-12.2 SWPPP Document. Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3. If revisions are required, 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. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construction site both during and after construction is completed under this contract. The SWPPP shall incorporate control measures in the following categories: 1. Soil stabilization practices. 2. Sediment control practices. 3. Wind erosion control practices. 4. Non-storm water management and waste management and disposal control practices. Revised 6/15/17 Contract No. 5055 Page 137 of 154 5. Daily street sweeping. Specific objectives and minimum requirements for each category of control measures are contained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibilities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification. 2. Erosion and Sediment Controls. 3. Non-Storm Water Management. 4. Waste Management and Disposal. 5. Maintenance, Inspection and Repair. 6. Training. 7. List of Contractors and Subcontractors. 8. Post-Construction Storm Water Management. 9. Preparer. 10. Copy of the local permit. 11. BMP Consideration Checklist. 12. SWPPP Checklist. 13. Schedule of Values. 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised operations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protection Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. 300-12.3 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in Revised 6/15/17 Contract No. 5055 Page 138 of 154 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 rainy 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 rainy season or upon start of applicable construction activities for projects which begin either during or within 20 days of the rainy season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor’s cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. 300-12.4 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP, as described in Section 7-8. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. The construction site inspection checklist provided in the “Handbook” shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the rainy season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24-hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. 300-12.5 Payment. The contract lump sum price paid for the SWPPP work shall include full compensation for the design, submittal, obtaining approval, and amending the Tier 2 SWPPP and for furnishing all labor, materials, tools, equipment, and incidentals to install, implement, maintain and remove construction BMPs per the approved SWPPP. The Contractor shall utilize the most Revised 6/15/17 Contract No. 5055 Page 139 of 154 recent Tier 2 construction SWPPP Template available on the City of Carlsbad’s Website and an example is included in the appendices to these Supplemental Provisions. Partial payment shall be based on the percentage of the total value of work completed. SECTION 301 - SUBGRADE PREPARATION, TREATED MATERIALS AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading “150 mm (6 inches)” to “300 mm (12”)”. 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12”) of subgrade beneath areas to be paved, have base or subbase material placed on them (including pipelines), or curb, gutter, curb and gutter, alley pavement, driveway, sidewalk constructed over them, to no less than 95 percent maximum dry density as determined by ASTM test D-1557. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be incidental to the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT. Add the following section: 302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in Section 306-13.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.4 Tack Coat. Add the following: If the asphalt concrete pavement is being constructed directly upon an existing hard-surfaced pavement, a tack coat of PG 64-10 paving asphalt at a rate of 0.05 gallon per square yard or SS-1h emulsion at a rate between 0.05 and 0.10 gal/SY shall be uniformly applied upon the existing pavement preceding the placement of the asphalt concrete. Revised 6/15/17 Contract No. 5055 Page 140 of 154 The contact surfaces of all cold pavement joints, curbs, gutters, manholes, and the like shall be painted with PG 64-10 paving asphalt, or SS-1h emulsion, immediately before the adjoining asphalt concrete is placed. The Contractor shall place a tack coat between the successive interfaces of existing pavement and new asphalt concrete. 302-5.5 Distribution and Spreading. Add after the second sentence of sixth paragraph: The Contractor shall provide the self-propelled spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control. The automatic screed control shall be 5.5 m (18’) minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The Contractor shall provide an on-site backup paving during all paving operations. No conveyor belt systems will be allowed for moving the AC. No AC windrows will be allowed. Only a surge volume/remix material transfer vehicle (MTV) is allowed to receive the AC from the haul trucks and then place it in the self-propelled spreading and finishing machine. If the Engineer determines the use of the MTV is not practical for a portion of the project, the Engineer may waive its requirement for that portion. 302-5.6.1 General. Add to the second paragraph, Part (2): Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. Add after the last paragraph: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.9 Measurement and Payment. Replace the first sentence with the following: Payment for pavement resurfacing shall be made at the unit bid price for the item requiring such work. Add the following section: 302-15 PUBLIC CONVENIENCE AND TRAFFIC CONTROL. The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the city’s contracted waste company. The Contractor shall accommodate mail delivery to residences and businesses during the work. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses on which resurfacing shall occur. Obtaining the appropriate addresses shall be the Contractor’s responsibility. A sample letter shall be provided by the city and the Contractor shall use the city’s sample letter and modify it with the appropriate street names, dates, times, and phone numbers specific to the work. Revised 6/15/17 Contract No. 5055 Page 141 of 154 The limits and sequencing of the Contractor’s resurfacing operations shall impact no more than 900 lineal feet of street or curb-side parking for residents and business on any given day. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contract shall give written notification of the impending disruption via door hangers. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the 72-hour advance notification door hanger which shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor’s permanent office or field office and the other number shall be a 24-hour number answered by a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the 760 area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall use the sample door hanger provided by the city and submit door hangars to the Inspector for approval. Notices shall not be distributed until approved by the Inspector. The notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 4 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65-lb card stock. The printing on the notice shall be no smaller than 12-point. The door hanger shall list the street name, date, time, phone numbers, and appropriate information specific to the work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price for the Work requiring such notifications and no separate or additional payment shall be made. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-1 CONCRETE STRUCTURES 303-1.2 Subgrade for Concrete Structures. Add the following: If groundwater is encountered, Contractor shall work a minimum 2’ deep of ¾” gravel into soil to provide an adequate base for construction of concrete structure. 303-1.11 Measurement. Delete the subsection in its entirety and replace with the following: Concrete structures will be measured for payment by each structure installed as specified in the bid schedule and in accordance to the plan and any referenced standard drawings. Revised 6/15/17 Contract No. 5055 Page 142 of 154 303-1.12 Payment. Delete the subsection in its entirety and replace with the following: Payment for concrete structures will be made as set forth in the Bid Schedule. Payment shall include compensation for furnishing all labor, materials, tools, and equipment necessary to construct the concrete structures complete in place. Items shall include submittal of PCC mix design for approval, structure excavation, subgrade and base preparation, furnishing PCC and casting-in-place, steel reinforcement, forms, covers, rims, grates, frames, collars, cone and draft sections, bases, steps, clean up; and for all other work necessary to install the concrete structure, complete in place, and no additional compensation will be allowed therefor. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS. 303-5.1.1 General. Add the following: Portland Cement Concrete construction shall include, but not limited to, curbs, walkways, cross gutters, access ramps, driveways, concrete curb outlet, terrace ditches, and all other miscellaneous PCC construction items as indicated on the plans and per these Specifications. Removal of adjacent asphalt concrete and aggregate base removal associated with concrete curb construction shall be replaced with full depth asphalt concrete with a minimum width of one foot perpendicular to the face of concrete edge. The replaced section shall conform to the requirements of Sections 203-6, 302-5, 401-3 and match the depth of the adjacent concrete gutter. The Contractor shall verify with a “smart level”, string line and/or water testing that positive drainage is maintained upon completion of finishing, and any irregularities causing water ponding shall be corrected and refinished. The CITY shall be present to verify the concrete forms, prior to pouring any PCC construction improvements. 303-5.5.2 Curb. Add the following: The Contractor shall stamp the curb face with 75 mm (3”) high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Curb Face Markings Type of underground facilities Marking Water Service Lateral W Sewer Service Lateral S Irrigation Water Lateral or Sleeve RW 303-5.9 Measurement and Payment. Add the following: Curb and gutter, and curb, shall be considered as continuing across driveways, access ramps and drainage inlets when constructed adjacent thereto. Neither curb and gutter nor curb will be Revised 6/15/17 Contract No. 5055 Page 143 of 154 paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. SECTION 306 – OPEN TRENCH CONDUIT CONSTRUCTION 306-3 TRENCH EXCAVATION Add the following: 306-3.1 General. When the actual elevation or position of any existing pipe, conduit, or other underground appurtenances cannot be determined without excavation, the Contractor shall excavate and expose the existing improvement at the location shown on the Plans and any other locations deemed necessary by the Engineer. Such excavation shall be considered as part of the excavation necessary for the work. The Engineer shall be given the opportunity to inspect the existing improvements when it is exposed. Any adjustments in line or grade which may be necessary to accomplish the intent of the plans shall be made at no additional costs. Add the following: 306-3.2 Removal of Surface Improvements. Add the following: Bituminous pavement, concrete pavement, curbs, sidewalks, or driveways removed in connection with construction shall be removed in accordance with Subsection 401 of the Standard Specifications and these Special Provisions and reconstructed in-kind. 306-3.5 Maximum Length of Open Trench. Delete the first sentence for the first paragraph and replace with the following: Except by permission of the Engineer, the maximum length of open trench where prefabricated pipe is used shall be the distance necessary to accommodate the amount of pipe installed in a single day. 306-12 BACKFILL. 306-12.1 General. Add the following: The Contractor shall install detectable underground utility marking tape above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. Delete the following section in its entirety and replace with the following: 306-12.3.2 Compaction Requirements. The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 915 mm (36”) of the street right-of-way, compaction shall be 95 percent. 306-13 TRENCH RESURFACING. 306-13.1 Temporary Resurfacing. Revised 6/15/17 Contract No. 5055 Page 144 of 154 Add the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-13.2 Permanent Resurfacing. Add the following: Except as provided in section 306-13.1, “Temporary Resurfacing,” the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and compaction of backfill and aggregate base materials. Delete the following section and replace with the following: 306-15.1 Basis of Payment for Open Trench Installation. The price per linear foot for storm drain shall be considered full compensation for furnishing pipe, sawcut, removal and disposal of existing PCC and AC pavement, trench excavation, over excavation of trench as required, removal and disposal of surplus excavated soil, preparation of subgrade and base material, installation of pipe, gasket joints, pipe bedding and backfill, pipe detection tape, trench plates, bedding and protection for crossing utilities, preparation of road aggregate base material pavement trench repair City of Carlsbad Standard Drawings GS-24 through GS-29 and all other work necessary to install pipe, complete and in place and no additional compensation shall be allowed therefor. SECTION 314 – TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.3.1 General. Add the following: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Striping Plans, or for approved temporary traffic control essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. Revised 6/15/17 Contract No. 5055 Page 145 of 154 314-4.3.4.1 General. Add the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (1/8”) in 3 m (10’) when measured parallel to the centerline of the street or more than 6 mm (1/4”) in 3 m (10’) when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. Add the following section: 314-4.3.5.1 Preparation of Existing Surfaces. The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30 mm (0.10’) thick asphalt concrete overlay is not permitted. Add the following section: 314-4.3.5.2 Layout, Alignment, and Spotting. The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80 mm per 100 m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80 mm per 100 mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. Add the following section: 314-4.3.5.3 Application of Paint. The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer and within the same working day of pavement resurfacing. After fourteen (14) calendar days, a second coat of paint shall be applied to all final, approved striping. The Contractor shall paint the ends of each median nose yellow. If required by the approved traffic control plans, the Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. Revised 6/15/17 Contract No. 5055 Page 146 of 154 314-4.3.6 Payment. Delete this section and replace with the following: The contract lump sum price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for the installation of two coats of paint, pavement markers, thermoplastic legends and symbols, inlet stenciling, signing, the plan, and contract documents. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefor. 314-4.4.1 General. Add the following: Thermoplastic legends, symbols and striping shall be installed 14 calendar days after asphalt paving. 314-5 PAVEMENT MARKERS. 314-5.4 Placement. Add the following: Temporary pavement markers shall be installed on the asphalt concrete pavement immediately after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. All temporary markers shall be removed and replaced with permanent pavement markers fourteen (14) calendar days after paving. Add the following section: 314-5.4.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in Section 310-5. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. Revised 6/15/17 Contract No. 5055 Page 147 of 154 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 4, EXISTING IMPROVEMENTS SECTION 400 – PROTECTION AND RESTORATION 400-1 GENERAL. Add the following: The Contractor shall replace all pavement striping, markings and markers which are not designated for removal and are damaged as a result of its operations. 400-2 PERMANENT SURVEY MARKERS. Delete the second paragraph and subparagraphs a), b) and c). 400-3 PAYMENT. Delete in its entirety and replace with the following: No separate or additional payment will be made for 1) protection of existing improvements, and 2) restoration of existing improvements. No separate or additional payment will be made to restore permanent survey makers. SECTION 401 – REMOVAL 401-3 CONCRETE AND MASONRY IMPROVEMENTS 401-3.2 Concrete Curb, Walk, Gutters, Cross Gutters, Curb Ramps, Driveway and Alley Intersections. Delete the third and fourth sentence and add the following: All existing concrete shall be removed to the nearest joint. Concrete shall be removed to neatly sawed edges with saw cuts made to a depth deep enough to produce a clean straight break without loosening, cracking or damaging adjoining improvements. PCC and all other material unsuitable for use as fill, as determined by the Engineer, shall be removed from the right-of-way and disposed of by the Contractor at a site of his own choice and shall pay all costs incidental to the disposal. Add the following section: 401-3.2.1 Adjacent Asphalt Concrete Removal. Removal of asphalt concrete and aggerate base associated with concrete driveway, ramp and curb and gutter construction shall be replaced Revised 6/15/17 Contract No. 5055 Page 148 of 154 with full depth asphalt concrete to a minimum width of one foot perpendicular from face of nearest concrete edge. Removal of adjoining asphalt section and the full depth replacement is incidental to the concrete curb and gutter work as described in section 303-5. Revised 6/15/17 Contract No. 5055 Page 149 of 154 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 6 TEMPORARY TRAFFIC CONTROL SECTION 601 – TEMPORARY TRAFFIC CONTROL FOR CONSTRUCTION AND MAINTENANCE WORK ZONES Add the following section: 601-1.2 Payment. The Contract price paid for Temporary Traffic Control shall include full compensation for, but not limited to, design, submittal and approval of the temporary traffic control plan (TCP) and furnishing all labor, materials, tools, equipment, and incidentals for storing, placing, maintaining, moving to new locations, replacing and removing all traffic control zone devices including flaggers, construction area signs and signage, channelizing devices including traffic barriers and end treatments, traffic sign enhancement devices including portable changeable message signs and flashing arrow signs, temporary traffic striping and pavement markings and as shown on the Plans or approved TCP and in accordance with the Contract Documents. Full compensation for removing and salvaging the traffic control equipment and materials that are to be reused or reset in the Work shall be considered included in the Contract price paid for Temporary Traffic Control and no additional compensation will be allowed therefor. Progress payments for Temporary Traffic Control shall be based on the percentage of the total value of work completed. 601-3 TEMPORARY TRAFFIC CONTROL (TTC) ZONE DEVICES. 601-3.1 General. Add the following: The Contractor shall furnish and install temporary traffic pavement markers, channelizers, signage, railing (type K), barriers, crash cushions and end treatments for railings and barriers at the locations shown on the Plans or the approved TCP and as required by the Contract Documents. 601-3.4.1 General. Add the following: If temporary traffic signs are displaced or overturned by any cause during the progress of the Work, the Contractor shall immediately replace the signs in their approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and Revised 6/15/17 Contract No. 5055 Page 150 of 154 readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 8 hours of such discovery. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices, the Engineer may, at his/her sole option, may correct the deficiency and charge the Contractor fifty dollars ($50.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is greater. 601-3.5 Signs and Signage 601-3.5.1 General. Delete in its entirety and replace with the following: Unless otherwise specified, signs shall conform to the California MUTCD. Portable signs shall consist of a base, standard or framework, and a sign panel and conform with applicable provisions for portable signs in Caltrans Standard Specification 12-3.11. Sign units shall be capable of being delivered to the Work site and placed into immediate operation. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Signage shall include all temporary signs required for the direction of traffic through or around the Work site. Sign placement shall conform to the California MUTCD and the TCP. Temporary “No Parking” and “No Stopping” signs shall be installed at least 24 hours before enforcement. Public notification of temporary “No Parking” restriction shall be posted at least 72 hours before enforcement of the “No Parking” zone. The notification 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 to meet the date so indicated will require re-posting the notification in advance of the rescheduled Work. 601-3.5.2 Payment. Modify this section as follows: Payment for signs and signage shall be included in the contract price for Temporary Traffic Control as specified in Section 601-2.2. 601-3.6 Channelizing Devices 601-3.6.1 General. Replace this section with the following: Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3” x 12”) in size. The reflective sheeting shall be visible at 300 m (1000’) at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in Section 312-1, “Placement.” Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the Revised 6/15/17 Contract No. 5055 Page 151 of 154 alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 4-1.5, "Certification”. Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following subsection: 601-3.6.5.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand-filled crash cushions units as shown on the plans. Add the following subsection: 601-3.6.5.2 Appearance. Exposed surfaces of new and used units of temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 “Paint Systems” and 310 “Painting”. Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor shall replace or repaint units of temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or other materials that mar the appearance when ordered by the Engineer. Add the following subsection: 601-3.6.5.3 Manufacture of Temporary Railing. In addition to the requirements herein, the temporary railing (Type K) shall be manufactured per Caltrans Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, “Portland Cement Concrete” and 303-1 “Concrete Structures”. Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to Section 201-1, “Portland Cement Concrete” and Section 303-1 “Concrete Structures”. Steel bars to receive bolts at ends of concrete panels shall conform to ASTM A36/A36M. The bolts shall conform to ASTM A307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM A36/A36M, shall have a minimum length of 660 mm and shall have a 75 mm (3”) diameter by 9 mm (3/8”) thick plate welded on the upper end with a 5-mm (3/16”) fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in Section 303-1.9.2 “Ordinary Surface Finish.” Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor’s name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following subsections: 601-3.6.5.4 Installation of Temporary Railing. In addition to the requirements herein, the temporary railing (Type K) shall be installed per Caltrans Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units Revised 6/15/17 Contract No. 5055 Page 152 of 154 shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment. Each rail unit placed within 3 m (10’) of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by the MUTCD 2009 California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of Section 206-7.2, “Temporary Traffic Signs”. Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition or constructed to its planned condition. 601-3.6.5.5 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be selected from the latest Caltrans Authorized Material List for highway safety features and shall meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15’) or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per Caltrans Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2009 Edition as amended by the MUTCD 2009 California Supplement shall also be installed at each TSFCC array as shown in Caltrans Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. 601-3.7.5 PORTABLE CHANGEABLE MESSAGE SIGNS (PCMS) Add the following: 601-3.7.5.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -20ºC (-4ºF) to +70ºC (158ºF) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m Revised 6/15/17 Contract No. 5055 Page 153 of 154 (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer 601-3.7.5.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. 601-3.7.5.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. 601-3.7.5.4 Measurement and Payment. Payment for all traffic signs, including Portable Changeable Message Signs, are incidental to the bid item for Temporary Traffic Control and no other compensation will be made therefor. 601-4 TEMPORARY TRAFFIC STRIPING AND PAVEMENT MARKINGS 601-4.2.1 Application of Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement Revised 6/15/17 Contract No. 5055 Page 154 of 154 markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the Section 314-3 Removal of Pavement Markers and Section 314-5 Pavement Markers, except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in Section 314-5.4 Placement, shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Revised 6/12/18 Contract No. 5055-1 TECHNICAL SPECIFICATIONS Revised 6/12/18 Contract No. 5055-1 TECHNICAL SPECIFICATOINS TABLE OF CONTENTS Section Pages 02610 Removal and Disposal of Contaminated Soil ....................................................... 1 – 8 END TABLE OF CONTENTS SECTION 02610 – REMOVAL AND DISPOSAL OF CONTAMINATED SOILS Removal & Disposal of Contaminated Soils Page 1 of 8 1.0 DESCRIPTION 1.1. RELATED DOCUMENTS Plans and general provisions of the Contract, including the General and Supplementary Conditions, apply to this Section. 1.2 SUMMARY This section covers the procedures required in the event that earthwork operations encounter potentially impacted soils and impacted soils that may result in regulated waste, hazardous waste or VOC Contaminated Soils; in particular, soil that has been impacted by petroleum products (i.e., fuels). This section also includes minimum requirements for removal and disposal of such soils. 1.3 REFERENCES California Department of Industrial Relations, Division of Occupational Safety and Health (Cal/OSHA). 1.4 SCOPE OF WORK The scope of work includes the identification, testing, screening, excavation, segregation, waste minimization, handling, stockpiling, transportation, characterization, and disposal of impacted soils that may result in regulated waste, hazardous waste or VOC Contaminated Soils, as may be encountered during site earthwork or any other construction activities. In the event soils or other materials are encountered and are known or suspected to be contaminated or hazardous for reasons other than being impacted by petroleum hydrocarbons (i.e., asbestos containing materials, solvents, chemically treated wood, etc.), a separate scope of work specific to the particular soils/materials encountered will be defined separately. 2.0 MATERIALS 2.1 (Not Used) 3.0 EXECUTION 3.1 PROCEDURE FOR THE MANAGEMENT OF PETROLEUM-IMPACTED SOIL ENCOUNTERED DURING CONSTRUCTION Details regarding the identification, testing, screening, excavation, segregation, waste minimization, handling, stockpiling, transportation, characterization, and disposal of impacted soils that may result in regulated waste, hazardous waste or VOC Contaminated and other impacted soil will be identified in the Contractor submittal; Hazardous Materials Management Plan (HMMP), based on the guidance provided below. Procedures for managing impacted soil will comply with all regulatory requirements and other requirements for the Work. HMMP shall be submitted and approved before construction begins. SECTION 02610 – REMOVAL AND DISPOSAL OF CONTAMINATED SOILS Removal & Disposal of Contaminated Soils Page 2 of 8 When required by permit and regulation, excavation of soils impacted or potentially impacted by Volatile Organic Compounds (VOCs) shall be performed in accordance with requirements of the South Coast Air Quality Management District Rule 1166, such as in the case when excavation or grading is undertaken in areas where the use, storage, or transfer (piping) of volatile organic compound (VOC) materials, including fuels, has occurred, where previous investigation indicates the presence of VOCs, or where visual or olfactory observation of soils impacted or potentially impacted by VOCs occurs during excavation or grading. Contractor will provide personnel qualified to identify potentially impacted soil and shall also have trained personnel present on site to initiate spill response and to make notifications required by San Diego County and regulatory agencies in the event of encountering contaminated soils. The citation and qualifications of such personnel must be included in the Contractor’s Site Specific Health and Safety Plan, and HMMP to be provided as a Submittal. In the case of any fuel spill or discovery of uncontained free product (raw fuel in liquid state) within the excavation, especially when strong odors or fumes are detected from such material, Contractor shall contact the Engineer and shall also contact the Fire Department. For active fuel release, safely stopping the spill at the source shall be a priority. Contractor shall stop excavation in the location and immediately notify the Engineer of any observance or occurrences of soil contamination. Note: If only evidence of soil contamination is observed, but there is no standing/pooled free product, only the Engineer needs to be notified; if there is soil contamination and/or standing/pooled free product present, both the Engineer and the Fire Inspector need to be contacted. Contractor shall not introduce chemicals to an airport site without prior approval from the Engineer. In case of such approval, Contractor shall provide complete Material Safety Data Sheets (MSDS) to the Engineer. Contractor shall plan their activities so that parallel activities can continue in other areas of the project site while any contamination is investigated and/or remediated so that impact to the overall construction schedule is minimized. Removal of VOC Contaminated Soil shall be in conformance with applicable federal, state, and local regulations, including, but not limited to, South Coast Air Quality Management District (SCAQMD). Contractor shall quantify all potentially contaminated soil by the cubic yard (CY) for testing, documentation, excavation, stockpiling, re-use and removal from airport property, as identified in the Contract Documents, and per regulatory requirements. SECTION 02610 – REMOVAL AND DISPOSAL OF CONTAMINATED SOILS Removal & Disposal of Contaminated Soils Page 3 of 8 As will be specified in the Contractor’s HMMP, the Contractor shall provide, at the end of the construction project, a “Contaminated Soil and Hazardous Material Management Report” that details the characterization and disposition of all contaminated soils and hazardous material removed from the project site. . Report shall document and track all costs associated with the handling, treatment, removal, and disposal of contaminated soils. Report shall include at minimum the following sections: Identification of Contractors, subcontractors, test labs, disposal sites and associated contract responsibilities; • Soil management approach; • Soil sampling and analyses; • Soil disposition for the several “phase” areas of earthwork; • Other tasks. 3.2 PETROLEUM IMPACTED SOIL TESTING General Oil Company pipelines, above and below ground fuel tanks, and pipelines for the various fuel delivery systems are not known to exist on the airport. Locations of soils suspected to be impacted by petroleum hydrocarbons are not shown on the plans. The Contractor shall contract with an environmental consultant (i.e., a professional consultant/firm qualified and experienced in the assessment, management, and handling of non-designated/non- hazardous contaminated soils/materials as well as hazardous soils/materials) capable of soils testing to further assess the nature and geographic extent of such soils occurring within the project area, if and as necessary to formulate a grading approach and schedule that will avoid unnecessary interruptions or delays due to special handling requirements of impacted soils, as further described below. The Contractor’s environmental consultant shall also be available to assess soils known or suspected as being impacted by VOCs or contaminants that are unexpectedly encountered during site grading and excavation. Additionally, the Contractor, or its Subcontractor(s), shall have experience in complying with all aspects of SCAQMD Rule 1166 including, but not limited to, the ability to expeditiously obtain approval from SCAQMD for a Rule 1166 Various Locations Mitigation Plan or Rule 1166 Site Specific Mitigation Plan. It is the Contractor’s responsibility for complying with all requirements of SCAQMD Rule 1166 without interruption or delay in the project schedule. The Contractor shall exercise care in the event that soils known or suspected as being impacted by VOCs or contaminants are encountered during excavation of soil in in all areas of the project. All work associated with impacted soil treatment/remediation shall be pre-approved by the Engineer to be eligible for payment and shall also be in accordance with all applicable Environmental Mitigation and Special Construction Requirements. SECTION 02610 – REMOVAL AND DISPOSAL OF CONTAMINATED SOILS Removal & Disposal of Contaminated Soils Page 4 of 8 Identification and Screening The monitoring for, and identification and screening of, soils for the presence of VOC materials will be based on whether such materials are known or suspected to be present within the specific area of excavation/grading, based on previous soil investigations, or is in an area subject to the requirements of SCAQMD Rule 1166 (i.e., when excavation or grading is undertaken in areas where the use, storage, or transfer (piping) of VOC materials, including fuels, has occurred), investigation has determined there is a potential for VOCs at or above the SCAQMD lower limit, or where visual or olfactory observation of soils impacted or potentially impacted by petroleum products or other VOC materials occurs during excavation or grading. Unless there is specific knowledge or observation of, or good reason to believe the presence of, soils/materials impacted by petroleum products or other VOC material, the monitoring, identification, and screening requirements described below do not apply. Petroleum impacted soils may be identified by characteristic odor (i.e., a moderate to strong hydrocarbon odor, or other strong or unusual odors) and/or dark gray to black or greenish staining of the soil. The measurement of VOC levels near excavated soils using a photoionization detector (PID), measured within three inches of the excavated soils, within three minutes after being excavated) can also determine the presence of impacted soils. If petroleum impacted are found or suspected to be present, the measured VOC levels provide the basis for screening and preliminary characterization of the excavated soils, as follows: PID Reading of > 50 parts per million (ppm): This excavated material is considered under SCAQMD Rule 1166 to be “Contaminated” and must be treated/disposed of within 30 days of excavation. Contaminated soil is subject to special handling requirements set forth in Sections 3.2.C below. PID Reading of between 1 ppm and 50 ppm: This excavated material is not contaminated pursuant to SCAQMD Rule 1166, but is considered to be “Non- Contaminated but Impacted” and is subject to special handling requirements set forth in Section 3.2.C below. PID Reading of less than 1 ppm (and no visual or olfactory sign of being VOC- impacted): This excavated material is considered to be neither contaminated nor impacted, and is not subject to any special requirements for handling, reuse, or disposal (i.e., Unrestricted). Handling of Contaminated and Non-Contaminated/Impacted Soil: The following table summarizes the special handling requirements associated with Contaminated and Non-Contaminated/Impacted Soils. SECTION 02610 – REMOVAL AND DISPOSAL OF CONTAMINATED SOILS Removal & Disposal of Contaminated Soils Page 5 of 8 Soil Category PID Reading Handling Requirements Contaminated >50 ppm • Manage soil in accordance with the Contractor's HMMP, SCAQMD Rule 1166 Mitigation Plan, and Project Storm Water Pollution Prevention Plan (SWPPP). • Spray with water or approved vapor suppressant prior to transport • Segregate and transport to contaminated stockpile area designated by Engineer • Conduct characterization as related to the soil disposition - See Section 3.2.E below. • Immediately transport to approved treatment, storage, and disposal facility (TSDF) - See Section 3.2.D through 3.2.G below. • Contaminated soil must be removed from the Site within 30 days of excavation. Contaminated >1,000 ppm • Manage soil in accordance with Contractor's HMMP, SCAQMD Rule 1166 Mitigation Plan, and SWPPP. • Immediately spray soil and work area with water or approved vapor suppressant • Place soil in SCAQMD-approved containers with vapor-tight lids, OR • Load directly into trucks, spray with vapor suppressant, conduct characterization as related to soil disposition, and transport immediately off-site approved TSDF -see Section 3.2.D through 3.2.G below. • Notify SCAQMD within one hour of detection. • Contaminated soil must be removed from the Site Non-Contaminated Impacted >1 ppm - <50 ppm • Manage soil in accordance with requirements of SWPPP • Coordinate with Engineer for characterization and reuse or disposal - See Section 3.2.H below. Unrestricted <1 ppm and no visual or olfactory sign of potential VOCs • Manage soil in accordance with requirements of SWPPP. • If Contractor takes soil samples on his/her own accord, provide copy of laboratory analysis results to Engineer SECTION 02610 – REMOVAL AND DISPOSAL OF CONTAMINATED SOILS Removal & Disposal of Contaminated Soils Page 6 of 8 Disposition of Contaminated Soil The Contractor shall conform to all local, state, and federal laws and regulations regarding the removal, handling, and transport of contaminated materials. The Contractor shall provide the Owner with documentary evidence (manifests) of legal disposal of all unsuitable-for-reuse materials. All costs associated with contaminated soil testing, excavation, transportation, and remediation/recycling, and disposal shall be included in the payment under the Bid Item, and shall be in accordance with Project Requirements. The Contractor will propose a disposal/recycle method and facility/location for disposal of soils. Acceptance of Contractor’s proposed disposal/recycle method and facility is subject to review and approval of Engineer. Soil Disposal and Reuse Soil will be disposed of, recycled, or reused in accordance with the Contractor HMMP, regulatory requirements and as directed by the engineer. Unrestricted, Non- Contaminated and VOC Contaminated Soil, as defined in the table above, will be sampled in accordance with the proposed TSDF or other intended recipient. For example, Soil Safe’s typical sampling requirements as of November 2013 are: “Unless otherwise noted, composite samples should be collected with the following frequency: • 1 sample for 100 cubic yards (cy) or less; • 3 samples for 500 cy; • 5 samples for 1,000 cy and 1 additional sample for each additional 500 cy greater than 1,000 cy. Such sampling and soil characterization shall occur prior to transport for disposal, recycle or reuse. Disposal facilities, including recycling facilities, establish their own criteria for acceptance of these materials and typically provide them to the Contractor on request. The Contractor is responsible to determine facility-specific acceptance criteria and the laboratory testing methods necessary to meet those criteria. Procedures include but are not limited to; 1. sample and analyze samples at a qualified laboratory; 2. prior to submitting results of analysis to the disposal/recycling facility; the Contractor will request a temporary EPA Identification Number from the Owner 3. submit analytical results to the disposal/recycle facility to obtain a waste profile; 4. obtain required profiles (from the disposal facility); 5. obtain manifests/bill of ladings (from the disposal facility); 6. Provide other documents required for transportation and disposal, recycle or reuse of soil for all VOC Contaminated and Non-Contaminated soils. SECTION 02610 – REMOVAL AND DISPOSAL OF CONTAMINATED SOILS Removal & Disposal of Contaminated Soils Page 7 of 8 The Contractor will submit waste profiles to the engineer for review. The engineer will forward profiles to the Owner for signature and approval. Once approved, the Owner will deliver the signed profiles to the Contractor. This internal process typically takes 5 working days, providing the waste profile form is properly completed. VOC Contaminated Soil - Non-hazardous VOC Contaminated Soil (as determined by AQMD Rule 1166 screening procedures) that has been characterized as Non- hazardous Waste (as determined by review of sample analysis for characterization for disposal) will be disposed of by recycling (i.e., thermal desorption) or as directed by the Owner. Such recycling facilities may include: Thermal Remediation Solutions, Waste Management 1211 W. Gladstone Street Azusa, CA 91702 Soil Safe 12328 Hibiscus Road Adelanto, CA 92301 The recycling facility shall be approved by the Engineer prior to transport. The Contractor will obtain a certificate of recycle for all project soils treated at the facility and provide the certificate(s) to the Owner as a submittal. Payment under this bid item cannot occur until Owner receives these certificates. VOC Contaminated Soil – Hazardous VOC Contaminated Soil (as determined by AQMD Rule 1166 screening procedures) that has been characterized as hazardous - RCRA or NonRCRA Waste (as determined by review of sample analysis for characterization for disposal) will be disposed of at a facility designated by the Owner. One Disposal facility for RCRA and NonRCRA Waste is: US Ecology PO Box 578 Hwy 95, 12 Miles South of Beatty Beatty, NV 89003 Non-Contaminated Soil The Contractor will propose a location and identify the facility or entity who will disposal of or reuse Non-Contaminated Soil pending approval of the Owner. Non-Contaminated Soil (i.e., soil with PID reading of between 1 and 50 ppm) will be sampled and analyzed by the Contractor per the requirements of the disposal facility or the entity receiving the soil for reuse. Pending analytical results; Non-Contaminated Soil will be disposed of or reused as approved by the Owner. Transporting Soil Soils will be transported in accordance with the approved Contractor HMMP. VOC Contaminated Soil will be loaded and handled in accordance with AQMD Rule 1166, Department of Transportation (DOT), and other requirements for the transport of VOC Contaminated Soil. Soil characterized as Non-RCRA and RCRA hazardous waste will be SECTION 02610 – REMOVAL AND DISPOSAL OF CONTAMINATED SOILS Removal & Disposal of Contaminated Soils Page 8 of 8 transported in accordance with DOT and other regulatory requirements. Manifests and bill of ladings requiring generator signature will be signed by the Owner. Non-Contaminated soil that has been characterized based on sampling and review of analysis as unregulated waste and unrestricted soil may be transported as unregulated soil. Bill of ladings requiring generator signature will be signed by the Owner. 3.3 TESTING REQUIREMENTS Testing Requirements defined separately under this article. 4.0 MEASUREMENT AND PAYMENT Measurement for “Removal and Disposal of Contaminated Soils” shall be per cubic yard for the excavation, removal, and disposal of any contaminated soils from Airport property as determined by the Owner. No separate payment will be made for hauling temporary stockpiling, reuse backfill, compacting of excavated material, and re-handling of the materials to accommodate construction phasing. Due to the inconsistency and variability of this item, this quantity may vary between -100% and 200% of the estimated quantity. Payment for “Removal and Disposal of Contaminated Soils” shall be made per cubic yard. This price shall be full compensation for furnishing all materials, labor, supervision, equipment, tools, and incidentals necessary to complete the Item. Quantity is an estimate and will only be paid should contaminated soils be encountered. Payment will be made under the respective bid item in Schedule B. END OF SECTION APPENDIX “A” Geotechnical Report Prepared for: Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008 GEOTECHNICAL INVESTIGATION CIP 50551 PALOMAR AIRPORT WATER MAIN REALIGNMENT STUDY CARLSBAD, CALIFORNIA Prepared by: 16644 West Bernardo Drive, Suite 301 San Diego California 92127 Project Number SC1061 1 December 2020 16644 West Bernardo Drive, Suite 301 San Diego, CA 92127 PH 858.674.6559 FAX 858.674.6586 www.geosyntec.com Palomar Airport Waterline Realignment_CoverLetter 1 December 2020 VIA ELECTRONIC MAIL Mr. Dave Padilla, PE, QSD District Engineer Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA Subject: Palomar Airport Geotechnical Investigation CIP 50551 Palomar Airport Water Main Realignment Study Carlsbad, California Dear Mr. Padilla: Geosyntec Consultants (Geosyntec) is pleased to provide the Carlsbad Municipal Water District (CMWD) the accompanying geotechnical investigation report for the CIP 50551 Palomar Airport Water Main Realignment Study in Carlsbad, California (Project). This report presents our conclusions and recommendations pertaining to the project as well as the results of the field exploration program and laboratory testing. Professional services in support of engineering design of this project were performed in accordance with our proposal, dated 29 May 2020, and our existing Standard Services Agreement No. PSA21-1157UTIL with CMWD, dated 28 July 2020. We appreciate the opportunity to provide geotechnical consulting services to CMWD on this important project. If you have any questions or require additional information, please contact the undersigned at (858) 674-6559. Sincerely, Jared J. Warner, C.E.G., No. 2716 Jay L. Griffin, P.E., No. C81266 Project Engineering Geologist Senior Engineer Palomar Airport.Geotechnical Report.F.20201201 i TABLE OF CONTENTS 1. INTRODUCTION ................................................................................................ 1 1.1 Project Description ...................................................................................... 1 1.2 Purpose and Scope of Services .................................................................... 1 2. GEOTECHNICAL INVESTIGATION ................................................................ 3 2.1 Pre-Field Activities ...................................................................................... 3 2.2 Desktop Level Study ................................................................................... 3 2.3 Site Reconnaissance .................................................................................... 3 2.4 Exploratory Borings .................................................................................... 4 2.5 Geotechnical Laboratory Testing ................................................................ 5 3. SITE AND GEOLOGIC CONDITIONS ............................................................. 6 3.1 Geologic Setting .......................................................................................... 6 3.2 Seismic Setting ............................................................................................ 6 3.3 Surface Conditions ...................................................................................... 7 3.4 Subsurface Conditions ................................................................................. 7 3.4.1 Fill .................................................................................................... 7 3.4.2 Santiago Formation .......................................................................... 8 3.5 Groundwater ................................................................................................ 8 4. GEOLOGIC HAZARDS ...................................................................................... 9 4.1 Fault Ground Rupture .................................................................................. 9 4.2 Strong Ground Shaking ............................................................................... 9 4.3 Expansive and Collapsible Soil ................................................................... 9 4.4 Liquefaction Potential .................................................................................. 9 4.5 Flooding ..................................................................................................... 10 4.6 Other Geologic Hazards ............................................................................ 10 5. GEOTECHNICAL RECOMMENDATIONS .................................................... 12 5.1 Earthwork .................................................................................................. 12 5.1.1 Fill Materials .................................................................................. 12 5.1.2 Fill Placement and Compaction ..................................................... 12 5.2 Surface Drainage ....................................................................................... 13 5.3 Shallow Foundations ................................................................................. 13 5.4 Pipeline and Trench Design ....................................................................... 14 5.4.1 Pipe Bedding and Backfill ............................................................. 14 5.4.2 Pipe Loading .................................................................................. 14 5.4.3 Modulus of Soil Reaction .............................................................. 14 5.4.4 Thrust Block Recommendations .................................................... 14 Palomar Airport.Geotechnical Report.F.20201201 ii 5.4.5 Design Groundwater Elevation ...................................................... 15 5.4.6 Temporary Excavation and Shoring .............................................. 15 5.5 Corrosion Potential .................................................................................... 15 5.6 Lateral Earth Pressures .............................................................................. 15 5.7 Concrete Slabs and Hardscape .................................................................. 16 5.8 Construction Observation .......................................................................... 16 6. LIMITATIONS ................................................................................................... 18 7. REFERENCES ................................................................................................... 19 LIST OF TABLES Table 1: Summary of Exploratory Borings Table 2: Summary of Geotechnical Laboratory Results Table 3: Nearby Faults LIST OF FIGURES Figure 1: Site Location Figure 2: Exploration Location Plan Figure 3: Regional Geologic Map Figure 4: Regional Fault and Historical Earthquake Epicenter Map LIST OF APPENDICES Appendix A: CHASP Approval Letter Appendix B: Desktop Level Study Technical Memorandum Appendix C: Exploratory Boring Logs Appendix D: Geotechnical Laboratory Testing Palomar Airport.Geotechnical Report.F.20201201 1 1. INTRODUCTION This report presents the results of the geotechnical investigation for the Carlsbad Municipal Water District (CMWD) CIP 50551 Palomar Airport Water Main Realignment Study (Project), in Carlsbad California. This report was prepared by Messrs. Jared Warner, P.G., C.E.G. and Jay Griffin, P.E., and has been reviewed by Mr. Alex Greene, P.G., C.E.G. of Geosyntec Consultants Inc. (Geosyntec), in accordance with the peer review policies of the firm. 1.1 Project Description We understand that CMWD is planning to replace existing segments of a 10-inch steel potable waterline (Segments C and D) in addition to rerouting a segment of the existing alignment (Alternative 1) with 10-inch PVC waterlines. Construction of the new waterlines are anticipated to be installed 4 to 5 feet below existing grade and consist of a carrier pipe (double walled) or fused sections of PVC pipe. We also understand that CMWD plans to submit a waiver to the State Water Regional Control Board (SWRCB) Division of Drinking Water prior to performing to performing construction activities associated with the Project. The Project is located at the McClellan-Palomar Airport (a.k.a. Palomar Airport; Site) in Carlsbad, California (Figure 1). Portions of the Site were used as a landfill between 1962 through 1975 [Geosyntec, 2020a]. Based on information provided by the CMWD, several segments of the proposed pipeline corridor are situated within approximately 100- feet of Units 1A, 1B and 2 of the closed Palomar Airport Landfill (Landfill). 1.2 Purpose and Scope of Services The purpose of this geotechnical investigation was to characterize general and site- specific subsurface conditions along the pipeline corridor in support of engineering design to be performed by Infrastructure Engineering Corporation (IEC) and to support a waiver submitted by the CMWD to the State Water Regional Control Board (SWRCB) Division of Drinking Water. The scope of the investigation was outlined in our proposal dated 29 May 2020, and included performing a desktop level study, site reconnaissance, field explorations, geotechnical laboratory testing, and preparation of engineering recommendations in support of pipeline design and construction earthwork activities. Specifically, this report provides discussion and recommendations regarding: • General subsurface conditions; • Geologic setting; Palomar Airport.Geotechnical Report.F.20201201 2 • Geologic and seismic hazards; • Earthwork and grading; • Surface drainage; • Shallow foundations; • Pipeline trench design; • Lateral earth pressures; • Concrete slabs and hardscapes; • Corrosion potential; and • Construction considerations. Palomar Airport.Geotechnical Report.F.20201201 3 2. GEOTECHNICAL INVESTIGATION This geotechnical investigation consisted of performing pre-field activities, desktop level study, site reconnaissance, exploratory geotechnical borings, and geotechnical laboratory testing. 2.1 Pre-Field Activities Prior to conducting field explorations, a Community Health and Safety Plan (CHASP), dated 25 August 2020, was prepared by Geosyntec and submitted to the County of San Diego Solid Waste Local Enforcement Agency (LEA) on behalf of the CMWD to address potential hazards to the nearby community as a result of the proposed subsurface soil investigation. The CHASP was approved by the LEA in a letter dated 11 September 2020 (Appendix A). Additionally, a site-specific health and safety plan was prepared to protect Geosyntec personnel in accordance with Geosyntec and Occupational Safety and Health Administration (OSHA) requirements. Underground Service Alert (USA) was contacted to identify subsurface utilities at each of the boring locations. Due to the depth of the explorations (less than 20 feet below ground surface [ft bgs]) and absence of groundwater within the limits of exploration, boring permits were not required from the County of San Diego Department of Environmental Health (DEH) for this work. 2.2 Desktop Level Study Prior to performing field activities, a desktop study was performed to: 1) review readily available online information and previous investigations performed at the site, 2) review historical information regarding the closed Palomar Airport Landfill (landfill) at the site related to the limits of waste, lining and capping status, current landfill monitoring and reporting programs, and anticipated leachate conditions, and 3) provide information to support waiver submission to the State Water Regional Control Board (SWRCB) Division of Drinking Water for the planned construction of the Project. The desktop evaluation included reviewing readily available historical aerial photos, previous investigations performed at the site, historical documents, published geologic maps, and ongoing landfill monitoring programs. The findings of the desktop evaluation are summarized in a technical memorandum [Geosyntec, 2020a] and presented as Appendix B. 2.3 Site Reconnaissance Geosyntec personnel along with CMWD, IEC, and Airport personnel performed a visual site reconnaissance on 17 August 2020 to evaluate surficial site conditions, assess potential access restraints prior to mobilizing drilling equipment, confirm locations for Palomar Airport.Geotechnical Report.F.20201201 4 the exploratory borings in the field, and to coordinate access and logistics with Airport personnel. During the site reconnaissance, Geosyntec mobilized to the site with Southwest Geophysics to conduct a surface geophysical survey. The geophysical surveyor performed utility clearance for proposed boring locations to identify traceable subsurface utilities or other anomalies (voids, backfilled excavations, etc.) in the vicinity of proposed boring locations. Underground utilities were not identified within an unsafe proximity to proposed boring locations. Following completion of the site reconnaissance, Geosyntec prepared a work plan which included descriptions of the proposed field activities and locations of the proposed exploratory borings. The Work Plan was submitted to the CMWD, IEC, and Airport personnel for review and approval prior to performing drilling activities. 2.4 Exploratory Borings Four exploratory borings were performed on 23 September 2020 in the areas of the proposed pipeline corridor and were designated Borings B-1 through B-4. Boring B-1 was performed adjacent to the proposed Segment B; Borings B-2 and B-3 were performed in the area of proposed Segment A; and B-4 was performed adjacent to proposed Segment C. The approximate locations of the borings are shown on Figure 2. The borings were advanced by Baja Drilling, of Escondido California using a CME 75 rubber track-mounted limited access drill rig (LAR) equipped with 6-inch diameter hollow-stem augers. The borings were advanced to a depth of 10 feet below the ground surface (feet bgs). Soil samples from the borings were collected using a Standard Penetration Test (SPT) sampler or a 3-inch diameter split-spoon modified California sampler using an automatic hammer (140-pound hammer falling approximately 30 inches). Bulk samples of the soil cuttings were also collected from the exploratory borings. The soil samples from the borings were sealed, labeled, and transported to the geotechnical laboratory for testing. Descriptions and visual classifications of the subsurface materials were logged by a geologist from our firm and subsurface descriptions were based on the recovered soil samples and soil cuttings. The subsurface descriptions were developed in general accordance with American Society for Testing and Materials International (ASTM) standard D2488. A summary of the exploratory borings is presented in Table 1 and the individual exploratory boring logs are presented in Appendix C. Sampling information, and other pertinent field data and observations are included on the boring logs. Palomar Airport.Geotechnical Report.F.20201201 5 2.5 Geotechnical Laboratory Testing Selected soil samples retrieved from the borings were tested to verify field classifications and evaluate the physical and engineering properties of the subsurface materials. The laboratory tests were performed in general accordance with testing procedures of ASTM or other generally accepted test methods. The geotechnical laboratory testing was performed by Southern California Soil and Testing (SCS&T) of San Diego, California and included the tests summarized below. LABORATORY TESTING (ASTM DESIGNATION) Laboratory Tests ASTM Designation Grain Size Analysis D6913 Modified Proctor (Laboratory Compaction) D1557 Corrosivity G162-18 Direct Shear D3080 Moisture Content D2216 Dry Unit Weight D3550 Atterberg Limits D4318 A tabulated summary of the geotechnical laboratory testing results is presented in Table 2, and Appendix D presents the geotechnical laboratory test results. Palomar Airport.Geotechnical Report.F.20201201 6 3. SITE AND GEOLOGIC CONDITIONS Our knowledge of the site conditions has been developed from a review of published geologic literature, previous investigations and evaluations performed nearby, findings from the field explorations and laboratory testing performed for this study, and professional experience. 3.1 Geologic Setting The Project area lies along the coastal plain located along the western margin of the Peninsular Ranges Physiographic province of southern California, which is characterized by a series of northwest trending mountains and valleys separated by faults associated with, and subparallel to, the San Andreas fault system. The site is underlain by Eocene- and Cretaceous-age marine and nonmarine sedimentary strata, which unconformably overlie Cretaceous and Jurassic-age crystalline granitic basement rocks at depth. Fluctuations in sea level over geologic time has resulted in formation of a series of marine terraces and the subsequent downcutting of alluvial channels as well as channel backfilling. The general area is characteristically underlain by erosional remnants of Tertiary and Quaternary sedimentary deposits that form the coastal foothills. The immediate Project site is underlain by fill and the Santiago formation within the depths of the exploratory boring performed for this project. The surficial regional geology is shown on Figure 3. 3.2 Seismic Setting The tectonic setting of the San Diego County area is dominated by right-lateral strike-slip faults with a general northwest–southeast trend as a result of the interaction between the Pacific and North American lithospheric plates. Numerous faults in southern California include active, potentially active, and inactive faults. Division of these major groups are based on criteria by the California Geologic Survey (CGS; formerly the California Division of Mines and Geology [CDMG]) for the Alquist-Priolo Earthquake Fault Zoning Program [Hart, 1999]. By definition, an active fault is one that has had displacement within Holocene time (last 11,000 years). A potentially active fault has demonstrated displacement of Quaternary age deposits (last 1.6 million years). Inactive faults have not exhibited displacement in the last 1.6 million years. The Newport-Inglewood fault zone is the closest major active fault zone to the Project area. The Oceanside section of the Newport-Inglewood fault zone trends northwest- southeast is located offshore approximately 6-miles to the west of the site [USGS, 2020]. Another section of the Newport-Inglewood fault zone, the Rose Canyon section is located approximately 20-miles south of the site. The Rose Canyon section trends northeast and closely parallels Interstate 5 in the Rose Canyon area of San Diego. Other active faults in Palomar Airport.Geotechnical Report.F.20201201 7 the Project vicinity include an offshore portion of the Elsinore fault zone (approximately 30-miles to the northeast), the San Jacinto fault zone (approximately 48-miles to the northeast), and the San Andreas fault zone (approximately 78-miles to the northeast) [USGS, 2020]. These faults and their respective distances from the site and design moment magnitudes are presented in Table 3. The locations of regional faults and historic earthquake epicenters are shown on Figure 4. 3.3 Surface Conditions The Project is located at the McClellan-Palomar Airport located north of Palomar Airport Road and east of El Camino Real in Carlsbad, California. The site is situated on a relatively flat, elevated terrace with an elevation of approximately 310 feet above mean sea level (MSL) referenced from North American Datum of 1983 (NAVD 83) and bounded by moderate descending offsite slopes to the south and the east. The airport ground surface is covered with asphalt and concrete with some soil existing immediately adjacent to the runway. The generally east-west trending runway is located on the northern portion of the property with the hangers, terminals, control tower, and paved parking areas situated along the southern portion of the airport. 3.4 Subsurface Conditions Our characterization of the subsurface conditions within the Project area are based on the findings of our evaluation and field explorations described herein. The general Project area is underlain by fill deposits and soft sandstone with interbedded claystone deposits. Crystalline granitic and metavolcanics bedrock are anticipated to underlie the site at depth and were not encountered during our exploration. Additionally, portions of the site are underlain by municipal solid waste (MSW) and were not encountered in our exploratory borings. A description of the various geologic units encountered are summarized in the following sections. A regional geologic map showing the areal extent of mapped geologic units across the project area is presented in Figure 3. 3.4.1 Fill Underlying existing asphalt/concrete at the surface, fill was encountered in all four borings ranging in depth between 0.8 and 5.5 feet below ground surface (feet bgs). The composition and properties of these materials are variable likely due to material available when placed. In general, the fill consisted of medium dense to very dense and stiff, dark grayish brown to dark brown to black, silty fine to coarse sand, clayey sand, and fat clay. Palomar Airport.Geotechnical Report.F.20201201 8 3.4.2 Santiago Formation Variably weathered, Eocene-age friable sandstone bedrock with mudstone interbeds was observed below the fill and extended to the bottom of all four borings to a depth of 11.5 feet bgs. The friable sandstone bedrock consisted of loose to very dense and stiff, yellowish brown and light gray olive, fine to medium grained silty sand, clayey sand, and silty clay. 3.5 Groundwater Groundwater was not encountered within the limits of the explorations performed for this investigation. Based on previous groundwater monitoring performed at the Palomar Airport in February 2020, depth to perched groundwater beneath the site ranges between approximately 8 feet bgs in the northeastern portion of the site to approximately 47 feet bgs near the northwest portion of the Unit 2 landfill [Geosyntec, 2020b]. Groundwater monitoring wells closest to the Project alignment indicate depths to perched groundwater range between 18 and 47 feet bgs. Therefore, it is anticipated that shallow groundwater at the site will be located below the depth of planned construction activities associated with the Project, and it is unlikely that shallow groundwater will impact Project infrastructure. Palomar Airport.Geotechnical Report.F.20201201 9 4. GEOLOGIC HAZARDS 4.1 Fault Ground Rupture Seismically-induced fault surface rupture occurs as the result of differential movement across a fault that propagates to the ground surface. The potential for fault surface rupture is generally considered to be significant along “active” faults and to a lesser degree along “potentially active” faults [CDMG, 1998]. A review of published geologic maps did not identify the presence of active or potentially active faults crossing or projecting towards the Project corridor. Therefore, the potential for fault-related surface rupture at the Project sites is considered to be low. Furthermore, the proposed Project is not located within a delineated Alquist-Priolo Earthquake fault rupture hazard zone (APEFZ) as defined by the California Geological Survey (CGS) [Bryant and Hart, 2007]. 4.2 Strong Ground Shaking The Project is situated within a seismically-active region and will likely experience moderate to severe ground shaking in response to a large magnitude earthquake occurring on local or more distant active faults during the expected lifespan of the proposed corridor. As a result, seismically-induced ground shaking in response to an earthquake occurring on a nearby active fault, such as the Newport-Inglewood fault zone, or a regional fault, such as the Elsinore fault zone, is considered to be the major geologic hazard affecting the project. Site-specific seismic design recommendations are presented in Section 5. 4.3 Expansive and Collapsible Soil Based on the plasticity characteristics of the soils encountered during the current investigation, the variably weathered deposits of the Santiago formation are considered to have a medium to high expansion potential. Collapsible soils are not anticipated to be present in significant quantities at the proposed MT and MM stations and do not constitute a significant hazard during project construction. 4.4 Liquefaction Potential Seismically induced liquefaction is a phenomenon in which saturated soils lose a significant portion of their strength and acquire some mobility from seismic shaking or other large cyclic loading. The material types considered most susceptible to liquefaction are granular and low-plasticity fine grained soils which are saturated and loose to medium dense. A rapid increase in groundwater pressures (excess pore water pressures) causes the loss of soil strength. Manifestations of soil liquefaction can include sand boils, surface settlements and tilting in level ground, lateral spreading, and global instability (flow slides) in areas of sloping Palomar Airport.Geotechnical Report.F.20201201 10 ground. The impact of liquefaction on structures can include loss of bearing capacity, drag loads on deep foundations, liquefaction-induced total and differential settlement, and increased lateral and uplift pressures on buried structures. Other factors such as soil mineralogy, void ratio, overconsolidation ratio, and age are contributing factors to liquefaction susceptibility. In general, the older or denser a deposit, the less susceptible it is to liquefaction. The field investigation included four borings advanced to a total depth of 11.5 ft bgs. Based on the soil types encountered during the field investigation and the lack of groundwater encountered in the borings, liquefaction is not anticipated in the upper 11.5 ft bgs. However, a complete assessment of liquefaction potential at the site, including anticipated groundwater levels and soil types below 11.5 ft bgs, was not included in the scope of this investigation. Due to the generally fine-grained nature and relative density of the soils encountered during this investigation and the locations of the proposed corridor outside the established liquefaction hazard zones [CGS, 1998], the probability of soil liquefaction at the proposed Project site is considered low. 4.5 Flooding The Federal Emergency Management Agency (FEMA) presents the flood hazard potential in the vicinity of the site as part of their Flood Insurance Rate Maps. FEMA Map No. 06073C0769G, dated 16 May 2012, as well as FEMA’s online National Flood Hazard Layer Viewer indicate that the proposed Project corridor is located in unshaded Zone X, which are defined as “area of minimal flood hazard” [FEMA, 2012]. Due to a lack of reservoirs, aqueducts, and large water storage tanks up gradient from the proposed structures, flooding as a result of infrastructure failure is not considered to be a potential hazard. Tsunamis are seismically induced waves generated by sudden movements of the ocean bottom during submarine earthquakes, landslides, or volcanic activity. Due to their distance from the coastline, the proposed Project is not located within a mapped tsunami inundation area [California, 2009]. Based on our review of the FEMA mapping, the geologic and physiographic setting, the distance to the ocean and other large water bodies, and the Project elevations, the potential for flooding or inundation is very low along the proposed corridor. 4.6 Other Geologic Hazards Other potential geologic hazards evaluated which could possibly affect the proposed Project include slope instability, lateral spreading, and seiches. The site is relatively flat Palomar Airport.Geotechnical Report.F.20201201 11 and no new slopes are proposed at the site at this time. Therefore, slope instability is not considered a hazard. Seismically induced lateral spreading is a potential hazard characterized by lateral movement of liquefied saturated soils in gently sloping ground conditions. Given the soil types encountered during the field investigation and the absence of shallow groundwater, the potential for lateral spreading is considered low. Seiches typically occur when enclosed bodies of water are seismically shaken to generate oscillations and waves resulting in overtopping. No enclosed water bodies are located adjacent to or up gradient of the immediate Project area, and seiches are not considered a potential hazard. Palomar Airport.Geotechnical Report.F.20201201 12 5. GEOTECHNICAL RECOMMENDATIONS The recommendations presented in this report are intended for the proposed pipeline alignment and are based on our understanding of the proposed project and this investigation. 5.1 Earthwork Geosyntec is not aware of planned significant earthwork activities associated with the proposed pipeline construction; however, this section provides general recommendations for common earthwork activities that may consist of the removal of unsuitable (loose or soft) material, site grading and engineered fill placement, foundation excavations, and roadway construction. Earthwork should be performed in accordance with City of Carlsbad requirements, the geotechnical recommendations included in this report, the current version of the Standard Specifications for Public Works Construction “Greenbook,” and California Occupational Safety and Health Administration (Cal OSHA) safety requirements. 5.1.1 Fill Materials Fill material should be free from organic matter or other deleterious substances and should not contain rocks or lumps over 4 inches in greatest dimension. No more than 50 percent of the fill material should pass the No. 200 sieve and the material should have a low expansion potential, as evidenced by a plasticity index of 15 or less or expansion index of 20 or less. Import soil should be non-expansive in accordance with California Building Code (CBC) Section 1803A.5.3 and should have low potential for corrosivity and high resistivity. The pH, chloride content, and sulfate content of the fill materials should not be deleterious to the materials used to construct the foundation system and other improvements (i.e., concrete or steel). 5.1.2 Fill Placement and Compaction Fill should be moisture conditioned and compacted between 0 and 3 percent above the optimum moisture contents in layers that do not exceed 8-inch loose lifts for heavy equipment compaction and 4-inch loose lifts for hand-held equipment compaction. Each lift of fill should be compacted to a minimum of 90 percent relative compaction unless otherwise specified. Relative compaction is defined as the ratio (in percent) of the in- place dry density to the maximum dry density determined using the latest version of ASTM D1557 as the compaction standard. If Class 2 Aggregate Base is imported to the site for fill, it should be compacted to a minimum relative compaction of 95 percent. Palomar Airport.Geotechnical Report.F.20201201 13 5.2 Surface Drainage Surface drainage should be planned to prevent ponding and promote the drainage of surface water away from structure foundations, slabs, and edges of pavements, and towards suitable collection and discharge facilities. Paved and aggregate-surfaced areas should be sloped to drain water away from structures and pavements at a minimum gradient of 1 percent, and unpaved areas should be finish graded with a minimum slope of 2 percent away from structures and pavements. 5.3 Shallow Foundations Geosyntec is not aware of anticipated project structures that would require shallow foundations; however, this section provides general recommendations for shallow foundations based on our understanding of the site conditions. Shallow foundations may include spread footings, continuous perimeter footings, and mat foundations. Shallow foundations should bear a minimum of 12 inches below the lowest adjacent grade and should be at least 12 inches wide. Footings may be designed for an allowable vertical bearing pressure for dead plus normal live loading of 2,000 pounds per square foot (psf) on compacted engineered fill. The allowable bearing pressure may be increased by 500 psf for each additional 6-inches of depth and 500 psf for each additional foot of width beyond the minimum specified foundation dimensions, up to a maximum bearing pressure of 4,000 psf. These values may be increased by one-third for wind, seismic, and impact loading. Lateral loads on shallow foundations can be resisted by passive resistance for soils adjacent to the building foundations, which have at least 10 feet of horizontal ground surface from the foundation. Frictional resistance may also be used to resist lateral loads on building foundations. A base friction coefficient of 0.3 can be assumed for compacted engineered fill. Lateral loads on shallow foundations may be resisted by passive soil pressures, which can be assumed as an equivalent fluid weight of 150 pounds per cubic foot for footings poured neat against native soils or engineered fill. The upper 12-inches of soil should be neglected in passive pressure calculations in areas where there will be no hardscape that extends from the outside edge of the footing to a horizontal distance equal to three times the footing depth. The resistance from passive pressure should also be neglected where utilities or similar excavations may occur in the future. If passive resistance and base friction are combined to resist lateral loading, a reduced frictional coefficient of 0.2 should be used. No increase in load resistance should be assumed for passive resistance or friction for wind, seismic, and impact loading. The settlement of a shallow foundation for a given allowable bearing pressure depends on the size, shape, and embedment depth of the foundation, the relative compaction and Palomar Airport.Geotechnical Report.F.20201201 14 stiffness of the fill, and the relative density of the native materials. Total consolidation and elastic settlement based on the maximum recommended allowable bearing pressure is not expected to exceed 0.5 inches. The majority of settlement due to foundation loading should occur during or shortly after construction. 5.4 Pipeline and Trench Design 5.4.1 Pipe Bedding and Backfill CMWD Standard Drawing No. W-2, identifies two zones of backfill for typical water line trenches. The pipe zone consists of material around the pipe to 12-inches above the pipe and the trench zone consists of material from 12-inches above the pipe to the top of the trench. The pipe zone also includes a 6-inch bedding layer below the pipe. Geosyntec recommends using clean sand (USCS classification SW or SP), compacted to a minimum relative compaction of 90% (as determined by ASTM D1557) as bedding material and backfill material in the pipe zone. Based on the soils encountered during the geotechnical investigation, native materials will not be suitable for backfill in the pipe zone and imported materials will be required. Native materials may be used as backfill in the trench zone and should be compacted to 90% relative compaction (as determined by ASTM D1557) or 95% relative compaction in areas that will be paved. 5.4.2 Pipe Loading Deflection from dead loads and live loads is one of the design considerations for flexible pipe. Based on the Modified Proctor (ASTM D1557) lab testing results, Geosyntec recommends using a total unit weight of 130 pounds per cubic foot (pcf) for calculating the dead load from native materials. If imported granular materials, such as Class II aggregate base, are used as backfill in the trench zone, the total unit weight may vary from 130 pcf to 140 pcf, depending on the source of the material. 5.4.3 Modulus of Soil Reaction The modulus of soil reaction (E’) represents the stiffness of soil beside the pipe to the outward movement of the pipe wall. Based on the Geosyntec’s recommendations for pipe bedding and backfill material in the pipe zone, Geosyntec recommends an E’ value of 2,000 psi. 5.4.4 Thrust Block Recommendations Thrust blocks should be constructed at depths greater than 3 ft bgs and designed using an allowable bearing pressure of 1,000 psf. Palomar Airport.Geotechnical Report.F.20201201 15 5.4.5 Design Groundwater Elevation Groundwater was not encountered during the geotechnical investigation and regional groundwater is not expected to affect pipeline design or construction. 5.4.6 Temporary Excavation and Shoring The design and excavation of temporary slopes or shoring, and their maintenance during construction is the responsibility of the contractor. The contractor should have their geotechnical or geological professional evaluate the soil conditions encountered during excavation to determine the permissible slope inclinations or appropriate shoring in accordance with Cal OSHA requirements. For planning purposes, based on the materials observed during the field investigation, trench design may assume Type C soil conditions. Surcharge loads such as trench spoils, heavy equipment, or storage items should not be placed adjacent to an open excavation. Existing infrastructure within a 2:1 (horizontal:vertical) line projected up from the toe of the temporary slope should be monitored for potential movement during construction. 5.5 Corrosion Potential The results of the corrosion testing performed for the current investigation are presented in Table 2 and in Appendix D. Corrosion testing was performed on four samples from this investigation within the limits of anticipated underground utilities. The results of the tests indicated the water-soluble sulfate contents ranged from 0.001% to 0.1924% (percent by weight), the chloride content ranged from 0.002% to 0.006%, the pH ranged from 7.60 to 8.30, and the resistivity ranged from 278 to 5,810 ohms-centimeters (ohm- cm). The sulfate content range from the samples collected at the site indicate a moderate exposure environment for reinforced concrete in accordance with Tables 19.3.1.1 and 19.3.2.1 of the 2014 American Concrete Institute (ACI) Manual 318-14 [ACI, 2014]. Resistivity values of 5,810 ohm-cm are considered to be fairly corrosive. Metallic utility piping and conduits should be designed for a moderately corrosive to corrosive environment. A corrosion engineer should be consulted for corrosion design. 5.6 Lateral Earth Pressures Lateral earth pressures on retaining walls depend upon the type of wall, type of backfill material, and allowable wall movements. The recommended active and at-rest earth pressures are unfactored, assume a horizontal backfill surface, free-draining backfill, and do not include surcharge loads. Palomar Airport.Geotechnical Report.F.20201201 16 Active lateral earth pressure conditions are applicable for walls which are not fixed at the top and where approximately ¼ inch of movement at the top of the wall per 5 feet of wall height is acceptable. An equivalent fluid pressure of 60 pcf (60 pounds per square foot per linear foot of depth) may be used for the design of retaining walls for active earth pressure conditions. At-rest lateral earth pressures are applicable for walls that act in a rigid manner and are restrained from movement. An equivalent fluid pressure of 100 pcf may be used for the design of retaining walls for at-rest conditions. Retaining walls should be backfilled with free draining granular material within a zone defined by a 1:1 (horizontal to vertical) slope up and away from the bottom of the foundation or a prefabricated backdrainage system should be installed. Free draining granular material should conform to Caltrans Class 2 permeable material specifications. A prefabricated backdrainage system should be designed and installed in accordance with manufacturer recommendations and should collect water from behind the wall and drain (via gravity) to an appropriate discharge location. Lateral loads on retaining wall foundations can be resisted by passive resistance and frictional resistance for soils adjacent to the foundations as outlined in Section 5.3 of this report. 5.7 Concrete Slabs and Hardscape Concrete slabs and hardscape should be supported on engineered fill with low expansion potential. A modulus of subgrade reaction of 100 pci can be assumed for design of slabs and hardscape. The subgrade soils should be proof rolled prior to placing the concrete slabs and hardscape. Concrete slab thickness and steel reinforcement should be properly designed by a California-registered civil or structural engineer for the anticipated loads. Crack control or expansion/contraction joints should be provided at spacing appropriate for the slab thickness and the maximum concrete aggregate size, but should be provided at regular intervals not exceeding approximately 15 feet, each way. Concrete slabs should be underlain by a minimum of 4 inches of clean, coarse sand or aggregate. Special care should be taken by the contractor to provide a uniform thickness of sand is maintained so as to achieve uniformity in the concrete thickness for the slab. We recommend that the subgrade soils are wetted prior to placement of the sand or aggregate beneath the slab. 5.8 Construction Observation Variations in subsurface conditions may be encountered during construction. To permit correlation between the investigation data and the conditions encountered during construction, we recommend that a geotechnical engineering consultant be retained to Palomar Airport.Geotechnical Report.F.20201201 17 provide observation of earthwork construction operations and to provide quality control testing of soil fill and backfill placement and compaction. Palomar Airport.Geotechnical Report.F.20201201 18 6. LIMITATIONS The geotechnical investigation for this project observed only a small portion of the pertinent subsurface conditions. The recommendations made herein are based on the assumption that soil conditions do not deviate appreciably from those found during the current field investigation. This geotechnical investigation report has been prepared in accordance with current practices and the standard of care exercised by scientists and engineers performing similar tasks in this area. The conclusions contained in this report are based solely on the analysis of the conditions observed by Geosyntec personnel. We cannot make any assurances concerning the completeness of the data presented to us. No warranty, expressed or implied, is made regarding the professional opinions expressed in this report. Site grading and earthwork, subgrade preparation under concrete slabs and paved areas, utility trench backfill, and foundation excavations should be observed by a qualified engineer or geologist to verify that the site conditions are as anticipated. If actual conditions are found to differ from those described in the report, or if new information regarding the site conditions is obtained, Geosyntec should be notified and additional recommendations, if required, will be provided. Geosyntec is not liable for any use of the information contained in this report by persons other than CMWD, or their subconsultants, or the use of information in this report for any purposes other than referenced in this report without the expressed, written consent of Geosyntec. California, including San Diego County, is an area of high seismic risk. It is generally considered economically unfeasible to design utilities and/or structures to resist earthquake loadings without damage. Proposed utilities designed in accordance with the recommendations presented in this report could experience limited distress/damage if subjected to strong earthquake shaking. Palomar Airport.Geotechnical Report.F.20201201 19 7. REFERENCES American Concrete Institute (ACI) Committee 318, 2014. “2014 American Concrete Institute (ACI) Manual 318-14”, American Concrete Institute. American Society for Testing and Materials (ASTM), 2015. “Annual Book of ASTM Standards”, Section 4 Construction. Volume 04.08 Soil and Rock. Bryant, W. A. and Hart, E. W., 2007. “Fault-Rupture Hazard Zones in California, Alquist- Priolo Earthquake Fault Zoning Act with Index to Earthquake Fault Zone Maps”, California Division of Mines and Geology Special Publication 42, interim revision. California Division of Mines and Geology (CDMG), 1998, Seismic Hazard Evaluation of the Encinitas 7.5- Minute Quadrangle, San Diego County, California, Open File Report 86-08. California Geological Survey, 2009. “Tsunami Inundation Map for Emergency Planning, Encinitas Quadrangle, California Geological Survey, (CGS) 2007. “Geologic Map of the Oceanside 30’ x 60’ Quadrangle, California”, compilation by Michael P. Kennedy and Siang S. Tan, map scale 1:100,000. Federal Emergency Management Agency (FEMA), 2012. “Flood Insurance Rate Map. FEMA Map No. 06073C0769G”, dated 16 May 2012. Geosyntec Consultants (Geosyntec), 2020a. “Technical Memorandum: Desktop Evaluation of Landfill Units 1A, 1B, and 2, Palomar Airport, Carlsbad, California” September 2020. Geosyntec Consultants (Geosyntec), 2020b. “October 2019-March 2020 Semi-Annual and 2019 Annual Monitoring Report Corrective Action Monitoring Program, Palomar Airport Landfill.” April 2020. GoogleEarth™, 2018. Aerial imagery 17 August 2019, www.googleearth.com Hart, E.W., 1973, revised 1999. “Fault-Rupture Hazard Zones in California,” California Division of Mines and Geology (CDMG) Special Publication 42. State of California (California), 2009, “Tsunami Inundation Map for Emergency Planning, Encinitas Quadrangle, San Diego County”; produced by California Emergency Management Agency, California Geological Survey, and University of Palomar Airport.Geotechnical Report.F.20201201 20 Southern California – Tsunami Research Center; dated June 1, 2009, mapped at 1:24,000 scale. State of California, 2009, “Tsunami Inundation Map for Emergency Planning, Oceanside and San Luis Rey Quadrangles, San Diego County”; produced by California Emergency Management Agency, California Geological Survey, and University of Southern California – Tsunami Research Center; dated June 1, 2009, mapped at 1:24,000 scale. United States Geologic Survey (USGS), 2020. “U.S. Quaternary Faults” USGS Website accessed November 2020. https://usgs.maps.arcgis.com/apps/webappviewer/index.html?id=5a6038b3a168 4561a9b0aadf88412fcf. TABLES Table 1. Summary of Exploratory Borings Palomar Airport Waterline Realignment Study – Carlsbad, California Boring Identification Exploration Type a Exploration Latitude b Exploration Longitude b Ground Surface Elevation b (feet) Exploration Date Exploration Depth c (feet) Geologic Units d B-1 HSA Boring 33.125489° -117.280198° 316 09/23/2020 11.5 Fill/Tsa B-2 HSA Boring 33.125850° -117.277283° 322 09/23/2020 11.5 Fill/Tsa B-3 HSA Boring 33.125601° -117.276366° 318 09/23/2020 11.5 Fill/Tsa B-4 HSA Boring 33.126703° -117.275273° 320 09/23/2020 11.5 Fill/Tsa Notes: a. HSA = hollow stem auger. b. The estimated latitude, longitude, and elevation of the borings were estimated using Google EarthTM and are considered approximate. c. Depth below existing grade. d. Fill=Recent anthropogenically disturbed or placed soils, Tsa = Variably weathered Eocene friable sandstone with claystone and siltstone interbeds. Table 2. Summary of Geotechnical Laboratory Test Results Palomar Airport Waterline Realignment Study – Carlsbad, California Sample ID Depth (ft) USCS Moisture Content (%) Grain Size Analyses (%) Dry Density (lbs/ft3) Atterberg Limits (%) Maximum Density Direct Shear From To Gravela Sandb Finesc LL PL PI Dry Density (lbs/ft3) Optimum Moisture (%) Resistivity (Ωcm) pH Chloride /Sulfate (%) Peak Ultimate Φ c (psf) Φ c (psf) B-1-B1 4.0 5.0 - - - - - - - - - 125.7 9.4 - - - - - - - B-1-1 0.7 2.2 - - - - - - - - - - - 5810 8.30 0.002 /0.001 - - - - B-1-2 2.5 4.0 - 20.9 0 54 46 - - - - - - - - - - - - - B-1-3 5.0 6.5 - 14.7 - - - 110.7 - - - - - - - - 40o 1154 30o 1379 B-2-B1 3.5 4.5 SC 5.8 0 51 49 - 48 18 30 114.8 11.5 480 8.21 0.006 /0.023 - - - - B-2-2 2.5 4.0 SC - 2 56 42 - 50 19 31 - - - - - - - - - B-2-3 5.0 6.5 - 19.1 - - - 103.0 - - - - - - - - - - - - B-3-B1 4.0 6.0 CH - 0 39 61 - 58 20 38 113.2 11.3 278 7.60 0.004 /0.192 - - - - B-3-2 2.5 4.0 - 24.8 - - - 96.8 - - - - - - - - 19o 743 22o 396 B-3-3 5.0 6.5 CH - 0 36 64 - 63 22 41 - - - - - - - - - B-4-B1 3.0 4.0 - - - - - - - - - - - 3240 7.75 0.004 /0.005 - - - - B-4-1 0.5 2.0 - - 8 57 35 - - - - - - - - - - - - - B-4-2 2.5 4.0 - 6.9 - - - - - - - - - - - - - - - - B-4-4 7.5 9.0 CH 21.6 0 27 73 - 67 23 44 136.9 5.2 - - - 27o 1235 28o 799 Notes: “-“ Not tested or not evaluated a. Percentage of grain size retained on the #4 sieve. b. Percentage of grain size passing the #4 sieve and retained on the #200 sieve. c. Percentage of grain size passing the #200 sieve. Table 3. Nearby Faults Palomar Airport Waterline Realignment Study, Carlsbad, California Fault Name Distance and Direction from Site a Maximum Moment Magnitude b Newport-Inglewood (Oceanside section) 6 mi (9.6 km) to west 6.9 Carlsbad 12 mi (19 km) to west Not available San Onofre 15 mi (24 km) to west Not available San Mateo 20 mi (32 km) to northwest Not available Newport-Inglewood (Rose Canyon section) 20 mi (32 km) to south 6.9 Elsinore 30 mi (48 km) to northeast 7.1 San Jacinto 48 mi (77 km) to northeast 6.8 San Andreas 78 mi (125 km) to northwest 7.4 Notes: a. Distances from site noted are the closest distance to the surface trace or inferred projection of the fault as measured from mapped traces in the USGS Quaternary Fault and Fold Database of the United States [USGS, 2006]. b. Where available, maximum moment magnitude values reported by CGS OFR 96-08 Appendix A, revised 2002 [Peterson et al., 1996]. FIGURES Site Location CIP 50551 Palomar Airport Waterline Realignment Study Carlsbad, California Figure 1San Diego, CA December 2020 0 0.5 miles0.5 miles Scale approximate Site Map References: ”San Luis Rey Quadrangle, California – San Diego County, 7.5 minute Series” (Southern portion), 2018, USGS “Encinitas Quadrangle, California –San Diego County, 7.5 minute Series” (Northern portion), 2015, USGS Exploration Location Plan CIP 50551 Palomar Airport Waterline Realignment Study Carlsbad, California Figure 2San Diego, CA December 2020 Legend . Approximate Boring Locations 050 100 feet100 feet Scale approximate High resolution aerial imagery dated September 2020 obtained from Nearmap™ imagery database B-1 B-2 B-3 B-4 Regional Geologic Map CIP 50551 Palomar Airport Waterline Realignment Study Carlsbad, California Figure 3San Diego, CA December 2020Map Source: Kennedy, M.P, and Tan, S.S., 2007. “Geologic map of the Oceanside 30’ x 60’ quadrangle, California”, California Geological Survey 0 1 mile1 mile Scale approximate Site Regional Fault and Historical Earthquake Epicenter Map CIP 50551 Palomar Airport Waterline Realignment Study Carlsbad, California Figure 4San Diego, CA December 2020 Legend . Historical Earthquake Epicenter Map Source: Quaternary Fault and Historic Earthquake Epicenters databases, USGS website, https://usgs.maps.arcgis.com/apps/webappviewer/index.html?id=5a6038b3a1684561a9b0aadf88412fcf 0 5 miles5 miles Scale approximateMagnitude 6.1 1894 Magnitude 5.5 1856 Magnitude 5.5 1803 Magnitude 5.8 1885 Magnitude 5.0 1920 Site APPENDIX A CHASP APPROVAL LETTER “Environmental and public health through leadership, partnership and science” September 11, 2020 Mr. Steven Kash Senior Engineer, City of Carlsbad Department of Public Works 5950 El Camino Real Carlsbad, CA 92008 RE: WORK PLAN APPROVAL- COMMUNTIY HEALTH AND SAFETY PLAN PALOMAR AIRPORT LANDFILL - SWIS# 37-AH-0002 2198 Palomar Airport Rd, Carlsbad, CA 92008 Dear Mr. Kash: The County of San Diego Solid Waste Local Enforcement Agency (LEA) has reviewed the Community Health and Safety Plan (CHSP), dated August 25, 2020, prepared by Geosyntec Consultants on behalf of the Carlsbad Municipal Water District. The CHSP proposes a workplan for conducting utility locating, the advancement of 4 soil borings utilizing a hollow stem drilling rig, the collection of soil samples for laboratory analysis, and presents a community health and safety plan. Base on our review, LEA concurs with the implementation on the CHSP with the following requirements: • Any changes to the proposed scope of work must be submitted to the LEA at least 48 hours in advance and must receive LEA approval prior to implementation. • A summary report is to be submitted to the LEA within 60 days of project completion outlining the results of site monitoring and soil evaluation. The summary report shall include site observations, air monitoring data, photos, field notes, a site map, boring logs, analytical results, and disposal documentation. Please notify the LEA at least 48 hours in advance of implementing excavation activities. Be advised, this correspondence does not constitute a waiver or relieve the site owner or any other responsible party for this site from their responsibility to comply with other regulatory agencies’ laws and regulations. DEPARTMENT OF ENVIRONMENTAL HEALTH SOLID WASTE LOCAL ENFORCEMENT AGENCY 5500 OVERLAND AVENUE, SUITE 170, SAN DIEGO, CA 92123 Phone: (858) 694-2888 Fax: (858) 495-5004 www.sdcdeh.org AMY HARBERT ASSISTANT DIRECTOR Mr. Steven Kash 1 September 11, 2020 2 If you have any questions, please give me a call at (619) 823-2579. Sincerely, Craig Burnett, Environmental Health Specialist II Solid Waste Local Enforcement Agency Cc: Olivier Brackett, Airport Manager Jason Forga, County of San Diego DPW Tony Sawyer, County of San Diego DPW Sandy Brady, County of San Diego DPW Ricardo Serrano, LEA Jared Warner, Geosyntec Calrecycle, (LEA Portal) File APPENDIX B TECHNICAL MEMORANDUM 16644 West Bernardo Drive, Suite 301 San Diego, CA 92127 PH 858.674.6559 FAX 888.314.9476 www.geosyntec.com Technical Memorandum Date: 25 September 2020 To: David Padilla, P.E., Carlsbad Municipal Water District (CMWD) From: Jared Warner, P.G., C.E.G., Geosyntec Consultants, Inc. (Geosyntec) David Ayres, P.G., Geosyntec Subject: Desktop Evaluation of Landfill Units 1A, 1B, and 2 Palomar Airport, Carlsbad, California Geosyntec Project Number: SC1066 This technical memorandum summarizes the findings of a desktop evaluation conducted by Geosyntec Consultants, Inc. (Geosyntec) in support of the CIP 50551 Palomar Airport Water Main Realignment Study (Project) located at the Palomar Airport (Site) in Carlsbad, California (Figure 1). The purpose of this desktop evaluation was to: 1) review readily available online information and previous investigations performed at the site, 2) review historical information regarding the closed Palomar Airport Landfill (landfill) at the site related to the limits of waste, lining and capping status, current landfill monitoring and reporting programs, and anticipated leachate conditions, and 3) provide information to support waiver submission to the State Water Regional Control Board (SWRCB) Division of Drinking Water for the planned construction of the Project. DESKTOP EVALUATION The desktop evaluation included reviewing readily available historical aerial photos, previous investigations performed at the site, historical documents, published geologic maps, and ongoing landfill monitoring programs. Historical Aerial Photographs Geosyntec reviewed historical aerials of the site from 1939, 1947, 1953, 1963, 1974, 1975, and 1976 [UCSB, 2019]. Online aerials dated 1994 and annually from 2002 to 2020, were viewed on GoogleEarthTM [GoogleEarthTM, 2020]. Based on review of the available aerial photographs, portions of the site were used as a municipal solid waste landfill from 1962 through 1975 [Geosyntec, 2006a] where waste was primarily placed in existing topographically low-lying areas and ravines. Based on Mr. David Padilla, P.E. 25 September 2020 Page 2 aerial photographs and previous investigations performed at the site, waste was primarily placed in the following three locations: • Landfill Unit 1 - Located along the southern portion of the site and divided into two sub-units: a northern Unit 1A and a southern Unit 1B (Figure 1). Units 1A and 1B operated from 1962 to 1968 in which approximately 214,000 cubic yards of waste were placed [Geosyntec, 2006a]. • Landfill Unit 2 - Located near the southern boundary of the airport approximately 900 feet east- northeast of Units 1A and 1B (Figure 1). Unit 2 operated from 1968 to 1972 and accepted approximately 195,000 cubic yards of solid waste [Geosyntec, 2006a]. • Landfill Unit 3 - Located at the eastern edge of the airport near El Camino Real and operated from 1972 to 1975. Approximately 697,000 cubic yards of waste were accepted during its operation [Geosyntec, 2006a]. Landfill Limits Based on our review of readily ascertainable information, no previous investigations have been performed at the site specifically for the purpose of delineating the limits of waste; however, investigations performed by Metcalf & Eddy [1994], URS [1999], and Geosyntec [2006a, 2006b, and 2007], include boring logs and maps depicting the “approximate limits of waste fill.” The limits of waste are considered approximate and likely based on historical aerial imagery. Additionally, no landfill operator records were identified or reviewed during this evaluation. Historical documents indicate the closed landfill is unlined and consists of a soil cover ranging from approximately 2-feet to 7-feet thick, with some portions of the soil cover capped with concrete or asphalt paving [Geosyntec, 2006b]. Based on information provided in historical documents and our review of available boring logs, the proposed Project corridor does not cross through or project towards historically mapped units of the landfill. It is unlikely construction activities associated with Project will encounter waste, but waste may be present outside of the previously estimated limits of waste (Figure 1). Landfill Monitoring Groundwater monitoring for the landfill is currently performed by Geosyntec on behalf of the County of San Diego (County) in accordance with Order 96-13 issued by the San Diego Regional Water Quality Control Board (RWQCB). Groundwater monitoring and sampling is performed semi-annually in 15 perched groundwater monitor wells and 7 deep groundwater monitor wells associated with the landfill at the site. The landfill is unlined and does not have a leachate collection system. Based on groundwater monitoring performed at the site in February 2020, depth to perched groundwater beneath the site ranges between approximately 8 feet below ground surface (feet bgs) in the northeastern portion of the site to approximately 47 feet bgs near the northwest portion of the Unit 2 landfill. Perched groundwater flows generally southeasterly at hydraulic gradients ranging from approximately 0.019 to 0.077 foot per foot (ft/ft). Groundwater monitoring wells closest to the Project alignment indicate depths to perched groundwater range between 18 and 47 feet bgs. Therefore, it is Mr. David Padilla, P.E. 25 September 2020 Page 3 anticipated that shallow groundwater at the site will be below the depth of planned construction activities associated with the Project, and it is unlikely that shallow groundwater or leachate will impact Project infrastructure. SCS Field Engineers (SCS) conducts monthly operation, maintenance and monitoring (OM&M) activities associated with the landfill gas collection system (LFGCS) at the site on behalf of the County. LFGCS monitoring activities include monitoring perimeter LFG monitoring probes, LFG extraction wells, LFG extraction rates, and surface emissions. The LFGCS operates continuously, and based on the most recent available monitoring data, LFG is not anticipated to impact project infrastructure. Additional Findings A report by SCS Engineers in 2011 indicated that two 10,000 gallon steel underground storage tanks (USTs) were previously used to store Jet-A fuel and aviation gasoline at the site. The two USTs were situated northeast of Building 2186, near the northern portion of Segment A (Figure 1) and were both later removed in 1997 [SCS, 2011]. Soil testing performed during removal of the USTs indicated the tanks had leaked resulting in localized impacts to the surrounding soil between 23 and 42 feet bgs [SCS, 2011]. Based on the depths of the impacted soil determined by SCS and the proposed depth of the Project alignment, it is unlikely that soil with residual contaminants will be encountered during construction activities associated with Segment A. SCS [2012] indicated that one 10,000 gallon UST was located at the site under the current northeast corner of Building 2026, south of the eastern margin of Segment B (Figure 1). Based on available information, the UST was removed in 1999, but it is uncertain if the UST leaked or if any efforts to clean up contaminated soil was performed [SCS, 2012]. In 2002, four additional 10,000 gallon USTs were installed in the same general location and later removed in 2004 to accommodate hanger building expansion. Based on the SCS report, the vertical extent of petroleum-impacted soil beneath the USTs was delineated between approximately 10-feet to 22-feet bgs. During removal of the contaminated soil, SCS encountered an approximate 2-foot thick layer of refuse debris from 4-feet to 6-feet bgs in the eastern sidewalls of the excavation. Refuse debris was not encountered in borings immediately adjacent to the Project alignment. Based on the depths of the impacted soil determined by SCS and the proposed depth of the Project alignment, it is unlikely that soil with residual contaminants will be encountered during construction activities associated with Segment B. Summary of Findings Investigations performed to specifically delineate the limits of waste at the site have not been performed, but numerous investigations have been performed in the vicinity of the landfill units at the site. The results of these investigations and reports reviewed during the preparation of this document indicate the limits of waste are approximate and may extend outside previously mapped areas. Based on the planned Project alignment, the proposed water main does not cross through or project towards buried waste located in mapped landfill units (Units 1A, 1B, and 2) at the site (Figure 1). Previous investigations also indicate historical releases of fuel stored in former USTs located near planned Project Segments A and B (Figure 1). The available information from prior investigations performed by others suggests residual contamination may be present at depth in the vicinity of the proposed Mr. David Padilla, P.E. 25 September 2020 Page 4 construction activities associated with the Project. Based on the available information encountering groundwater, leachate, buried waste, or petroleum impacted soil associated with historical USTs during construction activities associated with the Project is considered unlikely. REFERENCES Geosyntec Consultants (Geosyntec), 2006a. “Report of Waste Discharge/Corrective Action Plan, Palomar Airport Landfill-Deep Groundwater.” October. Geosyntec Consultants (Geosyntec), 2006b. “Phase II Evaluation Monitoring Program, Palomar Airport Landfill-Unit 2.” October. Geosyntec Consultants (Geosyntec), 2007. “Geotechnical Investigation Palomar Airport Improvements.” January. Geosyntec Consultants (Geosyntec), 2020. “October 2019-March 2020 Semi-Annual and 2019 Annual Monitoring Report Corrective Action Monitoring Program, Palomar Airport Landfill.” April. GoogleEarth™, 2020. Aerial imagery. Accessed September 2020. Metcalf & Eddy Inc. (M&E), 1994. “Landfill Gas Collection System and Ancillary Facilities, Palomar Airport Landfill.” 3 January. SCS Field Engineers (SCS), 2011. “Additional Site Assessment, Former Air Resort Airlines, 2188 Palomar Airport Road, Carlsbad, California, 92008.” 5 May. SCS Field Engineers (SCS), 2012. “Site Assessment Activities, Jet Source Inc., 2056 Palomar Airport Road, Carlsbad, California, 92008.” 20 November. University of California Santa Barbara (UCSB), 2019. Aerial photographs: c-5750_204_68,69,70; GS_CP_11_67;AXN_1953_5m_169; AXN_1953_8m_71,72; CAS_SD_3_135, 136; AMI_SD_74_6967; AMI_SD_75_7549; and AMI_SD_76_8240. http://mil.library.ucsb.edu/ap_indexes/FrameFinder/. Accessed September 2020. URS Greiner Woodward Clyde (URS), 1999. “Landfill Vicinity Map Palomar Landfill Upgrade/Repair Study,” 17 August. FIGURES SITE FEATURES CIP 50551 Palomar Airport Water Main Realignment Study Carlsbad, California Figure 1San Diego, CA September 2020 Legend Map Approximate Water Main Realignment 050 100 feet100 Scale approximate Approximate Location of Removed Underground Storage Tank (UST) Approximate Limits of Landfill Waste Unit Landfill Unit 1B Landfill Unit 1A Landfill Unit 2 Segment A Segment C Segment B Landfill Collecting System and Ancillary Facilities, Palomar Airport Landfill, Carlsbad, CA Prepared for the County of San Diego, Department of Public Works by Metcalf & Eddy, Inc., 3 January 1994 APPENDIX C BORING LOGS APPENDIX D GEOTECHNICAL LABORATORY TESTING SAMPLE DETAILS Sample Number:57799 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­1­1 at 0.7 to 2.2 Feet TEST DETAILS Test Date:10/06/2020 Tested By:Joyce, Cory Resistivity, pH, Soluble Chloride and Soluble Sulfate Sample Resistivity (Ω­cm)pH Chloride (%)Sulfate (%) 57799 5810 8.30 0.002 0.001 Corrosion Test Results 10/6/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57805 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­2­B1 at 3½ to 4½ Feet TEST DETAILS Test Date:10/15/2020 Tested By:Laboratory, Atlas Resistivity, pH, Soluble Chloride and Soluble Sulfate Sample Resistivity (Ω­cm)pH Chloride (%)Sulfate (%) 57805 480 8.21 0.006 0.023 Corrosion Test Results 10/15/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57808 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­3­B1 at 4 to 6 Feet TEST DETAILS Test Date:10/06/2020 Tested By:Joyce, Cory Resistivity, pH, Soluble Chloride and Soluble Sulfate Sample Resistivity (Ω­cm)pH Chloride (%)Sulfate (%) 57808 278 7.60 0.004 0.192 Corrosion Test Results 10/6/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57812 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­4­B1 at 3 to 4 Feet TEST DETAILS Test Date:10/06/2020 Tested By:Joyce, Cory Resistivity, pH, Soluble Chloride and Soluble Sulfate Sample Resistivity (Ω­cm)pH Chloride (%)Sulfate (%) 57812 3240 7.75 0.004 0.005 Corrosion Test Results 10/6/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 Direct Shear ASTM D3080 10/14/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1Page 1 of 2 B-1-3@5.0-6.5 Φ 40 o 30 o c 1154 psf 1379 psf NOTES:Insitu γd 110.9 pcf 110.9 pcf Strain Rate: 0.003 in/min wc 16.0 %17.9 % Sample was consolidated and drained Saturation 84 %95 % By:Date: Job Number:Figure: October, 2020DRB 150140N.45 Palomar Airport Water Line Study Light Brown Sandy Clay Peak Ultimate SAMPLE ID: Initial Final 0 1000 2000 3000 4000 5000 6000 7000 0 1000 2000 3000 4000 5000 6000 7000Shear Stress (psf)Normal Stress (psf) Peak Strength 40 degrees, 1154 psf Ultimate Strength 30 degrees, 1379 psf 0 1000 2000 3000 4000 5000 6000 7000 0 2 4 6 8 10Shear Stress (psf)Shear Strain (%) 1075 3225 6091 Normal Stress (psf) Page 2 of 2 Direct Shear ASTM D3080 10/14/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1Page 1 of 2 B-3-2@2.5-4.0 Φ 19 o 22 o c 743 psf 396 psf NOTES:Insitu γd 97.4 pcf 97.4 pcf Strain Rate: 0.003 in/min wc 24.2 %27.2 % Sample was consolidated and drained Saturation 91 %100 % By:Date: Job Number:Figure: October, 2020DRB150140N.45 Palomar Airport Water Line Study Light Olive Brown Sandy Clay Peak Ultimate SAMPLE ID: Initial Final 0 1000 2000 3000 4000 0 1000 2000 3000 4000 5000 6000 7000Shear Stress (psf)Normal Stress (psf) Peak Strength 19 degrees, 743 psf Ultimate Strength 22 degrees, 396 psf 0 1000 2000 3000 4000 0 2 4 6 8 10Shear Stress (psf)Shear Strain (%) 1075 3225 6091 Normal Stress (psf) Page 2 of 2 Direct Shear ASTM D3080 10/14/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1Page 1 of 2 B-4-4@7.5-9.0 Φ 27 o 28 o c 1235 psf 799 psf NOTES:Insitu γd 101.7 pcf 101.7 pcf Strain Rate: 0.003 in/min wc 22.7 %26.4 % Sample was consolidated and drained Saturation 95 %100 % By:Date: Job Number:Figure: October, 2020DRB150140N.45 Palomar Airport Water Line Study Olive Brown Sandy Clay Peak Ultimate SAMPLE ID: Initial Final 0 1000 2000 3000 4000 5000 6000 0 1000 2000 3000 4000 5000 6000 7000Shear Stress (psf)Normal Stress (psf) Peak Strength 27 degrees, 1235 psf Ultimate Strength 28 degrees, 799 psf 0 1000 2000 3000 4000 5000 0 2 4 6 8 10Shear Stress (psf)Shear Strain (%) 1075 3225 6091 Normal Stress (psf) Page 2 of 2 SAMPLE DETAILS Sample Number:57802 Sample Date:09/25/2020 Technician:Client Sample Location:B­1­B1 at 4 to 5 Feet TEST DETAILS Soil Classification:SC Density Standard:ASTM D1557 ­ 4in Moisture Standard:ASTM D2216 Method:A (ASTM D1557 ­ 4in)Preparation Method:Moist Rammer Type:Manual Round SIEVE RESULTS Sieve Size Weight(g)Retained(%) Mass on 3/4 Sieve Mass on 3/8 Sieve Mass on #4 Sieve Mass Passing Coarse (<#4)Sieve TEST RESULTS Maximum Dry Density (pcf):125.7 Optimum Moisture(%):9.4 Maximum Density ASTM D698 10/15/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57805 Sample Date:09/25/2020 Technician:Client Sample Location:B­2­B1 at 3½ to 4½ Feet TEST DETAILS Soil Classification:SC Density Standard:ASTM D1557 ­ 4in Moisture Standard:ASTM D2216 Method:B (ASTM D1557 ­ 4in)Preparation Method:Moist Rammer Type:Manual Round SIEVE RESULTS Sieve Size Weight(g)Retained(%) TEST RESULTS Maximum Dry Density (pcf):114.8 Optimum Moisture(%):11.5 Maximum Density ASTM D698 10/15/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57808 Sample Date:09/25/2020 Technician:Client Sample Location:B­3­B1 at 4 to 6 Feet TEST DETAILS Soil Classification:SC Density Standard:ASTM D1557 ­ 4in Moisture Standard:ASTM D2216 Method:A (ASTM D1557 ­ 4in)Preparation Method:Moist Rammer Type:Manual Round SIEVE RESULTS Sieve Size Weight(g)Retained(%) Mass on 3/4 Sieve Mass on 3/8 Sieve Mass on #4 Sieve Mass Passing Coarse (<#4)Sieve TEST RESULTS Maximum Dry Density (pcf):113.2 Optimum Moisture(%):11.3 Maximum Density ASTM D698 10/15/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57812 Sample Date:09/25/2020 Technician:Client Sample Location:B­4­B1 at 3 to 4 Feet TEST DETAILS Soil Classification:SM Density Standard:ASTM D1557 ­ 4in Moisture Standard:ASTM D2216 Method:B (ASTM D1557 ­ 4in)Preparation Method:Moist Rammer Type:Manual Round SIEVE RESULTS Sieve Size Weight(g)Retained(%) Mass on 3/4 Sieve Mass on 3/8 Sieve Mass on #4 Sieve Mass Passing Coarse (<#4)Sieve TEST RESULTS Maximum Dry Density (pcf):136.9 Optimum Moisture(%):5.2 Maximum Density ASTM D698 10/15/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57801 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­1­3 at 5 to 6½ Feet TEST DETAILS Test Completed By:Joyce, Cory Test Completed Date:10/13/2020 TEST RESULTS Tare 46.3 Wet Weight + Tare (g)197.9 Wet Weight 151.6 Ring Diameter (in.)2.406 Wet Density (lbs/ft³)126.9 Dry Wt.132.2 Moisture Content 14.7 Dry Density (lbs/ft³)110.7 Natural Density ASTM D3550, D2216 10/14/2020 Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57804 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­2­3 at 5 to 6½ Feet TEST DETAILS Test Completed By:Joyce, Cory Test Completed Date:10/13/2020 TEST RESULTS Tare 46.3 Wet Weight + Tare (g)192.8 Wet Weight 146.5 Ring Diameter (in.)2.406 Wet Density (lbs/ft³)122.6 Dry Wt.123.0 Moisture Content 19.1 Dry Density (lbs/ft³)103.0 Natural Density ASTM D3550, D2216 10/14/2020 Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57806 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­3­2 at 2½ to 4 Feet TEST DETAILS Test Completed By:Joyce, Cory Test Completed Date:10/13/2020 TEST RESULTS Tare 46.4 Wet Weight + Tare (g)190.7 Wet Weight 144.3 Ring Diameter (in.)2.406 Wet Density (lbs/ft³)120.8 Dry Wt.115.6 Moisture Content 24.8 Dry Density (lbs/ft³)96.8 Natural Density ASTM D3550, D2216 10/14/2020 Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57803 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­2­2 at 2½ to 4 Feet TEST DETAILS Tested Date:10/06/2020 Tested By:Joyce, Cory Method:Method B One­point Inorganic / Organic:Inorganic TEST RESULTS Liquid Limit:50 Plastic Limit:19 Plastic Index:31 Soil Classification of Fines:CH Plasticity Index ASTM D4318, CT 204 10/6/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57805 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­2­B1 at 3½ to 4½ Feet TEST DETAILS Tested Date:10/13/2020 Tested By:Joyce, Cory Method:Method B One­point Inorganic / Organic:Inorganic TEST RESULTS Liquid Limit:48 Plastic Limit:18 Plastic Index:30 Soil Classification of Fines:CL Plasticity Index ASTM D4318, CT 204 10/14/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57807 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­3­3 at 5 to 6½ Feet TEST DETAILS Tested Date:10/06/2020 Tested By:Joyce, Cory Method:Method B One­point Inorganic / Organic:Inorganic TEST RESULTS Liquid Limit:63 Plastic Limit:22 Plastic Index:41 Soil Classification of Fines:CH Plasticity Index ASTM D4318, CT 204 10/6/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57808 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­3­B1 at 4 to 6 Feet TEST DETAILS Tested Date:10/07/2020 Tested By:Joyce, Cory Method:Method B One­point Inorganic / Organic:Inorganic TEST RESULTS Liquid Limit:58 Plastic Limit:20 Plastic Index:38 Soil Classification of Fines:CH Plasticity Index ASTM D4318, CT 204 10/7/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57811 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­4­4 at 7½ to 9 Feet TEST DETAILS Tested Date:10/06/2020 Tested By:Joyce, Cory Method:Method B One­point Inorganic / Organic:Inorganic TEST RESULTS Liquid Limit:67 Plastic Limit:23 Plastic Index:44 Soil Classification of Fines:CH Plasticity Index ASTM D4318, CT 204 10/6/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57800 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­1­2 at 2½ to 4 Feet TEST DETAILS Test Date:10/06/2020 Tested By:Joyce, Cory Notes: Weights before and after sieving differs by less than 0.3% in accordance to ASTM C136 8.7. See Fine Gradation 57800.pdf in the documents section at the end of this report. Sieve Analysis ASTMC136 D6913 CT202 10/6/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1Page 1 of 3 Date: Job Number:Figure: SAMPLE LOCATION UNIFIED SOIL CLASSIFICATION: DESCRIPTIONB-1-2 at 2½ to 4 Feet SAMPLE NUMBER 57800 ATTERBERG LIMITS LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX Geosyntec Consultants Palomar Airport Water Pipeline 150140N.45 10/6/2020 II-1 By:DRB 0 10 20 30 40 50 60 70 80 90 100 0.010.11101001000 Grain Size in Millimeters U.S. Standard Sieve Sizes Percent Finer by WeightCobbles Gravel Coarse Fine Sand Coarse Medium Fine Silt or Clay 6" 3" 3/4" 1-½" 3/8" #4 #10 #8 #30 #16 #50 #40 #100 #200 Page 2 of 3 Project Name:Project No.: Client:Sample No.: Sample Date:Sampled By: Test Date:Tested By: Location: Total + #4 Total - #4 Dry 186.9 Wet Weight 226 -#4 Wet 226 Total - #4 Wet 226.0 Total Dry Wt.186.9 Dry Weight 187 -#4 Dry 186.9 % Moisture 20.9% U.S. Standard Sieve Wt. Ret.% Ret.% Pass Wt. Ret.% Ret % Pass Specs 150mm 6"0.0 0%100% 125mm 5"0.0 0%100% 100mm 4"0.0 0%100% 75mm 3"0.0 0%100% 50mm 2"0.0 0%100% 38.1mm 11/2"0.0 0%100% 25mm 1"0.0 0%100% 19mm 3/4"0.0 0%100% 12.5mm 1/2"0.0 0%100% 9.5mm 3/8"0.0 0%100% 4.75mm #4 0.5 0%100% 2.36mm #8 2.4 1%99% 1.18mm #16 7.0 4%96% 600um #30 12.0 6%94% 300um #50 17.5 9%91% 150um #100 36.4 19%81% 75um #200 100.3 53.7%46.3% .05mm .05mm.005mm .005mm .001mm .001mm Geosyntec Consultants Palomar Airport Water Pipeline B-1-2 at 2½ to 4 Feet 150140N.45 57800 Client DRB10/1/2020 9/25/2020 Page 3 of 3 SAMPLE DETAILS Sample Number:57803 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­2­2 at 2½ to 4 Feet TEST DETAILS Test Date:10/06/2020 Tested By:Joyce, Cory Notes: Weights before and after sieving differs by less than 0.3% in accordance to ASTM C136 8.7. See Fine Gradation 57803.pdf in the documents section at the end of this report. Sieve Analysis ASTMC136 D6913 CT202 10/6/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1Page 1 of 3 Date: Job Number:Figure: SAMPLE LOCATION UNIFIED SOIL CLASSIFICATION: DESCRIPTIONB-2-2 at 2½ to 4 Feet SAMPLE NUMBER 57803 ATTERBERG LIMITS LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX Geosyntec Consultants Palomar Airport Water Line 150140N.45 10/6/2020 II-1 By:DRB 0 10 20 30 40 50 60 70 80 90 100 0.010.11101001000 Grain Size in Millimeters U.S. Standard Sieve Sizes Percent Finer by WeightCobbles Gravel Coarse Fine Sand Coarse Medium Fine Silt or Clay 6" 3" 3/4" 1-½" 3/8" #4 #10 #8 #30 #16 #50 #40 #100 #200 Page 2 of 3 Project Name:Project No.: Client:Sample No.: Sample Date:Sampled By: Test Date:Tested By: Location: Total + #4 Total - #4 Dry 179.2 Wet Weight 218.3 -#4 Wet 218.3 Total - #4 Wet 218.3 Total Dry Wt.179.2 Dry Weight 179.2 -#4 Dry 179.2 % Moisture 21.8% U.S. Standard Sieve Wt. Ret.% Ret.% Pass Wt. Ret.% Ret % Pass Specs 150mm 6"0.0 0%100% 125mm 5"0.0 0%100% 100mm 4"0.0 0%100% 75mm 3"0.0 0%100% 50mm 2"0.0 0%100% 38.1mm 11/2"0.0 0%100% 25mm 1"0.0 0%100% 19mm 3/4"0.0 0%100% 12.5mm 1/2"0.0 0%100% 9.5mm 3/8"0.0 0%100% 4.75mm #4 3.0 2%98% 2.36mm #8 5.0 3%97% 1.18mm #16 7.1 4%96% 600um #30 9.2 5%95% 300um #50 15.0 8%92% 150um #100 48.2 27%73% 75um #200 103.8 57.9%42.1% .05mm .05mm.005mm .005mm .001mm .001mm Geosyntec Consultants Palomar Airport Water Line B-2-2 at 2½ to 4 Feet 150140N.45 57803 Client DRB10/1/2020 9/25/2020 Page 3 of 3 SAMPLE DETAILS Sample Number:57805 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­2­B1 at 3½ to 4½ Feet TEST DETAILS Test Date:10/13/2020 Tested By:Joyce, Cory Notes: Weights before and after sieving differs by less than 0.3% in accordance to ASTM C136 8.7. See Total Gradation 57805.pdf in the documents section at the end of this report. Sieve Analysis ASTMC136 D6913 CT202 10/14/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1Page 1 of 3 Date: Job Number:Figure:150140N.45 II-1 SAMPLE NUMBER PLASTIC LIMIT 57805 PLASTICITY INDEX Palomar Airport Water Line Study Geosyntec By: LIQUID LIMIT CA October, 2020 SAMPLE LOCATION UNIFIED SOIL CLASSIFICATION:ATTERBERG LIMITS B-2-B1 at 3½ to 4½ Feet DESCRIPTION 0 10 20 30 40 50 60 70 80 90 100 0.010.11101001000 Grain Size in Millimeters U.S. Standard Sieve Sizes Percent Finer by WeightCobbles Gravel Coarse Fine Sand Coarse Medium Fine Silt or Clay 6" 3" 3/4" 1-½" 3/8" #4 #10 #8 #30 #16 #50 #40 #100 #200 Page 2 of 3 Job Name:Job Number: Client:Sample #: Sampled By:Tested By: Sample Date:Tested Date: Location: Total + #4 0.0 Total - #4 Dry 5939.2 Wet Weight 500 -#4 Wet 311.1 Total - #4 Wet 6283.7 Total Dry Wt.5939.2 Dry Weight 472.4 -#4 Dry 294.0% Moisture 5.8%Soak Time 24 Hours U.S. Standard Sieve Wt. Ret.% Ret.% Pass Wt. Ret.% Ret % Pass Specs 150mm 6"0.0 0%100% 125mm 5"0.0 0%100% 100mm 4"0.0 0%100% 75mm 3"0.0 0%100% 50mm 2"0.0 0%100% 38.1mm 11/2"0.0 0%100% 25mm 1"0.0 0%100% 19mm 3/4"0.0 0%100% 12.5mm 1/2"0.0 0%100% 9.5mm 3/8"0.0 0%100%0.0 0%100% 4.75mm #4 0.0 0%100%0.0 0%100% 2.36mm #8 99%4.1 1%99% 1.18mm #16 97%8.8 3%97% 600um #30 95%13.9 5%95% 300um #50 92%22.4 8%92% 150um #100 76%71.5 24%76% 75um #200 48.6%151.0 51.4%48.6% .05mm .05mm.005mm .005mm .001mm .001mm Minus #4 SamplePlus #4 Sample Pan Weight 150140N.45 57805 CA 10/12/2020 Palomar Airport Water Line Study Geosyntec Client 9/25/2020 B-2-B1 at 3½ to 4½ Feet Total Sample Weights Moisture Content Sample for Washed Sieve Analysis Page 3 of 3 SAMPLE DETAILS Sample Number:57807 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­3­3 at 5 to 6½ Feet TEST DETAILS Test Date:10/06/2020 Tested By:Joyce, Cory Notes: Weights before and after sieving differs by less than 0.3% in accordance to ASTM C136 8.7. See Fine Gradation 57807.pdf in the documents section at the end of this report. Sieve Analysis ASTMC136 D6913 CT202 10/6/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1Page 1 of 3 Date: Job Number:Figure: SAMPLE LOCATION UNIFIED SOIL CLASSIFICATION: DESCRIPTIONB-3-3 at 5 to 6½ Feet SAMPLE NUMBER 57807 ATTERBERG LIMITS LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX Geosyntec Consultants Palomar Airport Water Line 150140N.45 10/6/2020 II-1 By:DRB 0 10 20 30 40 50 60 70 80 90 100 0.010.11101001000 Grain Size in Millimeters U.S. Standard Sieve Sizes Percent Finer by WeightCobbles Gravel Coarse Fine Sand Coarse Medium Fine Silt or Clay 6" 3" 3/4" 1-½" 3/8" #4 #10 #8 #30 #16 #50 #40 #100 #200 Page 2 of 3 Project Name:Project No.: Client:Sample No.: Sample Date:Sampled By: Test Date:Tested By: Location: Total + #4 Total - #4 Dry 207.3 Wet Weight 245.2 -#4 Wet 245.2 Total - #4 Wet 245.2 Total Dry Wt.207.3 Dry Weight 207.3 -#4 Dry 207.3 % Moisture 18.3% U.S. Standard Sieve Wt. Ret.% Ret.% Pass Wt. Ret.% Ret % Pass Specs 150mm 6"0.0 0%100% 125mm 5"0.0 0%100% 100mm 4"0.0 0%100% 75mm 3"0.0 0%100% 50mm 2"0.0 0%100% 38.1mm 11/2"0.0 0%100% 25mm 1"0.0 0%100% 19mm 3/4"0.0 0%100% 12.5mm 1/2"0.0 0%100% 9.5mm 3/8"0.0 0%100% 4.75mm #4 0.0 0%100% 2.36mm #8 0.0 0%100% 1.18mm #16 0.0 0%100% 600um #30 0.3 0%100% 300um #50 1.2 1%99% 150um #100 4.2 2%98% 75um #200 73.9 35.6%64.4% .05mm .05mm.005mm .005mm .001mm .001mm Geosyntec Consultants Palomar Airport Water Line B-3-3 at 5 to 6½ Feet 150140N.45 57807 Client DRB10/1/2020 9/25/2020 Page 3 of 3 SAMPLE DETAILS Sample Number:57808 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­3­B1 at 4 to 6 Feet TEST DETAILS Test Date:10/07/2020 Tested By:Joyce, Cory Notes: Weights before and after sieving differs by less than 0.3% in accordance to ASTM C136 8.7. See Fine Gradation 57808.pdf in the documents section at the end of this report. Sieve Analysis ASTMC136 D6913 CT202 10/7/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1Page 1 of 3 Date: Job Number:Figure:150140N.45 10/7/2020 II-1 By:CT ATTERBERG LIMITS LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX Geosyntec Consultants Palomar Airport Water Pipeline SAMPLE LOCATION UNIFIED SOIL CLASSIFICATION: DESCRIPTIONB-3-B1 at 4 to 6 Feet SAMPLE NUMBER 57808 0 10 20 30 40 50 60 70 80 90 100 0.010.11101001000 Grain Size in Millimeters U.S. Standard Sieve Sizes Percent Finer by WeightCobbles Gravel Coarse Fine Sand Coarse Medium Fine Silt or Clay 6" 3" 3/4" 1-½" 3/8" #4 #10 #8 #30 #16 #50 #40 #100 #200 Page 2 of 3 Project Name:Project No.: Client:Sample No.: Sample Date:Sampled By: Test Date:Tested By: Location: Total + #4 Total - #4 Dry 302.7 Wet Weight 500 -#4 Wet 312.7 Total - #4 Wet 312.7 Total Dry Wt.302.7 Dry Weight 483.8 -#4 Dry 302.7 % Moisture 3.3% U.S. Standard Sieve Wt. Ret.% Ret.% Pass Wt. Ret.% Ret % Pass Specs 150mm 6"0.0 0%100% 125mm 5"0.0 0%100% 100mm 4"0.0 0%100% 75mm 3"0.0 0%100% 50mm 2"0.0 0%100% 38.1mm 11/2"0.0 0%100% 25mm 1"0.0 0%100% 19mm 3/4"0.0 0%100% 12.5mm 1/2"0.0 0%100% 9.5mm 3/8"0.0 0%100% 4.75mm #4 0.0 0%100% 2.36mm #8 1.6 1%99% 1.18mm #16 4.8 2%98% 600um #30 8.6 3%97% 300um #50 11.9 4%96% 150um #100 20.1 7%93% 75um #200 118.8 39.2%60.8% .05mm .05mm.005mm .005mm .001mm .001mm Geosyntec Consultants Palomar Airport Water Pipeline B-3-B1 at 4 to 6 Feet 150140N.45 57808 Client CT10/2/2020 9/25/2020 Page 3 of 3 SAMPLE DETAILS Sample Number:57809 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­4­1 at ½ to 2 Feet TEST DETAILS Test Date:10/06/2020 Tested By:Joyce, Cory Notes: Weights before and after sieving differs by less than 0.3% in accordance to ASTM C136 8.7. See Fine Gradation 57809.pdf in the documents section at the end of this report. Sieve Analysis ASTMC136 D6913 CT202 10/6/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1Page 1 of 3 Date: Job Number:Figure:150140N.45 10/6/2020 II-1 By:DRB ATTERBERG LIMITS LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX Geosyntec Consultants Palomar Airport Water Line SAMPLE LOCATION UNIFIED SOIL CLASSIFICATION: DESCRIPTIONB-4-1 at ½ to 2 Feet SAMPLE NUMBER 57809 0 10 20 30 40 50 60 70 80 90 100 0.010.11101001000 Grain Size in Millimeters U.S. Standard Sieve Sizes Percent Finer by WeightCobbles Gravel Coarse Fine Sand Coarse Medium Fine Silt or Clay 6" 3" 3/4" 1-½" 3/8" #4 #10 #8 #30 #16 #50 #40 #100 #200 Page 2 of 3 Project Name:Project No.: Client:Sample No.: Sample Date:Sampled By: Test Date:Tested By: Location: Total + #4 Total - #4 Dry 249.8 Wet Weight 283 -#4 Wet 283 Total - #4 Wet 283.0 Total Dry Wt.249.8 Dry Weight 249.7 -#4 Dry 249.8 % Moisture 13.3% U.S. Standard Sieve Wt. Ret.% Ret.% Pass Wt. Ret.% Ret % Pass Specs 150mm 6"0.0 0%100% 125mm 5"0.0 0%100% 100mm 4"0.0 0%100% 75mm 3"0.0 0%100% 50mm 2"0.0 0%100% 38.1mm 11/2"0.0 0%100% 25mm 1"0.0 0%100% 19mm 3/4"0.0 0%100% 12.5mm 1/2"0.0 0%100% 9.5mm 3/8"13.8 6%94% 4.75mm #4 20.9 8%92% 2.36mm #8 38.9 16%84% 1.18mm #16 61.7 25%75% 600um #30 81.2 33%67% 300um #50 99.3 40%60% 150um #100 125.4 50%50% 75um #200 161.8 64.8%35.2% .05mm .05mm.005mm .005mm .001mm .001mm Geosyntec Consultants Palomar Airport Water Line B-4-1 at ½ to 2 Feet 150140N.45 57809 Client DRB10/1/2020 9/25/2020 Page 3 of 3 SAMPLE DETAILS Sample Number:57811 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­4­4 at 7½ to 9 Feet TEST DETAILS Test Date:10/07/2020 Tested By:Joyce, Cory Notes: Weights before and after sieving differs by less than 0.3% in accordance to ASTM C136 8.7. See Fine Gradation 57811.pdf in the documents section at the end of this report. Sieve Analysis ASTMC136 D6913 CT202 10/7/2020Report Date: Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1Page 1 of 3 Date: Job Number:Figure: SAMPLE LOCATION UNIFIED SOIL CLASSIFICATION: DESCRIPTIONB-4-4 at 7½ to 9 Feet SAMPLE NUMBER 57811 ATTERBERG LIMITS LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX Geosyntec Consultants Palomar Airport Water Pipeline 150140N.45 10/7/2020 II-1 By:DRB 0 10 20 30 40 50 60 70 80 90 100 0.010.11101001000 Grain Size in Millimeters U.S. Standard Sieve Sizes Percent Finer by WeightCobbles Gravel Coarse Fine Sand Coarse Medium Fine Silt or Clay 6" 3" 3/4" 1-½" 3/8" #4 #10 #8 #30 #16 #50 #40 #100 #200 Page 2 of 3 Project Name:Project No.: Client:Sample No.: Sample Date:Sampled By: Test Date:Tested By: Location: Total + #4 Total - #4 Dry 147.7 Wet Weight 179.6 -#4 Wet 179.6 Total - #4 Wet 179.6 Total Dry Wt.147.7 Dry Weight 147.7 -#4 Dry 147.7 % Moisture 21.6% U.S. Standard Sieve Wt. Ret.% Ret.% Pass Wt. Ret.% Ret % Pass Specs 150mm 6"0.0 0%100% 125mm 5"0.0 0%100% 100mm 4"0.0 0%100% 75mm 3"0.0 0%100% 50mm 2"0.0 0%100% 38.1mm 11/2"0.0 0%100% 25mm 1"0.0 0%100% 19mm 3/4"0.0 0%100% 12.5mm 1/2"0.0 0%100% 9.5mm 3/8"0.0 0%100% 4.75mm #4 0.0 0%100% 2.36mm #8 0.0 0%100% 1.18mm #16 0.0 0%100% 600um #30 0.0 0%100% 300um #50 0.6 0%100% 150um #100 7.8 5%95% 75um #200 39.7 26.9%73.1% .05mm .05mm.005mm .005mm .001mm .001mm Geosyntec Consultants Palomar Airport Water Pipeline B-4-4 at 7½ to 9 Feet 150140N.45 57811 Client DRB10/2/2020 9/25/2020 Page 3 of 3 SAMPLE DETAILS Sample Number:57800 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­1­2 at 2½ to 4 Feet TEST DETAILS Tested By:Joyce, Cory Test Date:10/06/2020 TEST RESULTS Wet Weight 226.0 Dry Weight 187.0 Moisture Content (%)20.9 Soil Moisture Content Cal 226 Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57805 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­2­B1 at 3½ to 4½ Feet TEST DETAILS Tested By:Laboratory, Atlas Test Date:10/15/2020 TEST RESULTS Wet Weight 500.0 Dry Weight 472.4 Moisture Content (%)5.8 Soil Moisture Content Cal 226 Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57810 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­4­2 at 2½ to 4 Feet TEST DETAILS Tested By:Joyce, Cory Test Date:10/19/2020 TEST RESULTS Wet Weight 450.1 Dry Weight 421.0 Moisture Content (%)6.9 Soil Moisture Content Cal 226 Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 SAMPLE DETAILS Sample Number:57811 Sample Date:09/25/2020 Sampled By:Client Sample Location:B­4­4 at 7½ to 9 Feet TEST DETAILS Tested By:Joyce, Cory Test Date:10/06/2020 TEST RESULTS Wet Weight 179.6 Dry Weight 147.7 Moisture Content (%)21.6 Soil Moisture Content Cal 226 Atlas Technical Consultants, LLC ­ San Diego LEA: 47, Exp: 04/25/2021 6280 Riverdale St. San Diego, CA 92120 Phone: (619) 280­4321 Fax: (619) 280­4717 Client: Geosyntec Consultants ­ San Diego Central Office 2355 Northside Dr., Suite 250 San Diego, CA 92108 Project: 150140N.45 SC1061 Palomar Airport Water Pipeline Realignment Lab ­ Geosyntec 16644 West Bernardo Drive Suite 301 San Diego, CA 92127 Page 1 of 2Page 1 of 1 APPENDIX “B” Subsurface Utility Report Infrastructure Engineering Corporation. Palomar Airport Waterline Realignment Subsurface Utility Report July 21, 2021 Your First Choice For Potholing Services 120 N. Andreasen Dr., Escondido, CA 92029 Ph# 760/ 294-9449 Fax# 760/ 294-9490 July 21, 2021 Jaime Fagnant, PE Infrastructure Engineering Corporation 14271 Danielson Street Poway, CA 92064 Dear Egense: I would like to take this opportunity to personally thank you for putting your trust in Underground Solutions, Inc. to perform the utility locating on this project. Over the last 18 years USI has prided itself on being the potholing company of choice of our clients, we have a 99% repeat customer base. Your opinion matters to us. We welcome any comments or suggestions that will help us improve our service and keep you coming back. The following proprietary report details our findings for the pothole locations identified by your company, complete with photographs of individual utilities found during our investigation. Underground Solutions’ mission statement has never changed; we strive to provide the most professional and accurate state-of-the-art service. This is achieved by our top of the line equipment and professional field team. Once again, thank you for this opportunity and we look forward to a continued working relationship with you and your firm! Sincerely, Michael E Arme President Underground Solutions, Inc. Table of Contents Pothole Summary Sheet(s) Area Map(s) / Pothole Exhibit Pothole Report Data and Photo Logs Traffic Control Plans (if applicable) Picture Thumbnails Legends POTHOLE SUMMARY SHEET(S) AREA MAP(S) / POTHOLE EXHIBIT POTHOLE REPORT DATA & PHOTO LOGS PICTURE THUMBNAILS * UTILITY TYPE * MATERIAL TYPE LEGENDS Utility Types AV Air Vac B/O Blow Off BL Brine Line C/O Clean Out CATV Cable Television CATV/MH Cable Television Manhole CHW Chilled Water COMM Communication DBW Direct Bury Wire DRY HOLE No Utility EElectrical E/MH Electrical Manhole FFuel F/O Fiber Optic F/O/MH Fiber Optic Manhole FH Fire Hydrant FM Force Main FO Fuel Oil GGas HH Hand Hole ICV Irrigation Control Valve IRR Irrigation MH Manhole OOil PETRO Petroleum RD Roof Drain RW Reclaimed Water S/MH Sewer Manhole SD Storm Drain SD/MH Storm Drain Manhole STLT Street Light SWR Sewer T Telephone T/MH Telephone Manhole T/S Traffic Signal UNK Unknown VV Valve Vault WWater WM Water Meeter WS Water Service WV Water Valve Material Types ABS Acrylonitrile-Butadiene-Styrene ACP Asbestos Cement Pipe CAP Corrugated Aluminum Pipe CIP Cast Iron Pipe CIPP Cast in Place Pipe CLMP Concrete Lined Metal Pipe CMP Concrete Metal Pipe COPP Copper CPVC Corrugated PVC CSP Corrugated Steel Pipe DB Direct Bury DIP Ductile Iron Pipe ENC Encasement GIP Galvanized Iron Pipe MLC Mortar Lined Concrete MTD Multiple Tile Duct PE Poly PVC Polyvinyl Chloride RCP Reinforced Concrete Pipe STL Steel STLCS Steel Casing VALVE Valve VCP Vitrified Clay Pipe WIRE Wire WSTL Wrapped Steel Pipe APPENDIX “C-1” Proposer’s Questionnaire Permit License Lease – Revised 4-26-2019 Page 1 of 4 COUNTY OF SAN DIEGO DEPARTMENT OF PUBLIC WORKS, AIRPORTS PROPOSER’S QUESTIONNAIRE (PERMIT/LICENSE/LEASE) Completion of this Proposer’s Questionnaire is necessary to provide County staff with sufficient information about the Proposer and the proposed permit/license/lease activities to make a considered recommendation to Airport Management for approval. An Airport Use Permit/License/Lease for the proposed activities cannot be processed until all the information requested in this Questionnaire is received. Statements must be complete and accurate. GENERAL INSTRUCTIONS An Airport Use Permit/License/Lease may be required for any activity that is to be held on leased or un-leased County Airports’ property. PLEASE COMPLETE THIS FORM FOR ANY ACTIVITY WHICH MAY REQUIRE AN AIRPORT USE PERMIT/LICENSE/LEASE. If, upon review of the completed form, it is determined that the proposed activity does not require a permit/license/lease, the applicant will be notified. The Proposer’s Questionnaire must be submitted to: San Diego County Airports ATTN: Real Property 1960 Joe Crosson Drive El Cajon, CA 92020-1236 Deadline for Submitting Proposer’s Questionnaire The completed Proposer’s Questionnaire should be submitted at least twenty (20) business days before the activity is proposed to commence. The minimum twenty (20) day requirement may be waived by the Airports’ Director if, in his sole discretion, it is determined that the limited scope of the activity allows it to be adequately reviewed in the time provided. This will only be considered if the activity does not present any significant airport safety or security concerns that cannot be mitigated in the time provided. Permit/License/Lease Fee Please note there will be a fee associated with the Airport Use Permit/License/Lease. The fee shall be determined only after the Proposer’s Questionnaire has been submitted and the scope of the activity is known. Proof of Insurance Proof of Insurance, and an amendatory endorsement naming County of San Diego as Additional Insured, is required to be provided in advance of any permitted activity occurring on County Airports’ property. The exact insurance limits to be required shall be determined only after the Proposer’s Questionnaire has been submitted and the scope of the activity is known. Page 2 of 4 INFORMATION ABOUT THE PROPOSER Name of Proposer exactly as it will appear on the Airport Use Permit/License/Lease: Full Name and other Names or Aliases of Proposer: Contact Person for Permit/License/Lease: Present Position or Title of Contact Person: Proposer’s Address: Proposer’s Residence Address (if different from above): Proposer’s Phone Number: Proposer’s Email: County Airport at Which the Activity is Being Proposed: (please select as many as apply) McClellan-Palomar Airport Fallbrook Airpark Ocotillo Airport Gillespie Field Borrego Valley Airport Agua Caliente Airport Ramona Airport Jacumba Airport REFERENCES List two persons or firms with whom the Proposer has conducted business transactions during the past three years. At least one of the references named is to have knowledge of the Proposer’s debt payment history and/or must be a bank or lending institution with which the Proposer is presently conducting business. REFERENCE NO. 1 Contact Name: Reference Phone Number: Title: Firm Name: Address: Nature of business association, etc.: REFERENCE NO. 2 Contact Name: Reference Phone Number: Title: Firm Name: Address: Nature of business association, etc.: Page 3 of 4 EXPERIENCE STATEMENT List in detail the duration and extent of the Proposer’s business experience of the type to which this permit/license/lease proposal relates. Please attach copies of any licenses required to operate proposed business. INFORMATION ABOUT THE PROPOSED BUSINESS/ACTIVITY What are the Proposed Date(s) and Time(s) to be covered by the Permit/License/Lease? (Permits are for a maximum of 30 days) Provide a General Description of the Proposed Business/Activity Including Height/Weight of any Anticipated Heavy Equipment. (Attach additional sheets as necessary) INFORMATION ABOUT THE PROPOSED BUSINESS (continued) Please Provide any Additional Information, which the Proposer Feels Will Be Helpful to County Airports in Evaluating the Proposed Business. Page 4 of 4 Does the Proposer Have a Current Airport or General Liability Insurance Policy? □ yes □ no Has the Proposer Included with this Questionnaire a Diagram Showing the Proposed Location for the Activity (Including Proposed Location of Any Equipment/Temporary Structures/Fencing/Proposed Borings, etc.)? □ yes □ no Has the Proposer Applied for and/or Obtained all Necessary Permit(s) from the City, County, State or Other Agencies Having Jurisdiction Over the Activity or the Permit/License/Lease Location? □ yes □ No The Proposer acknowledges and agrees that the County has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in this Questionnaire, and authorizes the release to County of any and all information sought in such inquiry or investigation. By: Date: Print Name: Title: Revised 4-26-2019 APPENDIX “C-2” County Insurance Requirements APPENDIX C-2 – COUNTY OF SAN DIEGO RIGHT OF ENTRY INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS. Without limiting Licensee’s indemnification obligations to County, Licensee shall provide at its sole expense and maintain during the term of this Agreement and for such other period as may be required, insurance specified in this Agreement. 1.Minimum Scope of Insurance Coverage shall be at least as broad as: A.Commercial General Liability, Occurrence form, Insurance Services Office formCG0001. B.Automobile Liability covering all owned, non owned and hired auto, InsuranceServices Office form CA0001. C.Workers’ Compensation, as required by State of California and Employer’s LiabilityInsurance. 2.Minimum Limits of InsuranceLicensee shall maintain limits no less than: A.Commercial General Liability including Premises, Operations, Products andCompleted Operations, Contractual Liability, Independent Contractors Liability,and Collapse and Underground: $1,000,000 per occurrence for bodily injury, personal injury and property damage. The General Aggregate limit shall be$1,000,000. B.Automobile Liability: $1,000,000 each accident for bodily injury and propertydamage. C Employer’s Liability: $1,000,000 each accident for bodily injury ordisease. Coverage shall include waiver of subrogation endorsement in favor ofCounty of San Diego. 3.Deductibles and Self-Insured Retentions Any deductible or self-insured retention must be declared to and approved by the County’sRisk Manager. At the option of the County, either: the insurer shall reduce or eliminatesuch deductibles or self-insured retentions as respects the County, the members of the Board of Supervisors of the County and the officers, agents, employees and volunteers;or the Licensee shall provide a financial guarantee satisfactory to the County guaranteeingpayment of losses and related investigations, claim administration and defense expenses. 4.Other Insurance ProvisionsThe general liability, automobile liability, and professional liability are to contain, or beendorsed to contain, the following provisions: A.Additional Insured endorsement (Does not apply to professional liability). Anygeneral liability policy provided by Licensee shall contain an additional insuredendorsement applying coverage to the County of San Diego, the members of theBoard of Supervisors of the County and the officers, agents, employees andvolunteers of the County, individually and collectively. APPENDIX B-2 – COUNTY OF SAN DIEGO RIGHT OF ENTRY INSURANCE REQUIREMENTS B. Primary Insurance endorsement. For any claims related to this project, the Licensee’s insurance coverage shall be primary insurance as respects the County, the members of the Board of Supervisors of the County and the officers, agents, employees and volunteers of the County, individually and collectively. Any insurance or self-insurance maintained by the County, its officers, employees, or volunteers shall be excess of the Licensee’s insurance and shall not contribute with it. C. Notice of Cancellation. Each required insurance policy shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days’ prior written notice by certified mail, return receipt requested, has been given to the County at the address shown in section of Agreement entitled “Notices.” General Provisions 5. Qualifying Insurers All required policies of insurance shall be issued by companies which have been approved to do business in the State of California by the State Department of Insurance, and which hold a current policy holder’s alphabetic and financial size category rating of not less than A-, VII according to the current Best’s Key Rating guide, or a company of equal financial stability that is approved in writing by County’s Risk Manager. 6. Evidence of Insurance Prior to commencement of this Agreement, but in no event later than the effective date of the Agreement, Licensee shall furnish the County with certificate of insurance and amendatory endorsements effecting coverage required by this clause. Copies of renewal certificates and amendatory endorsements shall be furnished to County within thirty days of the expiration of the term of any required policy. 7. Failure to Obtain or Maintain Insurance; County’s Remedies Licensee’s failure to provide insurance specified or failure to deliver certificates of insurance, or failure to make premium payments required by such insurance, shall constitute a material breach of the Agreement, and County may, at its option, terminate the Agreement for any such default by Licensee. 8. Review of Coverage County retains the right at any time to review the coverage, form and amount of insurance required herein and may require Licensee to obtain insurance reasonably sufficient in coverage, form and amount to provide adequate protection against the kind and extent of risk which exists at the time a change in insurance is required. 9. Self-Insurance Licensee may, with the prior written consent of County’s Risk Manager, fulfill some or all of the insurance requirements contained in the Agreement under a plan of self-insurance. Licensee shall only be permitted to utilize such self-insurance if in the opinion of County’s Risk Manager, Licensee’s (i) net worth, and (ii) reserves for payment of claims of liability against Licensee, are sufficient to adequately compensate for the lack of other insurance coverage required by this Agreement. Licensee’s utilization of self-insurance shall not in any way limit liabilities assumed by Licensee under the Agreement. 10. Claims Made Coverage APPENDIX B-2 – COUNTY OF SAN DIEGO RIGHT OF ENTRY INSURANCE REQUIREMENTS If coverage is written on a “claims made” basis, the Certificate of Insurance shall clearly so state. In addition to the coverage requirements specified above, such policy shall provide that: The policy retroactive date coincides with or precedes Licensee’s commencement of work under the Agreement (including subsequent policies purchased as renewals or replacements). Licensee will make every effort to maintain similar insurance during the required extended period of coverage following expiration of the Agreement, including the requirement of adding all additional insureds. If insurance is terminated for any reason, Licensee shall purchase an extended reporting provision of at least two years to report claims arising in connection with the Agreement. The policy allows for reporting of circumstances or incidents that might give rise to future claims. 11. Subcontractors’ Insurance Licensee shall require that any and all subcontractors hired by Licensee be insured in accordance with this Agreement. If any subcontractor’s coverage does not comply with the foregoing provisions, Licensee shall defend and indemnify the County from any damage, loss, cost, or expense, including attorneys’ fees, incurred by County as a result of subcontractors’ failure to maintain required coverage. Contractor shall require that any and all subcontractors performing any excavation of the Project have Collapse and Underground Damage Liability Insurance and coverage in the amount of $1,000,000 per occurrence. 12. Waiver of Subrogation Licensee and County release each other, and their respective authorized representatives, from any Claims (as defined in the Article entitled “Indemnity” of the Agreement), but only to the extent that the proceeds received from any policy of insurance carried by County or Licensee, other than any self-insurance, covers any such Claim or damage. Included in any policy or policies of insurance provided by Licensee hereunder shall be a standard waiver of rights of Subrogation against County by the insurance company issuing said policy or policies. APPENDIX “D” Staging Area Exhibit APPENDIX D – STAGING AREA Contractor may stage on Lot 31 at the Palomar Airport Site. No staging shall be allowed on Lot 29. Equipment and materials may not be left in other areas during non-working hours. Contractor is solely responsible for security of the materials and equipment stored on site and no additional compensation shall be provided in the event of theft or other loss. APPENDIX “E” Sample Community Health & Safety Plan May 26, 2021 Ms. Keri Martinez, PE Carlsbad Municipal Water District Reference: Community Health and Safety Plan CIP Palomar Airport Waterline Realignment Carlsbad, California Dear Ms. Martinez: This letter provides the proposed Community Health and Safety Plan (CHSP) for potholing activities on the Palomar Airport Waterline Realignment project. We understand that the Carlsbad Municipal Water District (CMWD) will submit this CHSP to the County of San Diego Solid Waste Local Enforcement Agency (LEA) for review and approval prior to the performance of potholing activities. INTRODUCTION Appropriate health and safety precautions will be implemented to protect site workers and the public to prevent or minimize exposure to potentially hazardous substances associated with incidental waste which may be encountered during potholing near Units 1 and 2 of the Palomar Airport Landfill. Work shall be performed in accordance with California Occupational Safety and Health Administration (OSHA) standards. Specific potential hazards associated with potholing operations have been identified below, and staff and subcontractors will participate in daily health and safety meetings prior to the initiation of site work. BACKGROUND AND PLANNED WORK The objective of this work is locating existing buried utilities in support of the design of new or parallel waterlines. IEC’s subconsultant, Underground Solutions, Inc. will perform up to twelve exploratory air excavated extractions to locate existing utilities along the western and eastern boundaries of the Unit 1 landfill and along the southwestern boundary of the Unit 2 landfill. Because the potholes will be performed outside the estimated limits of the landfill, and within previously excavated trench lines, encountering waste is not anticipated. Up to 12 potholes will be performed utilizing air extraction (vacuum) to a depth of three to eight ft below existing ground surface. This depth will be adjusted as necessary depending on the depth of the encountered utilities. Proposed potholes are located as shown in Attachment 1 – Pothole Maps. During potholing, a truck mounted vacuum will be used to remove soil from the excavation. The soil will be stored within the truck’s vacuum compartment. Once the desired utility is uncovered, the potholing subcontractor will note the size, material and depth of the utility then backfill with the original soil taken from the excavation and stored in the vacuum compartment. Surface completions at each pothole location will be patched using concrete and/or Perma-Patch (or equivalent) to match the surrounding conditions. Potholing activities are scheduled to be performed starting at 8:00 AM on Ms. Keri Martinez, PE Carlsbad Municipal Water District May 26, 2021 Page 2 of 7 June 16, 2021. It is anticipated that the potholing activities can be completed in three days. The coordination for airport site access and airport security will be arranged by CMWD and/or County of SD. PROJECT CHASP AUTHORITY The following personnel are responsible for project health and safety under the CHASP: SCS Engineers – CHSP Responsibility CHASP Project Manager: Brian Duffy, 858-571-5500 Underground Solutions – Potholing Subcontractor Project Manager: TC Mueller, 760-294-9449 Each individual working at the Site will be responsible for compliance with this CHASP and the health and safety procedures established in their respective company’s Health and Safety Plans (HASPs) as well as conformance with general safe work practices. ROLES AND RESPONSIBILITIES Underground Solution’s Project Manager is responsible for the safety and proper training of their employees and subcontractors to perform the potholing activities in accordance with OSHA standards, and to ensure their employees and subcontractors receive and follow those instructions from the CHASP Project Manager. Underground Solution’s Project Manager is responsible for the general safety of the work in accordance with OSHA standards, and to ensure their personnel is conducting the potholing activities in accordance with the training and direction provided by the CHASP as directly pertaining to work on a closed landfill site. The CHASP Project Manager has the authority to direct that activities at the Site be in conformance with this CHASP and is responsible for the safety and proper training of employees and subcontractors regarding the specific protocols as they pertain to potholing near a closed landfill site. The CHASP Project Manager is responsible for providing the information contained in this CHASP to personnel and subcontractors assigned to the project. The CHASP Project Manager is also responsible for required safety preparations (such as utility checks and availability of test equipment). The CHASP Project Manager will conduct a site safety meeting on the initial day of potholing. The CHSP Project Manager is responsible for disseminating the information contained in this CHASP to all personnel and subcontractors assigned to the project. The CHSP Project Manager has the authority to suspend work any time that it is determined the provisions of this CHASP are not being met. The CHSP Project Manager is responsible for: • Overall Site safety; Ms. Keri Martinez, PE Carlsbad Municipal Water District May 26, 2021 Page 3 of 7 • Enforcing safe work practices; • Ensuring that Site safety meetings are conducted; • Inventorying equipment and supplies; • Accident investigation and reporting; • Reviewing the CHASP for accuracy on a regular basis; and • The assessment of Site hazards. The initial Health and Safety meeting will discuss safe work practices, control of potentially impacted materials, and protection of personnel, the public and property. HEALTH AND SAFETY MEASURES Potholing activities will be conducted in accordance with DEH SAM Manual guidance, and will comply with applicable fire, health and safety, building, and construction laws and regulations. Site security controls will be implemented to assure that the site is secure and excludes the public from accessing work areas. It is anticipated that potholing activities will be completed in three days. No open potholes will be present after work hours, and potholes will be backfilled in accordance with DEH requirements upon completion of potholing activities. Underground Solutions staff and subcontractors will be escorted to the pothole locations by Palomar Airport or County of SD staff, if required. The following overviews mitigation measures to minimize exposure of potential hazards to the community and onsite personnel from potholing on the closed landfill site. Environmental Monitoring The following environmental monitoring precautions will be implemented during potholing: • The onsite CHASP staff-person will be a qualified professional, experienced in field screening of impacted soil and vapor emissions. • Soil samples extracted from the potholes will be screened for volatile organic compounds (VOCs). • Monitoring activities shall follow the procedures described herein and shall be conducted such that nuisance conditions are prevented, as defined by County of San Diego Air Pollution Control District (APCD) Rule 51. • A Photoionization Detector (PID) calibrated with isobutylene will be used to monitor for VOCs in ambient work zone air along the work-zone perimeter. If ambient VOC measurements indicate that a localized source of VOCs is present such that a downwind measurement of 25 ppm or greater is detected, additional soil screening will be implemented to identify the source of the VOCs, and corrective actions will be evaluated. • A four-gas meter with the capability to detect the lower explosive limit (methane, CH4 LEL), oxygen (O2), carbon monoxide (CO), and hydrogen sulfide (H2S) will be utilized and will follow standard OSHA action levels for worker and public safety. If methane is detected at concentrations exceeding 5% of the LEL for methane (2,500 parts per million; ppm) in the Ms. Keri Martinez, PE Carlsbad Municipal Water District May 26, 2021 Page 4 of 7 work area, work will be stopped, the pothole will be covered, and workers will leave the area. Work will resume after methane levels have subsided, and the pothole will be backfilled immediately. • The prevailing wind direction will be recorded daily to identify the downwind direction for the purpose of air monitoring in the work area and in the downwind directions. A flag or streamer will be planted at each pothole location to determine the wind direction. • Soil extracted during potholing will be utilized to backfill the potholes. No excess spoils are expected. • Identified or suspected sources of VOC emissions, such as in-place soil, waste, will be covered, capped, or otherwise prevented from active vapor emissions to the extent practicable. Chemical Hazards The COCs that have either been detected in soil matrix and soil gas samples collected at the Site, or are suspected based on reports of chemicals historically detected at the Site include: • Methane gas • Benzene • Hydrogen Sulfide • Vinyl Chloride Action Levels Air monitoring will be conducted at the site utilizing a gas sensor device (Tiger PID and MiniRae 4 gas meter or equivalent). The lower explosion limit (LEL), oxygen, and hydrogen sulfide concentration will be monitored near the breathing zone during potholing activities. Potholing activities will be stopped immediately if any of the conditions below are detected. • If methane is measured with the gas meter at concentrations greater than 2,500 ppm, potholing activities will be stopped immediately until the flammable concentrations drop below 2,500 ppm methane. • If the oxygen concentration drops below 20% in the breathing zone, potholing activities will stop. • If hydrogen sulfide concentrations exceed 10 ppm in the breathing zone potholing activities will stop. Air monitoring for VOCs will be conducted in the breathing zone at the Site utilizing a PID (e.g., Tiger PID or equivalent). If the PID measures organic vapors in the breathing zone at concentrations greater than 1 part per million (ppm) above background, then additional field screening for benzene and vinyl chloride will be performed using Draeger tubes. If the vinyl chloride and/or benzene concentrations are determined to be above 1 ppm, work will stop. If the concentration using the PID is greater than 10 ppm and vinyl chloride and benzene concentrations are less than 1.0 ppm, work will stop, and site conditions and personal PPE will be reevaluated. If air quality readings in the work zone or project perimeter exceed those listed above, the CHASP Project Manager will immediately notify the Underground Solutions Project Manager so the required Ms. Keri Martinez, PE Carlsbad Municipal Water District May 26, 2021 Page 5 of 7 actions can be taken. All work will stop, and field personnel will be moved upwind of the contaminant source until air quality conditions are below the action levels. If action levels are exceeded, the CHASP Project Manager will contact Olivier Brackett with County Airports; Olivier Brackett will then notify Landfill staff and Local Enforcement Agency (LEA). APCD Mitigation Measures The County will request Mitigation Measures from the APCD prior to the initiation of field potholing activities. The APCD Mitigation Measures will provide guidance on the management of waste to protect public health if waste is encountered and extracted from the potholing excavations. Record Keeping Records will be maintained by the CHASP Project Manager documenting monitoring activities conducted during the potholing. Daily summary logs will be prepared which will overview the monitoring activities conducted and document if corrective measures were implemented. Displaced Material Management If soil is not completely utilized for backfilling potholes or waste is encountered, these materials shall be immediately placed into a 55-gallon steel drum, sampled and samples submitted for analytical laboratory testing prior to disposal at an active San Diego County landfill or otherwise managed by CMWD personnel, if required. No waste or soil will be stockpiled as part of the pothole activities. EMERGENCY PROCEDURES All illnesses, injuries, complaints, or accidents occurring during the field activities shall be reported to the CHASP Project Manager and attended to immediately. A first-aid kit will be for treatment of minor injuries, such as cuts or bruises that may result from an accident. In an emergency or hazardous situation involving explosions, fires or major physical injuries, the individual who observes this condition will immediately give a verbal alarm. Upon hearing the verbal warning, field personnel will safely de-energize nonessential equipment and evacuate to a suitable upwind location. Directions to the nearest hospital and emergency contact telephone numbers are provided below. Emergency contact telephone numbers are as follows: Police/Fire: 911 Police: 760-931-2197 (non-emergency) Fire Dept.: 760-931-2141 Hospital: Scripps Memorial Hospital 310 Santa Fe Drive Encinitas, CA 760-753-5594 Ms. Keri Martinez, PE Carlsbad Municipal Water District May 26, 2021 Page 6 of 7 Hospital Directions: • From the airport, turn right on Palomar Airport Road. • Take the exit for Interstate 5 South. • Take the exit for Santa Fe Drive. • Turn right on Santa Fe Drive. • Turn right into the hospital. Hospital Information Scripps Memorial Hospital 310 Santa Fe Drive Encinitas, CA 92024 Phone: (760) 753-5594 Emergency Contacts: The personnel listed below shall be contacted immediately should explosive conditions be encountered or if an incident occurs. Ms. Keri Martinez, PE Carlsbad Municipal Water District May 26, 2021 Page 7 of 7 Name Company/Agency Office Phone Cell Phone Keri Martinez CMWD (760) 603-7354 (442) 200-7376 Airport Operations Palomar Airport (760) 497-4938 John Otto Palomar Airport Assistant Manager (760) 497-4934 (760) 431-4646 Olivier Brackett Palomar Airport Manager (760) 497-4933 (760) 431-4646 Melissa Porter Local Enforcement Agency (858) 694-2801 Ricardo Serrano Local Enforcement Agency (858) 495-5810 Poison Control Center: (800) 222-2222 CONCLUSIONS If you have any questions regarding this CHSP, please contact me at (858) 413-2400. Sincerely Jamie Fagnant, PE Project Manager Attachments Figure 1: Proposed Pothole Locations APPENDIX “F” Local Certified Environmental Testing Laboratories "Environmental and public health through leadership, partnership and science" HM-9268 (05-08) County of San Diego DEPARTMENT OF ENVIRONMENTAL HEALTH HAZARDOUS MATERIALS DIVISION P.O. BOX 129261, SAN DIEGO, CA 92112-9261 (619) 338-2222 FAX (619) 338-2377 1-800-253-9933 http://www.sdcdeh.org LOCAL CERTIFIED LABS Below is a listing of State certified hazardous waste testing laboratories located in San Diego County. This list is derived from the California Department of Public Health’s May 1, 2008 update and is provided for information only to assist you in complying with the hazardous waste laws and regulations. Appearance on this list is not an endorsement by the County of San Diego, nor does the County warranty the work performed by the listed firms. Firms not included on this list may also provide satisfactory work. California law (HSC 100825) requires environmental testing laboratories be state certified for the test method performed. For additional information on current certification and for additional laboratories performing other assays in California see the California Department of Public Health web site: http://ww2.cdph.ca.gov/certlic/labs/Pages/ELAP.aspx 1. Analytical Chemical Labs, Inc. 1123 West Morena Blvd. San Diego, CA 92110-3834 (619) 276-1558 114, 115 2. D-Tek Laboratory 9020 Kenamar Drive, Suite 205 San Diego, CA 92121 (858) 566-4540 114, 115, 116, 117, 120 3. Enviromatrix Analytical, Inc. 4340 Viewridge Ave., Suite A San Diego, CA 92123 (858) 560-7717 114, 115, 116, 117, 120 4. Environmental Engineering Laboratory 3538 Hancock St. San Diego, CA 92110 (619) 298-6131 114 5. H.M. Pitt Labs 2434 Southport Way, Suite L National City, CA 91950 (619) 474-8548 114, 115, 120, 121 6. JMR Environmental Services, Inc. 4560 Alvarado Canyon Road, Suite 2D San Diego, CA 92120 (619) 858-7260 121 7. Mobile One Laboratories, Inc. 2470 Impala Drive Carlsbad, CA 92010 (760) 804-9678 116, 117 8. Nautilus Environmental, Llc 5550 Morehouse Drive, Suite 150 San Diego, CA 92121 (858) 587-7333 119 9. Weston Solutions, Inc. 2433 Impala Drive Carlsbad, CA 92010 (760) 795-6900 119 Field of Testing Code Description 114 Inorganic Chemistry of Hazardous Waste 115 Extraction Test of Hazardous Waste 116 Volatile Organic Chemistry of Hazardous Waste 117 Semi-volatile Organic Chemistry of Hazardous Waste 118 Radiochemistry of Hazardous Waste 119 Toxicity Bioassay of Hazardous Waste 120 Physical Properties of Hazardous Waste 121 Bulk Asbestos Analysis of Hazardous Waste APPENDIX “G” Sample Tier 2 SWPPP Template VALLEY STREETSEESHEET3FORDETAILSPLANTBUILDING3000CHILLER STORM WATER POLLUTION PREVENTION NOTESAPN :TIER 2 CITY STORM WATER POLLUTION PREVENTION PLAN (TIER 2 SWPPP)AREA OF DISTURBANCECONSTRUCTION THREAT: OWNER/APPLICANT:SITE ADDRESS:EMERGENCY CONTACT :21PROJECT NAME:SHEET INDEX:TIER 2OWNER'S CERTIFICATION:STAMPIFAPPLICABLEWEATHER TRIGGERED ACTION PLANVICINITY MAPLEGENDCASQA DesignationConstruction Activity(BMP) DescriptionBest Management Practice*Erosion ControlSediment Control BMPsBMPsTrackingControl BMPsNon-Storm WaterManagement BMPsWaste Management and MaterialsPollution Control BMPsBEST MANAGEMENT PRACTICES (BMP) SELECTION TABLE PIO PICO DRIVE (PUBLIC)22PROJECT NAME:TIER 2TIER 2 STORM WATER POLLUTION PREVENTION PLAN (SWPPP)SAMPLEEROSION CONTROL PLAN