Loading...
HomeMy WebLinkAbout2023-01-24; Municipal Water District; ; Authorization to Advertise for Bids for the Phase 2 Pressure Reducing Station Replacement ProjectCA Review: GH Meeting Date: Jan. 24, 2023 To: President and Board Members From: Scott Chadwick, Executive Manager Staff Contact: Dave Padilla, Utilities Engineering Manager dave.padilla@carlsbadca.gov, 442-339-2356 Neil Irani, Utilities Associate Engineer neil.irani@carlsbadca.gov, 442-339-2305 Subject: Authorization to Advertise for Bids for the Phase 2 Pressure Reducing Station Replacement Project Districts: 2, 3 Recommended Action Adopt a resolution authorizing the Secretary of the Board of Directors to advertise for bids for the Phase 2 Pressure Reducing Station Replacement Project, Capital Improvement Program Project No. 5020. Executive Summary This project will replace two pressure-reducing stations, construct one new one and abandon one at four project sites, as shown in Exhibit 2. These stations control the pressure in the Carlsbad Municipal Water District’s (CMWD) water pipes, which is essential given the city’s hilly topography. Aging stations will be replaced or removed to ensure potable water system reliability and one new station will be built to provide system redundancy. The construction cost estimate, including contingency funds, is $2,825,000. The Carlsbad Municipal Water District Board approval of these plans and specifications is required under Carlsbad Municipal Code Section3.28.080(E) because the expected value for this work is greater than $200,000.1 Staff recommend that the CMWD Board adopt the resolution attached as Exhibit 1, authorizing the Secretary of the Board of Directors to advertise the project and receive bids. Explanation & Analysis Over 70 pressure-reducing stations regulate water pressure throughout CMWD’s service area. These stations are located in underground vaults within existing right of way or easements. This project is the second phase of the pressure reducing stations replacement program. Phase 1 was completed in 2018, with the replacement of the Bolero Street station north of Corte De 1 The city’s Purchasing Division in the Finance Department administers the purchasing functions on behalf of the CMWD in accordance with city purchasing rules (CMWD Board Resolution No. 741). Jan. 24, 2023 Item #1 Page 1 of 7 ~', • MUNIC IIPAL WAT ER D I STRICT ~ Staff Report La Vista. Phase 2 sites are prioritized based on operational needs and will include work at the following four sites: •El Fuerte Street, north of Corintia Street: construction of the new Corintia pressure- reducing station and approximately 1,950 feet of new 12-inch diameter, PVC pipeline. This station and pipeline will provide much-needed operational redundancy to the existing Alga No. 1 system. •El Fuerte Street, north of Corte de la Vista: removal of the existing Lower El Fuerte and 370 feet of 12-inch diameter asbestos cement pipeline and construction of a replacement pressure-reducing station and new PVC pipeline. •Melrose Drive, north of Poinsettia Lane: replacement of the Melrose Drive pressure- reducing station. •Palomar Airport Road, east of College Boulevard: abandonment of the Palomar East pressure-reducing station, which is no longer operational and was replaced by another station in 1983, and replacement of 150 feet of 16-inch asbestos cement pipeline with new 16-inch PVC pipeline. Other improvements will include replacement of isolation valves and installation of electrical conduit and instrumentation for the remote monitoring and control. All work will occur within the existing right-of-way or CMWD easements. Fiscal Analysis The construction cost estimate for the project, including contingency funds, is $2,825,000. The estimated total project cost is $3,385,000, which includes construction costs, engineering services during construction, public outreach, construction management and inspection services. The table below provides a summary of the available funds and estimated costs: Pressure Reducing Station Replacement Program Capital Improvement Program Project No. 5020 Total appropriation to date $4,662,000 Total expenditures and encumbrances to date $1,204,500 TOTAL AVAILABLE FUNDING $3,457,500 Construction contract (estimated) $2,456,000 Construction contingency (15%) $369,000 Construction management, inspection, material testing, communications $500,000 Staff time and engineering construction services $60,000 Total estimated expenditures $3,385,000 Remaining balance after award of contract $72,500 Jan. 24, 2023 Item #1 Page 2 of 7 Options Staff provide the following options for the CMWD Board’s consideration: 1.Adopt a resolution authorizing the Secretary of the Board of Directors to advertise for project bids for the Phase 2 Pressure-Reducing Station Replacement Project, Capital Improvement Program Project No. 5020 Pros •Allows solicitation and evaluation of bids at the earliest opportunity •Removes and replaces aging infrastructure that needs replacement •Improves water system reliability and redundancy Cons •Work will temporarily disrupt traffic during construction 2.Do not adopt the resolution Pros • None identified Cons •Will result in operational constraints in the event of aging infrastructure failure •Delays construction of needed system improvements at the potentially higher future cost Staff recommend Option 1. Next Steps Upon the CMWD Board’s approval, the Secretary of the Board of Directors will advertise a request for bids to construct the project. Staff will evaluate the bids received, and the lowest responsive and responsible bidder will be identified. Staff will then return to the CMWD Board so that it can consider the bid, approve the plans, specifications and contract documents incorporating all addenda received during the bid phase, and and possibly award a contract to the identified bidder, which is expected to be in the summer of 2023. Construction is estimated to take 12 months with anticipated completion in the summer of 2024. Environmental Evaluation The City Planner has determined that this project is a maintenance project exempt from environmental review according to California Environmental Quality Act Guidelines Section 15302 – Replacement or reconstruction of existing facilities. None of the exceptions described in Section 15300.2 are applicable to this project. If the resolution is approved, staff will file a notice of exemption with the San Diego County Clerk in compliance with Section 21152 (b) of the California Public Resources Code. Exhibits 1.Carlsbad Municipal Water District Board of Directors resolution 2.Location map 3.Plans, specifications and contract documents (on file in the Office of the Secretary of the Board) Jan. 24, 2023 Item #1 Page 3 of 7 RESOLUTION NO. 1693 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT OF THE CITY OF CARLSBAD, CALIFORNIA, AUTHORIZING THE SECRETARY OF THE BOARD OF DIRECTORS TO ADVERTISE FOR BIDS FOR THE PHASE 2 PRESSURE REDUCING STATION REPLACEMENT PROJECT WHEREAS, the Carlsbad Municipal Water District, or CMWD, Board of Directors of the City of Carlsbad, California has determined that it is necessary, desirable and in the public interest to construct the Phase 2 Pressure-Reducing Station Replacement Project, Capital Improvement Program Project No. 5020, or Project; and WHEREAS, Carlsbad Municipal Code Section 3.28.080, which is applicable by agreement to the CMWD, requires formal bidding procedures for all construction projects when the value exceeds $200,000; and WHEREAS, the construction cost of the Project is estimated to be $2,825,000, including construction contingency; and WHEREAS, sufficient funding is available for the Project; and WHEREAS, the City Planner has determined that this project is a maintenance project exempt from environmental review according to California Environmental Quality Act Guidelines Section 15302 -replacement or reconstruction of existing facilities, and none of the exceptions described in Section 15300.2 are applicable to this project. NOW, THEREFORE, BE IT RESOLVED by the CMWD Board of Directors of the City of Carlsbad, California, as follows: 1.That the above recitations are true and correct. 2.That the Secretary of the Board of Directors is authorized and directed to publish in accordance with state law and Carlsbad Municipal Code Section 3.28.080(C), a Notice to Contractors Inviting Bids for construction of the Project, in accordance with the plans, specifications and contract documents (on file in the Office of the Secretary of the Board). Exhibit 1 Jan. 24, 2023 Item #1 Page 4 of 7 PASSED, APPROVED AND ADOPTED at a Special Meeting of the Board of Directors of the Carlsbad Municipal Water District on the 24th day of January, 2023, by the following vote, to wit: AYES: NAYS: ABSTAIN: ABSENT: Blackburn, Bhat-Patel, Acosta, Burkholder. None. None. None. KEITH BLACKBURN, President k._SHERRY FREISINGER, Secretaryir (SEAL) Jan. 24, 2023 Item #1 Page 5 of 7 LOCATION MAP PROJECT NAME PROJECT EXHIBIT NUMBER Exhibit 2 Jan. 24, 2023 Item #1 Page 6 of 7 LOWER EL ¼FUERTE SITE NOT TO SCALE MELROSE SITE CORINTIA SITE VICINITY MAP PHASE 2 PRESSURE REDUCING STATION REPLACEMENTS LOWER EL FUERTE PRS SITE 5020 2 Exhibit 3 Plans, specifications and contract documents (on file in the Office of the City Clerk) Jan. 24, 2023 Item #1 Page 7 of 7 Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 1 of 160 CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR PRESSURE REDUCING STATION REPLACEMENTS – PHASE 2 CONTRACT NO. 5020-B BID NO. PWS23-2070UTIL Signed: 1/17/2023 -Bidding Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 2 of 160 TABLE OF CONTENTS Item Page Notice Inviting Bids ..................................................................................................................... 7 Contractor's Proposal ................................................................................................................ 14 Bid Security Form ..................................................................................................................... 25 Bidder’s Bond to Accompany Proposal ..................................................................................... 26 Guide for Completing the “Designation of Subcontractors” Form .............................................. 27 Designation of Subcontractor and Amount of Subcontractor’s Bid Items .................................. 29 Bidder's Statement of Technical Ability and Experience ............................................................ 30 Bidder’s Certificate of Insurance for General Liability, Employers’ Liability, Automotive Liability and Workers’ Compensation ........................................................................................ 31 Bidder’s Statement Re Debarment ............................................................................................ 32 Bidder's Disclosure of Discipline Record …………………………………………… ...................... 33 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ............................. 35 Contract Public Works ............................................................................................................... 36 Labor and Materials Bond ......................................................................................................... 43 Faithful Performance/Warranty Bond ........................................................................................ 45 Optional Escrow Agreement for Surety Deposits in Lieu of Retention ....................................... 47 Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 3 of 160 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms .......................................................... ..................................................... 50 1-2 Definitions .................................................... ..................................................... 50 1-3 Abbreviations ............................................... ..................................................... 56 1-4 Units of Measure .......................................... ..................................................... 59 1-5 Symbols ....................................................... ..................................................... 60 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract ................. ..................................................... 61 2-2 Assignment .................................................. ..................................................... 61 2-3 Subcontracts ................................................ ..................................................... 61 2-4 Contract Bonds ............................................ ..................................................... 62 2-5 Plans and Specifications .............................. ..................................................... 63 2-6 Work to be Done .......................................... ..................................................... 67 2-7 Subsurface Data .......................................... ..................................................... 68 2-8 Right-of-Way ................................................ ..................................................... 68 2-9 Surveying ..................................................... ..................................................... 69 2-10 Authority of Board and Engineer .................. ..................................................... 70 2-11 Inspection .................................................... ..................................................... 70 Section 3 Changes in Work 3-1 Changes Requested by the Contractor ........ ..................................................... 72 3-2 Changes Initiated by the Agency .................. ..................................................... 72 3-3 Extra Work ................................................... ..................................................... 73 3-4 Changed Conditions .................................... ..................................................... 76 3-5 Disputed Work ............................................. ..................................................... 77 Section 4 Control of Materials 4-1 Materials and Workmanship ......................... ..................................................... 83 4-2 Materials Transportation, Handling and Storage ................................................ 87 Section 5 Utilities 5-1 Location ....................................................... ..................................................... 88 5-2 Protection .................................................... ..................................................... 88 5-3 Removal ...................................................... ..................................................... 89 5-4 Relocation .................................................... ..................................................... 89 5-5 Delays .......................................................... ..................................................... 90 5-6 Cooperation ................................................. ..................................................... 91 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work ........................................ 92 6-2 Prosecution of Work ..................................... ..................................................... 94 6-3 Suspension of Work ..................................... ..................................................... 98 6-4 Default by Contractor ................................... ..................................................... 99 6-5 Termination of Contract................................ ................................................... 100 6-6 Delays and Extensions of Time .................... ................................................... 100 6-7 Time of Completion ...................................... ................................................... 101 6-8 Completion, Acceptance, and Warranty ....... ................................................... 102 6-9 Liquidated Damages .................................... ................................................... 103 ,.._. \..• Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 4 of 160 6-10 Use of Improvement During Construction .... ................................................... 103 Section 7 Responsibilities of the Contractor 7-1 Contractor’s Equipment and Facilities .......... ................................................... 105 7-2 Labor ........................................................... ................................................... 105 7-3 Liability Insurance ........................................ ................................................... 105 7-4 Workers' Compensation Insurance .............. ................................................... 105 7-5 Permits ........................................................ ................................................... 106 7-6 The Contractor’s Representative .................. ................................................... 106 7-7 Cooperation and Collateral Work ................. ................................................... 107 7-8 Project Site Maintenance ............................. ................................................... 108 7-9 Protection and Restoration of Existing Improvements ...................................... 110 7-10 Public Convenience and Safety ................... ................................................... 111 7-11 Patent Fees or Royalties .............................. ................................................... 118 7-12 Advertising ................................................... ................................................... 118 7-13 Laws to be Observed ................................... ................................................... 119 7-14 Antitrust Claims ............................................ ................................................... 119 Section 8 Facilities for Agency Personnel 8-1 General ........................................................ ................................................... 120 8-2 Field Office Facilities .................................... ................................................... 120 8-3 Field Laboratories ........................................ ................................................... 122 8-4 Bathhouse Facilities ..................................... ................................................... 122 8-5 Removal of Facilities .................................... ................................................... 122 8-6 Basis of Payment ......................................... ................................................... 122 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work ............................................... 124 9-2 Lump Sum Work .......................................... ................................................... 124 9-3 Payment ...................................................... ................................................... 124 9-4 Bid Items ...................................................... ................................................... 128 SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-2 Untreated Base Materials ............................. ................................................... 135 Section 201 Concrete, Mortar and Related Materials 201-1 Portland Cement Concrete .......................... ................................................... 136 201-3 Expansion Joint Filler and Joint Sealants ..... ................................................... 137 Section 203 Bituminous Materials 203-6 Asphalt Concrete ......................................... ................................................... 138 Section 213 Engineering Fabrics 213-5 Geotextiles and Geogrids ............................. ................................................... 139 Section 214 Pavement Markers 214-4 Paint for Striping and Markings .................... ................................................... 140 214-6 Pavement Markers ....................................... ................................................... 140 Section 217 Bedding and Backfill Materials ..................... ................................................... 141 ,.._. \..• Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 5 of 160 Part 3 Construction Methods Section 300 Earthwork 300-2 Unclassified Excavation ................................................................................... 142 300-12 Rock Slope Protection Fabric ........................................................................... 142 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301-1 Subgrade Preparation ...................................................................................... 145 Section 302 Roadway Surfacing 302-5 Asphalt Concrete Pavement ............................................................................ 145 302-15 Public Convenience and Traffic Control ........................................................... 146 Section 303 Concrete and Masonry Construction. 303-1 Concrete Structures ......................................................................................... 147 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways ....................................................................... 148 Section 306 Underground Conduit Construction 306-3 Open Trench Operations .................................................................................. 148 306-12 Backfill ............................................................................................................. 149 306-13 Trench Resurfacing .......................................................................................... 149 Section 314 Traffic Striping, Curb and Pavement Markings, and Pavement Markers 314-4 Application of Traffic Striping and Curb and Pavement Markings ..................... 150 314-5 Measurement and Payment ............................................................................. 151 Part 4 Existing Improvements Section 400 Protection and Restoration 400-1 General ............................................................................................................ 153 400-2 Permanent Survey Markers ............................................................................. 153 400-3 Payment .......................................................................................................... 153 Section 401 Removal 401-3 Concrete and Masonry Improvements ............................................................. 153 Part 6 Temporary Traffic Control Section 601 Temporary Traffic Control for Construction and Maintenance Work Zones 601-1 General ............................................................................................................ 155 601-3 Temporary Traffic Control (TTC) Zone Devices ............................................... 155 601-4 Temporary Traffic Striping and Pavement Markings ......................................... 159 TECHNICAL SPECIFICATIONS 03462 Precast Concrete Vaults 05500 Miscellaneous Metals 07110 Sheet Membrane Waterproofing 15062 Pipe Sleeves and Penetrations Waterproofing ,.._. \..• Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 6 of 160 Note: The Carlsbad Municipal Water District Standard Drawings & Specifications are available at: https://www.carlsbadca.gov/home/showpublisheddocument/334/637877864920570000 The Water and Recycled Water Approved Materials List is available at: https://www.carlsbadca.gov/home/showpublisheddocument/332/637871844274500000 APPENDICES Appendix A Door Hanger Template Appendix B SWPPP Template Appendix C Utility Shutdown/Connection Request - E-28 Appendix D Geotechnical Investigation Report Appendix E Environmental Monitoring Requirements Appendix F SDG&E Planned Outage Request Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 7 of 160 CARLSBAD MUNICIPAL WATER DISTRICT, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on March 1, 2023, 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/departments/finance/contracting-purchasing, for performing the work as follows: abandon in-place one existing pressure reducing station (PRS), demolish two existing PRSs and construct three new PRSs in precast reinforced concrete vaults; construct 20 LF of 24” steel casing and 2,480 lineal feet (LF) of new 12” polyvinyl chloride (PVC) pipe water main and 160 LF of new 16” fusible PVC pipe water main including isolation valves and fire hydrant, air valve, blow-off and water service assemblies; remove and dispose of existing 12” and 16” asbestos cement pipe (ACP); connect to existing 12” and 16” ACP and 20” cement mortar lined and coated steel pipe water mains; demolish one existing electrical service and construct two new electrical services; construct electrical, instrumentation and communications systems for new PRSs; replace existing asphalt concrete pavements and Portland cement concrete sidewalk, curb and gutter improvements and restore pavement striping, markings and pavement markers. The work shall include all surveying and construction staking, traffic control, utility potholing, storm water pollution control, excavation support systems; pipeline hydrostatic pressure testing and disinfection; and site restoration. PRESSURE REDUCING STATION REPLACEMENTS – PHASE 2 CONTRACT NO. 5020-B PWS23-2070UTIL 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: Contracting & Purchasing | Carlsbad, CA (carlsbadca.gov) 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 Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 8 of 160 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. Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 9 of 160 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 Council of the City of Carlsbad on file with the City Clerk’s Office. 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 Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 10 of 160 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) BIDDER’S GUARANTEE OF GOOD FAITH (BID SECURITY) At the time of bid submission, bidders must upload and submit an electronic PDF copy of the aforementioned bid security. Whether in the form of a cashier's check, a properly certified check or an approved corporate surety bond payable to the City of Carlsbad, the bid security must be uploaded to the 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 $2,900,000. TIME OF COMPLETION The Contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the District by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the District. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved, the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not use federal funds. The following classifications are acceptable for this contract: A - General Engineering. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained from the City of Carlsbad website at https://www.carlsbadca.gov/departments/finance/contracting- purchasing 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 Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 11 of 160 drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the Carlsbad Municipal Water District except as hereinbefore specified. BIDDER’S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Graham Jordan, Contract Administrator graham.jordan@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. The cutoff date to submit questions is February 17, 2023, 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 February 23, 2023. 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. Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 12 of 160 The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. PRE BID MEETING A non-mandatory pre-bid meeting and tour of the project sites will be held on February 7, 2023, at 2 p.m. at the Carlsbad Municipal Water District located at 5950 El Camino Real, Carlsbad, California 92008. 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. Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 13 of 160 January 25, 2023 Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The District does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the District is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the District may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the Board of Directors of the Carlsbad Municipal Water District, California, by Resolution No. ____, adopted on the 24th day of January 2023. Date Graham Jordan, Deputy Clerk 1111 Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 14 of 160 CARLSBAD MUNICIPAL WATER DISTRICT PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B 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. 5020-B 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” – General Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) A-1 Mobilization and Preparatory Work LS $___________ A-2 Preconstruction Survey LS $___________ A-3 Storm Water Pollution Prevention Plan LS $___________ A-4 Excavation Support System LS $___________ A-5 Over-excavation and Backfill 50 CY $___________ $___________ Total amount of bid (in figures) for Schedule “A”: $ Total amount of bid (in words) for Schedule “A”: Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 15 of 160 SCHEDULE “B” – Palomar East PRS Abandonment and New 16” Water Main Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) B-1 Temporary Traffic Control LS $___________ B-2 Utility Potholing LS $___________ B-3 Abandon Existing Pressure Reducing Station LS $___________ B-4 Furnish and Install Water Main Casing 20 LF $___________ $___________ B-5 Furnish and Install 16” Fusible PVC Water Main 160 LF $___________ $___________ B-6 Water Main Connection, STA 1+00 LS $___________ B-7 Water Main Connection, STA 2+49 LS $___________ B-8 Furnish and Install Aggregate Base LS $___________ B-9 Furnish and Install Asphalt Concrete LS $___________ B-10 Furnish and Install Pavement Striping, Markings and Markers LS $___________ Total amount of bid (in figures) for Schedule “B”: $ Total amount of bid (in words) for Schedule “B”: Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 16 of 160 SCHEDULE “C” – Melrose PRS Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) C-1 Temporary Traffic Control LS $___________ C-2 Utility Potholing LS $___________ C-3 Demolish Melrose Pressure Reducing Station LS $___________ C-4 Construct Melrose Pressure Reducing Station Vault LS $___________ C-5 Furnish and Install PRS Piping LS $___________ C-6 Furnish and Install Pressure Control Valve – 10” Globe 1 EA $___________ $___________ C-7 Furnish and Install Pressure Control Valve – 6” Globe 1 EA $___________ $___________ C-8 Furnish and Install Pressure Relief Valve – 6” Angle 1 EA $___________ $___________ C-9 Furnish and Install 12” Gate Valve 4 EA $___________ $___________ C-10 Furnish and Install 8” Gate Valve 2 EA $___________ $___________ C-11 Furnish and Install 6” Gate Valve 1 EA $___________ $___________ C-12 Furnish and Install Valve Box Assembly 2 EA $___________ $___________ C-13 Furnish and Install 12” PVC Water Main 20 LF $___________ $___________ C-14 Furnish and Install 2” Comb. Air & Vacuum Valve Assembly 1 EA $___________ $___________ C-15 Furnish and Install Drainage Improvements LS $___________ C-16 Furnish and Install Electrical, Instrumentation and Control Improvements LS $___________ Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 17 of 160 Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) C-17 Furnish and Install Aggregate Base LS $___________ C-18 Furnish and Install Asphalt Concrete LS $___________ C-19 Furnish and Install Portland Cement Concrete Improvements LS $___________ Total amount of bid (in figures) for Schedule “C”: $ Total amount of bid (in words) for Schedule “C”: SCHEDULE “D” – Lower El Fuerte PRS and New 12” Water Main Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) D-1 Temporary Traffic Control LS $___________ D-2 Utility Potholing LS $___________ D-3 Demolish Lower El Fuerte Pressure Reducing Station LS $___________ D-4 Construct Lower El Fuerte Pressure Reducing Station Vault LS $___________ D-5 Furnish and Install PRS Piping LS $___________ D-6 Furnish and Install Pressure Control Valve – 10” Globe 1 EA $___________ $___________ D-7 Furnish and Install Pressure Control Valve – 6” Globe 1 EA $___________ $___________ D-8 Furnish and Install Pressure Relief Valve – 6” Angle 1 EA $___________ $___________ D-9 Furnish and Install 12” Gate Valve 4 EA $___________ $___________ Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 18 of 160 Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) D-10 Furnish and Install 8” Gate Valve 2 EA $___________ $___________ D-11 Furnish and Install 6” Gate Valve 1 EA $___________ $___________ D-12 Furnish and Install Valve Box Assembly 2 EA $___________ $___________ D-13 Furnish and Install 12” PVC Water Main 500 LF $___________ $___________ D-14 Water Main Connection, STA 1+00 LS $___________ D-15 Water Main Connection, STA 5+01 LS $___________ D-16 Furnish and Install Fire Hydrant Assembly 1 EA $___________ $___________ D-17 Furnish and Install 2” Comb. Air & Vacuum Valve Assembly 1 EA $___________ $___________ D-18 Furnish and Install 1” Water Service Assembly 2 EA $___________ $___________ D-19 Furnish and Install 1” Water Service Assembly with Pressure Regulator 4 EA $___________ $___________ D-20 Furnish and Install Drainage Improvements LS $___________ D-21 Furnish and Install Electrical, Instrumentation and Communications Improvements LS $___________ D-22 Furnish and Install Aggregate Base LS $___________ D-23 Furnish and Install Asphalt Concrete LS $___________ D-24 Furnish and Install Portland Cement Concrete Improvements LS $___________ Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 19 of 160 Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) D-25 Furnish and Install Pavement Striping, Markings and Markers LS $___________ Total amount of bid (in figures) for Schedule “D”: $ Total amount of bid (in words) for Schedule “D”: SCHEDULE “E” – El Fuerte/Corintia PRS Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) E-1 Temporary Traffic Control LS $___________ E-2 Utility Potholing LS $___________ E-3 Construct El Fuerte/Corintia Pressure Reducing Station Vault LS $___________ E-4 Furnish and Install PRS Piping LS $___________ E-5 Furnish and Install Pressure Control Valve – 10” Globe 1 EA $___________ $___________ E-6 Furnish and Install Pressure Control Valve – 6” Globe 1 EA $___________ $___________ E-7 Furnish and Install Pressure Relief Valve – 6” Angle 1 EA $___________ $___________ E-8 Furnish and Install 20” Butterfly Valve 2 EA $___________ $___________ E-9 Furnish and Install 16” Butterfly Valve 2 EA $___________ $___________ E-10 Furnish and Install 12” Gate Valve 6 EA $___________ $___________ E-11 Furnish and Install 8” Gate Valve 2 EA $___________ $___________ E-12 Furnish and Install 6” Gate Valve 1 EA $___________ $___________ Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 20 of 160 Item No. Description Approximate Quantity And Unit Unit Price (Figures) Total Amount (Figures) E-13 Furnish and Install Valve Box Assembly 8 EA $___________ $___________ E-14 Furnish and Install 12” PVC Water Main 1,960 LF $___________ $___________ E-15 Water Main Connection, STA 1+00 1 LS $___________ E-16 Water Main Connection, STA 20+32 1 LS $___________ E-17 Furnish and Install 2” Comb. Air & Vacuum Valve Assembly 2 EA $___________ $___________ E-18 Furnish and Install 2” Blow-Off Assembly 1 EA $___________ $___________ E-19 Furnish and Install 6” Blow-Off Assembly 1 EA $___________ $___________ E-20 Furnish and Install Drainage Improvements LS $___________ E-21 Furnish and Install Electrical, Instrumentation and Communications Improvements LS $___________ E-22 Furnish and Install Aggregate Base LS $___________ E-23 Furnish and Install Asphalt Concrete LS $___________ E-24 Furnish and Install Portland Cement Concrete Improvements LS $___________ E-25 Furnish and Install Pavement Striping, Markings and Markers LS $___________ Total amount of bid (in figures) for Schedule “E”: $ Total amount of bid (in words) for Schedule “E”: Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 21 of 160 Total amount of bid (in figures) for Schedules “A”, “B”, “C”, “D” and “E”: $ Total amount of bid (in words) for Schedules “A”, “B”, “C”, “D” and “E”: Carlsbad Municipal Water District shall determine the low bid based on the sum of Schedules “A”, “B”, “C”, “D” and “E”. After the low Bid has been determined, the District may, at its sole discretion, award the Contract based on the total of all bid schedules or on the total of Schedule “A” plus any combination of Schedule “B”, Schedule “C”, Schedule “D” or Schedule “E”. Price(s) given above are firm for 90 days after the date of bid opening. Addendum(a) No(s). ___________________ has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the 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. Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 22 of 160 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. ,.._. \..• Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 23 of 160 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 ___________________________________________________________________ Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 24 of 160 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: ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 25 of 160 BID SECURITY FORM (Check to Accompany Bid) PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashier’s check payable to the order of CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of _______________________________________ dollars ($________________), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the District provided this proposal shall be accepted by the District through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the District if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. _______________________________________ _______________________________________ BIDDER _________________ *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) ,.._. \..• Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 26 of 160 BIDDER'S BOND TO ACCOMPANY PROPOSAL PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B KNOW ALL PERSONS BY THESE PRESENTS: That we, _______________________________________________________, as Principal, and _____________________________________, 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 (10%) of the bid amount) __________________________ for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B 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 ____________ day of ___________________________, 20_____ ________________________________(SEAL) _____________________________(SEAL) (Principal) (Surety) By: __________________________________ By: ________________________________ (Signature) (Signature) __________________________________ ________________________________ (Print Name/Title) (Print Name/Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY – ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON General Counsel By: __________________________________ General Counsel ,.._. \..• Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 27 of 160 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. Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 28 of 160 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 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.,.._. \..• Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 29 of 160 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder’s total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR’S BID ITEMS Portion of Work Subcontractor Name and Location of Business Phone No. and Email Address DIR Registration No. Subcontractor’s License No. and Classification* Amount of Work by Subcontractor in Dollars* Page _____ of _____ pages of this Subcontractor Designation form _________________ * Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the “Notice Inviting Bids.” Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 30 of 160 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B 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 of experience successfully completing potable water distribution pipelines and shall demonstrate successful completion of at least three potable water valve vault projects with a value of $1,000,000 or greater and similar in type and size to the Work of the proposed Contract. Bidder must also submit the qualifications of its Representatives in accordance with Section 7-6. The proposal shall be deemed non-responsive if the required technical ability and experience for the Bidder or its representative is not demonstrated. Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contract Type of Work Amount of Contract Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 31 of 160 BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION (To Accompany Proposal) PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B As a required part of the Bidder’s proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers Compensation 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. □ □ □ □ Exhibit 3 Revised 6/12/18 Contract No. 5020-B Page 32 of 160 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B 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. party debarred agency period of debarment party debarred agency period of debarment BY CONTRACTOR: (name of Contractor) By: (sign here) (print name/title) Page _____ of _____ pages of this Re Debarment form Revised 6/12/18 Contract No. 5020-B Page 33 of 160 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License Board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor’s license suspended or revoked by the California Contractors’ State License Board two or more times within an eight year period? ______ ______ 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 _____ of _____ pages of this Disclosure of Discipline form Revised 6/12/18 Contract No. 5020-B Page 34 of 160 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party whose discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: (name of Contractor) By: (sign here) (print name/title) Page _____ of _____ pages of this Disclosure of Discipline form Revised 6/12/18 Contract No. 5020-B Page 35 of 160 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B The undersigned declares: I am the ____________ of ______________, 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 ___________________________, 20____ at _________ [city], ________ [state]. ________________________________________________ Signature of Bidder ,.._. \..• Revised 6/12/18 Contract No. 5020-B Page 36 of 160 CONTRACT PUBLIC WORKS This agreement is made this ____________ day of ____________________________, 2022, by and between the Carlsbad Municipal Water District of the City of Carlsbad, California, a municipal corporation, (hereinafter called "District"), and _______________________________ whose principal place of business is _______________________________________________ (hereinafter called "Contractor"). District and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B (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 ,.._. \..• Revised 6/12/18 Contract No. 5020-B Page 37 of 160 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 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. ,.._. \..• Revised 6/12/18 Contract No. 5020-B Page 38 of 160 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 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. Revised 6/12/18 Contract No. 5020-B Page 39 of 160 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 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 Revised 6/12/18 Contract No. 5020-B Page 40 of 160 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. ,.._. \..• Revised 6/12/18 Contract No. 5020-B Page 41 of 160 (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. ________ init ________ init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the District, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, 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. /// /// /// /// /// /// /// ,.._. \..• Revised 6/12/18 Contract No. 5020-B Page 42 of 160 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: (name of Contractor) By: (sign here) (print name and title) By: (sign here) (print name and title) CARLSBAD MUNICIPAL WATER DISTRICT a municipal corporation of the State of California By: KEITH BLACKBURN, President ATTEST: SHERRY FREISINGER, Secretary 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: CINDIE K. McMAHON General Counsel By: General Counsel Revised 6/12/18 Contract No. 5020-B Page 43 of 160 LABOR AND MATERIALS BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District located in the State of California has awarded to _____________________________________________________ (hereinafter designated as the "Principal"), a Contract for: PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B 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, ______________________________________________________, as Principal, (hereinafter designated as the "Contractor"), and ___________________________ ___________________________________ as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of ______________________________________________ ____________________________________________________ Dollars ($_______________), 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 ,.._. \..• Revised 6/12/18 Contract No. 5020-B Page 44 of 160 of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. 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 ______________ day of __________________________, 20____ _______________________________(SEAL) _____________________________(SEAL) (Principal) (Surety) By: _________________________________ By: ________________________________ (Signature) (Signature) __________________________________ ________________________________ (Print Name & Title) (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY – ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON General Counsel By: _________________________________ General Counsel ,.._. \..• Revised 6/12/18 Contract No. 5020-B Page 45 of 160 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District located in the State of California has awarded to _____________________________________________________ (hereinafter designated as the "Principal"), a Contract for: PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B 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, ______________________________________________________, as Principal, (hereinafter designated as the "Contractor"), and ___________________________ ___________________________________ as Surety, are held firmly bound unto the Carlsbad Municipal Water District in the sum of ______________________________________________ ____________________________________________________ Dollars ($_______________), 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. 5020-B Page 46 of 160 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 ______________ day of __________________________, 20____ _______________________________(SEAL) _____________________________(SEAL) (Principal) (Surety) By: _________________________________ By: ________________________________ (Signature) (Signature) __________________________________ ________________________________ (Print Name & Title) (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY – ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON General Counsel By: _________________________________ General Counsel ,.._. \..• Revised 6/12/18 Contract No. 5020-B Page 47 of 160 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 ____________________________________________________________ whose address is _____________________________________________________ hereinafter called "Contractor" and ___________________________________________________ whose address is __________________________________________________________ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the District pursuant to the Construction Contract entered into between the City and Contractor for PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B in the amount of ___________________________ dated ______________ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the District shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the District within 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. ,.._. \..• Revised 6/12/18 Contract No. 5020-B Page 48 of 160 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from District to the Escrow Agent that District consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The District shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the District of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the District. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the District and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the District and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the District and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For District: Title FINANCE DIRECTOR Name Signature Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address Revised 6/12/18 Contract No. 5020-B Page 49 of 160 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: Title PRESIDENT Name Signature Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address Revised 6/12/18 Contract No. 5020-B Page 50 of 160 GENERAL PROVISIONS FOR PRESSURE REDUCING STATION REPLACEMENTS - PHASE 2 CONTRACT NO. 5020-B 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 6/12/18 Contract No. 5020-B Page 51 of 160 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. Average Sound Level – The level, in decibels, of the mean-square A-weighted sound pressure during a stated time period, with reference to the square of the standard reference sound pressure of 20 micropascals. The "average sound level" is equivalent to the industry standard Leq. See Equivalent Continuous Sound Level. 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. ,.._. \..• Revised 6/12/18 Contract No. 5020-B Page 52 of 160 Contract Documents – Including but not limited to; the Contract, any Addendum (which pertain to the Contract Documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, 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. Contract Price – The total amount of money for which the Contract is awarded. Contract Unit Price – The amount stated in the Bid for a single unit of an item of work. County Sealer – The Sealer of Weights and Measures of the county in which the Contract is let. 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. Days – Days shall mean consecutive calendar’s days unless otherwise specified. Decibel – A unit for measuring the amplitude of sound, equal to 20 times the logarithm to the base 10 of the ratio of the pressure of the sound measured to the reference pressure, which is 20 micropascals. 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 Executive Manager of the Carlsbad Municipal Water District to hear and advise the City Manager or 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. ,.._. \..• Revised 6/12/18 Contract No. 5020-B Page 53 of 160 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 Equivalent Continuous Sound Level (Leq) – The average sound level which, over a given period of time, has the same total energy as the fluctuating noise and is also known as the time- average sound level. 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. Revised 6/12/18 Contract No. 5020-B Page 54 of 160 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. 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. ,.._. \..• Revised 6/12/18 Contract No. 5020-B Page 55 of 160 Shop Drawings – Drawings showing the details of manufactured or assembled products proposed to be incorporated into the Work. Sound Level – The weighted sound pressure level obtained using a sound level meter and frequency weighting network as provided in the American National Standards Institute (ANSI) specifications for sound level meters. "Sound level" means the same as "noise level." Special Provisions – Revisions to the Standard Specifications setting forth conditions and requirements peculiar to the Work. Specifications – General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard – The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans – Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications – The Standard Specifications for Public Works Construction (SSPWC), the “Greenbook”. State – State of California. Stipulated Unit Price – Unit prices established by the Agency in the Contract Documents. Storm Drain – Any conduit and appurtenances intended for the reception and transfer of storm water. Street – Any road, highway, parkway, freeway, alley, walk, or way. Subbase – A layer of specified material of planned thickness between a base and the subgrade. Subcontractor – An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade – For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision – Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement – A written amendment of the Contract Documents signed by both parties. ,.._. \..• Revised 6/12/18 Contract No. 5020-B Page 56 of 160 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, pipelines, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or easement. Work – That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. Working Drawings – Drawings showing the details not shown on the Plans which are required to be designed by the Contractor. Working Night – A period of night-time work, allowed only on Sunday through Thursday, excluding holidays. 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 .............................................................. Benchmark 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 Revised 6/12/18 Contract No. 5020-B Page 57 of 160 CIP ......................................................... Cast iron pipe CIPP ................................................ Cast-in place pipe CL ............................................. Clearance, center line CLF .................................................... Chain link fence CMB ............................... Crushed miscellaneous base CMC ......................................... Cement mortar-coated CML ............................................ Cement mortar-lined CMWD .................... Carlsbad Municipal Water District CO .................................................... Cleanout (Sewer) COL ..................................................................Column COMM ....................................................... Commercial CONC ........................................................... Concrete CONN ........................................................ Connection CONST .................................. Construct, Construction COORD ...................................................... Coordinate CSP ............................................ Corrugated steel pipe CSD ............................... Carlsbad Standard Drawings CTB ............................................ Cement treated base CV ............................................................ Check valve CY ............................................................... Cubic yard D .............................................................. Load of pipe dB ................................................................... Decibels DBL .................................................................. Double DF ............................................................... Douglas fir DIA ................................................................ Diameter DIP ..................................................... Ductile iron pipe DL ................................................................Dead load DR ...................................................... Dimension Ratio DT .................................................................Drain Tile DWG ............................................................... Drawing DWY .............................................................. Driveway DWY APPR ................................... Driveway approach E ....................................................................... Electric EA ........................................................................ Each EC ............................................................ End of curve ECR ................................................ End of curb return EF ................................................................ Each face EG ......................................................... Edge of gutter EGL .................................................. Energy grade line EI ................................................................... Elevation ELC ..................................... Electrolier lighting conduit ELT ........................................................ Extra long ton ENGR ....................................... Engineer, Engineering EP ................................................... Edge of pavement ESMT ........................................................... Easement ETB .......................................... Emulsion-treated base EVC ............................................... End of vertical curb EWA ............................... Encina Wastewater Authority EXC ............................................................ Excavation EXP JT ................................................. Expansion joint EXST ............................................................... Existing F .................................................................. Fahrenheit F&C ................................................... Frame and cover F&I .................................................. Furnish and install FAB ............................................................... Fabricate FAS ............................................... Flashing arrow sign FD ............................................................... Floor drain FDN ............................................................ Foundation FED SPEC ................................. Federal Specification FG ........................................................ Finished grade FH ............................................................. Fire hydrant FL ................................................................... Flow line FS ...................................................... Finished surface FT-LB .........................................................Foot-pound FTG .................................................................. Footing FW ............................................................ Face of wall G ........................................................................... Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons GALV ......................................................... Galvanized GAR ........................................... Garage and Garages GIP .............................................. Galvanized iron pipe GL ........................................ Ground line or grade line GM .............................................................. Gas meter GNV ............................................... Ground Not Visible GP ..................................................................Guy pole GPM ................................................ gallons per minute GR ...................................................................... Grade GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HDWL ........................................................... Headwall HGL .............................................. Hydraulic grade line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation ID ........................................................ Inside diameter INCL ...............................................................Including INSP .............................................................Inspection 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 ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 58 of 160 MULT ...............................................................Multiple MUTCD .....Manual on Uniform Traffic Control Devices MVL ............................................... Mercury vapor light NCTD .............................. North County Transit District NRCP .............................. Nonreinforced concrete pipe OBS ...............................................................Obsolete OC ................................................................ On center OD ..................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................ Overhead Electric OMWD ................. Olivenhain Municipal Water District OPP ...............................................................Opposite ORIG ................................................................Original PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature PCVC ....................... Point of compound vertical curve PE ........................................................... Polyethylene PI .................................................. Point of intersection PL ............................................................. Property line PMB ............................ Processed miscellaneous base POC ...................................................... Point on curve POT .................................................... Point on tangent PP .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI ......................................... Pounds per square inch PT .................................................... Point of tangency PVC .................................................. Polyvinyl chloride PVMT ........................................................... Pavement PVT R/W ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete RCB ...................................... Reinforced concrete box RCE ...................................... Registered civil engineer RCP ..................................... Reinforced concrete pipe RCV ........................................... Remote control valve REF ............................................................. Reference REINF ..............................Reinforced or reinforcement RES ...............................................................Reservoir RGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR ...................................................................Railroad RSE .............................. Registered structural engineer RTE .................................... Registered traffic engineer S .................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD ............................................................. Storm drain SDNR .............................. San Diego Northern Railway SDR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings SE ...................................................... Sand Equivalent SEC .................................................................. Section SF ............................................................. Square foot SFM ................................................ Sewer Force Main SI ....................... International System of Units (Metric) SPEC ..................................................... Specifications SPPWC .......................................... Standard Plans for Public Works Construction SSPWC ............................. Standard Specifications for Public Works Construction ST HWY ................................................ State highway STA ................................................................... Station STD ............................................................... Standard STR ..................................................................Straight STR GR ................................................ Straight grade STRUC .......................................... Structural/Structure SW .................................................................Sidewalk SWD ...................................................... Sidewalk drain SY ............................................................ Square yard T .................................................................. Telephone TAN ................................................................. Tangent TC .............................................................. Top of curb TEL ............................................................. Telephone TF ........................................................... Top of footing TOPO ........................................................ Topography TR ........................................................................ Tract TRANS ......................................................... Transition TS ......................... Traffic signal or transition structure TSC ............................................. Traffic signal conduit TSS ........................................... Traffic signal standard TW ..............................................................Top of wall TYP .................................................................. Typical UE .............................................. Underground Electric USA .................................... Underground Service Alert VAR ..................................................... Varies, Variable VB ................................................................ Valve box VC .......................................................... Vertical curve 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 Revised 6/12/18 Contract No. 5020-B Page 59 of 160 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 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) Revised 6/12/18 Contract No. 5020-B Page 60 of 160 1 square yard (yd2) ................................................................................0.8361 square meter (m2) 1 cubic foot (ft3) .....................................................................................0.0283 cubic meter (m3) 1 cubic yard (yd3) ..................................................................................0.7646 cubic meter (m3) 1 acre ....................................................................................................0.4047 hectare (ha) 1 U.S. gallon (gal) .................................................................................3.7854 Liter (L) 1 fluid ounce (fl. oz.) ..............................................................................29.5735 millileter (mL) 1 pound mass (lb) (avoirdupois) ...........................................................0.4536 kilogram (kg) 1 ounce mass (oz) .................................................................................0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................0.9072 Tonne (= 907 kg) 1 Poise ..................................................................................................0.1 pascal . second (Pa . s) 1 centistoke (cs) ....................................................................................1 square millimeters per second (mm2/s) 1 pound force (lbf) .................................................................................4.4482 Newton (N) 1 pounds per square inch (psi) .............................................................6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) .................................................................1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf).......................................................................1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ...............................................1.3558 Watt (W) 1 part per million (ppm) .........................................................................1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): ........................................................................Degree Celsius (°C): °F = (1.8 x °C) + 32 ...............................................................................°C = (°F – 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (lm) 1 second (s) Common Metric Prefixes kilo (k) ....................................................................................................103 centi (c)..................................................................................................10-2 milli (m) ..................................................................................................10-3 micro () ................................................................................................10-6 nano (n) .................................................................................................10-9 pico (p) ..................................................................................................10-12 1-5 SYMBOLS.  Delta, the central angle or angle between tangents  Angle % Percent ‘ Feet or minutes “ Inches or seconds 1 Number / per or (between words) ° Degree PL Property line CL Centerline SL Survey line or station line ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 61 of 160 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 6/12/18 Contract No. 5020-B Page 62 of 160 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. 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 63 of 160 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. 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, ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 64 of 160 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. 526-7 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 Municipal Water District, hereinafter designated as CES and CSD, respectively. Modified standard drawings, if applicable, are enclosed in the appendices to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict in the Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1. Permits from other agencies as may be required by law. 2. Change orders, whichever occurs last. 3. Contract addenda, whichever occurs last. 4. Contract. 5. Carlsbad General and Supplemental Provisions. 6. Carlsbad Engineering Standards. 7. Technical Specifications. 8. Plans. 9. Standards Plans. a. City of Carlsbad Standard Drawings. b. Carlsbad Municipal Water District Standard Drawings. c. City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d. San Diego Area Regional Standard Drawings. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 65 of 160 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. 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 66 of 160 5. Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6. Description of the contents of the submittal. 7. Identification of deviations from the Contract Documents. 8. The signature, printed name, title and company name of the Contractor’s representative. The Contractor shall subscribe to and shall place the following certification on all submittals:  "I hereby certify that the (equipment, material, procedure(s)) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance 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 Item Section Number Title Subject 1 7-8.6.1 Dewatering Excavation Dewatering 2 7-10.4.1 Safety Orders Trench Shoring 3 7-10.4.8 Steel Plate Covers Steel Plate Bridging 4 300-3.2 Cofferdams Structure Excavation & Backfill 5 300-12.1 SWPPP SWPPP 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.2 Falsework Plans Structural Steel 10 307-1.1 General Jacking Operations 11 307-2.1 General Tunneling Operations 12 306-8 Microtunneling Microtunneling Operations 13 601-2 Temporary Traffic Control Plan Traffic Control Working drawings listed above as Items 2, 3, 4, 7, 8, 9, 10, 11, 12, and 13 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 are required in the following sections and as specified in the Special Provisions: I Revised 6/12/18 Contract No. 5020-B Page 67 of 160 TABLE 2-5.3.3 Item Section Number Title Subject 1 207-2.5 Joints Reinforced Concrete Pipe 2 207-8.4 Joints Vitrified Clay Pipe 3 304-1.1.1 Shop Drawings Structural Steel 4 304-2.1 General Metal Hand Railings 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Three hard copies and one electronic (PDF) file of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, one red 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. Controller Cabinet Wiring Diagrams per 701-17.2.2 9. Data, including, but not limited to, catalog sheets, manufacturer’s brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 10. Temporary highline plan per Carlsbad Engineering Standards. 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. t Revised 6/12/18 Contract No. 5020-B Page 68 of 160 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. A geotechnical investigation report prepared for the project is included by reference in Appendix “D”. 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. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor’s responsibility to determine and allow for the elevation of groundwater at the time of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work, 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. At the Contractor’s option and in accordance with the following conditions, the Contractor may use a limited portion of CMWD property at the La Costa Low Reservoir yard located on Alga Road, south of Corte Casitas and north of Paseo Candelero, for construction staging at no cost to the Contractor. Use of the property for staging is conditioned upon the Contractor’s strict adherence to the conditions listed below. Non-compliance will result in the revocation of use of the property for staging, requiring the Contractor to immediately vacate 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 normal work hours specified for this Contract. The Contractor may not enter the staging area, park vehicles and/or create a queue along the driveway entrance before or after normal work hours unless prior, written authorization is provided by the City Inspector. 3. Prior to use of the staging area, the Contractor shall inspect the site with the City Inspector to confirm the use boundaries and shall include the property in the preconstruction survey per Section 7-9.1 prior to mobilization. 4. The Contactor shall secure and lock the gate upon leaving the yard. 5. All excavated material shall be hauled off-site. Materials, including excavation spoils, 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 or demolition activities are allowed at the yard. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 69 of 160 7. The Contractor shall install temporary fencing around the staging area. At a minimum, the Contractor shall install orange snow fence and silt fence around the perimeter of the staging area. 8. Upon completion of the work, the 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 Contractor’s preconstruction survey. 9. If project construction activity is inactive for a period of 60 days, the Contractor shall remove all equipment and materials and restore the yard to the original condition within 15 days of receipt of notice to vacate by the Engineer. 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 set all stakes for line and grade. 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 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 Work. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 70 of 160 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 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 71 of 160 Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 72 of 160 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 6/12/18 Contract No. 5020-B Page 73 of 160 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 6/12/18 Contract No. 5020-B Page 74 of 160 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 6/12/18 Contract No. 5020-B Page 75 of 160 The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors’ invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1. Labor …………………………..… 20 2. Materials .……………………….. 15 3. Equipment Rental ……………… 15 4. Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 76 of 160 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract Documents; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor’s failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the District with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655: ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 77 of 160 “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” By: ___________________________________ Title: ______________________________ Date: _________________________________ Company Name: ______________________________________________________________ The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the Agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the Contractor and the Agency are unable to reach agreement on disputed work, the Agency may direct the Contractor to proceed with the Work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer 4. 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 6/12/18 Contract No. 5020-B Page 78 of 160 All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) “Public entity” shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v) The Military Department as to any project under the jurisdiction of that department. (vi) The Department of General Services as to all other projects. (vii) The High-Speed Rail Authority. (4) “Public works project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 79 of 160 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. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 80 of 160 (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2020, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 81 of 160 claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 82 of 160 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 6/12/18 Contract No. 5020-B Page 83 of 160 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 ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 84 of 160 the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material 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 ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 85 of 160 furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer’s written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 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 6/12/18 Contract No. 5020-B Page 86 of 160 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator’s platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials’ tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient’s agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary, gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 87 of 160 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 6/12/18 Contract No. 5020-B Page 88 of 160 SECTION 5 – UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which are known to exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. 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. Revised 6/12/18 Contract No. 5020-B Page 89 of 160 The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2-inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2-inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor’s operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as “abandoned” or “to be abandoned in place”. Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 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 ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 90 of 160 Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer, the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 91 of 160 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 6/12/18 Contract No. 5020-B Page 92 of 160 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, ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 93 of 160 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 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 94 of 160 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. 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 95 of 160 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. The Contractor shall incorporate non-work days, moratoriums, special events or restricted work hours specified in the Contract Documents into the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustments of contract time will be allowed as a consequence of these scheduling constraints. La Costa Meadows Elementary School, 6889 El Fuerte St., Carlsbad, CA 92009 Construction operations within 300 feet of the school shall be limited to the hours between 8:30 a.m. and 2:00 p.m. 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 or specified on the Contract Documents. 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. Develop and submit a Work Plan identifying staging areas and haul routes and describing the materials, equipment and procedures for each phase of the Work and submit the Work Plan in accordance with Section 2-5.3. 2. At least ten days, but no more than 30 days prior to start of construction at each project site, coordinate with the City and its qualified biologist for a preconstruction survey of potential biological resources. The Contractor shall comply with all environmental monitoring requirements (Appendix E). CMWD will provide the biological monitor. 3. Secure laydown/staging areas including any off-site staging area(s) if necessary. 4. Complete the Application for Water Meter Permit (Form E-27) to obtain a construction water meter from the City for any temporary water usage throughout duration of construction. 5. Conduct surveying and staking of areas to be graded, pipeline alignments and proposed improvements and appurtenances, limits of right-of-way or easements. Conduct Underground Service Alert (DigAlert) notification and utility mark-out after completion of surveying and staking. Conduct pre-construction video and photographs of haul routes and work areas showing construction stakes and/or alignment stationing . 6. Mobilize labor force, materials and equipment for subsequent phases of Work and install temporary facilities and BMPs, traffic control and excavation safety measures. The installation of temporary construction BMPs shall precede ground disturbing activities. 7. 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 Revised 6/12/18 Contract No. 5020-B Page 96 of 160 utilities have been potholed and confirmed by the Contractor to have no conflict with the Work. 8. Submit a pipeline highlining plan for all domestic water or fire services to be highlined during the Work as noted or required by the Contract Documents. Temporary water meter shall be secured by the Contractor. The water source location shall be as approved by CMWD. 9. Submit a Utility Shutdown/Connection Request (Form E-28, Appendix “C”) 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. 10. Remove existing pipelines or appurtenances specified for removal or that are abandoned (or to be abandoned) and in conflict with the work as specified or required. Salvage existing equipment to the District where specified. Construct the new pipelines, isolation valves, appurtenances (e.g., air valve and blow-off assemblies) and utility services. Install thrust restraint systems and backfill all excavations. 11. Conduct hydrostatic pressure testing and disinfection of new pipe systems. 12. 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 restoration 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 work of any phase shall be completed prior to beginning the work of a subsequent phase unless otherwise noted or approved. 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 or revise the order of phasing as necessary to complete the Work in its entirety in accordance with the Contract Documents. Any modification of the phasing described below shall be approved by the Engineer. Phase 1. Palomar East PRS Abandonment and New 16” Water Main The work of this phase shall be completed prior to commencing demolition or excavation work in any subsequent phase. 1. Isolate the existing water main and construct the new PVC water main with steel casing beneath the existing storm drain crossing. 2. Construct the remaining segments of the new PVC water main and appurtenances. Cement-slurry fill and abandon in-place the existing PRS inlet and outlet piping. 3. Connect the new water main to the existing water main. 4. Complete paving and pavement striping. 5. Abandon in-place the existing Palomar East PRS vault. Remove the above-ground appurtenances without disturbing existing vegetation (no excavation is permitted). Revised 6/12/18 Contract No. 5020-B Page 97 of 160 Phase 2. Melrose PRS The work of this phase shall be completed prior to commencing demolition or excavation work in any subsequent phase. 1. Isolate the PRS inlet and outlet piping and de-energize the electrical power circuit to the PRS. 2. Demolish the existing PRS vault, piping and appurtenances. 3. Construct the new PRS vault, piping and appurtenances and install the new electrical and communication systems. Conduct start-up testing and commissioning of the new PRS. 4. Restore the curb, gutter and sidewalk improvements and complete paving and pavement striping. For the next two phases, either Phase 3 or Phase 4 may lead in sequence, but the phases shall be scheduled to 1) cause the least inconvenience to La Costa Meadows Elementary School, 2) avoid concurrent water main shutdowns in either Phase 3 or Phase 4, and 3) comply with the project environmental monitoring requirements. Phase 3. Lower El Fuerte PRS and New 12” Water Main 1. Construct the new PRS vault, piping and appurtenances and install the new electrical and communication systems. 2. Coordinate de-energizing of the existing PRS electrical service with SDGE, minimum 2 months in advance of scheduled demolition. Demolish the existing electrical service. 3. Highline the existing domestic water services. 4. Isolate the existing water main and demolish the existing PRS vault. Construct the new water main and new appurtenances, water services and pressure regulators. Connect the new water main to the new PRS piping. 5. Connect the new water main to the existing water main. Conduct start-up testing and commissioning of the new PRS. 6. Reconnect the existing private water services to the new water services. 7. Restore curb, gutter and sidewalk improvements and complete paving and pavement striping. Phase 4. El Fuerte/Corintia PRS and New 12” Water Main 1. Construct the new PVC water main. Do not connect it to the existing water mains. 2. Construct the new PRS vault, piping and appurtenances and install the new electrical and communication systems. Connect the new PRS piping to the new water main. Revised 6/12/18 Contract No. 5020-B Page 98 of 160 3. Connect the new water main to the existing pipelines. 4. Conduct start-up testing and commissioning of the new PRS. 5. Restore curb, gutter and sidewalk improvements and complete paving and pavement striping. 6-2.2.1 Phasing Criteria. The Contractor shall accommodate the following criteria into the construction schedule and Work Plan: 1. All construction activities shall comply with the scheduling constraints 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. The Agency will isolate all pipelines. The Contractor shall conduct all dewatering and water disposal. 3. Excavations must be backfilled or securely shored and plated at the end of each work day. 4. When domestic water or fire service interruptions are necessary and approved, no customer shall be without water for longer than 8 hours unless otherwise specified. If the planned water service shutdown duration exceeds the duration specified, the Contractor shall submit a highline plan for approval and provide all highlining prior to the shutdown. 5. 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. 6. 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; b. All dewatering shall be functioning and demonstrated to the Inspector; 7. Excavations shall be backfilled and base paved within 3 working days of energizing the respective pipeline segment. 8. Each site shall be fully restored and completed within 15 working days of energizing the pipeline in each phase. 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor’s Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, “The Contractor’s Representative”. No separate payment for attendance of the Contractor, the Contractor’s Representative or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. Revised 6/12/18 Contract No. 5020-B Page 99 of 160 6-3.2 Archaeological and Paleontological Discoveries. The Contractor shall include 15 working days for coordination with the Archaeological and Cultural Monitor in the construction schedule. 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 and compensation in accordance with Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency’s interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board’s opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board’s consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor’s place in all respects for that part and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 100 of 160 The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor’s inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. The proof must be provided in a timely manner in accordance with the sequence of the Contractor’s operations and the approved construction schedule. If delays beyond the Contractor’s control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best 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 ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 101 of 160 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 calendar days. The Contractor shall diligently prosecute the work to completion within 180 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. In addition to Agency holidays, open excavations and service shutdowns will not be allowed on the day prior to Thanksgiving and between December 23 and January 1. 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 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays and other restricted days or times as specified in 6-2. 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 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 102 of 160 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. 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 103 of 160 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. 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 ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 104 of 160 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 6/12/18 Contract No. 5020-B Page 105 of 160 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 6/12/18 Contract No. 5020-B Page 106 of 160 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. Refer to Appendix E for biological resources monitoring requirements and potential noise mitigation measures. 7-5.2 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. 7-6 THE CONTRACTOR’S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 107 of 160 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: 1. 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. 2. Completion of OSHA 30-hour Construction Training Course. Submit certification as proof. 3. 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 demonstrated. 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. 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 108 of 160 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all utility companies during the mark-out and locating of their lines or during their relocation or construction if necessary. 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 therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 109 of 160 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 Construction SWPPP. 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. A Tier 2 Storm Water Pollution Prevention Plan (SWPPP) is provided to the Contractor, in Appendix “B”, for use in preparing the Project SWPPP for approval by the City. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. Refer to Section 300-12. 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 110 of 160 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. In accordance with Appendix E, noise mitigation requirements include limiting construction noise during the general breeding season (January 15 to September 15) that could affect the breeding of the coastal California gnatcatcher, migratory songbirds, and other bid species associated with adjacent undeveloped areas. Construction noise exceeding 60 dBA hourly average, adjusted for ambient noise levels at a nesting site, shall not occur within 500 feet of active nesting sites during the general breeding season (January 15 through September 15). The Agency will retain a qualified biologist to perform a preconstruction survey and monitoring for biological resources and monitor the construction activities that occur adjacent to undeveloped open space that potentially supports breeding birds. The Contractor shall be responsible for noise mitigation, if required. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor’s operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be restored with sod 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 111 of 160 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. 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. 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 after unloading. Construction equipment shall not be stored at the Work site before its actual use on the Work or after it is no longer needed. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 112 of 160 All materials or equipment not installed or used in construction on any given day shall be stored elsewhere by the Contractor at its expense unless otherwise approved 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 watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer ............................................................................ 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 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer’s written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering “signs” as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. 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 ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 113 of 160 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. 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, 12-foot wide paved traffic lane shall be open for use by public traffic in each direction of travel. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD, 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 ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 114 of 160 start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the latest California Manual on Uniform Traffic Control Devices (CAMUTCD) published by Caltrans. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of 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 necessitating traffic control and completed. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 115 of 160 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers’ protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer’s approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 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 ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 116 of 160 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor’s submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit- required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-10.4.6 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 117 of 160 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. 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 (51 mm) minimum letter height indicating the steel plate cover load limit, the Company’s name, and a 24-hour emergency contact phone number. 5. The 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. The 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 118 of 160 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: 1) The Contractor shall submit a Working Drawing and calculations based on AASHTO H20-44 bridge loading. 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 inch (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. Revised 6/12/18 Contract No. 5020-B Page 119 of 160 Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: “In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties.” ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 120 of 160 SECTION 8 – FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. When specified in Section 9-4 under Mobilization and Preparatory Work, all facilities provided for Agency personnel shall be provided at suitable locations approved by the Engineer. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. A Class “A” Field Office in accordance with Section 8-2.1 shall be provided at any offsite plant facility furnishing pipe subject to Agency inspection during manufacture. A Field Laboratory in accordance with Section 8-3.1 shall be provided at any offsite or project site plant facility furnishing Portland cement concrete or asphalt paving material. Any other facilities for Agency personnel shall be provided only when required by the Specifications. Offices and laboratories at plants may be used concurrently by inspection personnel of other agencies provided such use does not seriously conflict with Agency use. When facilities are shared in this manner, at least one locker provided with a hasp for a padlock must be available for the exclusive use of Agency inspectors. Otherwise, any facilities furnished are for the exclusive use of Agency personnel. All facilities shall conform to the applicable codes, ordinances, and regulations of the local jurisdiction and of the State of California and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. The Contractor shall provide janitorial and other maintenance services in all types of facilities provided. Such services shall include the supply of the appropriate paper products and dispensers. Trash receptacles shall be provided and emptied by the Contractor at weekly intervals or sooner as required. The trash shall be removed from the project site. All costs to furnish, maintain, service, and remove the specified facilities at the project site shall be included in the price bid for such facilities. If no bid item is provided in the proposal, costs shall be included in other items for which bids are entered. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. 8-2.1 Class “A” Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals that the Engineer may designate. The field office shall be a separate structure from any other office facility. The Contractor shall maintain the field office with supplies throughout the entire duration of the contract unless the Engineer approves otherwise. This office shall have a minimum floor space of 440 square feet. All doors and windows shall be provided with screens. Furniture shall be provided as follows, subject to Engineer approval: • one plan table • one standard 5-foot long double-pedestal desk with a drawer suitable for holding files • two chairs • one drafting stool • one plan rack ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 121 of 160 Additionally, the "Class A" Field Office shall be provided with: • one additional standard 5’ double pedestal desk with two chairs • one electrostatic copier • one refrigerator, 4.5 cubic feet minimum • one microwave oven • one additional plan rack • one water cooler with hot and chilled water • integral sanitary facilities with a toilet and wash basin with hot and cold potable water Electric power shall be provided to include a minimum of four duplex convenience outlets. The office shall be illuminated at the tables and desk. An outdoor lighting fixture with a 300-watt bulb shall be installed. Heating and air conditioning of sufficient capacity shall be provided at no expense to the Agency. The field office shall be located within or immediately adjacent to the limits of work, as approved by the Engineer, with access and three parking spaces for the exclusive use of the Engineer and his/her designees. 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 separate, chemical toilet facility shall be provided adjacent to the office per Section 7-8.4. 8-2.3 Class “C” Field Office. The office shall have a minimum floor space of 160 square feet. 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. i) Revised 6/12/18 Contract No. 5020-B Page 122 of 160 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. 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 C231 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: 1. One lavatory with hot and cold water. 2. One toilet in a stall. 3. One 1 m (3 feet) trough-type urinal. 4. One enclosed shower at least 3 by 3 feet with hot and cold water. 5. One bench, 2 m (6 feet) long. 6. Soap dispensers. 7. Toilet paper holders. 8. Paper towel cabinet. 9. 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 ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 123 of 160 included in the bid item for furnishing such facilities. If such facilities are required by the Plans or Specifications and no bid item is provided in the proposal, the costs shall be included in other items for which bids are entered. Such costs incurred in connection with offices and laboratories at plants shall be borne by the plant owners. Payment for field office will be made at the monthly price bid and will include full compensation for installing and removing the field office, relocating it as may be necessary to facilitate the project, obtaining all permits, property rental, providing utilities including, but not limited to, high speed internet service, electrical, telephone, potable water and sanitary facilities, and maintenance. The monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Engineer and on the project excepting when the Engineer has ordered that the field office be removed from the project. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 124 of 160 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. Linear quantities of pipe or conduit shall be measured along the alignment centerline stationing. 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 125 of 160 Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. 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 ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 126 of 160 on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper 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 ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 127 of 160 adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 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 but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for Mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for Mobilization and Preparatory Work will be made at the Contract price 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 bid items. Such activities shall include, but are not limited to, coordination with Agency forces, securing permits, surveying and ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 128 of 160 staking, demobilization and any other work or services not included in any other bid item. The Contractor hereby agrees that the price paid is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. 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. Mobilization and Preparatory Work The contract price paid for this bid item shall constitute payment for all mobilization work in accordance with Section 9-3.4 of these General Conditions. A field office per Section 8-2.3 or field laboratory or bathhouse facilities will not be required for this project. Preconstruction Survey 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 survey in accordance with 7-9.1 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. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 129 of 160 Stormwater Pollution Prevention Plan 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. Temporary Traffic Control The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, equipment and incidentals, prepare traffic control plans and implement temporary traffic control systems, complete in-place and in accordance with the Contract Documents, including Sections 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 to furnish all labor, materials, tools 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 and utility mark-out, coordination and standby inspection of potholing excavations, backfilling of excavations, patching of pothole excavations with temporary AC paving, and submitting results to the Engineer in advance of pavement saw-cutting or excavations. Demolish Existing PRS The contract price paid for this bid item shall constitute full compensation for all labor, materials and equipment required to demolish, remove and dispose of the existing pressure reducing station in accordance with the Contract Documents. This item shall include, but is not limited to coordination with Agency for water main isolation; coordinating with SDGE for de-energizing existing electrical service, protecting existing utilities; pavement saw-cutting; demolition of pavements or structures; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; removal of the vault, piping and associated appurtenances and improvements; cutting and plugging existing pipelines; cement-slurry fill; imported or native earth backfill; disposal of waste or surplus materials; and all incidental work or services. Abandon In-Place Existing PRS The contract price paid for this bid item shall constitute full compensation for all labor, materials and equipment required to abandon in-place the existing pressure reducing station in accordance with the Contract Documents. This item shall include, but is not limited to, coordination with Agency for water main isolation; protecting existing utilities; salvaging equipment to the Agency; dewatering and any required water disposal; cutting and plugging existing pipelines; cement-slurry fill; imported backfill; disposal of waste or surplus materials; site restoration; and all incidental work or services. Construct PRS Vault (Site per Bid Schedule) The contract price paid for this bid item shall constitute full compensation for all labor, materials and equipment required to construct a new reinforced concrete vault and appurtenances in accordance with the Contract Documents. This item shall include, but is not limited to, preparation and submittal of shop drawings; protecting existing utilities; excavation; subgrade preparation; crushed rock; concrete vault; access hatches and fall protection devices; ladders and ladder-up safety devices; joint sealants; vault exterior waterproofing systems; mechanical link seals; polyvinyl chloride vent piping; fabricated steel vent risers; concrete encasements; thrust blocks; import, placement and compaction of backfill; gravel surfacing; site restoration of ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 130 of 160 landscaping and/or irrigation system repair; disposal of waste or surplus materials; and all incidental work or services. Furnish and Install PRS Piping The contract price paid for this bid item shall constitute full compensation for all labor, materials and equipment required to furnish and install new piping of the size and type shown or specified for the pressure reducing station inlet and outlet and pressure relief discharge in accordance with the Contract Documents. This item shall include, but is not limited to, preparation and submittal of shop drawings; steel pipe spools, special pieces, bends, reducers and tees; flanges; mechanical couplings; threaded half-couplings; hardware; insect screens; flange insulating kits; corrosion protection coatings; pipe supports; ball valves; pressure gauges and all incidental work or services. Furnish and Install Pressure Control Valve The contract price paid for this bid item shall constitute full compensation for all labor, materials and equipment required to furnish and install new pressure control valve of the size, type and number shown or specified in accordance with the Contract Documents. This item shall include, but is not limited to, tubing and pilots for pressure reducing and/or pressure sustaining functions; valve position indicators; solenoids and/or switches; corrosion protection coatings; gaskets; hardware, start-up testing and commissioning and all incidental work or services. Furnish and Install Pressure Relief Valve The contract price paid for this bid item shall constitute full compensation for all labor, materials and equipment required to furnish and install new pressure relief valve of the size, type and number shown or specified in accordance with the Contract Documents. This item shall include, but is not limited to, tubing and pilots for pressure relief function; valve position indicators; solenoids and/or switches; corrosion protection coatings; flange isolation kits; gaskets; hardware, start-up testing and commissioning and all incidental work or services. Gate valves connected to the pressure relief valve assembly are paid for under separate bid items. Furnish and Install Gate Valve The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment and install new resilient wedge gate valve of the size and number specified in accordance with the Contract Documents. This bid item shall include, but is not limited to, gaskets; hardware; corrosion protection coatings; polyethylene encasement; valve support blocks; thrust restraint fittings and/or concrete thrust blocks. Gate valves installed for fire service or fire hydrant assemblies shall be measured and paid for under separate bid items. Furnish and Install Valve Box Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment and install new valve box assembly per CMWD Standard Drawing No. W-23 in accordance with the Contract Documents. This bid item shall include, but is not limited to, valve box and lid; valve stem extension per CMWD Standard Drawing No. W- 23 (where required); corrosion protection coatings and all incidental work or services. Valve box assemblies for fire hydrant assemblies, blow-off assemblies or combination air valve assemblies shall be paid for under separate bid items for such assemblies. Furnish and Install Water Main Casing The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment and install new casing pipe of the size and to the limits specified ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 131 of 160 for the water main in accordance with the Contract Documents. Work shall include, but is not limited to, excavation and/or tunneling; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; installation of casing pipe; contact grouting; casing spacers; casing end seals; 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 a separate bid item. Furnish and Install Fusible PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment and install new fusible polyvinyl chloride (fusible PVC) water main of the size and to the limits specified in accordance with the Contract Documents. Work shall include, but is not limited to, 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; fusible PVC 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 a separate bid item. Furnish and Install PVC Water Main The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment and install new polyvinyl chloride (PVC) water main of the size and to the limits specified in accordance with the Contract Documents. This bid item shall include, but is not limited to, 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 a separate bid item. Water Main Connection (Station per Bid Schedule) 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 pipeline at the stations identified on the bid schedule in accordance with the Contract Documents. This item shall include, but is not limited to, all coordination with the Agency including preparation and submittal of Shutdown/Connection Request (Form E-28); pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; pipe; fittings; thrust restraint devices and thrust blocks; disinfection; bacteriological testing; flushing and dechlorination; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill and all incidental work. This bid item shall not include pavement structural section restoration which shall be measured and paid for under a separate bid item. Payment for water main connections that are not identified on the bid schedule shall be considered included in the price bid for “Furnish and Install Water Main” and no separate payment shall be made therefor. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 132 of 160 Over-excavation and Backfill The contract price per for this bid item shall constitute full compensation to furnish all labor, materials and equipment and remove unsuitable materials encountered in the trench subgrade to a depth of 12 inches, disposal in accordance with applicable regulations, and placement of imported pipe zone backfill to the design trench subgrade elevation. The removal limits shall be as ordered by the Engineer. Furnish and 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 and install new combination air and vacuum valve assembly per CMWD Standard Drawing Nos. W-11 and W-14 and in accordance with the Contract Documents. This item includes, but is not limited to, excavation; service saddles; corporation stops; tubing; placement and compaction of imported bedding, pipe zone and trench zone backfill; utility warning tape; locating wire; fittings; combination air valve and enclosure; concrete appurtenance pad; valve box assembly and all incidental work or services. Furnish and Install Blow Off Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and install new blow off assembly per CMWD Standard Drawing Nos. W-10 and W-15 and in accordance with the Contract Documents. This item includes, but is not limited to, excavation; service saddles; corporation stops; gate valves; tubing; piping; fittings; placement and compaction of imported bedding, pipe zone and trench zone backfill; utility warning tape; locating wire; thrust restraint devices and/or thrust blocks; blow off and enclosure; polyethylene encasement; concrete appurtenance pad; valve box assembly and all incidental work or services. Furnish and Install Fire Hydrant Assembly The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and install new fire hydrant assembly per CMWD Standard Drawing No. W-17 and in accordance with the Contract Documents. This item includes, but is not limited to, pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; imported bedding and backfill materials; pipe; pipe spools; fittings; gate valve; hydrant; valve support blocks; thrust restraint devices and/or concrete thrust blocks; valve box assembly; locating wire; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; appurtenance pads; protection posts; fire hydrant markers and all incidental work. This bid item shall not include pavement structural section restoration which is measured and paid for under a separate bid item. Furnish and Install Water Service Assembly (Size per Bid Schedule) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and install new water service assembly per CMWD Standard Drawing No. W-3 or W-4 as applicable and in accordance with the Contract Documents. This item includes, but is not limited to, pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; imported pipe zone bedding and backfill and trench zone backfill; service saddle; corporation stop; copper tubing; fittings; angle meter and customer side ball valves; unions; sacrificial anodes; meter box and site restoration. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 133 of 160 New water meters, where replacement is determined necessary, will be furnished and installed by the District. This bid item shall not include pavement structural section restoration which is measured and paid for under a separate bid item. Furnish and Install Water Service Assembly with Pressure Regulator (Size per Bid Schedule) The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and install new water service assembly per CMWD Standard Drawing No. W-3 or W-4 and new pressure regulator valve assemblies as applicable and in accordance with the Contract Documents. This item includes, but is not limited to, pavement saw-cutting; demolition of pavements; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; imported pipe zone bedding and backfill and trench zone backfill; service saddle; corporation stop; copper tubing; fittings; angle meter and customer side ball valves; unions; sacrificial anodes; meter box; pressure regulator and site restoration. New water meters, where replacement is determined necessary, will be furnished and installed by the District. This bid item shall not include pavement structural section restoration which is measured and paid for under a separate bid item. Furnish and Install Drainage Improvements The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials, tools and equipment and install drainage improvements for pressure relief discharge and PRS vault sump pump discharge in accordance with the Contract Documents. This bid item shall include, but is not limited to, pavement saw-cutting; demolition of pavements or structures; excavation; dewatering and any required water disposal; removal of existing or to be abandoned conduits or structures; concrete drainage structures and grating; concrete drainage ditches; rip- rap energy dissipaters; sidewalk underdrains; curb outlets; pipe and fittings; gaskets; hardware; concrete encasements; thrust blocks and thrust restraint devices; installation of tracer wire and utility warning tape; placement and compaction of imported pipe zone bedding and backfill and trench zone backfill; disposal of surplus materials and all incidental work. Furnish and Install Electrical, Instrumentation and Communications Improvements The contract price paid for this bid item shall constitute full compensation for all labor, materials and equipment required to furnish and install electrical and control improvements in accordance with the Contract Documents. This item shall include, but is not limited to, coordination with the Agency and San Diego Gas and Electric; excavation; protecting existing utilities; electrical conduit and conductors; imported bedding and backfill material; concrete encasements; new electric service pedestal and concrete foundation (Lower El Fuerte PRS and El Fuerte/Corintia PRS sites); junction and pull boxes; conduit straps and anchorages; switches; lighting fixtures; pressure transmitters; pressure gauges; sump pump; exhaust fan in valve vault; electrical panels and enclosures; communications equipment, enclosure and antenna; start-up and testing of electrical, instrumentation and communications systems; disposal of waste or surplus materials and all incidental work or services. The Agency will pay for SDG&E fees related to the new electrical service work order. Any fees not itemized on the SDG&E work order, such as for repeat inspections or to correct non- conforming work, shall be paid by the Contractor and at no additional cost to the Agency. ,.._. ~- Revised 6/12/18 Contract No. 5020-B Page 134 of 160 Furnish and Install Aggregate Base The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and place untreated aggregate base (Caltrans Class II, Section 26- 1.02B), complete in-place in accordance with City of Carlsbad Standard Drawings (GS-17 and GS-25 or GS-26) and other requirements of the Contract Documents. The price paid shall include, but not be limited to preparing and compacting the subgrade; importing, placing and compacting aggregate base above the trench zone, beneath asphalt concrete, beneath Portland cement concrete pavement, flatwork or curb and gutter; and all incidental work or services. Refer to the Asphalt Concrete bid item for aggregate base thickness requirement. Furnish and Install Asphalt Concrete The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment to place asphalt concrete pavement, complete in-place in accordance with City of Carlsbad Standard Drawings (GS-17 and GS-25 or GS-26, as modified) and other requirements of 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 trench excavations, areas damaged by construction, or grind and overlay areas; applying seal coat; disposal of waste or surplus materials and all incidental work or services. 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. Payment for AC pavement restoration shall be based on Carlsbad Standard Drawing No. GS-17 and the following: Palomar Airport Road and Melrose Drive: 6” asphalt concrete over 16” aggregate base All other streets: 4” asphalt concrete over 9” aggregate base Furnish and Install Portland Cement Concrete Improvements The contract price paid for this bid item shall constitute full compensation to furnish all labor, materials and equipment and construct Portland cement concrete flatwork, pavement, curb and gutter, mow curbs, complete in-place, in accordance with the Contract Documents. The price paid shall include, but not be limited to, saw-cutting; subgrade preparation; importing, placing and compacting aggregate base; 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. Payment for Portland cement concrete restoration shall be based on the applicable Carlsbad Standard Drawings (GS series) or San Diego Regional Standard Drawings, as modified. Refer to Volume 3 of the Carlsbad Engineering Standards: https://www.carlsbadca.gov/home/showpublisheddocument/334/637877864920570000 Furnish and Install 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. Revised 6/15/17 Contract No. 5020-B Page 135 of 160 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 15 percent of the material cost 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. 5020-B Page 136 of 160 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 15 percent of the material cost 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. 5020-B Page 137 of 160 201-1.2.4 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. 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. ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 138 of 160 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 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. ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 139 of 160 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 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. I ~ ~ J Revised 6/15/17 Contract No. 5020-B Page 140 of 160 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. 5020-B Page 141 of 160 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. SECTION 217 BEDDING AND BACKFILL MATERIALS Add the following section: 217-2.3 Unsuitable Material. In accordance with the Geotechnical Investigation Report (Appendix D), existing soils derived from the El Fuerte Street vault site and along the El Fuerte Street Water Transmission main are not appropriate for use as trench backfill due to its expansion potential. Imported trench backfill material shall be utilized. Add the following section: 217-3.1 Unsuitable Material. In accordance with the Geotechnical Investigation Report (Appendix D), existing soils derived from the El Fuerte Street vault site are not appropriate for use as structure backfill due to its expansion potential. Imported structure backfill material shall be utilized. Revised 6/15/17 Contract No. 5020-B Page 142 of 160 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. 5. Daily street sweeping ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 143 of 160 Specific objectives and minimum requirements for each category of control measures are contained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibilities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspection and Repair; 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Consideration Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted 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 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. ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 144 of 160 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 most recent Tier 2 construction SWPPP Template is available on the City Website and an example is included in Appendix “B”. Partial payment shall be based on the percentage of the total value of work completed. ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 145 of 160 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 D1557. 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. 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. ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 146 of 160 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. 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, ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 147 of 160 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 with the plans and any referenced standard drawings. 303-1.12 Payment. Delete the subsection in its entirety and replace with the following: Payment for concrete structures will be made as set forth in the Bid Schedule. Payment shall include 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 ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 148 of 160 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 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 Revised 6/15/17 Contract No. 5020-B Page 149 of 160 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. 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. ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 150 of 160 306-13.2 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. 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. 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 ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 151 of 160 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. 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. ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 152 of 160 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. 5020-B Page 153 of 160 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 with full depth asphalt concrete to a minimum width of one foot perpendicular from face ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 154 of 160 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. 5020-B Page 155 of 160 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. Add the following section: 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. 5020-B Page 156 of 160 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 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 ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 157 of 160 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 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 ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 158 of 160 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 (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 159 of 160 601-3.7.5.2 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 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 ,.._. ~- Revised 6/15/17 Contract No. 5020-B Page 160 of 160 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. ,.._. ~- Technical Specifications SECTION 03462 – PRECAST CONCRETE VAULTS Precast Concrete Vaults Contract No. 5020-B 03462-1 PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials, design, and installation of precast concrete vaults with field applied waterproofing. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02223 – Trenching, Excavating and Backfilling B. Section 05500 – Miscellaneous Metalwork C. Section 07110 – Sheet Membrane Waterproofing D. Section 15062 – Sleeves and Pipe Penetrations E. Carlsbad Engineering Standards, Approved Materials List 1.03 SUBMITTALS A. Submit submittal packages in accordance with Section 2-5.3 “Submittals” of the General Provisions. B. Submit manufacturer's catalog data on precast concrete items. Show dimensions of vault and location of openings including thicknesses of walls, floor and top slab. Show reinforcing wire and steel. Show materials of construction by ASTM reference and grade. C. Submit manufacturer's design calculations and certification signed and sealed by a professional civil or structural engineer registered in the State of California that vault design and construction comply with the specified design load conditions and the referenced ASTM standards. D. Submit manufacturer's catalog data, descriptive literature, and installation instructions for the waterproofing material. E. Field survey data for sloping ground surfaces. Access hatches for vaults installed in sidewalks shall conform with finish surfaces and shall comply with the Americans with Disabilities Act (ADA). 1.04 INSPECTION A. The Agency’s Representative or his authorized representative will conduct an inspection of the vault fabrication process at the manufacturer’s plant prior to the placement of the concrete into the formwork. The inspection will review the quality of materials, the formwork, placement of reinforcing steel, location of openings in the vault, and other construction details as shown in the approved fabrication drawings in the submittal package. If the concrete is placed into the formwork without this prior inspection, the vault will be rejected. SECTION 03462 – PRECAST CONCRETE VAULTS Precast Concrete Vaults Contract No. 5020-B 03462-2 B. The Agency’s Representative or his authorized representative will conduct a second inspection of the vault upon its arrival at the jobsite. The inspection will review the quality of the concrete surfaces, defects that indicate any imperfect concrete mixing and molding, surface deflects indicated by honey-combed or open texture and damaged areas, any exposed or bare reinforcing steel, and waterproofing that is missing from indicated surfaces or poorly applied. If any of these items are present or exist, the vault will be rejected. PART 2 - MATERIALS 2.01 MANUFACTURERS Precast concrete vaults shall be manufactured by Brooks Products Inc., Utility Vault, or Agency approved equal. 2.02 PRECAST CONCRETE VAULTS A. Precast concrete vaults shall comply with ASTM C858 except as modified herein. B. Design live and dead loads shall be in accordance with ASTM C857. Design precast concrete vaults to withstand site soil conditions and traffic loading of A-16 per Table 1 of ASTM C857 with a 30% increase due to impact. Soil lateral loads shall be as determined by ASTM C857. Alternate design by the strength design method shall include a load factor of 1.7 times the lateral earth or hydrostatic pressures. Design shall evaluate earthquake (Zone 4). C. Design shall also comply with the following restrictions: 1. The maximum reinforcement ratio allowed is one-half the reinforcement ratio that would produce a balanced strain condition. 2. Earth pressure shall be converted to a horizontal pressure using a coefficient of earth pressure at rest of 0.5 and not a coefficient of active earth pressure. 3. Include a live load surcharge of 2 feet of soil in the design of the walls. D. Precast vault construction shall be in the form of monolithic walls or horizontal wall sections; do not use panel walls. E. Minimum wall thickness shall be 7 inches. F. Design and construct vaults to be watertight when subjected to groundwater over the entire height of the vault. G. Provide openings in precast vaults for piping and access. Provide cast in place inserts in the roof slab and end walls at the locations as shown on the Drawings. No field coring of openings or knock out panels are allowed. H. Concrete edges around the perimeter of access risers at the interior roof surface shall be formed with a minimum 1-1/2-inch chamfer. SECTION 03462 – PRECAST CONCRETE VAULTS Precast Concrete Vaults Contract No. 5020-B 03462-3 2.03 PRECAST CONCRETE RISERS Precast concrete grade rings and cones shall comply with ASTM C478, except that the wall thickness shall be 6 inches minimum. Provide interlocking keyways on rings and cones. Provide cones with cast in place inserts for the manhole frame. 2.04 SEALANTS AND MORTAR A. Joint sealant materials for precast concrete joints shall be selected from the Approved Materials List. B. Fill all recesses, lifting inserts, or other cavities not filled with plastic sealing compound with mortar. Mortar shall comply with ASTM C387, Type S. 2.05 CEMENT Cement shall be ASTM C150, Type V. 2.06 ADMIXTURES Provide concrete admixtures as specified in Standard Specification Section 03000. 2.07 WATERPROOFING Refer to Section 07110. 2.08 VAULT APPURTENANCES Provide ladders, covers and frames, vents, supports, inserts, eyebolts, and other miscellaneous metalwork. Refer to Section 05500. PART 3 - EXECUTION 3.01 EXCAVATING AND BACKFILLING FOR VAULTS Perform earthwork as specified in Section 02223. Provide 6-inch minimum thickness 3/4-inch crushed rock over the full width of the vault base and extend 12 inches beyond the edges of the vault. Install the waterproofing system to the exterior surfaces of the vault, backfill and compact around the vault with structural backfill material. Excavated material may be used provided it conforms with structural backfill material per Section 02223. 3.02 INSTALLING VAULTS AND RISERS A. Prior to installation, confirm that top surfaces of access hatches will match finish surfaces of sidewalks. B. Set each precast concrete vault section or riser plumb on a layer of joint sealant to make a watertight joint with the preceding unit. Point the inside joint and wipe off the excess sealant. SECTION 03462 – PRECAST CONCRETE VAULTS Precast Concrete Vaults Contract No. 5020-B 03462-4 3.03 WATERPROOFING Waterproofing system shall be applied to all exterior surfaces of vaults and risers. Apply two coats at a rate of 65 square feet per gallon per coat. Prior to backfilling, field apply waterproofing material on joints and damaged surfaces. Protect coating from damage during backfilling and compacting. END OF SECTION SECTION 05500 – MISCELLANEOUS METALS Miscellaneous Metals and Access Hatches Contract No. 5020-B 05500 - 1 PART 1 - GENERAL 1.01 SECTION INCLUDES A. The Contractor shall provide all labor, materials, equipment and incidentals required to furnish and install all miscellaneous metal fabrications work, including ladders and fall preventions systems and access hatches. 1.02 REFERENCES A. Comply with the applicable provisions and recommendations of the following, except as otherwise shown or specified: 1. ASTM A36 – Structural Steel. 2. ASTM A123 – Zinc (Hot-Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip. 3. ASTM A153 – Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 4. ASTM A240 – Heat Resisting Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Fusion-welded Unfired Pressure Vessels. 5. ASTM A320 – Alloy Steel Bolting Material for Low Temperature Service. 6. ASTM A386 – Zinc Coating (Hot-Dip) on Assembled Steel Products. 7. ASTM B209 – Aluminum-Alloy Sheet and Plate. 8. ASTM B211 – Aluminum-Alloy Bars, Rods and Wire. 9. ASTM B221 – Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes and Tubes. 10. ANSI A14.3 – Safety Requirements for Fixed Ladders. 11. AWS D1.1 – Structural Welding Code. 12. ANSI/ASSP Z359.6 – Specifications and Design Requirements for Active Fall Protection Systems. 13. AISI Standards for Stainless Steel. 14. CalOSHA – Subchapter 4. Construction Safety Orders, Article 24. Fall Protection. 15. CSA Z259.16 – Design of Active Fall-Protection Systems. 16. National Association of Architectural Metal Manufacturers (NAAMM) – Metal Finishes Manual, AMP 500-06. 1.03 SUBMITTALS A. All submittals shall be submitted in accordance with Section 2-5.3 “Submittals” of the General Provisions and the following requirements. B. Shop drawings for the fabrication and erection of all assemblies of miscellaneous metal fabrications work. Include plans, elevations, and details of sections and connections. Show anchorage and accessory items. Include setting drawing and templates for location and installation of miscellaneous metal fabrications items and anchorage devices. SECTION 05500 – MISCELLANEOUS METALS Miscellaneous Metals and Access Hatches Contract No. 5020-B 05500 - 2 C. Copies of manufacturer’s specifications, load tables, dimension diagrams, anchor details, and installation instructions for products to be used in miscellaneous metal fabrications work. D. An alloy certification for all stainless steel shall be provided to show alloy conformance. Submit certificates of welding consumables used for shop and field welding. E. Submit welding procedure specifications (WPS) and procedure qualification records (PQR) for each welding process and welder qualification records (WQR) for each welder and welding operator. Submit bend and tensile test coupons concurrently with welder qualification and procedure qualification records. 1.04 QUALITY ASSURANCE A. Field Measurements: Take field measurements where required prior to preparation of Shop Drawings and fabrication to ensure proper fitting of the work. B. Shop Assembly: Preassemble items in the shop to the greatest extent possible to minimize field splicing and assembly of units at the project site. Disassemble units only to the extent necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. C. Welding: All weld procedures and welder qualification shall be available for review at the request of the Agency. All welding shall be inspected by a Contractor-provided inspector qualified in accordance with AWS requirements and approved by the Engineer. PART 2 - PRODUCTS 2.01 GENERAL A. Materials: Unless otherwise specified or indicated on the drawings, structural and miscellaneous metals shall conform with the standards of the American Society for Testing and Materials, including the following: Item ASTM Standard No. Class, Grade Type or Alloy No. Cast Iron A48 Class 40B Steel Galvanized sheet iron or steel A446, A525, A526 Coating G90 Black steel, sheet or strip A569, A570 Coil (plate) A635 Structural plate, bars, rolled Shapes, and miscellaneous items A36 Standard bolts, nuts, and washers A307 SECTION 05500 – MISCELLANEOUS METALS Miscellaneous Metals and Access Hatches Contract No. 5020-B 05500 - 3 Item ASTM Standard No. Class, Grade Type or Alloy No. High strength bolts, nuts and Hardened flat washers A325, Eyebolts A489 Type 1 Tubing, cold-formed A500 Tubing, hot-formed A501 Steel pipe A53 Grade B Stainless Steel Plate, sheet and strip UNS Designation L31653 B. Stainless steels are designed by type or the Unified Numbering System (UNS). All stainless steel shall be Type 316 L. C. Aluminum: 1. Alloy and Temper: Provide alloy and temper as shown or specified, or as otherwise recommended by the aluminum producer or finisher. 2. Extruded Shapes and Tubes: ASTM B221. 3. Plate and Sheet: ASTM B209. 4. Bars, Rods and Wire: ASTM B211. 5. Finish: Provide Architectural Class I anodized finish AA-M32C22A41 Clear as specified in the NAAMM Manual. D. Stainless Steel Fasteners and Fittings: ASTM A320. E. Zinc Coated Hardware: ASTM A153. 2.02 ACCESS HATCHES A. All hatches shall be fabricated from Aluminum 6061 T6 unless otherwise indicated. All hatch hardware shall be Type 316 stainless steel. Hatches shall be gutter-type, or as shown. B. Hatch opening sizes, number and direction of swing of door leaves, and locations, shall be as indicated. Sizes given shall be for the clear opening. Unless indicated otherwise, hinges shall be located on the longer dimension side. Unless indicated otherwise, ladder hatches shall be a minimum of 30 inches wide by 36 inches long, with the ladder centered on the shorter dimension, and the door hinge opposite the ladder. C. Door leaves shall be a minimum of ¼ inch checkered pattern plate. Channel frames shall be a minimum of ¼ inch material with an anchor flange around the perimeter. Hatches shall be provided with an automatic hold-open arm with release handle. Hatches shall be designed for easy opening from both inside and outside. SECTION 05500 – MISCELLANEOUS METALS Miscellaneous Metals and Access Hatches Contract No. 5020-B 05500 - 4 D. Hatches shall be designed to be water-tight and shall be equipped with a joint gutter and moat-type edge drain. The Contractor shall field verify hatch installation conditions via shop drawings. E. Hatches shall include a recessed hasp for a padlock that is covered by a hinged lid flush with the surface and shall accommodate an openable lock from the inside F. Hatch cover shall be equipped with a hold-open arm with separate grip handle, which automatically locks the cover in the open position. Hatches without separate grip handles shall not be permitted. G. Hatches at grade level shall be designed for AASHTO H-20 loading. Hatches at roof level shall be capable of 300 psf Live load. H. Installation shall be in accordance with manufacturer’s instructions. I. Access hatches shall be manufactured by Bilco, Type JD-AL (double door), or approved equal. 2.03 LADDERS A. Access ladders for valve vaults shall be 24” galvanized steel and fastened to the wall by stainless steel bolts and anchors. Ladder shall be Alhambra Foundry Type A-3400, or approved equal. All ladders shall meet all code and OSHA safety requirements. 2.04 FALL PREVENTION SYSTEM FOR VERTICAL LADDERS A. Equip ladders with a ladder-centered notched safety climbing tube. Safety rails and associated accessories shall be of the same material as the ladder. All necessary components shall be provided, including 2 safety belts for each fall prevention installation to provide a complete and fully operational fall prevention system. Safety belts shall fit a waist range from 23 inches to 54 inches. B. At all locations where fall prevention systems are installed, a safety chain with a snap hook shall be permanently attached to the top of the ladder. The chain shall be long enough to allow a person to connect the belt to the chain while standing on the landing adjacent to the ladder. The chain and snap hook shall have a minimum allowable capability of 500 pounds. C. A removable extension kit with storage brackets and box mounted on the handrail or other Agency-directed location shall be provided for each installation. PART 3 - EXECUTION 3.01 INSTALLATION A. Set miscellaneous metal fabrications accurately in location, alignment and elevation, plumb, level, true and free of rack, measured from established lines and levels. Brace temporarily or anchor temporarily in formwork where fabrications are to be built into concrete, masonry or similar construction. SECTION 05500 – MISCELLANEOUS METALS Miscellaneous Metals and Access Hatches Contract No. 5020-B 05500 - 5 B. Anchor securely as shown or as required for the intended use, using concealed anchors wherever possible. C. Ladders shall be fitted accurately and field measured where necessary. D. Fit exposed connections accurately together to form tight hairline joints. Weld steel connections which are not to be left as exposed joints, but cannot be shop welded because of shipping size limitations. Grind steel joints smooth and touch up with a shop paint coat. Do not weld, cut or abrade the surfaces of exterior units which have been hot-dip galvanized after fabrication, and are intended for bolted or screwed field connections. E. Protection of Aluminum from Dissimilar Materials: Using approved washers, strips or sheets of felt, protect all surfaces of aluminum from contact with dissimilar materials such as concrete, masonry, steel, nonferrous metals, etc. F. Galvanizing: All structural steel plates, shapes, bars, and fabricated assemblies required to be galvanized shall, after the steel has been thoroughly cleaned of rust and scale, be galvanized in accordance with the requirements of ASTM A123 Class G90. Any galvanized part that becomes warped during the galvanizing operation shall be straightened. Field repairs to galvanizing shall be made using “Galvinox,” “Galvo-Weld,” or equal.ds G. Welding: All welding shall be by the metal-arc method or gas-shielded arc method as described in the American Welding Society’s “Welding Handbook” as supplemented by other pertinent standards of the AWS. Qualifications of welders shall be in accordance with the AWS Standards governing same. All sharp corners of material to be painted or coated shall be ground to a minimum of 1/32-inch on the flat. All exposed aluminum welds shall be ground smooth and flush and shall be polished and anodized. Discoloration of exposed aluminum surfaces, whether or not due to welding, shall constitute a basis for rejection of the entire assembly. END OF SECTION SECTION 07110 – SHEET MEMBRANE WATERPROOFING Sheet Membrane Waterproofing Contract No. 5020-B 07110 - 1 PART 1 - GENERAL 1.01 SECTION INCLUDES A. This section covers the work necessary to furnish and install a complete sheet membrane waterproofing system for the buried exterior concrete surfaces as specified herein. Buried exterior concrete surfaces shall receive this waterproofing treatment. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Carlsbad Engineering Standards B. Standard Specifications for Public Works Construction (SSPWC), latest edition. 1.04 QUALITY ASSURANCE A. Manufacturer's Details: If manufacturer's details vary from the details indicated on the contract documents, follow manufacturer's details as necessary to comply with warranty requirements. Provide changes in details at no additional cost to Agency. B. Qualifications: 1. The Installer shall be licensed, approved or certified by the waterproofing manufacturer and shall have not less than five years of experience in the application of the sheet membrane waterproofing systems of the type specified for this project. 2. Installer shall obtain primary waterproofing materials from a single manufacturer. Manufacturer's name shall appear on all containers. 3. Installer shall provide secondary materials as recommended by the manufacturer of primary materials. 4. Manufacturer's qualified technical representative will be required to visit the project site periodically during installation, during flood testing per Part 3 of this specification Section and immediately prior to installation of protection board system to ensure waterproofing has been properly installed and warranty requirements have been met. 1.05 SUBMITTALS A. All submittals shall be submitted in accordance with Section 2-5.3 “Submittals” of the General Provisions. 1. Product Data: a. Submit manufacturer's literature including recommended instructions for installation. b. Submit a list of projects of similar nature by both manufacturer and installer which have been constructed during the last five years. The submitted list shall be comprised of at least ten similar projects. SECTION 07110 – SHEET MEMBRANE WATERPROOFING Sheet Membrane Waterproofing Contract No. 5020-B 07110 - 2 c. Submit sample warranty, clearly indicating compliance with warranty for this project. 2. Shop Drawings: a. Clearly indicate details at expansion joints, penetrations, substrate cracks, control joints, drains and terminations. b. Provide shop drawings signed by authorized representative of the waterproofing membrane manufacturer stating that submittal details meet manufacturer's warranty requirements for this specific project. 3. Samples: Submit six (6 each) 12" x 12" samples of the actual membrane that is to be used on this project for the Agency’s file. 4. Certificates: a. Submit manufacturer's certification stating that materials ordered and supplied are compatible with each other, are suited for the locale and purpose intended and are shipped in sufficient quantity to ensure proper and timely installation. b. Submit manufacturer's project registration form indicating that manufacturer has reviewed this project and will issue a warranty upon successful completion of the installation. c. Submit manufacturer's approval of Installer. d. Certify materials shipped to project site meet membrane manufacturer's published performance standards and requires of this specification. 1.06 STANDARDIZATION A. Like-items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts and manufacturer's services. 1.07 SUPPLIER’S/MANUFACTURER'S SERVICES A. A supplier's and/or manufacturer's representative for the waterproofing system specified herein shall be present at the job site for a minimum of 2 calendar days, travel time excluded for installation assistance, inspection and certification of the installation. 1.08 PROJECT CONDITIONS A. Install waterproofing materials under conditions where the following criteria can be met: 1. Rain is not anticipated within 24 hours of outdoor application. SECTION 07110 – SHEET MEMBRANE WATERPROOFING Sheet Membrane Waterproofing Contract No. 5020-B 07110 - 3 2. Substrate surface temperature is above 40 degrees F and below 90 degrees F. Use special cold weather membrane and installation procedures for temperatures between 20 degrees F and 40 degrees F. 3. Do not work or walk on exposed waterproofing membrane. Install temporary or permanent protection board as necessary to protect membrane during subsequent work operations. 4. Do not apply membrane waterproofing on damp or frozen surfaces. 5. Coordinate time of application to ensure that earth backfill is installed within 90 calendar days after completion of waterproofing and protection systems. 1.09 DELIVERY, STORAGE AND HANDLING A. Deliver materials in manufacturer's original sealed containers with labels clearly identifying manufacturer, material name and date of manufacture. Do not remove materials from containers until ready for installation. 1. Store material in a clean, dry space with a temperature range between 50 degrees F and 90 degrees F. Do not store materials in direct sunlight. 1.10 WARRANTY A. Provide a warranty for the completed installation. A single document signed by manufacturer, applicator and Contractor shall warrant against defects of materials and workmanship for a period of five (5) years from date of substantial completion of the entire project. 1.11 PRODUCT IDENTIFICATION A. The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the General Provisions. PART 2 - PRODUCTS 2.01 WATERPROOFING SYSTEMS A. The sheet membrane waterproofing system shall be a specified below: 1. Jiffy Seal 140/60 as manufactured by Protecto Wrap Company, 1955 South Cherokee Street, Denver, CO 80223 (Telephone: 800/759-9727; Fax: 303/777- 9273) 2. Bituthene System 4000 as manufactured by W.R. Grace Company, 62 Whitemore Avenue, Cambridge, MA 02140 (Telephone: 866/33303726; Fax: 617/498-4311) 3. Approved equal. 2.02 MATERIALS SECTION 07110 – SHEET MEMBRANE WATERPROOFING Sheet Membrane Waterproofing Contract No. 5020-B 07110 - 4 A. Sheet Membrane Waterproofing: Sheet membrane waterproofing shall have the following characteristics: 1. Minimum Physical Properties: Property Value Test Method Membrane tensile strength 325 psi ASTM D412 Polyester reinforcement tensile strength 3,200 psi min ASTM D412 Puncture resistance 50 lbs ASTM E154 Elongation of rubberized asphalt 300% ASTM D412 Water absorption 0.23% ASTM D570 Permeance 0.05 perms ASTM E96 UV Exposure without effect 3 months ASTM D146-78A Pliability Passed ASTM D146 Resistance to hydrostatic head 150 (Ft. of Water) Exposure to fungi in soil for 16 weeks Unaffected GSA-PBS 07155 Crack cycling at -15°F, 100 cycles Unaffected ASTM C836 B. Products: 1. General: Product shall be Jiffy Seal 140/60, as manufactured by Protecto Wrap Company, Bituthene System 4000 as manufactured by W.R. Grace Company, or approved equal. 2. Primer: Primer shall be as specified by the respective waterproofing system manufacturer. 3. Flashing Material: a. Flashing material shall be 60 mil thick, unreinforced conformable sheet used for detailing around drains, penetrations, corners, footings and non- uniform surfaces. 4. Sealing Mastic: Sealing mastic shall be No. 160H and shall be a rubberized blend of bituminous and synthetic resin used for sealing detail cuts and membrane terminations. 5. Protection Board: a. Protection board shall be Sealtight PC-3 Protection Course as manufactured by W.R. Meadows Company (Hampshire, Illinois), (800) 342-5976 or equal. C. HDPE Membrane: For the Bituthene System 4000, or approved equal, type system, CONTRACTOR shall install a 50 mil HDPE membrane in lieu of the waste slab. SECTION 07110 – SHEET MEMBRANE WATERPROOFING Sheet Membrane Waterproofing Contract No. 5020-B 07110 - 5 PART 3 - EXECUTION 3.01 GENERAL A. Concrete: 1. Ensure the concrete has cured for a minimum of seven (7) calendar days and is clean and dry. 2. Verify that horizontal concrete surfaces have smooth wood float finish. Broom finishes are not acceptable. 3. Ensure that fins, sharp protrusions, loose aggregate, dust, form release agents, curing compounds and other items that will inhibit adhesion of membrane to substrate are removed prior to waterproofing installation. 4. Verify that outside corners are chamfered and inside corners have epoxy mortar, latex, modified cementitious mortar or urethane sealant cants. B. Metal Surfaces: Metal surfaces shall be dry, clean, free of grease, oil, dirt, rust, corrosion, other coatings and contaminants which could affect adhesion of membrane system. Metal surfaces shall be without sharp edges or offsets at joint. Clean all copper surfaces with a solvent wipe prior to application of primer. C. Unsatisfactory Conditions: Do not proceed with installation until unsatisfactory conditions have been corrected. 3.02 PREPARATION A. General: Remove fins and loose materials. Fill or finish holes and cracks flush with mortar or plastic cement. B. Penetrations: Seal pipes, conduit, anchors and other items that are penetrating the waterproofing. Ensure penetrations are watertight. C. Primer: 1. Apply primer as recommended by manufacturer for horizontal and vertical surfaces. 2. Ensure primed surfaces are free from runs, puddles or excessive primer. 3. Primer only as much surface as can be covered with membrane within eight (8) hours. If primed areas are not covered within eight (8) hours, apply new primer over existing. 4. Protect primed surfaces from dust. 5. Do not apply membrane until primer is tacky, but not wet. SECTION 07110 – SHEET MEMBRANE WATERPROOFING Sheet Membrane Waterproofing Contract No. 5020-B 07110 - 6 6. Follow manufacturer's special priming instructions when ambient temperature is between 20 and 40 degrees F. D. Construction Joints, Control Joints and Cracks: For joints and cracks less than ¼" wide with movement less than 25% of width, place 12" wide strip of membrane material over crack or joint. E. Expansion Joints: For expansion joints (i.e., joints larger than ¼" or with movement greater than 25% of width, do the following: 1. Install closed cell backer rod and sealant material into joint. 2. Place 12" wide strip of membrane material face down over joint with release film in place to create a slip plane over the joint. Install in accordance with manufacturer's details. 3.03 APPLICATION A. General: 1. Apply waterproofing membrane in accordance with manufacturer's printed instructions. 2. Overlap membrane joints 2" minimum. 3. Place 12" wide flashing materials at inside corners and at the intersections of footings and walls. 4. Center flashing material in corners and intersections so that 6" legs extend in each direction. 5. Form flashing material to substrate irregularities. Remove release film immediately prior to waterproofing membrane installation. 6. Provide troweled bead of No. 160 H mastic to T-joints and detail cuts on the same day as installation. 7. Seal all protrusions and penetrations to make a positive seal with the primed penetrating member. B. Vertical Application of Membrane: 1. Install waterproof membrane, beginning at top of wall, extending down and onto flooring. 2. Terminate waterproof membrane past edge of footing 4" minimum, well adhered to flashing material. SECTION 07110 – SHEET MEMBRANE WATERPROOFING Sheet Membrane Waterproofing Contract No. 5020-B 07110 - 7 3. Overlap subsequent sheet 4" minimum. 4. Roll entire surface, as each sheet is installed to eliminate wrinkles and air spaces with particular emphasis on overlap areas. 5. Apply waterproof membrane with the top edge terminating within 1" of finish grade; seal with troweled bead of No. 160 H mastic, extending at least 1" into wall and 2" into membrane. Seal termination edges of waterproof membrane with trowel bead of No. 160 H mastic. 6. Provide waterproof membrane over 6" wide flashing material around protrusions through wall; seal with No. 160 H mastic. 7. Rolling: Use heavy hand pressure and seal roller on all patches, seams and edges. 8. Double cover outside corners and joints with waterproof membrane by applying initial 12" strip centered along axis of corner of joint and then covered by regular application of waterproof membrane. C. Horizontal Application of Membrane: 1. Apply waterproof membrane with tack side down, from low point to high point so that laps shed water on horizontal surfaces. 2. Immediately repair misaligned or damaged membrane. 3. Terminate by turning edge up and pressing firmly to vertical surface. Seal with troweled bead of No. 160 H mastic. 4. Roll waterproof membrane to ensure full contact with substrate and to avoid wrinkles, fishmouths and entrapped air. 5. Overlap the joint by 4" minimum. Overlap end laps 6" minimum. Roll lap areas. D. Protection Board: 1. Protect waterproof membrane from damage during backfill operations by removing release sheet and adhering protection board over waterproofed surfaces. 2. Neatly fit boards around pipes and projections. 3. Use No. 160 H mastic, 1/8" thick on approximate 24" centers, if necessary to adhere board. 4. Apply protection board the same day that the membrane is applied. 5. Apply protection board with joints tightly butted and end laps offset 6" in succeeding courses. SECTION 07110 – SHEET MEMBRANE WATERPROOFING Sheet Membrane Waterproofing Contract No. 5020-B 07110 - 8 6. Seal laps with trowel application of No. 160 H mastic. 7. Complete backfilling as soon as possible after application of protection board within 7 calendar days maximum. 8. Protect from damage until backfill is placed. E. Sealing of Pipe/Wall Penetrations: CONTRACTOR shall fabricate a "boot" per manufacturer's recommendations that is adhered to the wall surface and is also securely banded to the pipe, to create a watertight joint at each pipe/wall penetration. 3.04 FIELD QUALITY CONTROL A. Flood Testing: 1. Perform flood test prior to installation of protection board. 2. Plug drains on horizontal surfaces. 3. Use sandbags or other means to restrict runoff. 4. Flood deck with water to depth of 2" from top of membrane. 5. Allow to stand 24 hours. 6. Repair leaks and retest. B. Inspection: Visually inspect surfaces for fishmouths, blisters or ruptures and make necessary repairs. C. Repairs: 1. Clean areas where membrane needs repair and lightly primer 2. Provide patch with new waterproof membrane sheet to covers repair area. 3. Install and roll firmly 4. Apply trowel bead of No. 160H mastic to edges of membrane patch. 3.05 CLEANING A. Clean stains from adjacent surfaces with cleaning fluid recommended by manufacturer. Remove foreign matter from finished membrane surface. END OF SECTION SECTION 15062 – PIPE SLEEVES AND PENETRATIONS Pipe Sleeves and Penetrations Contract No. 5020-B 15062 - 1 PART 1 - GENERAL 1.01 SECTION INCLUDES A. Materials, installation and testing of wall pipes and sleeves (including wall collars and seepage rings) and penetrations. 1.02 RELATED REQUIREMENTS A. CMWD Standard Specification 15000, General Piping System and Appurtenances. B. Approved Material List (AML) 1.03 REFERENCES A. The publications listed below form part of this specification to the extent referenced and are referred to in the text by the basic designation only. Reference shall be made to the latest edition of said standards unless otherwise called for. AWWA C200 – Steel Water Pipe – 6 In. (150 mm) and Larger ASTM A123 – Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products ASTM A193 – Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and other Special Purpose Applications 1.04 SUBMITTALS A. All submittals shall be submitted in accordance with the requirements of the General Provisions. B. Pipe Data: 1. Manufacturer’s catalog data and descriptive literature for the following: a. Pipe sleeves b. Modular annular sealing devices PART 2 - PRODUCTS 2.01 PIPE SLEEVES A. In slab and wall construction sleeves 6-inch diameter and smaller shall be Schedule 40 carbon steel pipe. Sleeves 8-inch in diameter and larger shall be ¼-inch carbon steel pipe. 1. The sleeves shall be hot-dip galvanized after fabrication. SECTION 15062 – PIPE SLEEVES AND PENETRATIONS Pipe Sleeves and Penetrations Contract No. 5020-B 15062 - 2 2.02 MODULAR ANNULAR SEALING DEVICE A. Manufacturer: 1. Provide the following mechanical seal system: a. "Link-Seal Modular Seal" assembly as manufactured by PSI/Thunderline/Link-Seal or Approved Equal. b. Other manufacturers listed in the Carlsbad Engineering Standards, Approved Materials List. B. General: 1. All pipes installed through cast or core drilled penetrations or sleeves shown on the Drawings shall be installed with a modular annular sealing device, unless otherwise noted. 2. Wall openings sizes and types provided by the Contractor shall be selected according to the proposed mechanical seal manufacturer's recommendations. 3. Sufficient quantities of the modular annular sealing device shall be supplied to effectively provide a hydrostatic seal. 4. Each seal shall be conspicuously and permanently identified with the name of the manufacturer and the model number. C. Design: 1. All mechanical seals shall be modular type consisting of inter-locking synthetic rubber links shaped to continuously fill the annular space between the pipe and the wall opening. 2. The elastomeric element shall be sized and selected per the manufacturer's recommendations and have properties as designated by ASTM. 3. Provide Nitrile elastomer. Provide green coloration throughout elastomer for positive field inspection. 4. Mechanical seal pressure plates shall be molded of glass reinforced nylon. 5. Mechanical seal hardware shall be sized according to the manufacturer's technical data. Provide 316 stainless steel hardware. PART 3 - EXECUTION 3.01 GENERAL REQUIREMENTS A. Where piping passes through the walls of tanks or channels below the water surface or where detailed on the Drawings to have a wall pipe, the wall pipe shall be cast directly into the concrete. B. Where piping passes through the walls of tanks or channels above the water surface or though dry walls, a sleeve or block out may be used unless specifically noted otherwise on the Drawings. SECTION 15062 – PIPE SLEEVES AND PENETRATIONS Pipe Sleeves and Penetrations Contract No. 5020-B 15062 - 3 3.02 PIPE SLEEVES A. Positioning and Placement: 1. Sleeves shall be set in forms before concrete is poured. 2. In slab construction the sleeve shall extend ½ inch above floor. 3. Sleeves shall be positioned and held in place with temporary, external supports. 4. Fastening the sleeves to the structural reinforcing or any other intended or incidental contact of the sleeve with the rebar or other embedments shall not be allowed. B. Coating: 1. All metallic pipes, wall and slab sleeves, and conduits encased in cast-in-place concrete structures shall be coated with an acceptable dielectric coating to prevent pipe contact with the concrete and/or reinforcing steel. 2. The dielectric coating shall be epoxy material conforming to AWWA C210 or AWWA C116. Surface preparation, multi-coat application, and total dry film thickness shall conform to AWWA standard minimums and manufacturer’s recommendations, whichever is greater. 3. Embedments shall be inspected prior to concrete placement and any damage to the coating system shall be repaired in accordance with the manufacturer’s written recommendations. 3.03 MODULAR ANNULAR SEALING DEVICES A. Install according to the Manufacturer's written instructions and recommendations. 3.04 HOLES IN STRUCTURAL ELEMENTS A. No holes for pipe or equipment will be allowed in any structural members (except where noted on the Drawings) without consent of the Agency. 1. Sleeve for holes through new concrete construction shall be placed in forms before pouring of concrete. 2. Should any additional holes be required through structural members, or where notching, boring or cutting of the structure is necessary, the work shall be done as directed by the Agency. a. The Contractor shall, at a time in advance of the work, furnish information and/or drawings pertaining to his requirements for these openings. b. Should the furnishing of this information be neglected, delayed, or incorrect, and additional cutting found to be required, it shall be performed by the Contractor at no additional cost to the Agency. 3. Any piping that has to pierce waterproof construction shall be done with care. The opening made by this piping shall be waterproofed and made watertight in a manner acceptable to the Agency. END OF SECTION APPENDIX A DOOR HANGER TEMPLATE APPENDIX “A” CITY OF CARLSBAD UTILITY WORK ABC CONTRACTORS OFFICE # (760) XXX-XXXX FIELD # (760) XXX-XXXX Dear resident: As a part of the Carlsbad Municipal Water District’s ongoing program to maintain its utilities, existing underground utilities will be repaired or replaced in your neighborhood. This construction will require the use of the water easement on or adjacent to your property for an estimated ___ day(s). The work will occur on: MON. TUE. WED. THU. FRI. DATE: _XX / XX / XX______________ from 7:00A.M. to 5:00 P.M. Please do not drive, walk on, walk pets, play, or skate in the areas of construction work and refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the construction work is complete. ABC is the Contractor that will be performing the construction work for the city and you may call them at the above phone number if you have any questions regarding the project. If you have any concerns which cannot be addressed by the Contractor, you may call the City’s Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. APPENDIX B 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 TABLEGENERAL SITE MANAGEMENT REQUIREMENTS THE FOLLOWING GENERAL SITE MANAGEMENT REQUIREMENTS SHALL BE ADHERED TO THROUGHOUT THE DURATION OF THE CONSTRUCTION WORK (YEAR ROUND). 1. IN CASE EMERGENCY WORK IS REQUIRED, CONTACT.· _____ FROM-· __ _ AT (TEL.NO.} _______ _ 2. DEVICES SHOWN ON CITY APPROVED PLANS SHALL NOT BE MOVED OR MODIFIED WITHOUT THE APPROVAL OF THE ENGINEERING INSPECTOR. 3. THE CONTRACTOR SHALL RESTORE ALL EROSION CONTROL DEVICES TO WORKING ORDER TO THE SATISFACTION OF THE CITY ENGINEER AFTER EACH RUN-OFF PRODUCING RAINFALL. 4. THE CONTRACTOR SHALL INSTALL ADDITIONAL EROSION CONTROL MEASURES AS MAY BE REQUIRED BY THE CITY ENGINEER DUE TO UNCOMPLETED GRADING OPERATIONS OR UNFORSEEN CIRCUMSTANCES WHICH MAY ARISE. 5. THE CONTRACTOR SHALL BE RESPONSIBLE AND SHALL TAKE NECESSARY PRECAUTIONS TO PREVENT PUBLIC TRESPASS ONTO AREAS WHERE IMPOUNDED WATERS CREA TE A HAZARDOUS CONDITION. 6. GRADING AREAS AROUND THE PROJECT PERIMETER MUST DRAIN AWAY FROM THE FACE OF SLOPE AT THE CONCLUSION OF EACH WORKING DAY. 7. ALL REMOVABLE PROTECTIVE DEVICES SHALL BE IN PLACE AT THE END OF EACH WORKING DAY WHEN FIVE (5) DAY RAIN PROBABILITY FORECAST EXCEEDS FORTY PERCENT (40%}. SILT AND OTHER DEBRIS SHALL BE REMOVED AFTER EACH RAINFALL. 8. ALL GRAVEL BAGS SHALL CONTAIN J/4 INCH MINIMUM AGGREGATE. 9. ALL EXPOSED DISTURBED AREAS MUST HA VE EROSION PROTECTION BMPs PROPERLY INSTALLED. THIS INCLUDES ALL BUILDING PADS, UNFINISHED ROADS, AND SLOPES. 10. ADEQUATE PERIMETER PROTECTION BMPs MUST BE INSTALLED AND MAINTAINED AND WILL BE UPGRADED, IF NECESSARY, TO PROVIDE SUFFICIENT PROTECTION FROM RUNOFF DURING RAIN EVENTS. 71. ADEQUATE SEDIMENT CONTROL BMPs MUST BE INSTALLED AND MAINTAINED. 12. ADEQUATE BMPs TO CONTROL OFFS/TE SEDIMENT TRACKING MUST BE INSTALLED AND MAINTAINED. 1J. A MINIMUM OF 125% OF THE MATERIAL NEEDED TOO INSTALL STANDBY BMPs TO PROTECT THE EXPOSED AREAS FROM EROSION AND PREVENT SEDIMENT DISCHARGES, MUST BE STORED ONSITE. AREAS ALREADY PROTECTED FROM EROSION USING PHYSICAL STAB/LIZA TION OR ESTABLISHED VEGETATION STAB/LIZA TION BMPs ARE NOT CONSIDERED TO BE "EXPOSED" FOR PURPOSES OF THIS REQUIREMENT. 14. THE OWNER/DEVELOPER/CONTRACTOR MUST FOLLOW "WEATHER TRIGGERED" ACTION PLAN AND BE ABLE TO DEPLOY STANDBY BMPs TO PROTECT THE EXPOSED PORTIONS OF THE SITE WITHIN 48 HOURS OF A PREDICTED STORM EVENT (A PREDICTED STORM EVENT IS DEFINED AS A 40% CHANCE OF RAIN WITHIN A 5-DA Y NATIONAL WEATHER SERVICE FORECAST). ON REQUEST, THE OWNER/DEVELOPER/CONTRACTOR MUST PROVIDE PROOF OF THIS CAPABILITY. 75. DEPLOYMENT OF PHYSICAL OR VEGETATION EROSION CONTROL BMPs MUST COMMENCE AS SOON AS SLOPES ARE COMPLETED. THE OWNER/DEVELOPER/CONTRACTOR MAY NOT RELY ON THE ABILITY TO DEPLOY STANDBY BMP MATERIALS TO PREVENT EROSION OF SLOPES THAT HA VE BEEN COMPLETED. 16. THE AREA THAT CAN BE CLEARED, GRADED, AND LEFT EXPOSED AT ONE TIME IS LIMITED TO THE AMOUNT OF ACREAGE THAT THE CONTRACTOR CAN ADEQUATELY PROTECT PRIOR TO A PREDICTED RAIN EVENT. FOR LARGER SITES, GRADING SHOULD BE PHASED. IT MAY BE NECESSARY TO DEPLOY EROSION AND SEDIMENT CONTROL BMPs IN AREAS THAT ARE NOT COMPLETED, BUT ARE NOT ACTIVELY BEING WORKED BEFORE ADDITIONAL GRADING IS ALLOWED TO PROCEED, AT THE DISCRETION OF THE CITY INSPECTOR. 17. ALL DISTURBED AREAS THAT ARE NOT COMPLETED AND/OR NOT BEING ACTIVELY GRADED MUST BE FULLY PROTECTED FROM EROSION IF LEFT FOR 14 OR MORE DAYS. THE ABILITY TO INSTALL BMP MATERIALS IN A PROMPT MANNER IS JiflI SUFFICIENT. BMPs NEED TO BE INSTALLED IN THESE AREAS. 18. BMPs MUST BE STOCKPILED AT VARIOUS LOCATION THROUGHOUT THE PROJECT SITE THROUGHOUT THE YEAR. WHENEVER THERE IS A 40% CHANCE OR GREATER OF A RAIN WITHIN A THREE (J) DAY FORECAST, THE INSPECTOR WILL VERIFY THAT BMPs ARE ADEQUATELY STOCKPILED. BMPs MUST BE STOCKPILED AND READY FOR DEPLOYMENT WHEN THERE IS 50% CHANCE OF RAIN WITHIN A 48 HOUR FORECAST. FAILURE TO COMPLY WITH THIS REQUIREMENT COULD RESULT IN THE ISSUANCE OF A STOP WORK NOTICE OR OTHER ENFORCEMENT ACTION. 19. ALL TREATMENT AND EROSION CONTROL BMPs MUST BE INSPECTED WEEKLY AND PRIOR TO A FORECASTED RAIN EVENT OF GREATER THAN 50%, AND AFTER A RAIN EVENT. IN ADDITION, TREATMENT CONTROL BMPs MUST BE SERVICED AS NEEDED THROUGHOUT THE YEAR. 20. IF SELECTED BMP FAILS DURING A RAIN EVENT, IT MUST BE REPAIRED OR IMPROVED OR REPLACED WITH AN ACCEPTABLE ALTERNATE AS SOON AS IT IS SAFE TO DO SO. THE FAILURE OF A BMP INDICATES IT WAS NOT ADEQUATE FOR THE CIRCUMSTANCES IN WHICH IT WAS USED. REPAIRS AND REPLACEMENT MUST THEREFORE PUT A MORE ROBUST BMP MEASURE IN PLACE. 21. ALL CONSTRUCTION EMPLOYEES MUST BE TRAINED ON THE IMPORTANCE OF STORM WATER POLLUTION PREVENTION AND BMP MAINTENANCE. THE DEVELOPER SHALL DEPLOY STANDBY BEST MANAGEMENT PRACTICE MEASURES TO COMPLETELY PROTECT THE EXPOSED PORTIONS OF THE SITE WITHIN 48 HOURS OF A PREDICTED STORM EVENT ( A PREDICTED STORM EVENT IS DEFINED AS A FORECASTED, 40% CHANCE OF RAIN BY THE NATIONAL WEATHER SERVICE), IN ADDITION TO BMPs IMPLEMENTED YEAR-ROUND INCLUDING PERIMETER CONTROL, WIND EROSION CONTROL, TRACKING, NON-STORM WATER CONTROL, WASTE MANAGEMENT, AND MA !£RIALS POLLUTION CONTROL. THE NATIONAL WEATHER SERVICE FORECAST SHALL BE MONITORED AND USED BY THE DEVELOPER ON A DAILY BASIS. IF PRECIPITATION IS PREDICTED {40% CHANCE OF RAIN), THEN THE NECESSARY WATER POLLUTION CONTROL PRACTICES SHALL BE DEPLOYED WITHIN 48 HOURS AND PRIOR TO THE ONSET OF THE PRECIPITATION. THE DEPLOYMENT OF THE BMPS SHALL INCLUDE BUT NOT BE LIMITED TO GRAVEL BAGS AND SILT FENCES. A MINIMUM OF 125% OF THE MATERIAL NEEDED TO INSTALL STANDBY BEST MANAGEMENT PRACTICES MEASURES TO PROTECT THE EXPOSED AREAS FORM EROSION AND PREVENT SEDIMENT DISCHARGES MUST BE STORED ON-SITE. AREAS THAT HAVE ALREADY BEEN PROTECTED FROM EROSION USING PHYSICAL STAB/LIZA TION OR ESTABLISHED VEGETATION STAB/LIZA TION BMPS AS DETERMINED BY THE CITY OF CARLSBAD ARE NOT CONSIDERED TO BE "EXPOSED" FOR THE PURPOSES OF "WEA THER TRIGGERED ACTION PLAN". AN ADEQUATE SOURCE OF EQUIPMENT AND WORKERS SHALL BE AVAILABLE FOR DEPLOYMENT OF "WEATHER TRIGGERED BMPS~ EROSION CONTROL HYDROSEEDING. PLANTING AND /RR/GA TION 7. ALL PERMANENT AND TEMPORARY EROSION CONTROL PLANTING AND /RR/GA TION SHALL BE INSTALLED AND MAINTAINED AS REQUIRED IN SECTION 272 OF THE STANDARD SPECIF/CATIONS AND THE FOLLOWING: A HYDROSEEDING SHALL BE APPLIED TO: I ALL SLOPES THAT ARE GRADED 6: 1 {HORIZONTAL TO VERTICAL) OR STEEPER WHEN THEY ARE.· a. THREE FEET OR MORE IN HEIGHT AND ADJACENT TO PUBLIC WALL OR STREET. b. ALL SL OPES 4 FEET OR MORE IN HEIGHT. 2 AREAS GRADED FLATTER THAN 6:1 WHEN ANY OF THE FOLLOWING CONDITIONS EXIST.· a. NOT SCHEDULED FOR IMPROVEMENTS {CONSTRUCTION OR GENERAL LANDSCAPING} WITHIN 60 DAYS OF ROUGH GRADING. b. IDENTIFIED BY THE PARKS AND RECREATION DIRECTOR AS HIGHL Y VISIBLE TO THE PUBLIC. c. HA VE ANY SPECIAL CONDITION IDENTIFIED BY THE CITY ENGINEER THAT WARRANTS IMMEDIATE TREATMENT. B HYDROSEEDING AREAS SHALL BE /RR/GA TED IN ACCORDANCE WITH THE FOLLOWING CRITERIA: 1 ALL SLOPES THAT ARE GRADED 6: 1 OR STEEPER AND THAT ARE.· a. THREE TO EIGHT FEET IN HEIGHT SHALL BE IRRIGATED BY HAND WATERING FROM QUICK COUPLERS/HOSE BIBS OR A CONVENTIONAL SYSTEM OF LOW PRECIPITATION SPRINKLER HEADS PROVIDING 100% COVERAGE. b. GREATER THAN 8 FEET IN HEIGHT SHALL BE WATERED BY A CONVENTIONAL SYSTEM OF LOW PRECIPITATION SPRINKLER HEADS PROVIDING 100% COVERAGE. 2 AREAS SLOPED LESS THAN 6: 1 SHALL BE !RR/GA TED AS APPROVED BY THE CITY ENGINEER, PRIOR TO HYDROSEEDING. THE DEVELOPER SHALL SUBMIT A PROPOSED SCHEME TO PROVIDE /RR/GA TION TO THE CITY ENGINEER. THE PROPOSAL SHALL BE SPECIFIC REGARDING THE NUMBERS, TYPE, AND COSTS OF THE ELEMENTS OF THE PROPOSED SYSTEM. J /RR/GA TION SHALL MAINTAIN THE MOISTURE LEVEL OF THE SOIL AT THE OPTIMUM LEVEL FOR THE GRADING OF THE HYDROSEEDED GROWTH. C HYDROSEEDING MIX SHALL CONSIST OF ALL OF THE FOLLOWING: I SEED MIX SHALL CONSIST OF NO LESS THAN: a. 20 lbs. PER ACRE OF ROSE CLOVER b. 20 lbs PER ACRE OF ZORRO FESCUE c. Jibs PER A CR£ OF E SCHOOL CIA CALIFORNICA d. 4 lbs PER ACRE OF ACHILLEA MILLEFOLIA e. Jibs PER ACRE OF ALYSSUM (CARPET OF SNOW} f. 1/2 lb. PER ACRE IF DIMORPHOLECA g. ITEMS c, d, e, AND f OF THIS SUBSECTION MAY BE OMITTED ON VISIBLE FROM EITHER A PUBLIC STREET OR RESIDENTIAL STRUCTURES. h. ITEM a OF THIS SUBSECTION MUST BE INOCULATED WITH A NITROGEN FIXING BACTERIA AND APPLIED DRY EITHER BY DRILLING OR BROADCASING BEFORE HYDROSEEDING. i. ALL SEED MA !£RIALS SHALL BE TRANSPORTED TO THE JOBS/TE IN UNOPENED CONTAINERS WITH THE CALIFORNIA DEPARTMENT OF FOOD AND A GR/CUL TUR£ CER TIFICA TION TAG A TT ACHED TO, OR PRINTED ON SAID CONTAINERS. j NON-PHYTO-TOX/C WETTING AGENTS MAY BE ADDED TO THE HYDROSEED SLURRY AT THE DISCRETION OF THE CONTRACTOR. 2 TYPE 1 MULCH APPLIED AT THE RA TE OF NO LESS HAN 2000 lbs PER ACRE. TYPE 6 MULCH (STRAW) MAY BE SUBSTITUTED, WHEN STRAW IS USED, IT MUST BE ANCHORED TO THE SLOPE BY MECHANICALLY PUNCHING NO LESS THAN 50% IF THE STRAW INTO THE SOIL. 3 FERTILIZER CONSISTING OF AMMONIUM PHOSPHATE SULFA TE, 16-20-0 WITH 15% SULPHUR APPLIED AT THE RA TE OF 500 lbs. PER ACRE. D AREAS TO BE HYDROSEEDED SHALL BE PREPARED PRIOR TO HYDROSEEDING: I ROUGHENING THE SURFACE TO BE PLANTED BY ANY OR A COMB/NA TION OF: a. TRACK WALKING SLOPES STEEPER THAN 6: 1. b. HARROWING AREAS 6: 1 OR FLA TTE.R THAT ARE SUFFICIENTLY FRIABLE. 2 AREAS GRADED FLATTER THAN 6: 7 WHEN ANY OF THE FOLLOWING CONDITIONS EXIST: a. ADJUSTING THE SURFACE SOIL MOISTURE TO PROVIDE A DAMP BIT NOT SATURATED SEED BED. b. THE ADDITION OF SOIL AMENDMENTS, PH ADJUSTMENT, LEACHING COVERING SALINE SOILS TO PROVIDED VIABLE CONDITIONS FOR GROWTH. E HYDROSEEDING AREAS SHALL BE MAINTAINED TO PROVIDE A VIGOROUS GROWTH UNTIL THE PROJECT IS PERMANENTLY LANDSCAPED OR, FOR AREAS WHERE HYDROSEEDING IS THE PERMANENT LANDSCAPING, UNTIL THE PROJECT IS COMPLETED AND ALL BONDS RELEASED. 2. ALL SLOPES SHALL HA VE /RR/GA TION INSTALLED AND BE STABILIZED, PLANTED AND/OR HYDROSEEDED WITHIN TEN {10) DAYS OF THE TIME WHEN EACH SLOPE IS BROUGHT TO GRADE AS SHOWN ON THE APPROVED GRADING PLANS. J. SHOULD GERM/NATION OF HYDROSEEDED SLOPES FAIL TO PROVIDE EfflCIENT COVERAGE OF GRADING SLOPES {90% COVERAGE) PRIOR TO OCTOBER I, THE SLOPES SHALL BE STABILIZED BY AN APPROPRIATE EROSION CONTROL MA TT/NG MATERIAL APPROVED BY THE PUBLIC WORKS INSPECTOR. 4. LANDSCAPING SHALL BE ACCOMPLISHED ON ALL SLOPES AND PADS AS REQUIRED BY THE CITY OF CARLSBAD LANDSCAPE MANUAL, THE LANDSCAPING PLANS FOR THIS PROJECT OR AS DIRECTED BY THE CITY ENGINEER OF PLANNING DIRECTOR. 5. THE OWNER/APPLICANT SHALL ENSURE THAT ALL CONTRACTORS SHALL COORDINATE THE WORK OF THIS CONSTRUCTION SWPPP SHOWN ON ANY GRADING PLANS, LANDSCAPE AND /RR/GA TION PLANS, AND IMPROVEMENT PLANS AS REQUIRED FOR THIS PROJECT WORK. CITY OF OCEANSIDE C: -C: C: .2 -.2 .2 -C: C: -0 --"' " ., -0 ., -0 .§ "' § (J (J C: .s t E C: ~ § --2 2 .2 .2-" " ~ -0 " -:::; -0 "' "' ·! -2 ---.s ::, ~ "' -..... " C: ., .s .!, "' "' "' §1 c3' " -~ "' " o-"' "o g. C: "' C: (3 ~ -~ ~--., o\; .s [[l 5l-0 .... C: "' C: "' "' "' "' "' >" .s 0 " (...) ., -., " --" -.s .c: .s E (...) .... "' -0 "' ~ -0 ol ,:g :::; C: ., C: C: ;;;;:r; ➔ -2~ -0 "' (J ., V, " "' c,, ., "' [[l e "' "' 8 [g C: C, ~ -" "' " -., :5 ~(l) e -" "" " ~-S ~.\!:'.. -0 "' C: C: " "' i~ "E ., E §1 "' ., "" (J ii C, 0 [[l "' c-2 0_9 ., ., ., -:::; C, "' C, ~ <>:: _E " -·"' "' ., " -2 :§ & :g "" a: e 0 <I) -<I) ~-S "' "' E ~ ~~ ~ :8 o.~ ~-S ~ "' ~ "' ~ "' e ., :S -~ .§ .,c ~ ., ::, '€l ~ ~ " .a .... " "' ---0 ., " .... ., (J -~ a3 " -~ 6 ., .... ., " ---0 " O 0 " 0 g. ., ::, "-.a .... .a " Cl.)-~ ~ 0 0 ~ ls --0 " ., ~ .... " C: ~rt .E "' ~o -.c: ., ~o -0 ~ C: ·-C: N C: C: C: rt~ <'.!l ~ ~ cJl 6 ~ CJ) g Ji .E 0 i ct ~8-& ~<3 "-0 -'7}8 0 " 0 0 0 0 Vi V,.,; V, <>:: ::;; V, ::;; V, V, ::;; ::t: ::;; (...)::;; ➔ "' "' ..... OJ 0, -"' "' Lr) ..... OJ a "' "' ..... OJ -"' "' "' Lr) <O co --<O ---I I I I I I ~ ~ ~ ~ ~ ~ ~ ~ I I I I I I I I I I I I I t;l t;l t;l t;l t;l t;l ~ ~ V, V, V, V, i i i i i i i :;a: :;a: :;a: :;a: Grading/Soil Disturbance Trenching/Excavation Stockoilina Drillina IBorinq Concrete/Asohalt Sawcuttinq Concrete Fla/work Pavina Conduit /Pioe Installation Stucco/Mortar Work Waste Disoosal Stoaino /Lay Down Area Eouioment Maintenance and Fuelino Hazardous Substance Use/Storaae Dewoterina Site Access Acrass Dirt Other Oist ): Instructions: 1. Check the box to the left of of/ applicable construction activity (first column) expected to occur during construction. 2. Located along the top of the BMP Table is a list of BMP's with it's corresponding California Stormwater Quality Association (CASQA) designation number. or more BMPs you intend to use during construction from the list. Check the box where the chosen activity row intersects with the BMP column. Choose one 3. Refer to the CASQA construction handbook for in formation and details of the chosen BMPs and how to apply them to the project. {DELETE ITEMS NOT USED ON THE SITE MAP) DESCRIPTION EC-10, VELOCITY DISS/PA TION SE -1, SILT FENCE SE-5, FIBER ROLL SE-6, GRAVEL BAG -,. SYMBOL __ ,. -= I UNDERSTAND AND ACKNOWLEDGE THAT I MUST.· (I) IMPLEMENT BEST MANAGEMENT PRACTICES (BMPs) DURING CONSTRUCT/ON ACTIVITIES TO THE MAXIMUM EXTENT PRACTICABLE TO A VOID THE MOB/LIZA TION OF POLLUTANTS SUCH AS SEDIMENT AND TO A VOID THE EXPOSURE OF STORM WATER TO CONSTRUCTION RELATED POLLUTANTS; AND (2) ADHERE TO, AND PACIFIC OCEAN m-1, STABILIZED CONSTRUCT/ON ENTRANCE e11111111111111111~ AT ALL TIMES, COMPLY WITH THIS CITY APPROVED TIER 2 CONSTRUCTION SWPPP THROUGHOUT THE DURATION OF THE CONSTRUCTION ACTIVITIES UNTIL THE CONSTRUCTION WORK IS COMPLETE AND SIGNED OFF BY THE CITY OF CARLSBAD. NS-8 NS-9 NS-70 OWNER(S)/ OWNER'S AGENT NAME (PRINT) DATE 78 CITY OF VISTA CITY OF ENCINITAS SHEET I: TITLE SHEET SHEET 2: EROSION CONmOL PLANS AREA OF DISTURBANCE _____ S.F. (THIS AREA INCLUDES BUT IS NOT LIMITED TO OFF-SITE WORK INCLUDING PUBLIC IMPROVEMENTS AND TEMPORARY DISTURBANCE SUCH AS VEHICLE AND EQUIPMENT STAGING AREAS, CONSTRUCTION WORKER FOOT TRAFFIC, SOIL/GRAVEL PILES, UTILITY mENCHES, BACKFILL CUTS AND SLOPE KEYWA YS) CONSTRUCTION THREAT TO STORM WATER QUALITY (CHECK BOX): □ HIGH □ MEDIUM NAME.· ADDRESS: TELEPHONE NO.: NAME.-ADDRESS: TELEPHONE NO.: NS-B, VEHICLE AND EQUIPMENT CLEANING NS-9, VEHICLE AND EQUIPMENT FUELING NS-10, VEHICLE AND EQUIPMENT MAINTENANCE WM-I, MATERIAL DELIVERY AND STORAGE _o_WN_ER_(_sJ1_0WN_ER_·s_A_GE._N_T N_A_ME_(st_GN_A_ru_RE_J ___ D_ATE _______ __, I SHEET I CITY OF CARLSBAD I SHEETS I ENGINEERING DEPARTMENT :==::::'__':===========:"::::===='. WM-2, MATERIAL USE WM-5, SOLID WASTE MANAGEMENT WM-9, SANITARY/SEPTIC WASTE MANAGEMENT B/ORETENTION BASIN CONCRETE BROW DITCH <==i NAME OF PREPARER: ___________ _ QUALIFICATION OF PREPARER-· ________ _ ADDRESS: PHONE NO.: ______________ _ 5/GNAWRE R. CE/CERT. NO. CITY STORM WATER POILUTION PREVENTION PLAN {SWPPP) APPROVED:JASON S. GELDERT CITY ENGINEER RCE 63912 EXP. 9/30/22 DATE L/C. EXP. DATE DATE PROJECT ID II DRAWING NO.I PIO PICO DRIVE (PUBLIC)22PROJECT NAME:TIER 2TIER 2 STORM WATER POLLUTION PREVENTION PLAN (SWPPP)SAMPLEEROSION CONTROL PLANI\ ) r ( 5£-1_/ ( ~ [i I \ ' / I r I \ APN 156-351-04 \ -I ----gs-___;-------,, \ \ \ \ \ \ \ \ \ I \ I I \ \ \ ' ,,, -f-<" ll '-.. V I L.,""' I V i~ / ""-V I \ '·.: .. I '\ \ ,· .. \ ' 0 0 5£-5 .,.... N5-8 WM-1 N5-9 WM-2 N5-10 WM-5 ,. ~ / ~ APN 156-351-06 ' \ I \ ' ~ i::: L-" \ ,, ; ' < \ ,. I \ I / -f-< '-f< \ 1, . :., ... ·. ·.·.····, . .. ... -..-. : ...... ·· .. . . . . . .-_, ......... ·-.. ·· .. ,. .... -•··. .·· ·-...... ·, "'-'. I I / t I I I ~---B-~. ~ t5;-1 ------~-= 8 3 ~ ,, ,\ ) l \ \ I I \ ) I I I ) I l!) cr, I \ I I I I , Ai I \ I I I I I \ I \ ' "-. I I I \ I \ ' As~;' I I APN 156~351-07 0 0 .,.... \ I I \ \ \ I I I I I I I I I I f \ \ \ \ \ I J\. I I I \ 1 T r C ) ) I ; r C \ \ I I '-los \ Ir \ \ \ ( l \ \ \ \ -·. ' . •. . : . ,• • • • II , / , " \ "~ ~ I 05 'a.c...J \___ PROJECT BOUNDARY I\\ \ ' ~ ( '-, ) ) \ , V I ( < \ I ) \ ( ) ) I I ~ \ , , \ ) l!) .,.... .,.... ' \1 \I I ) l I I / I I -----------.-> .-> 0 \,,_ EXISTING HOUSE ....... .. . ... .~ , \I -5£-1 ' I \ \ v t I ! I I I ( l / / l 1\ f r -----. . " \ I I I \ \ 1 / l V \ ( \ \ I I , I A / / ~ ) I J I',_ I 1 tf• t I\ I -' \ 7 / / I l / ---r--\ I v \ I \ I I -\ APN APN J I I I i-r t I I I ---I I /1PN ~ CITY OF CARLSBAD I SHEETS I L_j ENGINEERING DEPARTMENT STORM WATER POLLUTION PREVENTION PLAN {SWPPP) APPROVED: JASON S, GELDERT CITY ENGINEER RCE 63912 EXP. 9/30/22 DATE I PROJECT ID I DRAWING NO, APPENDIX C UTILITY SHUTDOWN/CONNECTION REQUEST FORM E-28 UTILITY SHUTDOWN/ CONNECTION REQUEST E-28 Public Works Construction Management & Inspection 1635 Faraday Ave 442-339-2780 www.carlsbadca.gov DATE OF SHUTDOWN / CONNECTION _____________LOCATION (ADDRESS) _______________________________ DESCRIPTION OF LOCATION (CROSS STREET, ETC.) ___________________________________________________ DATE OF SUBMISSION ____________ CONTRACTOR’S NAME _____________________ PHONE ________________ CONTRACTOR’S ONSITE REPRESENTATIVE ___________________________________ MOBILE _______________ ROW PERMIT NO. __________________ NAME OF CITY INSPECTOR ______________________________________ TYPE OF CONNECTION SEWER ______ WATER ______ RECYCLED ______ WET TAP _______ TURN ON ______ SHUT DOWN _________ SHUT DOWN DURATION (MILITARY TIME): START ____________ FINISH ____________ TOTAL HOURS ________ SERVICES EFFECTED _____________________________________________________________________________ MATERIAL / EQUIPMENT TO BE USED _______________________________________________________________ DESCRIPTION OF WORK __________________________________________________________________________ ________________________________________________________________________________________________ PLEASE READ BELOW 1. Request must include a DETAILED CONSTRUCTION DRAWING showing proposed construction. (See other side for details) 2. Submission of this request shall be a minimum of two weeks prior to desired shutdown/connection date. 3. If the weather or a situation develops where the time of shutdown is not feasible, a new shutdown time shall be resubmitted to the district for approval. 4. Temporary water supply shall be only from an approved and accepted CMWD line. 5. Contractor may not operate CMWD VALVES OR APPURTENANCES. Only CMWD representatives are authorized to operate valves and appurtenances. 6. There shall be NO SHUTDOWNS MONDAYS, FRIDAYS, WEEKENDS OR CITY HOLIDAYS. 7. The contractor’s representative, identified above, must be onsite during the entire duration of the shutdown. The contractor’s representative must have the authority to act on the company’s behalf. CONSTRUCTION MANAGEMENT AND INSPECTION 1635 FARADAY AVE CARLSBAD, CALIFORNIA 92008 TEL. NO. (442) 339-2780 E-28 Page 1 of 2 REV 03/22 (_ City of Carlsbad CONTRACTOR INSTRUCTIONS – PLEASE READ BEFORE SUBMITTING 1. Shutdown and connection requests will not be processed unless a DETAILED CONSTRUCTION DRAWING IS ATTACHED showing the proposed construction plan. (See example below.) 2. Utility shutdown and connection requests must be submitted to the Construction Management & Inspection Project Inspector TWO WEEKS (MIN.) prior to the requested shutdown or connection date. 3. Scheduling: Prior to start of work, there shall be a MINIMUM OF TWO WEEKS NOTICE GIVEN TO CARLSBAD MUNICIPAL WATER DISTRICT. 4. Connections will not be permitted unless passing BACTERIOLOGICAL TEST RESULTS are attached (required for all potable use lines). 5. If the weather or a situation develops where the time of shutdown is not feasible, a new shutdown time shall be resubmitted for approval. 6. All temporary water connections and supply lines shall be approved and accepted by CMWD. 7. Contractor may not operate CMWD VALVES OR APPURTENANCES. Only CMWD representatives are authorized to operate valves and appurtenances. 8. There shall be NO SHUTDOWNS MONDAYS, FRIDAYS, WEEKENDS OR CITY HOLIDAYS. 9. The contractor’s authorized representative (listed on the front) must be onsite during the entire duration of the shutdown. The contractor’s authorized representative must have the authority to act on the company’s behalf. 10. If the contractor has a preferred connection date, please note within this submittal. 11. The City/District reserves the right to change the schedule. Example of construction plan E-28 Page 2 of 2 REV 03/22 _ -w-EXISTING12"MAIN -I[ ------------ CUT IN THREE-VALVE PACKAGE ON EXISTING 12" WATER MAIN AND COMPLETE TIE TO NEW 8" WATER MAIN I I I I I t I ! I -w- L/ONSHEAD DRIVE APPENDIX D GEOTECHNICAL INVESTIGATION REPORT GEOLOGICAL RECONNAISSANCE AND GEOPHYSICAL EVALUATION CARLSBAD MUNICIPAL WATER DISTRICT PRESSURE REDUCING STATION DESIGN SUPPORT SERVICES Carlsbad, California PREPARED FOR: Carlos Mendoza Michael Baker International, Inc. 9755 Clairemont Mesa Boulevard San Diego, CA 92124 PREPARED BY: Atlas Technical Consultants LLC 6280 Riverdale Street San Diego, CA 92120 October 30, 2020 6280 Riverdale Street San Diego, CA 92120 (877) 215-4321 | oneatlas.com October 30, 2020 Atlas No. 200219P6 Report No. 1 MR. CARLOS MENDOZA MICHAEL BAKER INTERNATIONAL, INC. 9755 CLAIREMONT MESA BOULEVARD SAN DIEGO, CA 92124 Subject: Geological Reconnaissance and Geophysical Evaluation Carlsbad Municipal Water District Pressure Reducing Station Design Support Services Carlsbad, California Dear Mr. Mendoza: In accordance with your request and our proposal No. 20-12731R, Atlas Technical Consultants performed a geologic reconnaissance and geophysical evaluation to assess potential geotechnical and geophysical conditions that could impact site construction. Our investigation consisted of a review of readily available geologic literature, field reconnaissance, geophysical surveys, and the preparation of this report. If you have any questions, please call us at (619) 280-4321. Respectfully submitted, Atlas Technical Consultants LLC Andrew K. Neuhaus, CEG 2591 Drew McPeak, GIT 1090 Senior Geologist Staff Geologist Caleb de Silveira Patrick F. Lehrmann, P.G., P.Gp. Staff Geophysicist Principal Geologist/Geophysicist AKN:DM:CDD:PFL:ds Distribution: Mr. Carlos Mendoza at carlos.mendoza@mbakerintl.com A .... At::!. __..--r, I L t, :., .__ fk Atlas No. 200219P6 Report No. 1 Page | i CONTENTS 1. INTRODUCTION ................................................................................................................... 1 2. SCOPE OF SERVICES ......................................................................................................... 1 2.1 Background Review ...................................................................................................... 1 2.2 Geophysical Evaluation ................................................................................................ 1 2.3 Analysis and Report ...................................................................................................... 1 3. SITE AND PROJECT DESCRIPTION ................................................................................... 2 3.1 Geotechnical Documentation ........................................................................................ 2 3.2 Palomar Oaks ............................................................................................................... 2 3.3 Melrose Drive ................................................................................................................ 3 3.4 Corintial/El Fuerte ......................................................................................................... 3 3.5 Lower El Fuerte ............................................................................................................. 3 4. SITE GEOLOGY .................................................................................................................... 3 4.1 Palomar Oaks ............................................................................................................... 3 4.2 Melrose Drive ................................................................................................................ 4 4.3 Corintial/El Fuerte ......................................................................................................... 4 4.4 Lower El Fuerte ............................................................................................................. 4 4.5 Faulting ......................................................................................................................... 5 5. GEOLOGIC HAZARDS ......................................................................................................... 5 5.1 Ground Shaking ............................................................................................................ 5 5.2 CBC Seismic Design Parameters ................................................................................. 5 5.3 Surface Rupture and Soil Cracking ............................................................................... 8 5.4 Landsliding .................................................................................................................... 8 5.5 Liquefaction ................................................................................................................... 8 5.6 Expansive Soils ............................................................................................................. 8 5.7 Flooding ........................................................................................................................ 8 5.8 Groundwater ................................................................................................................. 8 6. GEOPHYSICAL STUDY METHODOLOGY .......................................................................... 9 6.1 Seismic P-Wave Refraction .......................................................................................... 9 6.2 Multichannel Analysis of Surface Waves (MASW) ..................................................... 10 7. DATA ANALYSIS ................................................................................................................ 10 8. CONCLUSIONS AND RECOMMENDATIONS ................................................................... 11 9. LIMITATIONS ...................................................................................................................... 12 10. SELECTED REFERENCES .............................................................................................. 12 Atlas No. 200219P6 Report No. 1 Page | ii TABLE Table 1 – Rippability Classification ............................................................................................. 10 FIGURES Figure 1 Site Vicinity Map Figure 2 Regional Geology Map Figure 3a Seismic Line Location Map (SL-1) Figure 3b Seismic Line Location Map (SL-2) Figure 3c Seismic Line Location Map (SL-3) Figure 3d MASW Line Location Map (ML-1) Figure 4a P-Wave Profile (SL-1) Figure 4b P-Wave Profile (SL-2) Figure 4c P-Wave Profile (SL-3) Figure 4d MASW Result (ML-1) Atlas No. 200219P6 Report No. 1 Page | 1 1. INTRODUCTION This report presents the results of our geological reconnaissance and geophysical evaluation Atlas Technical Consultants (Atlas) performed for the pressure reducing stations (PRS) design support services project. We understand the project will consist of the demolition and replacement of existing water pipelines and the design and construction of four pressure reducing stations in Carlsbad, California. The purpose of our geological reconnaissance is to assess the geologic conditions for the four pressure reducing stations and provide preliminary conclusions and recommendations regarding the geotechnical aspects of the project. The purpose of our geophysical evaluation was to develop subsurface velocity profiles of the study areas in order to assess the depth to bedrock and apparent rippability of the subsurface materials. Figure 1 presents a site vicinity map. 2. SCOPE OF SERVICES 2.1 Background Review We performed a background review of pertinent geologic and geotechnical literature and maps, and made a field reconnaissance of the four sites. 2.2 Geophysical Evaluation Our field services were conducted on October 6, 2020. We performed a geophysical evaluation that included: • Performance of three seismic P-wave refraction traverses at the project site. • Performance of one MASW profile at the project site. • Compilation and analysis of the data collected. • Preparation of this data report presenting our results and conclusions. This data presented herein presents our methodology, equipment used, analysis, and results. 2.3 Analysis and Report The results of our background review, field reconnaissance, and geophysical surveys were evaluated to develop conclusions and recommendations regarding: • Subsurface conditions anticipated along the planned pipeline alignments based on previous investigations near the alignments. • Anticipated excavation conditions and the potential for encountering difficult excavation, expansive soil, compressible soil, and settlement. • Geologic hazards including flooding, liquefaction, landslides, and faulting. • Typical remedial measures if geotechnical conditions are identified. • Recommendations for further design level investigations, if necessary. Atlas No. 200219P6 Report No. 1 Page | 2 3. SITE AND PROJECT DESCRIPTION The approximate sites for the PRS are shown on Figure 1. In general, the four station areas are located east of Interstate 5 in Carlsbad, California. The sites are within low-relief hills adjacent to alluvial valleys trending east-west and residential and commercial developments adjacent to major and arterial roads within the city. Specifically, our study evaluated four areas located along Palomar Airport Road (SL-3), Melrose Drive (SL-2) and El Fuerte Street (SL-1 and ML-1). The seismic refraction traverses (SL-1 through SL-3) were conducted next to the sidewalks in landscaped areas consisting of dirt, gravel, and small vegetation. The MASW profile (ML-1) was conducted along the southern side of El Fuerte Road over paved asphalt. Figure 2 depicts the general site conditions in the areas of the seismic traverses. We understand the PRS locations will consist of the following: • Palomar Oaks PRS: Demolition and abandonment of existing PRS and installation of 16-inch PVC connector waterline • Melrose PRS: Replacement in place of existing PRS • Corintial/Upper El Fuerte PRS: Installation of PRS and installation of 12-inch PVC waterline • Lower El Fuerte PRS: Installation of PRS and installation of 12-inch PVC waterline Existing elevations vary between approximately 109 to 111 feet above mean sea level (MSL) at the Palomar Oaks PRS. Existing elevations vary between approximately 330 to 339 feet above MSL at the Melrose Drive PRS. Existing elevations vary between approximately 555 to 563 feet above MSL at the El Fuerte North PRS. Existing elevations vary between approximately 192 to 220 feet above MSL at the El Fuerte South PRS. Vegetation consists of trees, shrubs, typical residential landscaping, and unimproved grassland. 3.1 Geotechnical Documentation Available geotechnical documents relevant to the PRS sites were researched or were requested at the City of Carlsbad Public Records office. The findings of our reviews are summarized below. 3.2 Palomar Oaks SCS&T (1988) observed the mass grading of the Palomar Oaks business park north of Palomar Airport Road. During mass grading the northerly facing slopes were deemed to have inadequate factors of safety and additional slope stability measures were undertaken, including placing buttressing fill and removal of landslide debris. During construction sandstone and mudstone was encountered and there was no mention of excavatability issues. Atlas No. 200219P6 Report No. 1 Page | 3 3.3 Melrose Drive Mapped landslide deposits are south of the PRS site along Poinsettia Lane and are interpreted as “questionable (50% confident it is a landslide; a geomorphic feature or features that could be explained by other processes; cannot be sure it is a landslide without detailed investigation) (Tan & Giffen, 1995). 3.4 Corintial/El Fuerte No public records were available for review. 3.5 Lower El Fuerte MV Engineering (1988) performed a geotechnical investigation at 7327 El Fuerte Street adjacent to the El Fuerte South PRS. Two test pits were excavated to explore the subsurface conditions. Colluvium consisting of loose silty sand and stiff sandy clay was encountered up to about 2 feet. Metavolcanic rock with varying weathering characteristics underlies the colluvium, and was encountered to a depth of up to about 3 feet. MV Engineering concluded that there were no known adverse geotechnical conditions present at the project site. Ground water was not encountered during their field investigation. However, they did note that there would be difficulty in excavating the metavolcanic rock and that expansive soils were present. They stated that the proposed design grades for the residence will likely be achieved with heavy ripping. In areas of deeper cuts (approximately 6 feet), blasting may be needed to achieve design grades and should be anticipated. 4. SITE GEOLOGY The project alignments are located in the coastal plains and foothills portions of the Peninsular Ranges of California. In general, the coastal plains are underlain by Quaternary marine terraces and Tertiary sedimentary rocks, while the foothills are underlain by Mesozoic metamorphic rocks intruded by plutonic rocks of the Southern California Batholith. Figure 2 presents a representative portion of the regional geology map (Kennedy and Tan, 2008). 4.1 Palomar Oaks Published geologic maps show that the Palomar Oaks PRS is underlain by Tertiary-age Santiago Formation, and Quaternary-age old alluvial flood-plain deposits are immediately adjacent to the PRS site south of Palomar Airport Road (Kennedy and Tan, 2008). Fill associated with trench backfill and Palomar Airport Road is anticipated above the Santiago Formation. Brief descriptions of surface conditions and soils anticipated to underlie the sites are presented below. • Fill (Qf): Fill is expected to consist of loose to dense materials derived from on-site or other sources placed during human activities. The fill could be subject to caving or contain oversize debris. Atlas No. 200219P6 Report No. 1 Page | 4 • Santiago Formation (Tsa): The Tertiary Santiago Formation rocks typically consist of fine-grained sandstone and claystone that is slightly to intensely weathered, and weakly to strongly cemented/indurated. 4.2 Melrose Drive Published geologic maps show that the Melrose Drive PRS is underlain by Tertiary-age Santiago Formation, and landslide deposits are mapped south of the PRS site along Poinsettia Lane (Kennedy and Tan, 2008). Fill associated with trench backfill and Melrose Drive is anticipated above the Santiago Formation. Brief descriptions of surface conditions and soils anticipated to underlie the sites are presented below. • Fill (Qf): Fill is expected to consist of loose to dense materials derived from on-site or other sources placed during human activities. The fill could be subject to caving or contain oversize debris. • Santiago Formation (Tsa): The Tertiary Santiago Formation rocks typically consist of fine-grained sandstone and claystone that is slightly to intensely weathered, and weakly to strongly cemented/indurated. 4.3 Corintial/El Fuerte Published geologic maps show that the Corintial/El Fuerte PRS is underlain by Mesozoic-age metavolcanic and metasedimentary rocks (Kennedy and Tan, 2008). Fill associated with El Fuerte Street is anticipated above the metavolcanic and metasedimentary rocks. Brief descriptions of surface conditions and soils anticipated to underlie the sites are presented below. • Fill (Qf): Fill is expected to consist of loose to dense materials derived from on-site or other sources placed during human activities. The fill could be subject to caving or contain oversize debris. • Metamorphosed and unmetamorphosed volcanic and sedimentary rocks (Mzu): Mesozoic metavolcanic and metasedimentary rocks typically consist of metamorphosed volcanic rock (andesite to dacite) and metasedimentary rock (sandstone to quartzite) that is slightly to intensely weathered, soft to hard, and moderately to intensely fractured. 4.4 Lower El Fuerte Published geologic maps show that the Lower El Fuerte PRS is underlain by Mesozoic-age metavolcanic and metasedimentary rocks (Kennedy and Tan, 2008). Fill associated with El Fuerte Street is anticipated above the metavolcanic and metasedimentary rocks. Brief descriptions of surface conditions and soils anticipated to underlie the sites are presented below. • Fill (Qf): Fill is expected to consist of loose to dense materials derived from on-site or other sources placed during human activities. The fill could be subject to caving or contain oversize debris. Atlas No. 200219P6 Report No. 1 Page | 5 • Metamorphosed and unmetamorphosed volcanic and sedimentary rocks (Mzu): Mesozoic metavolcanic and metasedimentary rocks typically consist of metamorphosed volcanic rock (andesite to dacite) and metasedimentary rock (sandstone to quartzite) that is slightly to intensely weathered, soft to hard, and moderately to intensely fractured. 4.5 Faulting Faulting in the San Diego County area is characterized by a series of Quaternary-age and older fault zones that typically consist of several individual en echelon faults that generally strike in a northerly to northwesterly direction. Active fault zones are those that have shown conclusive evidence of faulting during the Holocene Epoch (the most recent 11,000 years) while potentially active fault zones have demonstrated movement during the Pleistocene Epoch (11,000 to 1.6 million years before the present) but no evidence of movement during Holocene time. Faults that can be shown to have experienced no movement within the Holocene or Pleistocene Epochs are generally considered to be inactive. No faults have been mapped underlying any of the subject sites (USGS, 2018). The closest active fault to this site is the offshore segment of the Newport-Inglewood-Rose Canyon Fault Zone, which is located approximately between 5.2 and 8.40 miles (8.37 and 13.52 kilometers) east of the subject sites. 5. GEOLOGIC HAZARDS No geologic hazards of sufficient magnitude to preclude the proposed replacement and improvements are known to exist. Specific geologic hazards are discussed below. 5.1 Ground Shaking A geologic hazard likely to affect the sites are ground shaking as a result of movement along one of the main strands of the active fault zone mentioned above. Probable ground shaking levels at any of the sites could range from slight to strong depending on such factors as the magnitude of the seismic event and the distance to the epicenter. It is likely that the sites will experience the effects of at least one moderate to large earthquake during the remaining life of the existing structures. 5.2 CBC Seismic Design Parameters A geologic hazard likely to affect the project is ground shaking as a result of movement along an active fault zone in the vicinity of the subject site. Based on the subsurface conditions encountered during our investigation, the site may be classified as site class D. The mapped site coefficients and maximum considered earthquake (MCER) spectral response acceleration parameters in accordance with the ASCE 7-16 (SEAOC, 2020) are presented below. Atlas No. 200219P6 Report No. 1 Page | 6 Palomar Oaks - 2019 California Building Code / ASCE 7-16 Mapped Site Coefficients Site Coordinates Latitude: 33.12315° Longitude: -117.29498° Site Coefficients and Spectral Response Acceleration Parameters Value Site Class D Site Coefficients, Fa 1.093 Site Coefficients, Fv *See Note 1 Mapped Spectral Response Acceleration at Short Period, Ss 1.019g Mapped Spectral Response Acceleration at 1-Second Period, S1 0.370g Mapped Design Spectral Acceleration at Short Period, SDS 0.742g Design Spectral Acceleration at 1-Second Period, SD1 *See Note 1 Site Peak Ground Acceleration, PGAM 0.515g * Note 1 – ASCE 7-16, Section 11.4.8. A site-specific ground motion analysis is required to be performed in accordance with Section 21 unless exempted in accordance with Section 20.3.1 Melrose Drive - 2019 California Building Code / ASCE 7-16 Mapped Site Coefficients Site Coordinates Latitude: 33.12318° Longitude: -117.23823° Site Coefficients and Spectral Response Acceleration Parameters Value Site Class D Site Coefficients, Fa 1.129 Site Coefficients, Fv *See Note 1 Mapped Spectral Response Acceleration at Short Period, Ss 0.927g Mapped Spectral Response Acceleration at 1-Second Period, S1 0.340g Mapped Design Spectral Acceleration at Short Period, SDS 0.698g Design Spectral Acceleration at 1-Second Period, SD1 *See Note 1 Site Peak Ground Acceleration, PGAM 0.482g * Note 1 – ASCE 7-16, Section 11.4.8. A site-specific ground motion analysis is required to be performed in accordance with Section 21 unless exempted in accordance with Section 20.3.1 ___..p-., A , I L 1 Atlas No. 200219P6 Report No. 1 Page | 7 Corintial/Upper El Fuerte - 2019 California Building Code / ASCE 7-16 Mapped Site Coefficients Site Coordinates Latitude: 33.10258° Longitude: -117.24065° Site Coefficients and Spectral Response Acceleration Parameters Value Site Class C Site Coefficients, Fa 1.200 Site Coefficients, Fv 1.500 Mapped Spectral Response Acceleration at Short Period, Ss 0.941g Mapped Spectral Response Acceleration at 1-Second Period, S1 0.345g Mapped Design Spectral Acceleration at Short Period, SDS 0.753g Design Spectral Acceleration at 1-Second Period, SD1 0.345g Site Peak Ground Acceleration, PGAM 0.551g Lower El Fuerte - 2019 California Building Code / ASCE 7-16 Mapped Site Coefficients Site Coordinates Latitude: 33.09504° Longitude: -117.25028° Site Coefficients and Spectral Response Acceleration Parameters Value Site Class C Site Coefficients, Fa 1.200 Site Coefficients, Fv 1.500 Mapped Spectral Response Acceleration at Short Period, Ss 0.963g Mapped Spectral Response Acceleration at 1-Second Period, S1 0.351g Mapped Design Spectral Acceleration at Short Period, SDS 0.770g Design Spectral Acceleration at 1-Second Period, SD1 0.351g Site Peak Ground Acceleration, PGAM 0.504g ___..p-., A , I L 1 Atlas No. 200219P6 Report No. 1 Page | 8 5.3 Surface Rupture and Soil Cracking Based on the information available to us, there is no evidence that active or potentially active faults underlie the sites; therefore, the sites are not considered susceptible to surface rupture due to faulting. The likelihood of surface rupture caused by shaking from distant sources is minimal. 5.4 Landsliding The Melrose Drive site is within the boundaries of a published landslide hazard map. However, the landslide deposits are mapped south of the PRS site along Poinsettia Lane and these landslide deposits were likely addressed during the grading of the surrounding residential development. Based on the site geology and gentle topography, it is our opinion that the potential for deep-seated slope failure to affect the site is moderate (Tan & Giffen, 1995). The remaining project sites are not within the boundaries of published landslide hazard maps. Based on the site geology, gentle topography, it is our opinion that the potential for deep-seated slope failure to affect the Palomar Oaks, Corintial/El Fuerte and Lower El Fuerte sites are low. 5.5 Liquefaction Liquefaction occurs when loose, saturated sands and silts are subjected to strong ground shaking. The soils lose shear strength and become liquid, resulting in large total and differential ground surface settlements, and possible lateral spreading during an earthquake. Due to the lack of shallow groundwater and given the relatively dense nature of the materials beneath the sites, the potential for liquefaction and dynamic settlement to occur is low. Additionally, the sites are not mapped in liquefaction hazard zone (CGS, 2020b). 5.6 Expansive Soils No subsurface excavations or laboratory testing was performed for this reconnaissance. Therefore, expansive soils were not assessed. 5.7 Flooding SCST reviewed the Flood Insurance Rate Maps (FIRM 2012) via the Federal Emergency Management Agency (FEMA) Flood Hazard Map online database to determine if the subject site location is located within an area susceptible to flooding. The project sites are designated as Flood Hazard Zones X. Zone X designates the areas determined to be outside the outside the 0.2% annual chance floodplain. 5.8 Groundwater Based off our knowledge and research of relevant documents, groundwater levels are expected to be below a depth that will influence planned construction. Groundwater levels may fluctuate in the future due to rainfall, irrigation, broken pipes, or changes in site drainage. Because groundwater rise or seepage is difficult to predict, such conditions are typically mitigated if and when they occur. Atlas No. 200219P6 Report No. 1 Page | 9 6. GEOPHYSICAL STUDY METHODOLOGY 6.1 Seismic P-Wave Refraction A seismic P-wave (compression wave) refraction study was conducted at the project site to evaluate the rippability characteristics of the subsurface materials and to develop subsurface velocity profiles of the area studied. The seismic refraction method uses first-arrival times of refracted seismic waves to estimate the thicknesses and seismic velocities of subsurface layers. Seismic P-waves generated at the surface, using a hammer and plate, are refracted at boundaries separating materials of contrasting velocities. These refracted seismic waves are then detected by a series of surface vertical component 14.5-Hz geophones and recorded with a 24-channel Geometrics StrataView seismograph. The travel times of the seismic P-waves are used in conjunction with the shot-to-geophone distances to obtain thickness and velocity information on the subsurface materials. Three seismic P-wave refraction traverses (SL-1, SL-2 and SL-3) were conducted at the project site. The general locations and lengths of the lines were determined by surface conditions, site access, and depth of investigation. Shot points (signal generation locations) were conducted along the lines at the ends, midpoint, and intermediate points between the ends and the midpoint. The seismic refraction theory requires that subsurface velocities increase with depth. A layer having a velocity lower than that of the layer above will not generally be detectable by the seismic refraction method and, therefore, could lead to errors in the depth calculations of subsequent layers. In addition, lateral variations in velocity, such as those caused by core stones, intrusions, or boulders can also result in the misinterpretation of the subsurface conditions. In general, the effective depth of evaluation for a seismic refraction traverse is approximately one-third to one- fifth of the length of the spread. In general, the seismic P-wave velocity of a material can be correlated to rippability (see Table 1 below), or to some degree “hardness.” Table 1 is based on published information from the Caterpillar Performance Handbook (Caterpillar, 2018), as well as our experience with similar materials, and assumes that a Caterpillar D-9 dozer ripping with a single shank is used. We emphasize that the cutoffs in this classification scheme are approximate and that rock characteristic, such as fracture spacing and orientation, play a significant role in determining rock quality or rippability. The rippability of a mass is also dependent on the excavation equipment used and the skill and experience of the equipment operator. For trenching operations, the rippability values should be scaled downward. For example, velocities as low as 3,500 feet/second may indicate difficult ripping during trenching operations. In addition, the presence of boulders, which can be troublesome in narrow trenching operations, should be anticipated. Atlas No. 200219P6 Report No. 1 Page | 10 Table 1 – Rippability Classification Seismic P-wave Velocity Rippability 0 to 2,000 feet/second Easy 2,000 to 4,000 feet/second Moderate 4,000 to 5,500 feet/second Difficult, Possible Blasting 5,500 to 7,000 feet/second Very Difficult, Probable Blasting Greater than 7,000 feet/second Blasting Generally Required *Note: The velocities presented in Figures 4b and 4c are S-wave velocities (Vs) calculated from our MASW evaluations. As a general rule of them, Vs velocities might be between about 0.4 to 0.6 of the velocity of the P-wave depending on the soil/rock type and condition. Source: Caterpillar, Inc., 2018 The rippability cutoffs presented in Table 1 are slightly more conservative than those published in the Caterpillar Performance Handbook. Accordingly, the above classification scheme should be used with discretion, and contractors should not be relieved of making their own independent evaluation of the rippability of the on-site materials prior to submitting their bids. 6.2 Multichannel Analysis of Surface Waves (MASW) Surface waves (specifically Rayleigh waves) were recorded along line ML-1, which was located adjacent to the sidewalk running northeast to southwest parallel to El Fuerte Street (Figure 2d). The surface wave method is not adversely affected by the presence of pavement, like the refraction method. The surface waves were generated by a hammer and plate (shot) and recorded using a 24-channel Geometrics Geode seismograph and 24, 4.5-Hz vertical component geophones. The geophones were coupled to the ground surface using a Geostuff Landstreamer with geophones stationed 3 feet apart and shots conducted off the end of the line. Prior to the collection of surface wave data, near and far field effects were evaluated for several shot offset distances. The results indicated that an offset of 6 feet was optimum for our study. Three records 1 second long were recorded. 7. DATA ANALYSIS The collected seismic refraction data was processed using SIPwin (Rimrock Geophysics, 2003), a seismic interpretation program, and analyzed using SeisOpt Pro (Optim, 2008). SeisOpt Pro uses first arrival picks and elevation data to produce subsurface velocity models through a nonlinear optimization technique called adaptive simulated annealing. The resulting velocity model provides a tomography image of the estimated geologic conditions. Both vertical and lateral velocity information is contained in the tomography model. Changes in layer velocity are revealed as gradients rather than discrete contacts, which typically are more representative of actual conditions. The recorded MASW data were processed using SurfSeis® (Kansas Geological Survey, 2012), a MASW software program. One dimensional (1-D) shear-wave (S-wave) velocity (Vs) profiles ___..p-., A , I L 1 Atlas No. 200219P6 Report No. 1 Page | 11 were generated for each shot location, which correspond to the middle of the geophone array. A two-dimensional color gradient model was then created from the 1-D models using the SurfSeis® interpolation scheme. It should be emphasized that the 2-D profile represents the area between the midpoint of the first shot location and the midpoint of the last shot location. 8. CONCLUSIONS AND RECOMMENDATIONS Based upon the information obtained from our study, we conclude that the main geotechnical concern affecting the project is the potential presence of hard rock at the Melrose, Corintial/El Fuerte, and Lower El Fuerte PRS. There are no geologic hazards of sufficient magnitude that preclude the intended improvements. The materials anticipated below the PRS sites are expected to generally provide good pipeline support. However, no subsurface explorations were performed for this reconnaissance. Figure 2 and Figures 3a through 3d present the regional geology and general surficial conditions of the pressure reducing station sites. As previously indicated, three seismic P-wave refraction traverses were conducted as part of our study. Figures 4a through 4c present the velocity models generated from our analyses. Based on the results, it appears the project site is underlain by low-velocity materials in the near-surface and higher velocity materials, at depth. Distinct vertical and lateral velocity variations are evident in the models. Moreover, the degree of weathering and the depth to possible bedrock varies across the study area. The results of the MASW study are presented in Figure 5 in a one-dimensional profile. Distinct lateral changes in surface wave velocity are evident at approximate depths of 5 to 7 feet below the surface. As a general rule of thumb, S-wave velocities can be between about 0.4 to 0.6 of the velocity of the P-wave depending on the soil/rock type and condition. Based on the refraction results, variability in the excavatability (including depth of rippability) of the subsurface materials should be expected across the project areas. In addition, oversized materials should be expected. A contractor with excavation experience in similarly difficult conditions should be consulted for expert advice on excavation methodology, equipment, and production rate. Additional field work and analysis is recommended once the project design has progressed further and plans are available. This would be necessary to assess the excavation characteristics of the metamorphic rock, Santiago formation and the actual depth of fill, and groundwater. Specifically, we recommend: • Advancing exploratory borings and/or test pits at each of the planned sites in the City of Carlsbad right-of-way using a truck-mounted drill rig or exploration equipment below the anticipated depths of the proposed PRS sites. • Logging the subsurface conditions encountered in the borings and/or test pits. • Collecting in situ soil samples at regular intervals from of the borings and/or test pits for visual classification and geotechnical laboratory testing. Atlas No. 200219P6 Report No. 1 Page | 12 • Performing geotechnical laboratory tests on the collected samples. • Preparing a final geotechnical investigation report presenting a summary of our fieldwork and laboratory data, and providing conclusions and recommendations. 9. LIMITATIONS The field evaluation and geophysical analyses presented in this report have been conducted in general accordance with current practice and the standard of care exercised by consultants performing similar tasks in the project area. No warranty, express or implied, is made regarding the conclusions, recommendations, and opinions presented in this report. There is no evaluation detailed enough to reveal every subsurface condition. Variations may exist and conditions not observed or described in this report may be present. Uncertainties relative to subsurface conditions can be reduced through additional subsurface exploration. Additional subsurface surveying will be performed upon request. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Atlas should be contacted if the reader requires additional information or has questions regarding the content, interpretations presented, or completeness of this document. This report is intended exclusively for use by the client. Any use or reuse of the findings, conclusions, and/or recommendations of this report by parties other than the client is undertaken at said parties’ sole risk. 10. SELECTED REFERENCES Caterpillar, Inc., 2018, Caterpillar Performance Handbook, Edition 48, Caterpillar, Inc., Peoria, Illinois. Golden Software, Inc., 2002, Surfer, Surface Mapping System: Version 8.00. Kansas Geological Survey, 2010, SurfSeis© 5 MASW (Multichannel Analysis of Surface Waves): Version 5.3.0.8. Mooney, H.M., 1976, Handbook of Engineering Geophysics, dated February. Optim, Inc., 2008, SeisOpt Pro, V-5.0. Rimrock Geophysics, 2003, Seismic Refraction Interpretation Program (SIPwin), V-2.76. Saito, M., 1979, Computations of Reflectivity and Surface Wave Dispersion Curves for Layered Media; I, Sound wave and SH wave: Butsuri-Tanko, v. 32, no. 5, p. 15-26. Saito, M., 1988, Compound Matrix Method for the Calculation of Spheroidal Oscillation of the Earth: Seismol. Res. Lett., v. 59, p. 29. Telford, W.M., Geldart, L.P., Sheriff, R.E., and Keys, D.A., 1976, Applied Geophysics, Cambridge University Pres. Atlas No. 200219P6 Report No. 1 Page | 13 Xia, J., Miller, R.D., and Park, C.B., 1999, Estimation of Near-Surface Shear Wave Velocity by Inversion of Rayleigh Wave: Geophysics, v. 64, p. 691-7. California Department of Conservation, Division of Mines and Geology (CDMG), 2000, Digital Images of Official Maps of Alquist-Priolo Earthquake Fault Zones of California, Southern Region, DMG CD 2000-003. FIRM, 2012, Flood Insurance Rate Map, San Diego County and Incorporated Areas, Panel 1055, May 16. FIRM, 2012, Flood Insurance Rate Map, San Diego County and Incorporated Areas, 06073C1031H, May 16. MV Engineering, 1988, Preliminary Soil Investigation, Proposed Single-Family Residence, 7327 El Fuerte Street, La Costa, September 19. Hart, E.W., and Bryant, W.A., 2007, Fault-Rupture Hazard Zones in California, California Department of Conservation, Division of Mines and Geology, Special Publication 42. Kennedy, M.P. and Tan, S.S., 2007, Geologic Map of the Oceanside 30’ x 60’ Quadrangle, California, California Geological Survey. Tan, S.S. and Giffen, D.G., 1995, Landslide Hazards in the Northern Part of the San Diego Metropolitan Area, San Diego County, California, Landslide Hazards Identification Map No. 35, Open File Report 95-04. SCS&T, 1988, As-Graded Geology Report, Slope Stabilization, Palomar Oaks Business Park, Carlsbad, California, August 9. United States Geologic Survey (USGS), 2019, National Seismic Hazard Maps – Source Parameters, accessed October, 2020 at https://earthquake.usgs.gov/cfusion/ hazfaults_2014_search/query_main.cfm United States Geologic Survey (USGS), US Seismic Design Maps, accessed October, 2020 at http://earthquake.usgs.gov/designmaps/us/application.php ©2020 OpenStreet Map1SITE VICINITY MAPCarlsbad Municipal Water DistrictPressure Reducing Station SitesCarlsbad, CaliforniaDate:Job No.:By:October, 2020200219P6-1ACFFigure:SCALE (feet)N3,0006,0000PROJECT SITEMELROSE PRS(SL-2)PROJECT SITECORINTIA/ELFUERTE PRS(SL-1)PROJECT SITELOWER ELFUERTE PRS(ML-1)PROJECT SITEPALOMAR OAKS PRS(SL-3) 76..__, • • 0 3,000 SCALE (feet) NOTE: All locations are approximate. A-• Ar!. -----rt I L )'t::, ----- 6,000 Tsa PROJECJ SITE E~PRS 2) Reference: MzU PROJECT SITE LOWER EL ERTE PRS -1) Todd, V.R. (1980), Geologic Map of the Alpine Quadrangle, San Diego County, U.S. Geological Survey, Scale 1 :24,000 REGIONAL GEOLOGY MAP Carlsbad Municipal Water District Pressure Reducing Station Sites Carlsbad , California EXPLANATION: Paralic estuarine deposits (late Holocene) Young alluvial flood-plain deposits (Holocene and late Pleistocene) rn::-J Old alluvial fan deposits, undivided ~ (late to middle Pleistocene) Very Old Paralic Deposits pvop1~ Unit 10 B Unit 11 §vop1~ Unit 13 1avop10-11I Unit 10-11 ~ Santiago Formation 70 ...LL!. __ D Metasedimentary and metavolcanic rocks, undivided (Mesozoic) Fault -Solid where accurately located; dashed where approximately located; dotted where concealed. U = upthrown block, D = downthrown block. Arrow and number indicate direction and angle of dip of fau lt plane. Landslide -Arrows indicate principal direction of movement. Queried where existence is questionable. Date: October, 2020 Figure: By: AC F Job No.: 200219P6-1 2 Carlsbad Municipal Water DistrictPressure Reducing Station SitesCarlsbad, CaliforniaDate:Job No.:By:October, 2020200219P6-1CSFigure:SCALE (feet)N3,0006,0000SCALE (feet)N5010003ASEISMIC LINE LOCATION MAP (SL-1)NOTE: All locations are approximate.------- Carlsbad Municipal Water DistrictPressure Reducing Station SitesCarlsbad, CaliforniaDate:Job No.:By:October, 2020200219P6-1CSFigure:3BSEISMIC LINE LOCATION MAP (SL-2)NOTE: All locations are approximate.SCALE (feet)N501000------- Carlsbad Municipal Water DistrictPressure Reducing Station SitesCarlsbad, CaliforniaDate:Job No.:By:October, 2020200219P6-1CSFigure:3CSEISMIC LINE LOCATION MAP (SL-3)SCALE (feet)N501000NOTE: All locations are approximate.------- Carlsbad Municipal Water DistrictPressure Reducing Station SitesCarlsbad, CaliforniaDate:Job No.:By:October, 2020200219P6-1CSFigure:3DSEISMIC LINE LOCATION MAP (ML-1)SCALE (feet)N501000NOTE: All locations are approximate.------- Carlsbad Municipal Water DistrictPressure Reducing Station SitesCarlsbad, CaliforniaDate:Job No.:By:October, 2020200219P6-1CSFigure:4ASEISMIC PROFILE (SL-1)TOMOGRAPHY MODELSL-1P-Wave Velocity (ft/s)Distance (ft)Relative Elevation (ft)10002000300040005000600070008000900010000-10 0 10 20 30 40 50 60 70 80 90 100 110-20-10010Note: Contour Interval = 1,000 feet per second_____,., I L ,, Carlsbad Municipal Water DistrictPressure Reducing Station SitesCarlsbad, CaliforniaDate:Job No.:By:October, 2020200219P6-1CSFigure:4BSEISMIC PROFILE (SL-2)TOMOGRAPHY MODELSL-2P-Wave Velocity (ft/s)Distance (ft)Relative Elevation (ft)10002000300040005000600070008000900010000-10 0 10 20 30 40 50 60 70 80 90 100 110-40-30-20-100Note: Contour Interval = 1,000 feet per second_____,., I L ,, Carlsbad Municipal Water DistrictPressure Reducing Station SitesCarlsbad, CaliforniaDate:Job No.:By:October, 2020200219P6-1CSFigure:4CSEISMIC PROFILE (SL-3)TOMOGRAPHY MODELSL-3P-Wave Velocity (ft/s)Distance (ft)Relative Elevation (ft)10002000300040005000600070008000900010000-10 0 10 20 30 40 50 60 70 80 90 100-20-100Note: Contour Interval = 1,000 feet per second_____,., I L ,, Carlsbad Municipal Water DistrictPressure Reducing Station SitesCarlsbad, CaliforniaDate:Job No.:By:October, 2020200219P6-1CSFigure:4DMASW RESULT (ML-1)~ Cl) ~ -....;.. :c: 0 j:: § LU ~ ~ j:: q; ~ 0:: Vs Model 0 500 1000 1500 2000 -1 ,J ~ -3 --5 -7 -9 -+---------+-------+------------ltt----------1 -11 -------SHEAR-WAVE VELOCITY (feet per second) APPENDIX E ENVIRONMENTAL MONITORING REQUIREMENTS ENVIRONMENTAL MONITORING REQUIREMENTS CARLSBAD MUNICIPAL WATER DISTRICT (CMWD) CIP 5020 – PRESSURE REDUCING STATION REPLACEMENTS – PHASE 2 E-1 The project shall incorporate the following project design features (PDFs) to ensure project consistency with the protection of any species identified as a candidate, sensitive, or special-status biological species. PDF-1 Avoidance of Nesting Birds and Raptors. To prevent direct impacts to nesting birds, including raptors protected under the federal MBTA and CDFG Code, CMWD shall enforce the following: Prior to removal or damage of any active nests or any clearing, grubbing, tree pruning or removal operations during the prime nesting seasons, which is from March 15 to May 30, a qualified biologist shall survey the trees and vegetation to determine if there are any active nests within 500 feet of the area of clearing, grubbing, tree removal or pruning. The biologist who surveys the new Corintia St/El Fuerte St PRS and the existing Palomar East PRS sites shall possess a valid endangered species act section 10(a)(1)(A) Recovery Permit for the coastal California gnatcatcher. If any active nests are located within 500 feet and would be disturbed as determined by the qualified biologist, no clearing, grubbing, tree pruning or removal operations can occur until the nests are vacated or until the end of the prime breeding season, whichever occurs later. In addition, prior to any tree removal or pruning operations proposed outside of the prime nesting season but within the period of January 15 to September 15, a confirmation is required from a qualified biologist that no disturbance to active nests or nesting activities would occur. Between March 1 and August 15, no clearing, grubbing, or grading of occupied gnatcatcher habitat shall be permitted. Documentation from a qualified biologist consistent with these requirements shall be submitted by CMWD to the City Planner for review and approval. A note to this effect shall be placed on the construction plans. PDF-2 Construction-Related Noise. Construction noise created during the general breeding season (January 15 to September 15) that could affect the breeding of the coastal California gnatcatcher, migratory songbirds, and other bird species associated with adjacent undeveloped areas shall be avoided. Prior to construction during the general breeding season, a qualified biologist shall survey adjacent areas within 500 feet of the construction area for active nests or breeding birds. The biologist who surveys the new Corintia St/El Fuerte St PRS and the existing Palomar East PRS sites shall possess a valid endangered species act section 10(a)(1)(A) Recovery Permit for the coastal California gnatcatcher. No loud construction noise (exceeding 60 dBA hourly average, adjusted for ambient noise levels, at the nesting site) may take place within 500 feet of active nesting sites during the general breeding season (January 15 through September 15). The 500-foot buffer may be reduced by the qualified biologist based on applicable factors including the species of bird, existing noise barriers, ambient noise levels, and implemented noise attenuation measures. If it is confirmed through the implementation of mitigation measure PDF-1 that the project could result in construction-related noise impacts to breeding birds during the general breeding season, the City and CMWD shall retain a qualified biologist to monitor the construction operations. The biological monitor shall be present to monitor construction activities that occur adjacent to the area confirmed to support breeding birds. The monitor shall verify that any noise attenuation measures are functioning, and construction noise levels do not exceed 60 dBA hourly average. The monitor shall have the ability to halt construction work, if necessary, until such time that adequate noise attenuation is achieved or until the end of the breeding season (August 16). A note to this effect shall be placed on the construction plans. APPENDIX F SDG&E PLANNED OUTAGE REQUEST PM Forms: PrearrangedCustomerRequestedOutage-NonResidential.dot Revision Date: 9/15/2014 Scope of Work for Non-Residential Prearranged Customer Requested Outage Customer Name: Date: Address: Telephone: SDG&E Project #: _________________ Outage Requested By (Name of Company): Company Representative: Title: E-Mail: Telephone: Fax: Contact person at job site: Cell Phone: Payment by: Telephone: Company Name Mailing Address: City: Zip Code: E-mail Address: Date Requested for De-energize: Re-energize Date: Alternate Date: Time Requested for De-energize: Re-energize Time: Detailed Scope of Work to be Performed: . Additional Questions: 1. Is a permit from the authority having jurisdiction required for the work you are performing? Yes No If yes, what is your permit number? 2. Are you replacing the existing terminating enclosure (underground pull section)? Yes No If yes, indicate the size of the new pull section ( amperes), and provide description of work: If adding load, provide new load calculations: If replacing the existing terminating enclosure, electrical contractor to field verify and confirm the following: Height of landing positions on all phases and neutral in NEW pull section are at, or lower than, the existing landing positions. Yes No If no, new utility service lateral conductors will be required and may be at customer’s expense. SDG&E Planner to verify cost responsibilities prior to scheduling the outage. 3. Are you adding new, replacing, or disconnecting/reconnecting any service entrance conductors? Yes No If yes, explain which conductors are involved and provide description of work: . 4. Are you tapping the existing bus in the terminating enclosure? Yes No If yes, have you submitted your Tap Drawings and received approval from SDG&E? Yes No Comments: . 5. Are you adding any new service entrance conductors? Yes No If yes, please describe where they originate and where they terminate: 6. Are you adding any new service and metering equipment? Yes No If yes, indicate the number and size of each service you are adding, along with the number and size of each metering section. How will they be addressed? 7. Are you removing any service and metering equipment? Yes No If yes, indicate SDG&E’s electric meter number(s) to be removed and the size of the metering section: A a> Sempra Energy utility- ~==============---------==--1 IL_______:=---~-=::__:::=-=-=-=~ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ 9755 Clairemont Mesa Blvd, San Diego, CA 92124Phone: (858) 614-5000 · MBAKERINTL.COMDocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F688081/17/20230 O:'. <( I 0 Q'. _j _J w (/) ::;a Ci) r---/ i"= <( 0 ~ PRESSURE REDUCING STATION REPLACEMENTS-PHASE 2 Municipal Water District BOARD OF DIRECTORS KEITH BLACKBURN -PRESIDENT MELANIE BURKHOLDER -(DISTRICT 1) VACANT -(DISTRICT 2) PR/YA BHAT-PATEL -(DISTRICT 3) TERESA ACOSTA -(DISTRICT 4) SCOTT CHADWICK -EXECUTIVE MANAGER PROJECT SITE ~Lo SITE 2 -PALOMAR EAST PRS NOT TO SCALE \ (_ SITE 3 LOWER EL FUERTE PRS NOT TO SCALE BASIS OF COORDINATES & BEARINGS THE COORDINATES AND BEARINGS SI-KlWN HEREON ARE BASED UPON THE CALIFORNIA COORDINATE SYSTEM OF 1983, CCS83, ZONE 6, (EPOCH 1992.92). SAID COORDINATES AND BEARINGS ARE BASED LOCALLY UPON FIELD-OBSERVED TIES TO Tl-£ FOLLOWING CONTROL STATIONS PER RECORD OF SURVEY 17271. STATION NORTHING (ft.) GRID EASTING (ft.) GRID 96 1992552.251 6254087 .460 97 1992629.317 6250180.788 THE BASIS OF BEARINGS IS THE CALCULATED BEARING BETWEEN SAID CONTROL STATIONS 96 & 97. I.E. N88'52'12"W DISTANCES SHOWN HEREON ARE GROUND AND IN TERMS OF THE U.S. SURVEY FOOT. CONTROL STATION #96: GRID DISTANCE= GROUND DISTANCE X COMBINED SCALE FACTOR (0.99995404) STATION NORTHING (ft.) GRID EASTING (ft.) GRID 96 1992552.251 6254087.460 BENCHMARK THE BASIS OF ELEVATIONS FOR THIS SURVEY IS THE NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD88) PER RECORD OF SURVEY 17271. BENCHMARK DESIGNATION: #96, 2" BRASS DISK ON WALK, NORTH SIDE PALOMAR AIRPORT ROAD+/-600' WEST OF EL FUERTE STREET. ELEVATION: 446.937 (NAVD88) DATE OF SURVEY DECEMBER 18TH, 2019 THROUGH JANUARY 3RD, 2020 "DECLARATION OF RESPONSIBLE CHARGE" I HEREBY DECLARE THAT I AM THE ENGINEER OF WORK FOR THIS PROJECT, THAT I HAVE EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF THE PROJECT AS DEFINED IN SECTION 6703 OF THE BUSINESS AND PROFESSIONS CODE, AND THAT THE DESIGN IS CONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS AND SPECIFICATIONS BY THE CITY OF CARLSBAD DOES NOT RELIEVE ME AS ENGINEER OF WORK, OF MY RESPONSIBILITIES FOR PROJECT DESIGN. FIRM: MICHAEL BAKER INTERNATIONAL ADDRESS: 9755 CLAIREMONT MESA BLVD, CITY,ST: SAN DIEGO, CA 92124 TELEPHONE: 858-614-5000 BY: CARLOS MENDOZA DATE: 12-07-2022 REGISTRATION EXPIRATION DATE: JUNE 30, 2024 BY: CARLOS MENDOZA DATE: 12-07-2022 REGISTRATION EXPIRATION DATE: JUNE 30, 2024 Michael Baker INTERNATIONAL >IAKE CALA\IERA y AVE VICINITY MAP NOT TO SCALE SHEET INDEX SHEET NO 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 SHEET G-1 G-2 C-1 C-2 C-3 C-4 C-5 C-6 C-7 C-8 C-9 M-1 M-2 M-3 E-1 E-2 E-3 E-4 DESCRIPTION TITILE SHEET GENERAL NOTES, ABBREVIATIONS & LEGEND DEMOLITION PLAN -PALOMAR AIRPORT ROAD, MELROSE DRIVE, EL FUERTE STREET PLAN AND PROFILE -PALOMAR AIRPORT ROAD SITE PLAN -MELROSE DRIVE SITE PLAN -EL FUERTE STREET SITE PLAN -CORINTIA STREET PLAN AND PROFILE -LOWER EL FUERTE STREET PLAN AND PROFILE -EL FUERTE AT CORINTIA STREET PLAN AND PROFILE -EL FUERTE NORTH OF CORINTIA STREET CIVIL DETAILS MECHANICAL PLAN -PRS PLAN AND SECTION -EL FUERTE PRS & CORINTIA STREET PRS PLAN AND SECTION -MELROSE DRIVE PRS ELECTRICAL ABBREVIATIONS, SYMBOLS AND NOTES METER PEDESTAL ELEVATIONS, PANEL SCHEDULE, AND ELECTRICAL DETAILS TYPICAL VAULT POWER AND GROUNDING PLAN AND SINGLE LINE DIAGRAM SITE PLAN-LOWER EL FUERTE AND EL FUERTE/ CORINTIA REFERENCE DRAWINGS DRAWING I DWG 182-6 DWG 283-7 DWG 331-1 TYPE Of PLANS IMPROVEMENT PLANS/ PRS DETAILS FOR EL FUERTE STREET IMPROVEMENT PLANS/ PRS DETAILS FOR PALOMAR AIRPORT ROAD. IMPROVEMENT PLANS/ PRS DETAILS FOR MELROSE DRIVE SITE 1 -MELROSE DRIVE PRS LACOSTA MEADOWS ECT S/Ti NOT TO SCALE CORJNT/A ~ ------ I -----__J PROJECT MAP -CORINTIA STREET NOT TO SCALE BID SET -NOT FOR CONSTRUCTION G-1 "AS BUILT" RCE __ _ EXP, ___ _ DATE REVIEWED BY: INSPECTOR DATE I SH1EET I CITY OF CARLSBAD ~8 t----+---+----------------+----+---t----+-----t ENGINEERING DEPARTMENT l__!U l-----+---+-----------------+-----+--1-----+-----I t----+---+----------------+----+---1-----+-----t IMPROVEMENTPLANSFOR DATE INITIAL DATE INITIAL DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL PRESSURE REDUCING STATION REPLACEMENTS-PHASE 2 TITLE SHEET ACCEPTED BY: DAVID PADILLA, P.E. Qp,u Po J;l(p DISTRICT ENGINEER OWN BY: R,JM CHKD BY: ZP RVWD BY: CM PROJECT NO. 5020-B DATE I DRAWING NO. . 526-7 ~------~ I L.-------------------------------------------------------------=;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;~;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;~;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;~,I 9755 Clairemont Mesa Blvd, San Diego, CA 92124Phone: (858) 614-5000 · MBAKERINTL.COMKnow what'sRORDocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F688081/17/2023E 0 LO _J _J w if) ::,c et:: "' :;=: 0 N 0 I N "' I "' --<D r--/ > _J 0 / et:: w >-~ / 0 0 <( ~ "' "' r--/ ;:: <( 0 ~ :r: GENERAL NOTES 1. NOT USED 2. NOT USED 3. NOT USED 4. NOT USED 5. NO WORK SHALL BE COMMENCED UNTIL ALL PERMITS HA VE BEEN OBTAINED FROM THE CITY AND OTHER APPROPRIATE AGENCIES. 6. NOT USED 7. NO REVISIONS WILL BE MADE TO THESE PLANS WITHOUT THE WRITTEN APPROVAL OF THE CITY ENGINEER, NOTED WITHIN THE REVISION BLOCK, ON THE APPROPRIATE SHEET OF THE PLANS AND TITLE SHEET. 8. ORIGINAL ORA WINGS SHALL BECOME THE PROPERTY OF THE CITY UPON BEING SIGNED BY THE CITY ENGINEER. 9. THE ORIGINAL ORA WING SHALL BE REVISED TO REFLECT AS-BUILT CONDITIONS BY THE ENGINEER-OF-WORK PRIOR TO FINAL ACCEPTANCE OF THE WORK BY THE CITY. 10. ACCESS FOR FIRE AND OTHER EMERGENCY VEHICLES SHALL BE MAINTAINED TO THE PROJECT SITE AT ALL TIMES DURING CONSTRUCTION. 11. A SOILS REPORT COMPRISED OF: (A) SUMMARY SHEET, (B) LABORATORY WORK SHEETS AND (C) COMPACTION CURVE'S, SHALL BE SUBMITTED BY A PROFESSIONAL ENGINEER OF THE STATE OF CALIFORNIA, PR/NC/PALLY DOING BUSINESS IN THE FJELD OF APPLIED SOILS MECHANICS. THE SOILS REPORT WILL BE SUBMITTED TO THE CITY ENGINEERING INSPECTOR WITHIN TWO WORKING DAYS OF COMPLETION OF FIELD TESTS. THE WRITTEN FJELD COMPACTION REPORT(S) SHALL BE IMMEDIATELY SUBMITTED TO THE CITY ENGINEERING INSPECTOR UPON COMPLETION OF THE FIELD TESTS. 12. A PRECONSTRUCTION MEETING SHALL BE HELD AT THE SITE PRIOR TO THE BEGINNING OF WORK AND SHALL BE ATTENDED BY ALL REPRESENTATIVE'S RESPONSIBLE FOR CONSTRUCTION, INSPECTION, SUPERVISION, TESTING AND ALL OTHER ASPECTS OF THE WORK. THE CONTRACTOR SHALL SCHEDULE THE MEETING BY CALLING THE INSPECTION LINE AT (442) 339-2780 AT LEAST FIVE (5) WORKING DAYS PRIOR TO STARTING CONSTRUCTION. APPROVED ORA WINGS MUST BE A VAJLABLE PRIOR TO SCHEDULING. 13. ALL INSPECTION REQUESTS OTHER THAN FOR PRECONSTRUCTION MEETING WILL BE MADE BY CALLING THE ENGINEERING 24-HOUR INSPECTION REQUEST LINE AT (442) 339-2780. INSPECTION REQUESTS MUST BE RECEIVED PRIOR TO 2:00 P.M. ON THE DAY BEFORE THE INSPECTION IS NEEDED. INSPECTIONS WILL BE MADE THE NEXT WORK DAY UNLESS YOU REQUEST OTHERWISE. REQUESTS MADE AFTER 2: 00 P.M. WILL BE SCHEDULED FOR TWO FULL WORK DAYS LATER. 14. THE OWNER AND/OR APPLICANT THROUGH THE DEVELOPER AND/OR CONTRACTOR SHALL DESIGN, CONSTRUCT AND MAINTAIN ALL SAFETY DEVICES, INCLUDING SHORING, AND SHALL BE SOLELY RESPONSIBLE FOR CONFORMING TO ALL LOCAL, STA TE AND FEDERAL SAFETY AND HEAL TH STANDARDS, LAWS AND REGULATIONS. 15. THE CONTRACTOR SHALL CONFORM TO LABOR CODE SECTION 6705 BY SUBMITTING A DETAIL PLAN TO THE CITY ENGINEER AND/OR CONCERNED AGENCY SHOWING THE DESIGN OF SHORING, BRACING SLOPE OR OTHER PROVISIONS TO BE MADE OF WORKER PROTECTION FROM THE HAZARD OF CAVING GROUND DURING THE EXCAVATION OF SUCH TRENCH OR TRENCHES OR DURING THE PIPE INSTALLATION THEREIN. THIS PLAN MUST BE PREPARED FOR ALL TRENCHES FIVE' FEET (5') OR MORE IN DEPTH AND APPROVED BY THE CITY ENGINEER AND/OR CONCERNED AGENCY PRIOR TO EXCAVATION. IF THE PLAN VARIES FROM THE SHORING SYSTEM STANDARDS FSTABl /SHE[) BY THE CONSTRIICTION SAFETY ORDER$ TIT/ F 8 CALIFORNIA ADMINISTRATIVE CODE THE PLAN SHALL BE PREPARED BY A REGISTERED ENGINEER AT THE CONTRACTORS EXPENSE. A COPY OF THE OSHA EXCA VA TJON PERMIT MUST BE SUBMITTED TO THE INSPECTOR PRIOR TO EXCAVATION. 16. IF ANY ARCHAEOLOGICAL RESOURCES ARE DISCOVERED WITHIN ANY WORK ZONE DURING CONSTRUCTION, QPFRATION$ WIii CFASF IMMFDIATF/ )'.'. AND THE PERM/TT££ WILL NOTIFY THE CITY ENGINEER. OPERATIONS WILL NOT RESTART UNTIL THE PERM/TT££ HAS RECEIVED WRITTEN AUTHORITY FROM THE CITY ENGINEER TO DO SO. 17. ALL OPERATIONS CONDUCTED ON THE SITE OR ADJACENT THERETO, INCLUDING WARMING UP, REPAIR, ARRIVAL, DEPARTURE OR OPERATION OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT AND ANY OTHER ASSOC/A TED GRADING EQUIPMENT SHALL BE LIMITED TO THE ALLOWABLE WORKING HOURS PROVIDED IN SECTION 6 OF THE CONTRACT DOCUMENTS AND SPECIF/CATIONS 18. ALL OFF-SITE HAUL ROUTES SHALL BE SUBMITTED BY THE CONTRACTOR TO THE CITY ENGINEER FOR APPROVAL TWO FULL WORKING DAYS PRIOR TO BEGINNING OF WORK. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DEBRIS OR DAMAGE OCCURRING ALONG THE HAUL ROUTE OR ADJACENT STREETS AS A RESULT OF THE GRADING OPERATION. 19. NO BLASTING SHALL BE COMMENCED WITHOUT A CITY ENGINEER APPROVED BLASTING PROGRAM AND BLASTING PERMIT. 20. THE EXISTENCE AND LOCATION OF UTILITY STRUCTURES AND FACILITIES SHOWN ON THE CONSTRUCTION PLANS WERE OBTAINED BY A SEARCH OF THE AVAILABLE RECORDS. A TTENT/ON JS CALLED TO THE POSSIBLE EXISTENCE OF OTHER UTILITY FACILITIES OR STRUCTURES NOT SHOWN OR IN A LOCATION DIFFERENT FROM THAT SHOWN ON THE PLANS. THE CONTRACTOR IS REQUIRED TO TAKE DUE PRECAUTIONARY MEASURES TO PROTECT THE UTILITIES SHOWN ON THE PLANS AND ANY OTHER EXISTING FACILITIES OR STRUCTURES NOT SHOWN. 21. THE CONTRACTOR SHALL VE'RIFY THE LOCATION OF ALL EXISTING FACILITIES ( ABOVEGROUND AND UNDERGROUND ) WITHIN THE PROJECT SITE SUFFICIENTLY AHEAD OF THE CONSTRUCT/ON TO PERMIT THE REVISIONS OF THE CONSTRUCTION PLANS IF IT IS FOUND THAT THE ACTUAL LOCATIONS ARE IN CONFLICT WITH THE PROPOSED WORK. 22. THE CONTRACTOR SHALL NOTIFY AFFECTED UTILITY COMPANIES (SEE BELOW) AT LEAST TWO FULL WORKING DAYS PRIOR TO STARTING CONSTRUCTION NEAR THEIR FACILITIES AND SHALL COORDINATE WORK WITH A COMPANY REPRESENTATIVE'. UNDERGROUND SERVICE ALERT (DIG ALERT) 811 SDG&E (800)411-7343 AT&T (619)237-2787 SPECTRUM CABLE (800)227-2600 COX COMMUNICATIONS (619)262-1122 CITY OF CARLSBAD(STREETS AND STORM DRAIN) ( 442)339-2980 *CITY OF CARLSBAD(SEWER, WATER & RECLAIMED WATER) (442)339-2722 *SAN DJEGUITO WATER DISTRICT (760)633-2650 *LEUCADIA WASTEWATER DISTRICT (760)753-0155 *VALLECJTOS WATER DISTRICT (760)744-0460 *OLIVENHAIN WATER DISTRICT (760)753-6466 *BUENA SANITATION DISTRICT (760)726-1340 x1330 • AS APPROPRIATE 23. IN ACCORDANCE THE CITY STORM WATER STANDARDS ALL STORM DRAIN INLETS CONSTRUCTED BY THIS PLAN SHALL INCLUDE "STENCILS" BE ADDED TO PROHIBIT WASTE DISCHARGE DOWNSTREAM. STENCILS SHALL BE ADDED TO THE SATISFACTION OF THE CITY ENGINEER. below. Call before you dig. NOTES 1. THE CONTRACTOR SHALL CONDUCT A PRE-CONSTRUCTION FJELD SURVEY AND PHOTOGRAPHIC INVENTORY OF THE VAULT AND SITE CONDITIONS, AND SUBMIT THE RESULTS TO THE CITY FOR REVIEW TWO WEEKS AFTER NTP AT THE FIELD SURVEY SHALL INCLUDE AS A MINIMUM: 1.1 LOCATION OF EXISTING CENTER OF MANHOLE AND ELEVATION 1.2 LOCATION OF EXISTING INSIDE CORNER OF THE VAULT WITH ELEVATIONS AT EACH POINT 1.3 LOCATION AND ELEVATION OF EXISTING PIPE CENTERLINE LOCATIONS OF EXISTING CONDUITS AND SMALL DIAMETER PIPING INSIDE THE VAULT 1.4 LOCATIONS OF ALL VAULT PENETRATIONS AND SIZES 1.5 LOCATION OF ABOVE GROUND VAULT APPURTENANCES SUCH AS VENTS, ELECTRICAL PANEL, PRESSURE RELIEF VAL VE DISCHARGE AND PROTECTION POSTS, CURB LINES, EXISTING PAVEMENT PATCHES, AND OTHER PERTINENT ABOVE' GROUND FEATURES 1.6 TOPOGRAPHY AND FEATURES 50 FEET UPHILL AND DOWNHILL FROM VAULT MANHOLE 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRAFFIC CONTROL AND SAFETY MEASURES AND SHALL COMPLY WITH ALL OF THE REQUIREMENTS OF THE C/Tr'S ENCROACHMENT PERMIT. TRAFFIC CONTROL PLAN TO BE SUBMITTED BY CONTRACTOR PRIOR TO SITE MOB/LIZA TION. SUBMIT TRAFFIC CONTROL PLAN TO CITY AT LEAST 3 WEEKS PRIOR TO MOB/LIZA TION. 3. THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN FOR APPROVAL BY THE CITY AND SHALL SUBMIT A CONSTRUCTION SEQUENCE SCHEDULE FOR REVIEW BY THE CITY. 4. PAVEMENT REMOVAL, SURFACE PREPARATION, AND PAVE'MENT REPLACEMENT FOR WATER LINE TRENCH SHALL BE IN ACCORDANCE WITH CITY'S STANDARDS AND REQUIREMENTS PER GS-25 OF CITY STANDARD DRAWINGS. 5. CONTRACTOR SHALL STAGE HIS OPERATIONS SO THAT THE TRENCH SHALL BE COVERED AT THE END OF EACH WORK DAY. AN OPEN TRENCH SHALL NOT BE ALLOWED OUTSIDE OF WORK HOURS. CONTRACTOR TO SUBMIT PROPOSED LA YDOWN AND LIMITS OF WORK PLAN, FOR CITY APPROVAL, INCLUDING MEANS OF TRENCH COVERING. CONTRACTOR SHALL BE RESPONSIBLE FOR SECURING ANY CONSTRUCTION STAGING AREA REQUIRED OUTSIDE OF AREA SHOWN ON THE PLANS. STAGING AREAS SHOWN DEPENDANT UPON CONTRACTOR'S TRAFFIC CONTROL PLANS. 6. FINISHED FLOOR OF NEW VAULT SHALL MATCH FINISHED FLOOR OF EXISTING VAULT. WATER NOTES 1. WATER & RECYCLED WATER MAIN AND APPURTENANCES SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE "CITY OF CARLSBAD ENGINEERING STANDARDS" (LA TEST EDITION) VOLUMES 2 & 3. 2. BEFORE ANY CONNECTION OR SHUT DOWN OF VALVES ON EXISTING C.M. W.D. LINES, A PERMIT SHALL BE OBTAINED FROM THE C.M. W.D. OFFICE AND MUST BE SIGNED AND APPROVED BY THE CITY OF CARLSBAD'S DEPUTY CITY ENGINEER AND THE UTILITY OPERATIONS' PUBLIC WORKS MANAGER. 3. THE CONTRACTOR SHALL NOTIFY THE CITY OF CARLSBAD ENGINEERING INSPECTION DEPARTMENT 48 HOURS PRIOR TO STARTING WORK SO THAT INSPECTION MAY BE PROVIDED -TELEPHONE NO. (442)339-2780. 4. NOT USED 5. ALL BURIED COPPER PIPING AND APPURTENANCES SHALL BE PROTECTED BY MEANS OF CA THODJC PROTECTION. 6. NOT USED 7. WATER METER BOXES SHALL BE POLYMER CONCRETE AS MANUFACTURED BY ARMORCAST OR EQUAL (UNLESS OTHERWISE NOTED ON PLANS). 8. NOT USED 9. THE TOP OF WATER METER BOXES SHALL BE FLUSH WITH THE FINISHED SURFACE GRADE. 10. CONSTRUCTION OF WATER MAINS AND RECYCLED WATER MAINS SHALL ADHERE TO THE "CRITERIA FOR THE SEPARATION OF WATER MAINS AND SANITARY SEWERS" PUBLISHED BY THE STATE OF CALIFORNIA'S DEPARTMENT OF DRINKING WATER. 11. AXIAL DEFLECTION AT THE PIPE JOINTS IS NOT ALLOWED. THE USE OF A HIGH-DEFLECTION COUPLING AT A PIPE JOINT MAY BE PERMITTED BY THE INSPECTOR ON A CASE BY CASE BASIS NOT TO EXCEED 4 DEGREES TOTAL DEFLECTION PER COUPLING (2 DEGREES/EACH GASKET). SEE APPROVED MATERIALS LIST FOR MANUFACTURERS. 12. BEFORE CONSTRUCTION BEGINS IN ANY PUBLIC RIGHT OF WAY, A CITY RIGHT OF WAY PERMIT SHALL BE REQUIRED. 13. NO CUTTING OF ASBESTOS CEMENT PIPE (ACP) JS PERMITTED. CONTRACTOR SHALL REMOVE ACP TO NEAREST COUPLING AND INSTALL ACP X PVC TRANSITION COUPLINGS AND THE NECESSARY PVC SIZE AND CLASS PIPE. 14. PRIOR TO BACKFILL, INSTALL TRACER WIRE ON TOP OF PIPE AND SECURE IN PLACE WITH 2-JNCH WIDE PLASTIC ADHESIVE TAPE AT MAXIMUM 10-FOOT INTERVALS. WIRE TO ENTER VALVE STANDS BY MEANS OF DRILLED HOLE IN PIPE STAND WALL JUST BELOW 4 TTBOX. WIRE JS NOT TO INTERFERE WITH VAL VE NUT OPERATION. RUN TRACER WIRE CONTINUOUSLY ALONG PIPE AND TERM/NA TE IN ADJACENT VAL VE BOXES FOR BURIED ASSEMBLIES OR BURIED VALVES. WHERE BURIED SPLICES OCCUR, USE AN ELECTRICAL EPOXY RESIN SUCH AS SCOTCHCAST, OR APPROVED EQUAL. PROVIDE 24 INCHES OF COILED WIRE AT ACCESS POINTS FOR ATTACHMENTS OF PIPE LOCATING EQUIPMENT. EACH INSTALLED RUN OF PIPE SHALL BE CAPABLE OF BEING LOCATED USING THE TRACER WIRE. PROTECT WIRE JNSULA TJON FROM DAMAGE DURING INSTALLATION AND BACKFILLING. WIRE JNSULA TION THAT JS BROKEN, CUT, OR DAMAGED SHALL BE REPLACED. TRACER WIRE SHALL BE AWG NO. 8 STRANDED COPPER WIRE WITH HIGH MOLECULAR WEIGHT POLYETHYLENE (HMW/PE) JNSULA TION SPECIF/CALLY DESIGNED FOR DIRECT BURIAL IN CORROSIVE SOIL OR WATER. POLYETHYLENE JNSULA TION SHALL CONFORM TO ASTM D 1248, TYPE 1, CLASS C. WIRES WITH CUT OR DAMAGED JNSULA TION ARE NOT ACCEPTABLE AND REPLACEMENT OF THE ENTIRE WIRE WHICH HAS BEEN DAMAGED WILL BE REQUIRED AT THE CONTRACTOR'S EXPENSE . 15. FOR EST/MA TING THE CUBIC YARD QUANTITY FOR THRUST BLOCKS, THE DEPTH OF THE THRUST BLOCKS SHALL BE HALF OF THE TRENCH WIDTH PLUS 12" EMBEDMENT. THRUST BLOCKS INSTALLED AND SIZED PER CMWD sm DWGS W-19 & W-19A. 16. ANY ITEMS SALVAGED THAT ARE THE CONTRACTOR'S RESPONSIBILITY TO DELIVER TO THE CMWD YARD SHALL BE DELIVERED TO 5950 EL CAMINO REAL, MAINTENANCE YARD. Michael Baker INTERNATIONAL ABBREVIATIONS AB AGGREGATE BASE ABND ABANDONED AC ASPHALT CONCRETE ACP ASBESTOS CONCRETE PIPE APPRX APPROXIMATE ARV AIR RELEASE VALVE ASMD ASSUMED BC BEGIN CURVE BD BOTTOM OF DIKE B/E BOTTOM OF ENCASEMENT BGS BELOW GROUND SURFACE BFP BACK FLOW PREVENTER BFV BUTTERFLY VALVE BO BLOW OFF VALVE CIP CORRUGATED IRON PIPE C&G CURB & GUTTER CL CENTERLINE CMLC CONCRETE MOTOR LINED & COATED STEEL PIPE CMWD CARLSBAD MUNICIPAL WATER DISTRICT CONC CONCRETE CSD CARLSBAD STANDARD DRAWING DI DUCTILE IRON DR DIMENSION RATIO DWG DRAWING E EASTING EC END OF CURVE EA EACH EG EXISTING GROUND ELEC ELECTRICAL EM ELECTRIC METER EX EXISTING FG FINISH GRADE FL FLOWLINE F FLANGE FCA FLANGE COUPLING ADAPTER FO FIBER OPTIC FS FINISH SURFACE GA GAUGE GB GRADE BREAK HORIZ ANG HORIZONTAL ANGLE HDC HIGH DEFLECTION COUPLING HGL HYDRAULIC GRADE LINE HP HIGH POINT IE INVERT ELEVATION INV INVERT IRR IRRIGATION IV IRRIGATION VALVE LF LINEAL FEET ENVIRONMENTAL MITIGATION NOTE DOCUMENTATION FROM A QUALIFIED BIOLOGIST CONSISTENT WITH SECTION 7-5 OF THE GENERAL PROVISIONS SHALL BE SUBMITTED TO THE CITY PLANNER FOR REVIEW AND APPROVAL PRIOR TO CONSTRUCTION. STREET NOTE ALL SURVEY MONUMENTS AND POINTS THAT ARE ANTIC/PA TED TO BE DISTURBED, SHALL BE IDENTIFIED AND SURVEYED IN ADVANCE. REESTABLISHED, PERPETUATED, AND DOCUMENTED PER THE PROFESSIONAL LAND SURVEYORS ACT. (LxWxH) LT MIN MJ N PB PCC PH PMC PJ PRS PVC PVMT RCB RCP REC RET RFCA RT RW R/W RWGV s sco SD SDG&E SDR SDRSD SF SMH so SPC STA STD STL STLT SWK TB TC TD TELE TG TOP TRANS vc UNK UTIL w WM LENGTH x WIDTH x HEIGHT LEFT MINIMUM MECHANICAL JOINT NORTHING PULLBOX PORTLAND CEMENT CONCRETE POTHOLE PRESSURE MEASURING CELL PUSH-ON JOINT PRESSURE REDUCING STATION POLYVINYL CHLORIDE PIPE PAVEMENT REINFORCED CONCRETE BOX REINFORCED CONCRETE PIPE FROM RECORD DRAWINGS RETAINING LEGEND @] [§] D ® 0 Ell • EX STORM DRAIN CLEANOUT EX STORM DRAIN INLET EX STORM DRAIN CURB INLET EX SEWER MANHOLE EX SEWER CLEANOUT EX TELEPHONE PEDESTAL EX FIRE HYDRANT EX WATER METER EX WATER VALVE PROPOSED AC BREAKLINE PROPOSED SAWCUT LINE POT HOLE/BORING LOCATION RESTRAINED FLANGE COUPLING ADAPTER RIGHT EX IRRIGATION CONTROL VALVE EX IRRIGATION CONTROL BOX EX CURB DRAIN EX ELECTRIC POWER POLE EX ELECTRIC PULL BOX RECLAIMED WATER RIGHT OF WAY RESILIENT WEDGE GATE VALVE SEWER SEWER CLEANOUT STORM DRAIN SAN DIEGO GAS AND ELECTRIC STANDARD DIMENSION RATIO □ o---¢ • EX ELECTRIC JUNCTION BOX EX STREET LIGHT EX GAS VALVE SAN DIEGO REGIONAL STANDARD DRAWING SQUARE FEET -□-EX STREET SIGN SEWER MANHOLE SIDE OPENING SPECTRUM STATION STANDARD STEEL STREET LIGHT SIDEWALK THRUST BLOCK TOP OF CURB TOP OF DIKE TELEPHONE TOP OF GRATE TOP OF PIPE ELECTRIC TRANSFORMER VITRIFIED CLAY UNKNOWN UTILITY WATER WATER METER 0 0 EX TRAFFIC SIGNAL LIGHT EX POST/POLE EX TREE EX FENCE LI NE EX RIGHT OF WAY SYMBOL ---®i----STD DWG W-21 W-23 DESCRIPTION GATE VALVE VALVE BOX ASSEMBLY ---W-11 COMBINATION AIR/ VACUUM VALVE ASSEMBLY W-15 6" BLOWOFF VALVE ASSEMBLY (BO) ◄ W-19 THRUST BLOCK == -W-2 WATER MAIN -TYPICAL TRENCH SECTION -CJ W-3 1 " WATER SERVICE ASSEMBLY W-1O 2" BLOWOFF ASSEMBLY WORK TO BE DONE THE IMPROVEMENT WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE FOLLOWING DOCUMENTS, CURRENT AT THE TIME OF CONSTRUCT/ON, AS DIRECTED BY THE CJ TY ENGINEER. 1. CARLSBAD MUNICIPAL CODE 2. CITY OF CARLSBAD ENGINEERING STANDARDS 3. THIS SET OF PLANS 4. THE STANDARD SPECIF/CATIONS FOR PUBLIC WORKS CONSTRUCTION (GREEN BOOK). 5. GEOLOGICAL RECONNAISSANCE AND GEOPHYSICAL EVALUA TJON BY ATLAS TECHNICAL CONSULTANTS DATED DECEMBER 9, 2020. 6. THE SAN DIEGO AREA REGIONAL STANDARD DRAWINGS AND AS MAY BE MODIFIED BY THE CITY OF CARLSBAD STANDARDS. 7. CALIFORNIA STORM WATER QUALITY ASSOC/A TION BMP CONSTRUCTION HANDBOOK AND CAL TRANS CONSTRUCTION SITE BMP MANUAL. BID SET -NOT FOR CONSTRUCTION RCE __ _ REVIEWED BY: INSPECTOR "AS BUILT" EXP, ___ _ G-2 DATE DATE t-----+----+-------------+----+---+------,-----,----11sH2EETl,c_1_T_Y_O_F_C_A_R_L_S_B_A_D~~8 _ ENGINEERING DEPARTMENT l___!U DATE INITIAL DATE INITIAL DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL IMPROVEMENT PLANS FOR PRESSURE REDUCING STATION REPLACEMENTS-PHASE 2 GENERAL NOTES, ABBREV/A TIONS & LEGEND ACCEPTED BY: DAVID PADILLA, P.E. Qp,u Po J;l(p DISTRICT ENGINEER OWN BY: R,JM CHKD BY: ZP RVWD BY: CM PROJECT NO. 5020-B DATE DRAWING NO. 526-7 WWW W W W W 9755 Clairemont Mesa Blvd, San Diego, CA 92124 Phone: (858) 614-5000 · MBAKERINTL.COM PALOMAR AIRPORT ROAD PALOMAR AIRPORT ROAD VAULT MELROSE DRIVE EL FUERTE STREET MELROSE DRIVE VAULT EL FUERTE STREET VAULT DocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F68808 1/17/2023 :::;c <( CD LO 0 t0 N 0 N -....... 0 0:: <( :r: u 0:: _j _J w (/) :::;c ~ 0 .r; 0 I 0 I CD -CD r--. ~ _J 0 / 0:: w >-<( ~ / 0 0 <( :;;- CD --CD r--. / <( >-<( 0 ;';- - - - - INDICATES SLURRY BACKFILL 16 HEADWALL 212-091-17 OPEN SPACE LOT 16 MAP 11287 ,-+-, 7 l REMOVE PIPING SPOOLS, SLURRY FILL AND ABANDON ALL PIPNG IN PLACE - NOTE: SLURRY FILL ALL ABANDONED PIPING FROM INSIDE OF VAULT --- / 1 / t ---::---I~)-- / c fl' A----1-+ I-+-I ~ ➔ ; Y -I -+-I-/-/-/~ ~ 1/, "Xx~ - - ~ r!MITS OF ABANDONED ~ IN PLACE 0 ~ ,,, --#,,• 8 _J EXISTING BACK OF WALK 16 METER PEDSTAL ___ ,__:- -- NO EXCAVATION SHALL OCCUR BEHIND THE EXISTING SIDEWALK --------t~---=---=--=±~--~r ?, @ ,/ ~ ~ @ 6' X 3' RCB BDX ( DWG 86-604 r--,,.__ -- " 1 1 3 3 1611 STL W -w w w Uj I fi} I .,,...---.,,...---.,,...---.,,...---16 .,,...--- ,,..r ______--sl) ______--sl) sl) /EX. R/W T T fi} I fi} I _,,.:../ -- ~ REMOVE PORT! ONS OF EXISTING PIPING THAT INTERFERE WITH THE NEW PIPE ALIGNMENT AS NEEDED. -- 221-850-04 OPEN SPACE LOT 4 MAP 13799 l 1 3 3 EXISTING FACE OF CURB ------ 1 l l 3 3 3 SCALE: 1" = 5' l 3 XISTING LIP OF GUTTER F---------t---+------------ ------~ - ~ 1 l l l - 3 3 3 3 EXISTING TRAFFIC STRIPING REMOVE PORTIONS OF EXISTING PIPING THAT INTERFERE WITH THE NEW PIPE ALIGNMENT AS NEEDED. SEE SHEET 8 FOR t\JEW PIPELINE EXISTING FACE OF CURB ----T---f---T---~T G G G EXISTING BACK OF ALK ------- "' l l 3 STL W l 3 DWG 86-604 "' I J REMOVE EX. STL PIPING IN V,AULT \ I ,;/7 \ ,P'\ REMOVE ACP H t> AND PROVIDE TEMPOR~RY PLUG AND THR,UST RESTRAINT c;, d --1~--;f-ft--;r-REMOVE AND DISPOSE OF EXISTING APPRUNTENANCES ----NV-l'----T----1'---T ----T- ====-=-=--h:1:_-_-_-_-_---~===+== • T TELEPHONE --E E E E E E L.!.!,J-J--~ ~0~~~6~~g~R1JC VAUL1fr -G----G-1-----G------G---+G-+----G----G-----/-/J'.;-----+-G----G----A'I----G----G-----+-G- EXISTING BACK OF WALK ,---- '4:x I s,TI NG LI p OF GIJTTER XIST\NG ;::::: ..... ,e::-___..J.jJN.:11,E...,QIAN.u.-P PE!lESr~ -~-+--- SCALE: 1" = 5' CONSTRUCTION NOTES @ PROTECT IN PLACE. DEMOLITION NOTES 1. ALL ELECTRICAL CONDUITS, TIMERS, SWITCHES AND LIGHTING SHALL BE REMOVED FROM ALL VAULTS PRIOR TO DEMOLITION, EXCEPTING AT PALOMAR AIRPORT ROAD VAULT. 2. SALVAGE PRESSURE CONTROL VALVES. 3. MELROSE VAULT TO BE COMPLETELY REMOVED. PROTECT IN PLACE EXISTING ELECTRICAL CONDUIT AND CONDUCTORS AS NEEDED FOR PROPOSED REPLACEMENT VAULT ELECTRICAL SERVICE. 4. SEE IMPROVEMENT SHEETS FOR REPLACEMENTS AT EACH SITE. 6. CONTRACTOR IS RESPONSIBLE FOR OFFSITE DISPOSAL OF DEMOLISHED MATERIAL. INCLUDE ACP DISPOSAL TO CERTIFIED LANDFILL PER SPECS. CONSTRUCTION SEQUENCING NOTES: 1. 2. THE MELROSE PRS AND THE LOWER EL FUERTE PRS SHALL NOT BE SHUT DOWN AT THE SAME TIME. ONE OF THE NEW STATIONS MUST BE CONSTRUCTED AND IN SERVICE PRIOR TO THE OTHER STATION BEING TAKEN OUT OF SERVICE. CONTRACTOR SHALL COORDINATE THE SHUTDOWN OF THE THREE PRS FACILITIES WITH THE DISTRICT STAFF. A CONSTRUCTION PHASING PLAN SHALL BE SUBMITTED FOR EACH FACILITY A MINIMUM OF FIVE WEEKS PRIOR TO THE NEED FOR THE STATION TO BE SHUTDOWN. THIS PLAN SHALL DETAIL THE CONTRACTOR'S PROPOSED CONSTRUCTION SEQUENCE. THE STATION SHALL NOT BE OUT OF SERVICE FOR MORE THAN 30 DAYS. CONSTRUCTION SEQUENCING NOTE FOR LOWER EL FUERTE: THE CONTRACTOR SHALL CONTACT THE DISTRICT WHEN SHUTDOWN OF THE LOWER EL FUERTE PRS IS NEEDED. THE CONTRACTOR SHALL COORDINATE WITH DISTRICT STAFF AFTER THE PRS SHUTDOWN FOR TEMPORARY PLUGGING AND THRUST RESTRAINT OF THE EXISTING 12-INCH ACP WATERLINE 12-FEET UPSTREAM AND 480-FEET DOWNSTREAM OF THE EXISTING PRS.THE EXISTING WATER MAIN SHALL BE ACTIVE UPSTREAM OF THE UPSTREAM PLUG AND DOWNSTREAM OF THE DOWNSTREAM PLUG. PRIOR TO THE INSTALLATION OF THE TEMPORARY PLUGS THE CONTRACTOR SHALL PROVIDE HIGHLINE SERVICES TO THE PROPERTIES WITH THE FOLLOWING APNs: 215-492-06, 215-492-07, 215-493-09, AND 215-493-10. THE CONTRACTOR SHALL THEN PROCEED WITH THE DEMOLITION OF THE PRS AND THE REPLACEMENT-IN-PLACE ON THE EXISTING 12-INCH ACP WATER MAIN WITH 12-INCH PVC PIPING. WHEN THE NEW PIPELINE HAS PASSED PRESSURE, LEAK, AND BACTERIOLOGICAL TESTS THE TEMPORARY PLUGS CAN BE REMOVED AND THE NEW LINE TIED-IN INTO THE EXISTING 12-INCH ACP PIPELINE. THE NEW PRS SHALL BE CONSTRUCTED PRIOR TO TRENCHING FOR PIPELINE. MELROSE DRIVE VAULT NOTES: 1. FOR THE EXISTING MELROSE PRS, EXISTING IMPROVEMENTS TO BE DEMOLISHED UNLESS OTHERWISE NOTED. CONTRACTOR SHALL BE RESPONSIBLE FOR OFFSITE DISPOSAL OF DEMOLISHED MATERIAL. CONTRACTOR TO SURVEY EXISTING MOW CURB AND REPLACE IN KIND AFTER THE VAULT AND NEW PIPING ARE BACKFILLED. 2. AS PART OF THE DEMOLITION WORK, THE CONTRACTOR SHALL LOCATE MOW STRIP AND SHALL UNCOVER THE CORNERS OF THE EXISTING VAULT AND LOCATE THEM BY SURVEY METHODS TO VERIFY THE EXISTING LOCATION. THE ELEVATIONS AND LOCATIONS OF THE TOP OF PIPES ENTERING AND EXITING THE VAULT SHALL ALSO BE SURVEYED. LOWER EL FUERTE STREET VAULT NOTE: FOR THE EXISTING EL FUERTE PRS, THE ENTIRE PRS, VENTING AND ELECTRICAL SUPPLY IN THE SIDEWALK WILL BE DEMOLISHED. CONTRACTOR SHALL BE RESPONSIBLE FOR REMOVAL AND REPLACEMENT OF THE EXISTING IMPROVEMENTS (CURB AND GUTTER, SIDEWALK, ETC.) THAT ARE IMPACTED BY THE VAULT AND APPURTENANCE REMOVAL. CONTRACTOR SHALL BE RESPONSIBLE FOR LEGAL OFFSITE DISPOSAL OF DEMOLISHED MATERIAL LEGEND .,,.,,.,,.,,.,,.,,.,, rrrrrr, 5 2.5 0 5 10 15 1-~f------1 __ 1--1 SCALE: 1 "=5 ' ITEMS TO BE DEMOLISHED LIMITS OF ABANDON□ IN PLACE "AS BUILT" RCE __ _ EXP. ___ _ REVIEWED BY: C-1 DATE "" '\'"'" BID SET -NOT FOR CONSTRUCTION INSPECTOR DATE :e I :e I t-----+---+-------------+---+---+--t--------llsH3EETl.c_r_T_Y_o_F_c_A_R_L_s_B_A_D~~8 _ ENGINEERING DEPARTMENT l___1U IMPROVEMENT Pl.ANS FOR PRESSURE REDUCING STATION REPLACEMENTS-PHASE 2 DEMOLITION PLAN -PALOMAR AIRPORT ROAD, MELROSE DRIVE, EL FUERTE STREET Michael Baker ACCEPTED BY: DAVID PADILLA, P.E. aii~u taJil(a DISTRICT ENGINEER DATE INTERNATIONAL DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION DATE INITIAL DATE INITIAL OTHER APPROVAL CITY APPROVAL DWN BY: BJM I PROJECT NO. I DRAWING NO. CHKD BY: ZP 5020-B 526-7 RVWD BY: CM :r: L--------------------------------------------------------------=;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:J 9755 Clairemont Mesa Blvd, San Diego, CA 92124 Phone: (858) 614-5000 · MBAKERINTL.COM PALOMAR AIRPORT ROAD PALOMAR AIRPORT ROAD PIPELINE DocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F68808 1/17/2023 ::;; <( N N 0 0 ll:'. <( :r: u ll:'. _j _J w Vl ::;; ~ 0 st 0 I N 0 I <D -<D ,-... ~ _J 0 / DC w ,- <( ~ / 0 0 <( :;3- <D --<D ,-... / <( ,- <( 0 ;';- 110 100 ---L----1-----------..l.----~-----L----..l.----~-----L----..l.----~-----L----------~-----L----..l.----~--------L----~-----L-- I I I I I I I 149.03' 161"DR18 FUSIBLE PVC PIPEI -RESTRAIN!cD JOINTS I I I I I I I ___ L ____ J_ _____ ,... ____ J_____I ___L___J_ ____ I _____ L ____ J_ ____ I _____ L__________I _____ L ____ J_ ____ I _____ w_ ____ l _____ L __ I I I I I I I I I I I I I I I I I ---: ----1----------:-----!-----:----t-----1-----:----:----y EXlSll tG-SURF-ACE -! I -+-: I ---1-----1 -- 1 I I I I I I I I I I I I I I I I I 110 I I I I I I I I I I I I I I I I I I ---,----,------,-----,-. --,----,-----,----,----,-----,----------,-----,----,----,-----~----,-----,-----~ ----+ ----~: J1;1_~~~1~---~~~~~~~ .. p__.p..; _ -~ ; __ --+----~-----~----+---v :i~~~~3~;~~J~:~~~~~:---~-----~ ----+----~------l-----~-----~ -- 1 I I I "' I I I I P,ER CI TY OF ,CARLSBAD DW; I I I I I I I ---1-----+--------__ ----_ --1---_ -J--,,; .. _ -+--_ --1---_ -!---_-+-·-_--"fl~ 283-7 -!---__ ----_ --1-----l---_ -+-----1-----H------1-----l--- 1 I I I I 5' I 5' I I I I I I I I --c:h-srrNG-1·5"4wA-T~F<AeP -,...--- ------ -~-----L-----..l.--- -~---- --~rfir. --..l.---"4 If'J -----L--- ------ -~-----L----..l.----~----_µ_ ___ -~-----L-- ·;-, · ; ; I I . I . I I I I I I EXISTING 16" CML/0 ___ L ____ j____, ______ J_ ____ _J _____ L ____ J_ __ _J _____ ---__ _,_ __________ L__ --' 1-...1--1 _l S=FEEl,.-P l-PE----L== I I I I o.32% I I I I I I I I I I I I __L ----J. ----·,...----I ____ I ----' ----·· ----I _____ ---~--' __________ I ----I I ..o..~4~ I I I I I _ I I I I I I I • z I I I I I I I I I ---}-----+------~---+-----:-----}----~~ __ __:.9~.9J -------; : ---('½-------:-----}-----+----: ----+~---:-----}--- ---~----+----g,--~ ---+----~-----~---!~----~----------+---------'\---~ ~------~-----~----+----~-----+&---~-----~-- 1 I · f--I I I ;:!: (,.J I O.OP% I -~ I I I I tJ I o I I o en -. _J, .__ _______ _,_ < . -tn----r----r----~~i ---1----7-----r----32 ----7-8 /·--~ i, \ ~ ---8 -r--~f ------7-----r----1----7----~N+ :O:tWj ---7-----r-- '-----+' ----+'---~<C~v~Z;----f-' ----+'----t'----f-' ----+'-:;:~-~-o0H '----l--'~--+·~-~'l-t'--~~~4'-t----+'----t'----f-' ----+'----'-:'H%----f-' ----+'---, 100 I I I I I I I I LON I I I Q l!)(',.,I I I I I I I I I I I vi -u I I I I I "' · ci ~I I I · "' ro · I I I I I ;:!: UJB I I 1 + .,.... <0 • o m + ..-r.n ~u ---1------1------------1------1-----1------1------I-'= o__-t· e l------1------I.IP. ci--'=q_ 1---- --------1-----1------1------I----_:+-----1-----1--- 1 I I I I I I ;:!: : -~I I I;':. ~ ;:!: : I I I I I @ I I ---L---_J_ _____ ,... __ -_ J_ __ --~-----L---_ J_ __ --~-Vl ':'._-t;wL __ -_ J_ __ --~;:!: w -Vl --L----------~-----L---_ J_ ___ -~----.:::J.. ___ -~-----L-- 1 I I I I I I @ -I I 1vi -32 I I I I I I I I ___ L ____ ..1_ __________ J_ _____ I _____ L ____ J_ _____ I _____ L ____ J_ ____ -PROP-osi;;D-2o·L oi=:-_z4:'._ _______I _____ L ____ J_ ____I . ___ _J_ ____I _____ L __ I I I I I I I I I ~ .. THICK sTt EL CASING I I I I I I I ___ I ____ I-----,------I ____ I _____ I ____ I ____ I _____ I ____ I ____ _DENTERED UNDERRCB _______ I _____ I ____ I ____ I ____ I ____ I _____ I __ I I I I I I I I I WITH CALP!Cd OR I I I I I I I I I I I I I I I I i'lPPROVED EQUAL END I I I I I I I ---,----T----------T----7-----,----T----7-----,----T----S EALS. SEE DETAIL UN ------7-----,----T----7----,----7-----,-- I I I I I I I I I llHIS SHEET. I I I I I I I I 1+00 1+50 2+00 212-091-17 OPEN SPACE LOT 16 MAP 11287 2+50 ABANDONED IN PLACE PER DEMOLITION PLAN, SHEET 3 EX. R/W~ SEE DEMO SHEET FOR EXISTING ___ - -======:7 PIPING AND VAULT ABAND~Mg;:iT - - ----- 6'X3' SD BOX CULVERT IE 105.38 ------- REMOVE EXISTING ACP -----REMOVE EXIS_T ~~IN_::G~16::::':::' ~CM___:~::/~C-::S~T-'i'L/'--_____ _.o.,,_ -vi ____ _,,,.. --------STA 1+39. 00 32 --------:I--------J~-------i~PR:Q~Pi!L.10,i._3_ D N 1 990 053.36 -1 . -- STA 1+10.00 STA 1+00.00 CONNECT TO EX. ACP 1 E 6,241,666.59 1- 3- REMOVE EX I ST! NG STEEL PIPE 1 3 1 3 3 IQ -- 1 ---3 EXISTING BACK OF WALK EXISTING FACE OF CURB PROTECT 1 1 .-1-= 1 1 3----3--~,-...~--3-~-+-3---3 31 EXISTING TRAFFIC S,R-ff1-l·NG --PIPE, 45° BEND AND THRUST TEE. INSTALL RESTRAINED 1 EXISTING FIRE IN PLA HYDRANT PROTECT IN PLACE \ "' [fil EXISTING 16" -r;it--re=g-TIT -PTP~ F EXt 3flNG-1s-"-l--1 AGP-1 3--3 --3--w w ='1J. STA 2+49.03± 33 PROP TOP 104.37 1,990,017.89 6,241,770.73 EXISTING 16" W ACP --f--5] fjJ REMOVE INTERFERING PORTIONS OF / TRAFFIC STRIPING ± EXISTING 16" 10 GAUGE STEEL ~ _REMOVE 45 DEGREE BEND FROM 16" BLOCK _____ __,0.S,_ __ FLANGED COUPLING ADAPTER AND s----s----S--7'S6J;-S S----\,-----..S----s S \2) !CONNECT NEW 16" PVC. REMOVE -s---S---+-~s---S---s- -s----s----s----fjJ STA 1+73 .5o 2 INTERFERING PORTIONS OF SD IE 105. EXISTING 16" 10 GAUGE STEEL STA 1+67.60 2 _ SD IE 105.2 PIPE AND THRUST BLOCK TRAFFIC STRIPING 24" BUENA FORCE MAIN CASING SPACER NOTES 1. CONNECTION TO ACP WILL OCCUR AT THE NEAREST COUPLING; CUTTING ACP IS NOT ALLOWED. 2. MECHANICAL FITTINGS PER CMWD APPROVED MATERIALS LIST. 3. GATE VALVES (RWGV) SHALL HAVE VALVE BOXES INSTALLED PER CMWD STD DWG W-23. CONNECTIONS TO DI FITTINGS SHALL BE MADE ACCORDING TO THE CONSTRUCTION NOTES. 4. CONTRACTOR TO POTHOLE BOTH SIDES OF STORM DRAIN AND PROPOSED CONNECTION POINTS TO EXISTING WATER MAIN PRIOR TO SUBMITTAL OF SHOP DRAWINGS TO VERIFY ELEVATIONS, LOCATIONS AND LENGTHS. 5. REPAIR ROAD WITH 3" OVERLAY OF FULL LANE WIDTH PER GS-26. CONSTRUCTION NOTES G)INSTALL TRANSITION COUPLING, (D 1' MINIMUM VERTICAL CLEARANCE @INSTALL FUSIBLE 16" DR18 PVC PIPE @ INSTALL 16" 11.25° BEND, MJxMJ @INSTALL 16" RESTRAINED FLANGE COUPLING ADAPTER 24" STEEL CASING PIPE (THICKNESS= 3/8") ANNULAR SPACE TO BE FILLED WITH BLOWN SAND 16" CARRIER PIPE 24" CASING PIPE DETAIL N. T .S. 10 5 0 10 20 30 .______,I ~--1 I I SCALE: 1"=10' C-2 "AS BUILT" RCE __ _ EXP. ___ _ DATE REVIEWED BY: BID SET -NOT FOR CONSTRUCTION INSPECTOR DATE t-----+--+-------------+---+---+---t--------llsH4EETl.c_r_T_Y_o_F_c_A_R_L_s_B_A_D~~8 _ ENGINEERING DEPARTMENT l__1U IMPROVEMENT Pl.ANS FOR PRESSURE REDUCING STATION REPLACEMENTS-PHASE 2 PLAN & PROFILE -PALOMAR AIRPORT ROAD Michael Baker ACCEPTED BY: DAVID PADILLA, P.E. Qa,u taJil(a DISTRICT ENGINEER DATE INTERNATIONAL DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION DATE INITIAL DATE INITIAL OTHER APPROVAL CITY APPROVAL DWN BY: BJM I PROJECT NO. I DRAWING NO. CHKD BY: ZP 5020-B RVWD BY: CM 526-7 :r: L--------------------------------------------------------------=;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:J 9755 Clairemont Mesa Blvd, San Diego, CA 92124 Phone: (858) 614-5000 · MBAKERINTL.COM MELROSE DRIVE PROPOSED MELROSE DRIVE VAULT DocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F68808 1/17/2023 2 CL 0 0 N -.,., N 0 N ...____ --...____ - 0 ll:'. -0: :r: u ll:'. _j _J w Vl 2 C) 3: 0 u-; 0 I .,., 0 I <D --<D r---e;: _J 0 / ll:'. w r--0: 3: / 0 0 -0: 0 / <D --<D r-- / -0: r- -0: 0 CL / :r: \ \ \ \ \ \ \ \ \ \ \ 0 \ \ \ \ -oo / I 0 REPLACE MOW STRIP IN KIND AFTER VAULT AND PIPING IMPROVEMENTS HAVE BEEN ACCEPTED PROPOSED G-1 INLET (;,SEE SHEET M-1 ) /MATCH EX. IE: CONSTRUCT CONCRETE BASE - FOR WIRELESS ENCLOSURE CO~TRACTOR RESPONSIBLE BASE (SEE ELECTRICAL PLANS TO LIM I T ALL ST AG/i NG AND FOR COND~I T ROUT! NG) WORK AREAS WITHIN THE J _.,,,-, EASEMENT BOUNDAR,!ES \_--O OR SECURE OFF-SL TE -STAGING AREA ---,,,.y I --so APN 221-850-04-00 2:?.J.:=850-04 ~OPEN SPACE / OT 4 MAP 13799 0 I 1 EXISTING f A-SEMENT PER DWG,--331-1 , PROJEeT PD 441 -----------/ 6" CML/C STL PIPE / D 0 ll----"7-SEE SHEET 12 FOR PRS D JA ILS I 51)1-.;====;:: I I I / PROPOSED 8" 8c 12" W CMLC / (SEE NOTE 5, TYP.) r / REFER TO ELECTRICAL / I I 7 I I I J I I I I I I I 1~ I I I I I I I 0 I --@ ---------• \"le. s'vso~ I DRAWING FOR PANEL 17 0,s / ~ APN 221-850-03-00 I -~ -~ /_GNAL PULLBOX ---I L ,--s'v 16 EXISTING TRAFFIC ---J _..,;;;;;;;;;;;;;a;;a. r2\) ~-=---~~~ ....,;;;;a;;;;;;;;_-----,.___,_ -------------------""""'-...,.. ---~ --so -_.,...._,I______ I / ---·--~---'-----TS 334. 00 1a1..--------1 ..,.,,.,........_...,.._,__,_,,._ -== -T T---f-----T _.,../ T------c,,,_T----+--T---r------T-----\ ---s'v;,-7 E !STING R/W ,.,_P_B_ 1 ~+1------'<cT----T_;z:::::::::::::jt=r--TT'=--....:::::...__ T------,,c1--1 ---+,~-T----T--- --------E-t------1 r-----E-E E--- /4-~ PROPOSED 12" W C900 PVC (SDR-14) E PROPOSED 12" W C900 PVC (SDR-14) E E E E E EI c-F-+-=-'>'<----p·---G----G----Gf------N ----G---1--G-----1--1L I G ---i-G-----+--G---G-----'·--G--t---G----G-- ~ EXISTING BACK OF WALK 8 a ~~~~~~~~~~~ -~ -~ -~-~~Y~~~-~~~ ~~~--~~~~~-~-~-~===~;~r~_ -~-~-~~~~~~~~~~~ - -----Ei~ISTING FACE OF CURB 5'.: I Ir--§; tt :-~ ------------------------- - -\ ;,:: I ':j CL I I EXISTING ELECTRICAL 11:0NDUIT EXISTING LIP OF GUTTER , I I .-I I ~ \ \!l REPLACE 50' DAMAGED S~RSD G-2 CURB AND G-7 SIDEW~LK IN KIND TO THE NE~~i~~ -TO ELECTRICAL METER ON SOUTH ~ I I N I I I I -I SIDE OF POINTSETTIA LANE@) I I I I :E I SCALE: 1" = 5' NOTES 1. SEE SHEET M-1 FOR PRS MECHANICAL DETAILS. 2. MECHANICAL FITTINGS PER CARLSBAD'S ENGINEERING STANDARDS APPROVED MATERIALS LIST. 3. CMWD OPERATIONS SHALL CLOSE AND OPEN VALVES AS REQUIRED PRIOR TO FINAL ACCEPTANCE. 4. GATE VALVES (RWGV) SHALL HAVE VALVE BOXES INSTALLED PER CMWD STD DWG W-23. CONNECTIONS TO DI FITTINGS SHALL BE MADE ACCORDING TO THE CONSTRUCTION NOTES. 5. PROPOSED STL CMLC PIPE SHALL BE SHOP FABRICATED BY THE MANUFACTURER. CONTRACTOR IS RESPONSIBLE FOR ENSURING APPROPRIATE MEASUREMENTS ARE TAKEN TO CONNECT PROPOSED AND EXISTING PIPES. 6. CONTRACTOR SHALL VERIFY THE LOCATION AND VERTICAL OFFSETS OF EXISTING UTILITIES. 7. THE EXISTING ELECTRICAL PEDESTAL IS TO BE USED FOR ROUTING POWER CONDUITS TO SUPPORT THE NEW MELROSE PRS STATION. REFER TO CMWD STANDARD ELECTRICAL PRS DWG FOR CONDUIT ROUTING DETAILS. 8. CONTRACTOR TO POTHOLE PROPOSED CONNECTION POINTS TO EXISTING 12" WATER MAIN A MINIMUM OF TWO WEEKS PRIOR TO SUBMITTAL OF SHOP DRAWINGS PIPELINE TRENCHING AND BACKFILL PER CMWD STD DWG W-2. CONSTRUCTION NOTES (z)INSTALL RESTRAINED PVC REPAIR COUPLING @INSTALL THRUST BLOCK PER CMWD STD DWG W-19 AND W-19A @INSTALL 12" RWGV (MJ X MJ) PER CMWD STD DWG W-21 @) PROTECT IN PLACE. @) INSTALL 2" AIR-VACUUM VALVE PER CMWD STD DWG W-11 @ INSTALL 12" RESTRAINED FLANGE COUPLING ADAPTER 5 2.5 0 5 10 15 ~I -~1----1 __ 1------11 SCALE: 1 "=5 ' C-3 "AS BUILT" RCE __ _ EXP ____ _ DATE REVIEWED BY: BID SET -NOT FOR CONSTRUCTION INSPECTOR DATE Michael Baker INTERNATIONAL l---+--+-----------+----t----t---i-----1lsH5EETl._c_rT_Y_o_F_c_A_R_1_s_B_A_D_~8 _ ENGINEERING DEPARTMENT l__1U IMPROVEMENT Pl.ANS FOR PRESSURE REDUCING STATION REPLACEMENTS-PHASE 2 SITE PLAN -MELROSE DRIVE ACCEPTED BY: DAVID PADILLA, P.E. Qa,u taJil(a DISTRICT ENGINEER DATE DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION DATE INITIAL DATE INITIAL OTHER APPROVAL CITY APPROVAL OWN BY: BJM I PROJECT NO. I DRAWING NO. CHKD BY: ZP 5020-B RVWD BY: CM 526-7 EL FUERTE STREET PROPOSED EL FUERTE STREET VAULT 9755 Clairemont Mesa Blvd, San Diego, CA 92124 Phone: (858) 614-5000 · MBAKERINTL.COM DocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F68808 1/17/2023 -0 N 0 ll:'. -0:: :r: u ll:'. _j _J w Vl ::,c ~ 0 "' 0 I .... 0 I "' -"' r--. ~ _J 0 / ll:'. w r--0:: ~ / 0 0 -0:: :;;- "' --"' r--. / -0:: r- -0:: 0 ;';- -----_----------_--------------- ------------ \, \, EPOXY COATED 6" STEEL PIPE PRESSURE RELIEF DISCHARGE PER SHEET 12. DISCHARGE OF PIPE TO BE 18" ABOVE THE DITCH FLOWLINE. AND BEGIN MODIFIED SQRSD D-75 TYPE A BROW DITCH TO MATCH EXl'STING (~6" DEEP X 2' EX 6" DEEP DITCH WIDE) MATCH FL EL EXlS,!_l~ R,~W--1\'\ --~ -_, __ __ -_:,.~--- REPLACE 40' DAMAGED SDRSD G~2 CURB AND G-7 SIDEWA~~ IN KIND TO THE NEAREST. JOINT --------- \ ... L!) - STA 5+57.58 N 1,979,539.16 E 6,255,005.60 EX 8" VC SEW 'li~ J~~l::'i STA 5+02.64 N 1,979,489.46 E 6,255,029.48 STA 5+01 .61 N 1,979,488.83 E 6,255,030.07 STA 1+00.00 F STA 5+00.00 ~ .... -I ll:'. 0 ~ 0 0 0) I u u > a.. ;,:; ' N 0 w (Jl 0 a.. 0 ll:'. a.. \ \ I _J C!) :r: IX) -t") APN 215-492-16-00 ...,__·N. ;~;;, ~4Q E 6,255,023.87 N 1,979,539.49 E 6,255,011.27 ,,,,.--REMOVE EX. SERVICE AND / REMOVE METER FROM INTERFERING WITH PROPOSED CONSTRUCTION , , 43' I I I I I I l. fl ) ', ~ .... -I ll:'. 0 ~ 0 0 0) I u u > a.. ;,:; ' N 0 w Vl 0 a.. 0 ll:'. a.. \, \, N 1 , 979, 487. 5•12~-_::.t:~ E 6,255,030.~ EX 12" AC WAT_--\1,--~ SDGll:E EASEMENT _---'r----W --~-----W ---w-t---w---w--1----~-----------------~;-~~~~-~_!'!_~~---- w----w-\-----w----------------------------------------EX ELEC E \, ---1w------------------------------------E--~-E -w----W ------------------------------------------------E---'t-E __ _ ----~~:_~~~~~:_~~~-:_~ -~--,---=~-----------------j: --------_--_-;_-----y-zs E ---- S'l:A Q±Sh@@ ___ ..,--=-ieR0P0Si::crT' WAT R SERVIC : AND METER PER CMWD STD. DWG. W-3 Michael Baker INTERNATIONAL S-T ·9 D INSTAL 2" COMB. AIR-VACUUM T VALVE A · Y1~MW0-~TD DWG W-11 r----f:s .,. SCALE: 1" = 5' C r - _J C!) :r: 0 -Lt) T PROPOSED 8" II: 12" W STL CMLC (SEE NOTE 7) REMOVE EX I ST I NG CONCRETE DI TCH . REPLACE W ITH 2 ' WIDE X 6" DEEP CONCRETE DITCH PER SDRSD NO. 75 WITH FL 6" BELOW BACK OF s/w FINISH SURFACE. ~ \, \ ~ SDGll:E EASEMENT STA 5+82.04 N 1,979,549.80 E 6,255,027.62 -,---- \_ EXISf INifi'j LIP OF GUTTER REFE~ TO ELECTRICAL SITE PLAN FOR RANE LOCATION (TYP) (Jl I (Jl \ (Jl \, \ v '·"'',, CF 1· "''"'.., """'-'' P<R ="''GS-,, Vl -\-- - \ \ \ EX 8" VC SEW ~----s--+-J----s-+--s ----s--+--s----s-+-- Ol U) - STA 6+33.04 N 1,979,503.87 E 6,255,049. 79\ STA 6+34.07 N 1,979,503.02 E 6,255,050.38 STA 1+24.77 = STA 6+35.67 N 1,979,501.71 E 6,255,051.30 T \ 0 "' - " --------------- - ------------ -- 1 E G -- 1 , E G- -- 1 Et EL.EC E -G Et G/>.S -<D - - T --- E G N <D - ----------- --- T T I " • ,,, lO - --------------------------------- T E E G G ... lO -\ ------------ -------- T 1 E- G- 7 I 7-1_ - - ---- -BID SET -NOT FOR CONSTRUCTION - NOTES 1. CONNECTION TO ACP WILL OCCUR AT THE NEAREST COUPLING; CUTTING ACP IS NOT ALLOWED. 2. SEE SHEET M-1 FOR PRS MECHANICAL DETAILS. STORM DRAIN INFORMATION ON THIS SHEET TAKES PRECEDENCE. 3. SEE SHEET C-6 FOR EL FUERTE ST. 12" WM PLAN, PROFILE II: HORIZONTAL CONTROL. 4. MECHANICAL FITTINGS PER CARLSBAD'S ENGINEERING STANDARDS APPROVED MATERIALS LIST. 5. CMWD OPERATIONS SHALL CLOSE AND OPEN VALVES AS REQUIRED PRIOR TO FINAL ACCEPTANCE. 6. GATE VALVES (RWGV) SHALL HAVE VALVE BOXES INSTALLED PER CMWD STD DWG W-23. CONNECTIONS TO DI FITTINGS SHALL BE MADE ACCORDING TO THE CONSTRUCTION NOTES. 7. PROPOSED STL CMLC PIPE SHALL BE WELDED AND FABRICATED BY THE MANUFACTURER. CONTRACTOR JS RESPONSIBLE FOR ENSURING APPROPRIATE MEASUREMENTS ARE TAKEN TO CONNECT PROPOSED AND EXISTING PIPES. 8. CONTRACTOR SHALL VERIFY THE LOCATION AND VERTICAL OFFSETS OF EXISTING UTILITIES. 9. SITE RESTORATION SHALL MATCH EXISTING GRADE. 5 2.5 0 5 10 15 ~I ~~--1 __ 1-___,1 SCALE: 1 "=5 ' C-4 "AS BUILT" RCE __ _ EXP. ___ _ DATE REVIEWED BY: INSPECTOR DATE REMOVE SERVICE AND METER BOX, SEE SHEET C-6 t-----+--+------------+---+---+--t--------llsH6EETl.c_r_T_Y_o_F_c_A_R_1_s_B_A_D~~8 _ ENGINEERING DEPARTMENT l___J_U IMPROVEMENT Pl.ANS FOR PRESSURE REDUCING STATION REPLACEMENTS-PHASE 2 SITE PLAN -EL FUERTE STREET ACCEPTED BY: DAVID PADILLA, P.E. aii~u taJil(a DISTRICT ENGINEER DATE DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION DATE INITIAL DATE INITIAL OTHER APPROVAL CITY APPROVAL DWN BY: BJM I PROJECT NO. I DRAWING NO. CHKD BY: ZP 5020-B 526-7 RVWD BY: CM :r: L.-------------------------------------------------------------=iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii:iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii:iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii:iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii:iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii:iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiii:.I 9755 Clairemont Mesa Blvd, San Diego, CA 92124Phone: (858) 614-5000 · MBAKERINTL.COMPROPOSED CORINTIA STREET / EL FUERTE STREET VAULTDocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F688081/17/2023-N (J) " N D -:::_ N -::::_ -D O:'. <( I u ii:: _j _J w (/) ::;; ~ 0 r-..: 0 I LO u I <D -<D r--/ > _J 7 O:'. ~ ; 0 0 <( u / <D LANE STRIPING --< EL FUERTE ST . EET \ \ ==========j~=========================~,============j~======;;;;;;~~===:~~~~~#~~~~=========~~============;;~==~ 669.49 SF OF 3" GRIND AND OVERLAY PER STD DWG GS-27 STA 2+54. = =~==j;::::_:::::::~s~TA~2~+:i7B~3~_ :=~=======~~~================;~==~--------TJ\-Z1TCJ(J.()0-~ ST A 21 + 71 . 43 INSTALL 2" COMB. s11R~~!~u~~ N 1 982 439 69 ~,~N~1~9:8:2~45~9~9:2 _________ J~2...---------------~~~---------2+00 VALVE ASSY. PER CMWD STD DWG w-11\ E 6:258:284:70 ~ E 5:258:298:52 3t00 -W----W-------\ FOR, PIP,ING PLAN 8c PROFILE SEE SHEET 9 (/)8 ----W----W----E_X. VA~LECITOS WATER DISTRICT 10" DIP W a W--+--w------w----"-ws A 21+23.:~f N 1,982,426~, 7E 356.S-E 6,258,303.78 ELECTRICAL POWER CONDUIT, SEE ELECTRICAL DRAWINGS -----REPLACE 50' DAMAGED SDRSD G-2 CURB AND G-7 SIDEWALK IN KIND TO THE NEAREST JOINT 8" ------------------ -EXISTING SIGN PROTECT IN PLACE ----EXISTING RETAINING WALL PROTECT IN PLACE CONSTRUCT BROOKS 1818 T24 OR EQUAL 18" SQUARE PRECAST CATCH BASIN WITH TRAFFIC RATED GALVANIZED GRATE CONNECT TO (2) 3" UNDERDRAIN PER SDRSD D-27 TG = 357.5 IE= 356.7 l'l ~ 0 00 <O STA 21+01.59 • N 12" STEEL PIPE 12" STEEL PIPE SEE SHEET M-1 FOR PRS DETAILS ---EXISTING R/W ----_ _:;"-I--SEE NOTE 8 (TYP.) CONSTRUCT ELECTRICAL SERVICE CONDUIT AND PEDESTAL PER SHEETS E-1 THRU E-4. CONDUIT INSTALLATION BY CONTRACTOR, SEE ELECTRICAL DRAWING SCALE: 1" = 5' STA 21+69.84 FOR f!PING PLAN 8c ...J PROFILE SEE SHEET 9 (!) I 8 ~-ALL SIDEWALK AND CURB 8c _i.--------------------~\---r------+--------c/---;G~U;;';T~TE~R. JJ:IAJ-l.S-GE;M01::-I-SHE1:l DURING CONSTRUCTION SHALL BE REPLACE PER CITY'S STANDARDS TO THS/1---r -+----W---',----Wl'----NIE\'i.\RES'f-dfltNi'I TA 1+47.86 82,446.32 58,317.79 J_ EX:I:_L:_O~U~R __ REPLACE 50' DAMAGED SDRSD G-2 CURB AND G-7/ SIDEWALK IN KIND TO THE NEAREST JOINT EXISTING FACE OF CURB --EXISTING BACK OF SIDEWALK PULL BOX ~E=~~--;S~TD~-~D:WG:-~GS=2~1~. ic:iiiii~i:iii=iiii:=-ic:ii.Siii"iiioiii:iiic"iii:'iiiioii_oii_i::iiii:'iii5ili:_:llii_oiiii':iiiii' LID MARKEi:),," ANTENNA" -------------FIBERGLASS WIRELESS BOLLARD ENCLOSURE PER CMWD STD. DWG. W-29B APN 223-722-23-00 EXISTING RETAINING WALL PROTECT IN PLACE NOTES 1. CONNECTION TO ACP WILL OCCUR AT THE NEAREST COUPLING; CUTTING ACP IS NOT ALLOWED. 2. SEE SHEET M-1 FOR PRS MECHANICAL DETAILS. 3. SEE SHEET C-7 8c C-8 FOR EL FUERTE ST. 12" WM PLAN, PROFILE 8c HORIZONTAL CONTROL. 4. MECHANICAL FITTINGS PER CARLSBAD'S ENGINEERING STANDARDS APPROVED MATERIALS LIST. 5. CMWD OPERATIONS SHALL CLOSE AND OPEN VALVES AS REQUIRED PRIOR TO FINAL ACCEPTANCE. 6. GATE VALVES (RWGV) SHALL HAVE VALVE BOXES INSTALLED PER CMWD STD DWG W-23. CONNECTIONS TO DI FITTINGS SHALL BE MADE ACCORDING TO THE CONSTRUCTION NOTES. 7. PROPOSED STL CMLC PIPE SHALL BE WELDED AND FABRICATED BY THE MANUFACTURER. CONTRACTOR IS RESPONSIBLE FOR ENSURING APPROPRIATE MEASUREMENTS ARE TAKEN TO CONNECT PROPOSED AND PIPING. 8. CONTRACTOR SHALL VERIFY THE LOCATION AND VERTICAL OFFSETS OF EXISTING UTILITIES. 5 2.5 0 5 10 15 1--~--1 __ 1--1 SCALE: 1 "=5 ' C-5 "AS BUILT" RCE ___ EXP, ___ _ DATE REVIEWED BY: BID SET -NOT FOR CONSTRUCTION INSPECTOR DATE Michael Baker INTERNATIONAL t-------t---+------------+---+-----l-----1-----1 I SH?EET I CITY OF CARLSBAD ~8 ENGINEERING DEPARTMENT l___!U ~IM:;;;P;;;;RQ;;;\,'.;;;EM~E_;:N;:T P;;;!AN:;:;:;;S;:;;F;;;;OR;;====:=::::::::==:==::::::::::::::::::::::==='--'===~ DATE INITIAL DATE INITIAL DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL PRESSURE REDUCING STATION REPLACEMENTS-PHASE 2 SITE PLAN -CORINTIA STREET ACCEPTED BY: DAVID PADILLA, P.E. Qp,u Po J;l(p DISTRICT ENGINEER OWN BY: R,JM CHKD BY: ZP RVWD BY: CM PROJECT NO. 5020-B DATE DRAWING NO. 526-7 9755 Clairemont Mesa Blvd, San Diego, CA 92124 Phone: (858) 614-5000 · MBAKERINTL.COM EL FUERTE STREET DocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F68808 1/17/2023 0 ll:'. -0:: :r: u ll:'. _j _J w Vl ::,c ~ 0 co 0 I <D 0 I <D -<D r-- ~ _J 0 ,/ ll:'. w r--0:: ~ ,/ 0 0 -0:: :;3- <D --CD r-- / -0:: r- -0:: 0 ;';- 180 170 160 150 PROPOSED PRS AND 215 _492_16 RESURFACING SEE LOT 113 SHEET C-4 MAP 8302 REMOVE WATER ' ETER 'AND SE~V IC~ __ ....... .,EER \s -;4 ~ Slf"A 5 34 STA 5 SEE PRi PIP NG ~-'" PROFI UE UPP R RI ,HT S--+--- -5+0Z 64 '° I[) '° -5+0 r,.6 1~00,06 A 5 00.0d EX. 2" ---- ----------- BEGIN AC PAVING AT EXIST. UNDERDRAIN ~ \ \ \ \\\ \ \ \ \ \ \ \ \ ~ 1 2 3 4 5 6 7 \ 6" BROW Di. ~CH \· \ EXISTING BACK OF WALK ~.,...,,.:/.-._ -:::----.... :-;;;;... ---..;::: --- T T - / 3Y,QJ; ~ / ~;ttJ~9;&-lo. 31/J FT \ \ T SEE SHEET 18 FOR CONDUIT ALIGNMENT 215-492-06 1- <D r--r--r-- LOT 66 MAP 8302 PAVEMENT RESTORATION PER GS-26 OR WIDER ~ DING ON FINAL CDIIJP ~LOCATION - -- --.,;,,:.;il~ -N ,,., 'S' I[) CX) CX) o:) o:) o:) <D r--CX) CX) CX) OCl --E] I Sfil N81 TR ••NCr TIU TY UN :c OCl O> 0 r--r--OCl -$TA +5 ] .9 141 ~A U 94.B6 -1\1 1,~79 621.31 I [ 6, 55 124 .27 \ 3 T 41 sTA 2+87. 124 SQ FT 215-493-10 / /'i 6,:'255 (108'.88 EXISTING TRANSFORMER 4 STA 1+95.57 l<f.O • \ \ \ ~FX REMOVE EX METER BOX, REPLAC_ \ D/W TO NEAREST JOINT LOT 65 MAP 8302 REMOVE EX METER BOX, REPLACE EX D/W TO NEAREST JOINT 1'110(: 215-493-21 s~ c,q LOT 112 ~~,V» MAP 8302 ' \ \ \ WATER DATA TABLE BEARING/DELTA LENGTH RADIUS NOTE N55°03'32"E 47.46' --12" PVC SOR 18 C900) 04°14'41" 22.23' 300.00' 12" PVC SOR 18 (C900) N59° 18' 11 "E 157.46' --12 PVC SOR 18 C900 13°47'31" 128,79' 535.04' 12" PVC SOR 18 C900 N45°37'53"E 7.38' --12" PVC SOR 18 C900 N25°46'01'W 54.95' --12-PVC SOR 18 C900 N25°46'01'W 51.00' --12" PVC SOR 18 C900 \ \ \ \ MATCH EX THICKNESS (2" MIN.) AND WIDTH NATIVE O 90% RC STAKED 1 "X4" REDWOOD I-EADER AC SIDEWALK DETAIL NOT TO SCALE Michael Baker INTERNATIONAL O> CX) -I REPLACE SIDEWALK PANEL TO NEAREST JOINT. INCLUDE CONSTRUCTION JOINTS FOR NEW METER BOX AND PRV BOX INSTALL (TYP. 2) 0 O> - 43 71 SQ FT 215-493-oi' \ LOT 64 \ ~AP 8302 \ \ \ \ \ \ \ \ \ 1' 0 2% WHERE FEASIBLE TO MATCH EX. GRADES AS SHOWN 215-493-08 LOT 63 MAP 8302 - \ "' ,;::. .--c--\ ...--c--\ N IN~ 1!p;\ NG ~ EXIST. • IVEWAY /\j\Y~ 15-493-07 ~~*==:...!~~~~ LOT 62 ;-. \ MAP 8302 DEMO EXISTING 238 SQ FT VAULT PER SHEET 3 \ STA 4+51.78 41 \ EXISTING BACK OF WALK EXISTING FACE OF CURB EXISTING LIP OF GUTTER PROPOSED AC PER AC SIDEWALK DETAIL ON THIS SHEET \ \ 210 200 190 180 140 5+00 PRS PIPING PROFILE 5+00 NOTES 1. CONNECTION TO ACP WILL OCCUR AT THE NEAREST JOINT. CUTTING ACP IS NOT ALLOWED. 2. REFER TO SHEET 3 (C-1) FOR THRUST BLOCK AREAS ASSOCIATED WITH CONSTRUCTION NOTES 9 & 12. 3. CONTRACTOR TO VERIFY THE LOCATION AND VERTICAL OFFSETS OF EXISTING UTILITIES. 4. CONTRACTOR TO FURNISH AND INSTALL NEW PRESSURE REGULATOR TO HOUSES CONNECTED TO HIGHER PRESSURE ZONE AT DISTRICT APPROVED LOCATION. 5. CONTRACTOR TO MAINTAIN 5' SEPARATION BETWEEN NEW WATER METER INSTALLATION AND ANY ELECTRICAL, GAS OR FIBER OPTIC UTILITIES CONSTRUCTION NOTES (i)INSTALL TRANSITION COUPLING, @ REPLACE EX. FH ASSY W 1TH NEW FI RE HYDRANT ASSY PER CMWD STD DWG W-17 @) INSTALL 2" AIR-VACUUM VALVE PER CMWD STD DWG W-11 @INSTALL 12" 90° DI BEND (MJ X F) @INSTALL 12" RWGV (F X F) PER CMWD STD. DWG. 21 AND 23 @INSTALL 12" 11 .25° BEND (F X MJ) @INSTALL 12" RESTRAINED FLANGE COUPLING ADAPTER @INSTALL HIGH DEFLECTION COUPLING @) INSTALL 1" WATER SERVICE PER CMWD STD DWG W-3 @REMOVE EXISTING WATER SERVICE AND METER BOX @REMOVE EXISTING WATER SERVICE AND REPLACE WITH 1" SERVICE CONNECTION PER CMWD STANDARD DRAWING NO. W-3 WITH NEW METER BOX AND CONNECT TO EXISTING METER @) REMOVE EXISTING WATER SERVICE AND METER AND INST ALL 1 " SERVI CE CONNECT ION PER CMWD ST ANDA RD DRAWING NO. W-3 AND NEW PRESSURE REGULATOR PER CMWD STD DWG NO. W-33. CONNECT TO PRIVATE SERVICE PIPE. @DEMO AND REMOVE EXISTING AC AND REPLACE WITH NEW AC PER GS -28, FINISH COURSE. MATCH EXISTING SIDEWALK PAVING THICKNESS, 2" MIN. LIMITS PER PAVING DETAIL THIS SHEET. "AS BUILT" 20 10 0 20 40 60 l~~f----1 __ 1----ll RCE __ _ EXP ____ _ SCALE: H 111=20 1 V 1 "=5' REVIEWED BY: C-6 DATE BID SET -NOT FOR CONSTRUCTION INSPECTOR DATE t----+---+------------+---+---+--t-------llsH8EETl.c_r_T_Y_o_F_c_A_R_1_s_B_A_D~~8 _ ENGINEERING DEPARTMENT l__1U IMPROVEMENT Pl.ANS FOR PRESSURE REDUCING STATION REPLACEMENTS-PHASE 2 PLAN AND PROFILE -LOWER EL FUERTE ST ACCEPTED BY: DAVID PADILLA, P.E. Qa,u taJil(a DISTRICT ENGINEER DATE DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION DATE INITIAL DATE INITIAL OTHER APPROVAL CITY APPROVAL OWN BY: BJM I PROJECT NO. I DRAWING NO. CHKD BY: ZP 5020-B RVWD BY: CM 526-7 :r: L--------------------------------------------------------------=;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;;:J 9755 Clairemont Mesa Blvd, San Diego, CA 92124Phone: (858) 614-5000 · MBAKERINTL.COMDocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F688081/17/2023::;a [l_ ro D N 0 [l:'. <C I u ti:: _j _J w (/) ::;a (.'.) :s: 0 Ol D I " u I lO --lO " < _J 0 / [l:'. w r-<C :s: / 0 0 <C ;;-"' --"' " / ;:: <C 0 ~ 560 550 540 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I -I-+--l-1---+ ----+-1-+--+ -1-+--+ -1-+---· -1-+--+-1-+--+ -1-+--+ - -+--+-1-+--+-1-+--+ -1----+ -1-+--+-1-+--+-1-+---1-+--+ -1-+; :-tiool~ 1!2~R ,,-at-pvc--ihPt--+ -1-+--+-1-· ---+ -1-+--+ -1-+--+ -1-+----1-+--+ -1-+--+ -1-+--+ - -+--+-1-+--+ -1-+--+ -1-· -+ -1-+--+-1-+--+ -1-+-I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I -, T 7-, T --, -1-,, -1-,, -1-, -. -IHGL '1>8□l-,, -l-1HGL-001, -1-,, -1-,, -1-. -, -1-,, -1-,, -1-, 6c'l-,, -1-,, -1-,, --, , -1-,, -1-,, -1-. -, -1-,, -1-,, -1-, --1-,, -1-,, -1-,, --, , -1-,, -1-,, -1-. , -1-,, -1-,, -1-, -I-+ --l -1---+ ----+ -1-t--t -1-+--t -1-+---· -1-t--+ -1-t--t -1-+--t - -+--+ -1-t--+ -1-t--t -1-· ---t -1-+--+ -1-t--+ -1-t-·"" I-+--t -1-+--+ -1-t--+ - -t--t -1-+--t -1-+--+ -1-· ---+ -1-t--t -1-+--t -1-+----1-t--t -1-+--t -1-+--+ - -t--+ -1-t--t -1-+--t -1-· -+ -1-t--+ -1-t--t -1-+-- L ..l _J _ L ..l __ ..l _I_ L ..l _I_ L ..l _I_ L _. _I_ L ..l _I_ L ..l _I_ L ..l __ L ..l _I_ L ..l _I_ L ..l _I_._ ..l _I_ L ..l _I_ L ..l _I_ L °N I_ L ..l _I_ L ..l _I_ L ..l __ L ..l _I_ L ..l _I_ L ..l _I_._ ..l _I_ L ..l _I_ L ..l _I_ L __ I_ L ..l _I_ L ..l _I_ L ..l __ L ..l _I_ L ..l _I_ L ..l _I_. ..l _I_ L ..l _I_ L ..l _I_ L I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I -, T 7-, T --, -1-,, -1-,, -1-, -. -1-,, -1-,, -1-,, --, , -1-,, -1-,, -1-. -, -1-,, -1-,, -1-, --1-,, -1-,, -1-,, --, , -1-,, -1-,, -1-. -, -1-,, -1-,, -1-, --1-,, -1-,, -1-,, --, , -1-,, -1-,, -1-. , -1-,, -1-,, -1-, -I-+--l-1---+ ----t-1-+--+ -1-+--+ -1-+---· -1-+--t-1-+--+ -1-+--+ - -+--t-1-+--t-1-+--+ -1-· ---+ -1-t-..o-J-t=i--::r-i='"t----1=i:-~I-+ =L:-1-+--+ - -+--+ -1-+--+ -1-+--t-1-· ---+ -1-+--+ -1-+--+ -1-+----1-+--+ -1-+--+ -1-+--+ - -+--t-1-+--+ -1-+--+ -1-· -+ -1-+--t-1-+--+ -1-+-- L ..l _J _ L ..l __ ..l _I_ L ..l _I_ L ..l _I_ L _. _I_ L ..l _I_ L ..l _I_ L ..l __ L ..l _I_ L ..l _I_ L ..l _I __ ,d--_CL ..l _I_ L ..l _I_ L __ I_ L ..l _I_ L ..l _Ir ..l __ L ..l _I_ L ..l _I_ L ..l _I_._ ..l _I_ L ..l _I_ L ..l _I_ L __ I_ L ..l _I_ L ..l _I_ L ..l __ L ..l _I_ L ..l _I_ L ..l _I_. ..l _I_ L ..l _I_ L ..l _I_ L 11111 111111111 111111111 1111111--1--1 111111111 111111111 7-!-___1111111 111111111 111111111 111111111 111111111 -, T 7-, T --, -1-,, -1-,, -1-, -. -1-,, -1-,, -1-,, --, , -1-,, -r,, -1-. -, -1-,, -1-,, -1-, --1-,, -1-,, -1-,, --, , -1~ -1-,, -1-. -, -1-,, -1-,, -1-, --1-,, -1-,, -1-,, --, , -1-,, -1-,, -1-. , -1-,, -1-,, -1-, -I-+ --l -1---+ ----+ -1-+--+ -1-+--+ -1-+---. -1-+--+ -1-+--+ -1-+--+ --+--+ -1::::,;!-4'-1-+--+ -1-. ---+ -1-+--+ -1--I-I . -+--+ -1-+--+ -1-+--+ --+--+ -1-+--+ ----.J.;::-+--+ -1-. ---+ -1-+--+ -1-+--+ -1-+---. -1-+--+ -1-+--+ -1-+--+ --+--+ -1-+--+ -1-+--+ -1-. ---+ -1-+--+ -1-+--+ -1-+---L ..l _J _ L ..l ___ ..l _I_ L ..l _I_ L ..l _I_ L __ . _I_ L ..l _I_ L ..l _I_ L ..l __ L ¥1-L ..l _I_ L ..l _I_. __ ..l _ I _ ::i __ Jo .. 87.%1_ I I_ L ...11.,--19% . _ _ ..l __ L ..l _I_ L ..l _I_ :1:::,.._1 _I_. __ ..l _I_ L ..l _I_ L ..l _I_ L __ . _I_ L ..l _I_ L ..l _I_ L ..l __ L ..l _I_ L ..l _I_ L ..l _I_. __ ..l _I_ L ..l _I_ L ..l _I_ L __ I I I I I I I I I I I I I I I I I I I I I I I ,..J---I I I I I I I I ' ; 1 1 I I I . ; . 1 I I I I I I I l'-....1. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I EXISTING 16" ACP, NOTE FOR DETAIL NOTE -..,._ 16"TRANSITION / EXISTING 16" ACP, COUPLING CONTRACTOR TO LOCATE NEAREST JOINT THE CONTRACTOR SHALL BE RESPONSIBLE FOR / i3 \, 16" C900 PRESSURE-----..._ 16"FLG SOUTH AND WEST OF 90' BEND. REMOVE MAINTAINING THE SAFETY OF ITS' CREWS AND WORK 275_ ~ 1--DR-18 PVC (5' MIN.) "-... BUTTERFLY VALVE EXISTING 16" AC PIPE TO NEAREST JOINT. AREAS. MOT WILL BE INSTALLED WHEREBY TRAFFIC I 16" RESTRAINED FLG l NO CUTTING OF ACP WILL BE ALLOWED. APPROACHING THE HILL TOP HAS SUFFICIENT ADVANCE COUPLING ADAPTER NOTICE TO SLOW DOWN ADEQUATELY WHILE WORK IN THE I 7367 ,.,; ; Q n-. EXISTING 16" ACP,_ EXISTING 16" ACP-,. ROADIWAY IS BEING PERFORMED!. -~ ""-CONNECT TO EXISTING 16" W '\ • '\. 30+00 31+00 PRS PIPE PROFILE SCALE: H=40' V=4' CONSTRUCTION NOTES @INSTALL DI 22.5' BENDS (MJ X MJ) @INSTALL DI 45' BENDS (F X RESTRAINED MJ) @INSTALL THRUST BLOCK PER CMWD STD DWG W-19 AND W-19A @INSTALL 2" AIR-VACUUM VALVE PER CMWD STD DWG W--11 @INSTALL 12" 90' DI BEND (MJ X F) @INSTALL 12" RWGV (F X MJ) @INSTALL 12" 11.25' BEND (F X MJ) @INSTALL 12" RESTRAINED FLANGE COUPLING ADAPTER @ REMOVE EXISTING AC PIPING, 90' BEND, THRUST BLOCK AND VALVES. SEE NOTE 2 THIS SHEET IR IO ~ ~ STA 1+00.00 ';Ill Jjj~fi]~T-' (I.) i· ~ ~·~~~·f~;·f~ ~"'14""113✓7) 16"TRANSITION_/~ :'!~:-;-\_PROPOSED 12· I I NOTES 1--.. # ~ SEE0NOTE 2 AND DETAIL AT RIGHT COUPLING DR--18 PVC PIPE ~ ,_ -...... · EXISTING 16" DI 90" BEND 12· RESTRAINED FLG I I 1/r~"J 1../\f..,~ ;/-,._ /,...]L. FUTURE ELECTRICAL LINE 16~R~;~0(~~Et~~~~ COUPLING ADAPTER RW LA COSTA MEADOWS I I 1/j--(,;;,{.: s I J-1' v I SEE SHEET 17 16"FLG 16"x12" GFALTGE VALVE ELEMENT'ARY SCHOOL J,f' .I:. "'fl ~,,., ~ ,.... ~ \ ~::-n....,. SCHOOL ENTRANCE\ BUTTERFLY VAL VE REDUCER n I 215--340--38 I ,...__·~-~--.1::7 .c/)>v-1 Y..J ~ "~--EXISTING PROPOSED 16" FLG DI TEE PAVEMENT RESTORATION 215--410--14 PM 13796 r /( J i--,.., -;;e 1 PER GS-25, 1" OVERLAY SCHOOL ENTRANCE_>,;OT 748 I I ,...__-r: ~ 1".'.:~ 7 " /~,,v f )~TA 2+5~~ -.__ / 11 \ DETAIL FOR CORINTIA ~JA~~EJTsAT EL FUERTE STREET ouTsrDE TRENCH MAP 7367 I I 1 £-f ,G.) •" -----,<_[ 1.7' ,r:_ _ $TA 30;!,00.00~ :5,-1 -~• .._ \ \ -EXISTING BACK OF WALK -r-::: ;;:-/.114 25/N 1. 982 439£69 ;-.;. --1 SCHOOL ENTRANCE~ / ,-EXISTING FACE OF CURB ,I I l L _j_ Ql7'--. /~ ~ -'E-€~58,284.70 / 7 -::-=/ ' -";"-(--•· ;--• ......-:-• .-, , ,' .. E~~STI~G RW ...,,_ ....... _,. __ ....,,.,_,'\ """""-'-.c '-~ ... -_-....,.,--,--;;'" -~ //G. x· I A ,.. -r-,/,,---.....,.,,.........,±,,-..-,/ ,. -D~' "'5 :---:"I 1 ,, -....,__ SJ~ ~78~8~ ___; u , , , ~, 'I,:) v h / I u • c:fs! ,-_IY~ [1--I :!-IG~q,, ..._ ------✓ )lTA 30t71 ·.13L ,, / -STA 5+50.65 , '\. ' \. \ \ \ \ • '\ \ \ 1 \ \ \ \ I ,. ' E ' ·t E -t--= ~--.r. J t ~ ' ---1-, "u,· ,-_ _--,..._ ..rN 1 982 459.,92'25"14) / N-.~.n8=,r.,~· ""OPl" · is " 9100 ' ' I .,_ ?fjc.122 ,~,, --\... ~ ~~;,_~· n2fiJr ,.. t--.___;, -f,/'J58,2~8.52-; ·12•r.=-";i''""~~""';;a,' ~ ,u";::.'•.:;::□"~'---=---'-"'.....,-...._--,b,:.:+"'v"v"-,-~t'"pvgs[~D~~18r w /~00 \ ... \ ... \ ·\ N \ ~+l)n\-\ \ J.6 \+-+--+,,,o.+:huµ""'-"'~i>,,·H'.-i. \'t.~-\+1--'\>---111-'lf--\-=110>..,tITU \ \ \ \ 1.eVl\-\~ 6-r 1 --5'.QfV. ___,_ 'I I I '"/f-1,-:.1. __.15, -w:-R<'i· '7i54.~ ~--"?<.n~ --~59•~~~6390.46 \ ~ .\ \ ' \ \ \ \ ,-' '"' \ ' \ \ \ \ \ \ \ ' 1,l 10 ('(, 1 -~ . ~-~/ 341..~, -l!,a,;;,a,,. "7.4'(:)@=ffi, ,, \ \ l I I ~ _, ' -\ -I p AP 15098 . ) if;Vs'fA §;~,-,:~ .. r--:, W---'-<34 ·,l, -I ',J,fJ'B' \ ~ nn ~ )-I I I / I I I I :-it==t==t==-=t=--t-t----tt=1t==t=7rtE1tt~~"::::""'V!J-':::::::D<\y':IJ!-~"--E'~'-~-·-~,~~t.'~r-'-::...1Ltt-=-=,-tw~= tlfVAT[: ST ( _N 1,9s2-;-42 · · -:-i 26 W \ \ I 4 / / / EL,FUERT,E S,TR,EE,T /~· ' W ' W / W-/-E 6,258,274.79 / • ,;;_· -~ , '\ \. ,,,r,r, (nw, 17l -F, 1/R1-,/ur..1 / / 215--340--36 PM 10352 -' "' I .. w -. -I I I j ..._ 1 W '-I "' ,._ '-/ VWY 10 DI~ W l DR•-397 38 l 111 ,~ -, ; I 1 I I I I t / 18 •• \ ~-' =--; --;-, W , W ...JI , ·Yf W W i W W 1 W W W W I PROPOSED PRS ~ "C . .. ,✓ : " " " \ \ \ • \ I \ I I \ I I I I \ \ I I \ I I I I ', \ EXISTING WALL SEE SHEET C--5 223 FOR PIPE BC ./ \ •'t-sTA 5+20.95 \ ----1"T'""EXJSTING R/W •• --":::: --\ PROTECT IN PLACE -?22--23 PROFILE SEE STA 4 56 68 \.N 1,982,677.7812 '--..__ "LANE STRIPING (TYP.) 223--720--21 I Lor 108 UPPER RIGHT + · E ",2586402.58 EXISTING BACK OF WALK --... N 1,982,617.74 ~EXISTING " ..__ LOT 243 I MAP 75098 ON THIS SHEET E 6,258,379.64 ARV 45 BEN EXISTING FACE OF CURB 223--722--23 '--..__ OPf:N EXISTING STA 5+01. 73 LOT 108 \ MAP 14838 1 . 2. 0 ...... I-w w :::c 0 cno . WO WO Cl)+ ...... w..-z .... <( _J I-:::c Cl) (.) I-<( ::i;; CONNECTION TO ACP WILL OCCUR AT THE NEAREST COUPLING; CUTTING ACP IS NOT PERMITTED. THE CONTRACTOR WILL REMOVE THE AC PIPE TO THE NEAREST JOINT THAT'S GREATER THAN 5'FROM THE NEW VALVE LOCATION. 40 20 0 40 80 120 I ~ I I I SCALE: H=40' V=4' C-7 "AS BUILT" RCE EXP. DATE REVIEWED BY: I SPACE: ~ ---RETAINING N 1,982,659.8218 CONSERVATION ESMT L__ _____ _,_, _____ ~r_-__ -_-_...---_~ ____ \L__-=_~_-=_-_~_-_-___ '--..___..___-'wA~LL _____ E_6'_25_8·_39_5·_72 _______________ ~:_~N_1~_~!_~E _____ BID SET -NOT FOR CONSTRUCTION INSPECTOR DATE WATER DATA TABLE @ BEARING/DELTA LENGTH RADIUS NOTE 1 N36°25' 12"E 137.45' --12" PVC SDR 18 (C900) 2 01·11'49• 16.92' 810.00' 12" PVC SDR 18 lC900J 3 12•34'37" 177.80' 810.00' 12" PVC SDR 18 (C900) 4 N20'54'46"E 64.27' --12" PVC SDR 18 C900 5 N24'05' 14"W 29.70' --12" PVC SDR 18 C900 6 N20'54'55"E 1269.74' --12" PVC SDR 18 (C900) Michael Baker INTERNATIONAL I SHgEET I CITY OF CARLSBAD ~8 t----+---+----------------+----+--t----+----t ENGINEERING DEPARTMENT l___!U l----+---+----------------+----+--1-----+----I t----+---+----------------+----+--t----+----t IMPROVEMENTPLANSFOR DATE INITIAL DA TE INITIAL DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL PRESSURE REDUCING STATION REPLACEMENTS-PHASE 2 PLAN AND PROFILE -EL FUERTE STREET ACCEPTED BY: DAVID PADILLA, P.E. Qp,u Po J;l(p DISTRICT ENGINEER OWN BY: R,JM CHKD BY: ZP RVWD BY: CM PROJECT NO. 5020-B DATE I DRAWING NO. . 526-7 ~------~ IL.-------------------------------------------------------------~~~~~~~~~~~~~~~~~~~~~~~~~~~~;;;~~~;;;;;~~~~~~~~~~~~~~~,I 9755 Clairemont Mesa Blvd, San Diego, CA 92124Phone: (858) 614-5000 · MBAKERINTL.COMDocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F688081/17/2023:::, <l'. N -D -r<1 N D N '--N '--0 0:: <l'. I u 0:: _j _J w (/) :::, (_'.) :;:: 0 c:i -I 00 u I lO --lO r---/ > _J 0 / 0:: w r-<l'. :;:: / 0 0 <l'. u / "' --"' r---/ <l'. r-<l'. 0 (l_ / I 11+00 m I I I I I I 12+00 I PAR. A · PM 6619 13+00 215-340-39 14+00 215-340-32 PAR. A 215-340 31 15+00 I I I I I I 215 340 30 I LOT 328 LOT 329 MAP 6905 16+00 I I I I I 17+00 I I I LOT 113 I 18+00 I I MAP 1'3438 I I-w OW T ~ 1r"_,,,...--:--="f,~~,'t,,--_,,,~1,,., • RAi / \ PAR. B PM 6619 PM 13744 MAP 6905 _I EXISTING R/W J -./ .• ~ IILJ .i"'"G I ,,,... ,,.-J / Ill / D -G G-EXISTING R/W {;--. "' . c,-c,--~ -~ ---' ::--,.._, ___,,, ,., 0 :::c . (/) Ow Ow + (/) .... E \W ' UfJ \ ' .... w <CZ I-..... (/) :E I , I N r<1 I " -,...w C.) I-I \ I • ' <C :::!: • ., ~ . ~ ,I=" ... ~ F E \ \ \ \ II "'\ . ~1.7.±_oo::::-lN.. ./ ..,..1'8+00 • \ • ' ~ --, --J -' -w w .... w I "'-w / I I I ... , ........ I --~ I rJJ ~ J / I v,, / ' _, /. J ). w i ~, w 'w ' w' uw ~, ;,,"",.-01 w-,,.c..:•:..r__+--w---w---T·cJb F=• • R E T,CIBE / / / / / ~-/ 12"A w (DWG;--'•n_.,,_" -"-~~I " -t-;,--Jr--t---t-.,~ _1 ;;;:;, "=ti;.f,--~-, -rn ,+-,--,,, a~~D~I lfsf-rr.W-{' D11'11-. 397-~B J -/ . 'f I "' -.....,_ '---zn" RrP ,n r r,mr '"1.::.-'." .,i , , , -• , W , , W, 1 ,.. , ;n , W, '-W , W /_ 111 ~ , • L '\. W W _... --... W " ....... " -.. , w I I .-,-\ I ' Hg 6 7 8 9 10 -:"ii 1 1 1 I I I I 1 \ \ \ \ \ \ , I I '\. j ' I \ \ \ ',. '-............. --.._ ....,_ \._\_/ \ ...... l , I I WATER DATA TABLE BEARING/DELTA LENGTH RADIUS NOTE N20'54'55"E 1269.74' --12" PVC DR 18 CC900 05'46'28" 150.07' 1,489.00 12" PVC DR 18 (C900) N74°51 '29"W 45.31' --12" PVC DR 18 CC900 N15°04'39"W 16.71 --12" PVC DR 18 (C900) N74'55'2o·w 5.06' -XISTING R/W STA 15+72.43 21 N 1,983,659.35 E 6,258,755.22 Michael Baker INTERNATIONAL d W \._EX 36" RCP SD (DWG 172-6) VEGETATED SLOPE F 223-720-14 LOT 244 MAP 14838 CONSERVATION ESMT -/7· rr -\ , ' 19+00 I I I ST,1 79+70.42 I (14120,N , 984. 033. 57 I ''E I ,258,890.15 BC -<n 90'1 BEND 'TA 18+20.~ 1,983,890.96 , ' 6,258,843,74 I I E / / --" w ~ -' • 20+00 ' . 215-330-28 LOT 1 \/I/IP 10706 ' . 21+00 , , I ,-\ \_21" WSP CML&C WATER PER DWG NO. 79-110 EXl~TING RETAINING WALL I SEE DETA LON SHEET 11. --. CONSTRUCTION NOTES @INSTALL THRUST BLOCK PER CMWO STD DWG W-19 AND W-19A @INSTALL DI 90' BENDS (MJ X MJ) @INSTALL 2" BLOW-OFF VALVE PER CMWD STD DWG W-10 @INSTALL 12" RWGV (F X F) PER CMWD STD. DWG. 21 AND 23 @INSTALL 12" RESTRAINED FLANGE COUPLING ADAPTER @INSTALL HIGH DEFLECTION COUPLING NOTES 1.) FOR ALL HORIZONTAL AND VERTICAL BENDS SHOWN, EXCEPT WHERE NOTED OTHERWISE (INCLUSIVE OF SHEET 3), SHALL HAVE RESTRAINED FLG X MJ ADAPTERS INSTALLED ON BOTH SIDES. 2.) THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING THE SAFETY OF ITS' CREWS AND WORK AREAS. MOT WILL BE INSTALLED WHEREBY TRAFFIC APPROACHING THE HILL TOP HAS SUFFICIENT ADVANCE NOTICE TO SLOW DOWN ADEQUATELY WHILE WORK IN THE ROADWAY IS BEING PERFORMED. 4020 0 40 80 1-~--1 I SCALE: H=1"=40' V=4' 120 I C-8 "AS BUILT" RCE __ _ EXP. ___ _ DATE REVIEWED BY: BID SET -NOT FOR CONSTRUCTION INSPECTOR DATE ~ CITY OF CARLSBAD ~ t---+---+----------------t---+--+---1--~L__2Q_j,__E_N_G_IN_E_E_R_IN_G_D_EP_A_R_T_M_EN_T __ ~L.!U t---+---+----------------t---+--+---1--~ IMPROVEMENTPLANSFOR DATE INITIAL DA TE INITIAL DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL PRESSURE REDUCING STATION REPLACEMENTS-PHASE 2 PLAN AND PROFILE -EL FUERTE STREET ACCEPTED BY: DAVID PADILLA, P.E. Qp,u Po J;l(p DISTRICT ENGINEER OWN BY: R,JM CHKD BY: ZP RVWD BY: CM PROJECT NO. 5020-B DATE I DRAWING NO. . 526-7 ,-______ ~ 9755 Clairemont Mesa Blvd, San Diego, CA 92124Phone: (858) 614-5000 · MBAKERINTL.COMDocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F688081/17/2023n N 0 N '--0 O'.'. <( I u O'.'. _I _J w (/) :::, ~ 0 --I m u I tO -tO r--/ > _J ;3-0'.'. w >-<( ~ 0 0 <( ;!, tO --tO r--/ <( >-<( 0 ~ I EX, 2111 90° EX. 2111x2011 REDUC EX, 2011 BUTTERFLY VAL EX, BLOW OF B\/ --I ----+--1-/ ~ I I EXISTING EX. 2111 CML&C STEEL PIPE CEMENT-MORTAR ROCK SHIELD COATING WELDED WIRE FABRIC DR SPIRAL WIRE REINFORCEMENT PER WAS SPEC 15061 (AWWA C205l CEMENT MORTAR LINING • Cl • ...... w 0.. ...... 0.. SEE SPEC 15601 FOR CEMENT MORTAR LINING THICKNESS CEMENT MORTAR PIPE COATING & LINING DETAIL SCALE: NO SCALE ~ "'t ....J 0.. • Cl . ...... 2 1811 MAX -FURNISH IN TWO PIECES & SHIP LOOSE FOR FIELD JOINING 5 II (TYPl 2 II PLANT-APPLIED MORTAR LINING 3 II ( TYP l FIELD-APPLY PRIMER & COATING PER SPECS FIELD-APPLIED MORTAR COATING MIN. 211 THICKNESS WELDED WIRE FABRIC DR SPIRAL WIRE REINFORCEMENT PLANT-APPLIED PIPE COATING WHERE INDICATED FIELD-APPLIED PIPE COATING PER SPEC 15061 i~~~T FILLER PLANT-APPLIED MORTAR COATING FIELD-APPLIED MORTAR LINING CEMENT MORTAR PIPE COATING & LINING AT BUTT STRAP JOINTS SCALE: NO SCALE 7T1 3 I,{ x 111 BACK ING PLATE IN GAP FOR FULL WIDTH OF JOINT _J'X_._2_111 CML&C STEEL PIPE HAND HOLE DETAIL 2 II 1211 DR 18 PVC PIPE 1211 MJ 90° BEND THRUST BLOC PER CMWD STD DWG W-19 & W-19A EX, 2111 90° BEND EX, 2111x2011 REDUCER 2011 FLG BUTTERFLY VALVE PER CMWD STD DWG W-22 & W-23 1211 DR 18 PVC PIPE 12 11 FLG INSULATION 1211 FLG COUPLING ADAPTER 1211 FLG RW GATE VALVE PER CMWD STD DWG W-21 & W-23 KIT 2111 BUTT STRAP EX. 21" STEEL BEND l PROPOSED --I ~ 2011 CML&C STEEL PI PE, FLGxPE 2011 SLIP-ON FLANGE 2011x1211 FLG CML&C STEEL CROSS 611 BLOW OFF ASSEMBLY PER CMWD STD DWG W-15 1211x611 FLG DI REDUCER WITH 1211 FLANGE INSULATION KIT 2011 FLG BUTTERFLY VALVE PER CMWD STD DWG W-22 & W-23 2111x2011 FLG STEEL REDUCER 2111 DIA, CML&C, FLGxPE 2111 CML&C STEEL PIPE TIE IN TO EXISTING 2111 TRANSMISSION MAIN /1\ SCALE: NO SCALE NOTE: BOND ALL STEEL PIPE JOINTS FOR CONTINUITY, Michael Baker INTERNATIONAL t, + te t, + te SEE NOTE 7 . ~ BAR Cl< • ....J -Cl.. HAND HOLE DETAIL t t w • I-C < • ....J -Cl.. A-A 611 MIN, 14 11 MAX. TYPE I 1811 MAX -FURNISH IN TWO PIECES & SHIP LOOSE FOR FIELD JOINING 611 MIN. 1411 MAX. TYPE II 4 II ( TYP l 4 II (TYPl BUTT STRAP JOINT DETAILS 4 SCALE: NO SCALE BUTT STRAP 1,4 ---STEEL CYLINDER BEYOND BUTT STRAP SPLICE -SECTION A-A SCALE: NO SCALE NOTES: 1, 11t11 INDICATES THE THICKNESS OF THE STEEL PLATE. 2, BEFORE WELDING, DRILL AND TAP TEST HOLES. CONTRACTOR TD AIR AND SOAP TEST AFTER WELDING IS COMPLETED. PLUG WELD HOLES AFTER SUCCESSFUL COMPLETION OF JOINT TESTS. 3. RADIUS SHOWN FOR TEST BULKHEAD APPLIES TD TDRISPHERICAL HEAD ONLY, 4. 5. 6, 7, 8. SEE SPEC FOR CEMENT MORTAR COATING HOLD BACK DIMENSION. USE BUTT STRAP JOINT TYPE I IF 11t11 IS 1,{ DR MORE GREATER THAN 11t111 FOR PIPE DIAMETER LESS THAN DR EQUAL TD 2411 WELD SHALL BE USED ON THE EXTERIOR. PIPE TD BE SINGLE WELDED LAP JOINTS UNLESS OTHERWISE NOTED ON THE PLAN AND PROFILE, WELDING REQUIREMENTS ARE PROVIDED IN WAS SPEC SECTION 15061, "AS BUILT" RCE__ EXP, __ _ REVIEWED BY: BID SET -NOT FOR CONSTRUCTION INSPECTOR C-9 DATE DATE ~ CITY OF CARLSBAD ~ 1---+---+--------------+--------,--1---+--------1L2.!_J~_EN_G_IN_EE_R_IN_G_D_E_PA_R_TM_E_NT_------JL_!U 1---+---+--------------+--------,--1----+--------1 IMPROVEMENTPLANSFOR PRESSURE REDUCING STATION REPLACEMENTS-PHASE 2 CIVIL DETAILS ACCEPTED BY: DAVID PADILLA, P.E. Qp,u Po J;l(p DISTRICT ENGINEER DATE 1----+----+--------------+--------l--1----+-----1 DWN BY: R,JM DATE INITIAL DATE INITIAL DATE INITIAL CHKD BY: zp ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL RVWD BY: CM I DRAWING NO. . 526-7 ~-----~ PROJECT NO. 5020-B 9755 Clairemont Mesa Blvd, San Diego, CA 92124Phone: (858) 614-5000 · MBAKERINTL.COMDocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F688081/17/2023::;, []_ "' -N -"' N 0 N '----'--0 Cl:'. <1'. I u Cl:'. ...J ...J w Vl ::;c (.'.) 3: 0 "' -I -::;c I <D --<D ,-... / > ...J ;?, Cl:'. w f-<1'. ~ 0 0 <1'. u / <D --<D ,-... -/ <1'. f-<1'. 0 []_ / I MATERIALS LIST: (STEEL PIP[ THICKNESS = t = 1/4") CJ) 1 EACH 10" PRESSURE REDUCING AND PRESSURE SUSTAINING VAL VE, CLA-VAL 92G-01, BCSKCY, C.I. BODY, SS TRIM, CL 125 FLANGES, EPOXY LINED AND COATED, X/01 INDICATOR (SEE MISC. UNDER TELEMETRY SYSTEM COMPONENT LIST). 1 EACH 6" PRESSURE REDUCING AND PRESSURE SUSTAINING VAL VE. (SAME DESCRIPTION AS ITEM NO. 1). 1 EACH 6" PRESSURE RELIEF VAL VE, 50A-01 BCKOGY, C./. BODY, SS TRIM, CL 125 FLANGES, EPOXY LINED AND COATED, CRL 20-200 PSI RANGE. INSTALL FLANGE INSULATION KIT AT FLANGE CONNECTION TO 6" STEEL DISCHARGE PIPE. NOTE: FOR ELECTRICAL DETAILS AND NOTES SEE THE CMWD STANDARD PRS SHEETS 2 & 3. 4 21 NOTE: INSTRUMENTA T/ON PANELS AND SWITCHES ARE TO BE FIELD LOCATED WITH CITY INSPECTOR. © ® ® (J) 2 EACH 12" GATE VALVES, CL 125 FLANGES, WITH HAND WHEEL. -___ JL _____ .../\... ____ _ii(_ ___ li~=========~r-• 3.5' ,-......II-.--------+---, >-+--~ ® ® @ @ @ @) @ @ @ ® @> @) @ @ @ @ @ @ @ @ @) @) ® ®) ® @ ® ® ® ® ® @) @ @ @ @ @ @ @ @ @) 2 EACH 8" GA TE VALVES, CL 125 FLANGES, WITH HAND WHEEL. 1 EACH 6" GATE VAL VE, CL 125 FLANGES, WITH HAND WHEEL. 2 EACH 12 X 12 X 8" FABRICATED 10 GA. STEEL COMBINATION TEE, BEND, REDUCER, WELDED JOINTS, CL/50 FLANGES. 1 EACH 8X6" DI TEE, CL/25 FLANGES 1 EACH 6" FABRICATED 10 GA. STEEL DISCHARGE LINE WITH BEND, CL/50 FLANGES, MECHANICAL COUPLINGS. 2 EACH 12 X 10" CL/25 FLANGED REDUCER. 1 EACH 12" CL/50 FLANGED SPOOL. 1 EACH 12" CL/50 FLG X GROOVE SPOOL. 1 EACH 8" CL/50 FLANGED SPOOL. 1 EACH 8" CL/50 FLG X GROOVE SPOOL. 3 EACH STYLE 77 VICTAULIC COUPLINGS. 1 EACH SUMP PUMP "LITTLE GIANT" 1/3 HP AUTOMATIC, CA T.#506909. 1 EACH 1-1 /2" SCH 80 PVC DISCHARGE WITH CHECK VALVE AND COMPRESS/ON COUPLING. 1-1/2" GALVANIZED SUPPORT BRACKET. 9 EACH ADJUSTABLE PIP[ SUPPORT. GALVANIZED WITH DRAIN HOLE -MOUNTED ON RAISED CEMENT. 1 EACH PRE-CAST CONCRETE VAULT (H-20 LOADING). 1 EACH 36 X 36" HATCH, BILCO TYPE J-4AL. RUN HATCH @@@@@ SEE SECTION C ~ I 7 DRAIN TUBE TO DAYLIGHT OR CURB. JOIN EXIST. TYPE F 1 EACH GAL VAN/ZED STEEL LADDER, ALHAMBRA FDRY. CATCH BASIN MODEL NO. A-3400 WITH LADDER-UP. 2 EACH 6" SCH 80 PVC VENT PIPES. LOCATION PER PLAN 3 EACH 6" SCH 80 PVC 90" BENDS. 2 EACH 6" SCH 80 PVC FLG ADAPTER. 2 EACH 6" 10 GA. STEEL VENT PIPE, PRIME AND PAINT. 2 EACH 6" STEEL INTAKE AIR CAP, ALHAMBRA FDRY. D MODEL NO. A-2163, PRIME AND PAINT. 2 EACH CONCRETE VENT PIP[ ENCASEMENTS. 1 EACH SDRSD TYPE G-1 CATCH BASIN. LOCATION PER 9 CIVIL DRAWINGS GRADES AND SUPERSEDING DIMENSIONS 8;--t._ ___ !....__ __ _.J PER PLAN 1 EACH GAL VAN/ZED STEEL GRATE, FRAME AND GRATE, SDRSD STD DWGS D-13 AND D-15. 1 EACH 6" FABRICATED 10 GA. STEEL DISCHARGE WITH 180" LONG RADIUS BEND, CL/50 FLANGES, EPOXY LINED AND PAINT COATED. NOT USED. FLG X MJ BEND, RESTRAINED (WHERE R[Q'D, ALTERNATE INLET/OUTLET). 2 EACH 8" SLIP ON/WELD ON FLANGES (SHIP LOOSE). INSTALL FLANGE INSULATION KIT. NOTE: FOR THE LOWER FUERTE PRS THE LOCTION OF THE DRAINAGE BASIN HAS BEEN CHANGED. SEE SHEET 3 FOR LOCA T/ON. A .. .. 4. • : , .. • .;.,· . . :4 . ., .. . . .. "' ~ .. 6" ::;; • 5' .. 6 -· l<') 5 3 • :'i' 14 <'I SECT/ONA-A SCALE 1 /2" = 1' NOTES: 1. FOR ORIENTATION OF UP STREAM AND DOWNSTREAM PRESSURE ZONES FOR EACH LOCATION SEE SHEETS 5, 6, 7, 12, AND 13 2. THIS CONF/GURA TION TO BE USED FOR THE LOWER AND UPPER EL FUERTE STREET PRS'S ONLY 4" C .. . . , . ·. .... • ... · . . ... . · .. -~ 33 •• . 4 .·. 2 EACH 12" SLIP ON/WELD ON FLANGES (SHIP LOOSE). INSTALL FLANGE INSULATION KIT. ---===-1-11-+--. ~ • PRESSURE GUAG[ AND PRESSURE TRANSDUCER WITH FLUSH PORT PER GUAG[ AND TRANSDUCER DETAIL THIS SHEET. 12" PVC SOR 35 DRAIN PIPE TO STORM DRAIN. 32 5/8" LIFTING EYE BOLT WITH EMBED OVER GATE VAL VE ~ OR CONTROL VAL VE 8" AND LARGER. -----:-~ --JI-I -7 NOT USED. ~ FRP GRATE. c:!::::=!=:::!::, 23.,~-1 EACH 6" CL/50 FLANGE. WALL SLEEVES PER WALL SLEEVE DETAIL THIS SHEET. 2 EACH 8 X 6" CL/25 FLANGED REDUCER. 1 EACH 2" 3000-LB HALF COUPLING AND BALL VAL VE W/ TEE HANDLE TO BE LOCATED ON 12" DIAMETER SPOOL, AS DIRECTED. 3\4" BALL VALVE WITH MNPT x MGHT ADAPTER AT BODY PLUG LOCATION. TELEMETRY ENCLOSURE WITH FLOAT SWITCH WIRED TO 1/0v RELAY. NOT USED 5.0' X 5.0' ALUMINUM ACCESS HATCH, BILCO JD-4ALH20 1.5" PVC HATCH DRAIN LINE, SECURE WITH GALVANIZED TUBE STRAPS 1'-2" 3'-0" * PLAN SCALE 1/2" = 1' ... • ·l--~----J...!Z.._µ-i--~~a..1¥~..J--~~.f---'-11!..._"+----'-'1 '-,,,_8'_' -1+--'-++---+="----+,~+---'--tH 9" 1'-1" 1'-2" 12" 1'-6" 1'-2" 2'-5 314' 1'-2" 2'-11/4" 14'-0" 15'-6" 21'-6" Michael Baker INTERNATIONAL ... • . ·. :.i· .: ..... :• : .• .. 41 41 SEE SHEETS M-2, 3, & 4 FOR PRE-CAST VAULT AND SITE SPECIFIC DIMENSIONS OF PRS COMPONENTS 7 • FOR THE MELROSE PRS THE DIMENSIONS WILL BE ADJUSTED TO Tl[ INTO THE EXISTING PIPING --------------!---. 41 7 3'-0" * 1'-2" A ' 6 _, <'I • c::, • -c::, -· -· "" 00 • 0) 41 GENERAL NOTES: 1. ALL WORK SHALL CONFORM TO THE PLANS AND SPECIF/CATIONS OF THE CARLSBAD MUNICIPAL WATER DISTRICT AND ALL WORK SHALL BE EXECUTED IN CONFORMANCE WITH APPROVED SHOP DRAWINGS. 2. ALL MATERIALS SHALL BE AS SHOWN OR DISTRICT APPROVED EQUALS. 3. PIPING DIMENSIONS ARE NOMINAL. ALLOWANCES FOR END CAPS AND GASKETS SHALL BE MADE AS NECESSARY BY FABRICATOR. CONTRACTOR/FABRICATOR, SHALL SUBMIT SHOP ORA WINGS FOR APPROVAL OF ALL PIPING AND VAULTS PRIOR TO FABRICATION. 19 ·.,· .. 2' 44 .·:.. . 4 .· 3 4. AL TERNA TE PRS INLET/OUTLET PIPING CONFIGURATION OR ACCESS HATCH LOCA T/ON MAY BE REQUIRED TO SUIT FIELD CONDITIONS. 5. VAULT, RISER AND MANHOLE FRAME AND COVER SHALL BE DESIGNED IN CONFORMANCE WITH AASHTO STANDARDS FOR H-20 LOADING AND APPLICABLE SURCHARGE LOADS. VAULT SHALL BE OF A PRECAST TYPE DESIGN. SUBMIT SHOP DRAWINGS AND CALCULA T/ONS TO THE DISTRICT, FOR APPROVAL. 6. IN UNPAVED AREAS, EXTEND ACCESS RISER 6" ABOVE FINISH GRADE. 7. ALL INTERIOR PIPING, VALVES AND FITTINGS SHALL BE, EPOXY LINED AND COATED PER DISTRICT STANDARDS. 8. BURIED STEEL PIPE SHALL BE CEMENT MORTAR GOA TED OR EPOXY GOA TED AND PE WRAPPED PER DISTRICT STANDARDS . 9. ALL ACCESSORY PIPING, TUBING, CONDUIT AND OTHER COMPONENTS SHALL BE SECURED WITH MOUNTING CLIPS, BRACKETS AND ANCHOR BOLTS AS APPROVED. 10. SEAL ALL CONDUIT PENETRATIONS ANO JOINT SURFACES WITH CEMENT GROUT. ALL WALL SURFACES SHALL BE FINISHED SMOOTH PER DISTRICT STANDARDS. ASHCROFT 3-1/2"-1009 A 1/4" PRESSURE GAUGE /" BRASS TEE 0-200 PSI DOWNSTREAM -------• l"x 1/2" BRASS BUSHING 0-300 PSI UPSTREAM ----.__., TO DISCHARGE MANHOLE 1/4" GAUGE COCK-----Zl/4" GAUGE COCK TO FLUSH CERABAR T PMC 131 TRANSDUCER 4-20mA .. 17l----P'·,-.ct~M TO DISCHARGE MANHOLE . , . 4 .. ..•. . .. SECTIONB N. T.S. 2 ' 8 39 r "" 2" ' • • 19 ., • : .:\11-12 4 . • . : ::i1 .. 22 SECT/ONG N. T.S. MODULAR LINK SEAL SEE DRAWINGS FOR TYPE-~ OF PIPING USED PER MFG. RECOMM POLYETHYLENE FOAM FILLER INSIDE FACE OF WALL • :'i' <'I ..,,. ~~----1" MIP x FIP BALL CORP (FORD .0: FB 1700-JONES J-1931) 1" CL 3000 STEEL HALF CO~U;:P::;.Ll:::_:NG::_.=::::::::::tj.E~--~~~--=---=-=--::;:-DIELECTRIC IN SULA TING UNION PIPING PER PLAN-------¥------------A~ NOTE: PRESSURE TRANSDUCERS TO ~~tN8fA~~v;_T01sT1~ESAME GAUGE & TRANSDUCER DETAIL TELEMETRY ENCLOSURE N. T.S. RING AND COMPANION FLG WITH NO. 4 x 18 GA. TYPE 316 STAINLESS NOTE: STEEL SCREEN DISCHARGE MANHOLE DETAIL FOR THE EL FUERTE PRS PROVIDED ON SHEET 6 (C-4) • , ' ( .--...1------.<30 ....l_~,{===,=~::::;:=-==<o-=-=-=-~-:,L.~-=._1_-teti-t ... ... : ,.: • SUMP PUMP DISCHARGE TO CURB OUTLET ~=!===:::ioR CATCH BASIN FROM --~ PRESSURE -lll'--+-_, RELIEF 41 INVERT 12" PVC . , ·. ,.,_· VALVE . •· IN DISCHARGE M.H. . _; .... .. . .4 ,. : ...... . j. : .. _ ~.1-----,,-~ . ., ... :·-40 9 INVERT 12" PVC JOIN EXIST. CATCH BASIN TYPE G CATCH BASIN (DEPTH PER PLAN) ~--<31 SECTION D -DISCHARGE M.H. EPOXY LINED Q AND co~ EPOXY LINED AND BID SET -N. T.S. i:= I MORTAR GOA TED ~ ~~+ ,,--WALL SLEEVE NOT FOR CONSTRUCTION WALL SLEEVE DETAIL N. T.S. FILL EXTERIOR WITH SEALANT HOLD BACK CEMENT MORTOR COATING 1" FROM VAULT WALL w 2 M-1 "AS BUILT" RCE EXP. DATE REVIEWED BY: INSPECTOR DATE CITY OF CARLSBAD w PUBLIC ~□RKS DEPARTMENT 8 IMPROVEMENT PLANS FOR 1----1------+--------------+-----t-------ir-----j------J REPLACEMENT OF MELROSE PRS, RELOCATION OF LOWER EL FUERTE PRS DATE INITIAL DA TE INITIAL DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL AND REPLACEMENT OF PIPELINE, CONSTRUCTION OF THE CORINTIA PRS AND PIPELINE, ABANDONMENT OF THE PALOMAR EAST PRS MECHANICAL PLAN -PRS ACCEPTED BY: DAVID PADILLA, P.E. Qp,u Po J;l(p DISTRICT ENGINEER DATE DWN BY: R,JM CHKD BY: ZP RVWD BY: CM I DRAWING NO. . 526-7 ~------PROJECT NO. 5020-B 9755 Clairemont Mesa Blvd, San Diego, CA 92124Phone: (858) 614-5000 · MBAKERINTL.COMDocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F688081/17/2023Cl n:: <( :r: u n:: _j _J w C/1 ::,; §' Cl st ~ I N ::a I CD ~ CD r--? _J 5'-n:: ~ ! Cl Cl <( u / CD ~ CD r--/ ;:: <( Cl [l_ / :r: TOP OF HATCH WILL BE SLOPING EL 157.48± EL 158.01± OP oF CUR§ ______ _ EXlSTl~~-l--------TOP OF HATCH WILL -~~----rr----------OF GUTTER j-..l BE SLOPING ----L----:===l·H: EXISTING FLOWLINE EL 156.15±~----------~ -------------.c=======~~~:~~~~~~~~~~~] ~: EXISTING BOTTot,\ OF GUTTER ----------------318 HGL 5: 1 TAPER TO EX I ST! NG BACK OF SIDEWALK 10' ->-C/1 -X w . U1 U1 . z N -::a .. ;, .75' . .. 4 .. . . · .. .. ·, . • .. . . • . U1 r--EL 152.65± 14' ~HI>---< f---ill-i, IHll------~---,,,.£~~-m---1 l EL 143.90± 4 ..... SECTION -PRS LOWER EL FUERTE PROPOSED BILCO JD-4ALH20 HATCH OR EQUAL . IO . ... 5' . "' IO 2.83' N : ... .. . ,· . • '! .. . • . : .. ;, . ·_ "-4· : .• . . =...-· '· · ..... • • • • . 4 .•. .. ·. -.II . ... ' "'~ .. '-,-.,----~~~~--· --'-.-~.--------~-~.~.-.~ .. -.~•·.-,------~~ . 4"·· :• ·-, ·.•.••.·.-~.--",:4,., ·.· .... _, .• :.,..;~:· .... • .. • 4 C ·•• ••, .. • . -.... ·_ ~ • .. • . . .. PLAN -PRS LOWER EL FUERTE Michael Baker INTERNATIONAL .75' 510 HGL t 5: 1 TAPER TO EXISTING BACK OF SIDEWALK EXISTING LIP OF GUTTER EL 558.44± --_l:X I ST !!:!~ _ _TOP -OF .£URS .75' 700 HGL 5: 1 TAPER TO EXISTING BACK OF SIDEWALK .,,,---·r---/1'0' I . • · ..... ... . . .. • · ... •. : ·" . .. ... .. .. P. .. .. r . •• EL 554.22± 14' . IO •. ;,., . z . -N :::,; .. · r,,: . :._ .. ·. .. EL 557.72± .75' 680 HGL SECTION -PRS EL FUERTE I CORIN/TA " "' IO N 2.83' PROPOSED BILCO J-5ALH20 HATCH OR EQUAL ,..., ,-__, ' ,..., ,f\ V 5' • n 'li . ... : .· ... : "· .. · .... . ... ·. ·• ·•. 5: 1 TAPER TO EX I ST! NG BACK OF SIDEWALK -----r ....._ L o· ~,-s .J' ~ Cl -:-.~--V). PROPOSED BILCO ~ .., NOTES: 1.CONTRACTOR TO FIELD VERIFY SITE ELEVATIONS AND ESTABLISH HATCH SURFACE FLUSH WITH EXISTING SIDEWALK SURFACE. SUBMIT SURVEY DATA WITH VAULT AND ACCESS RISER SHOP DRAWINGS. 2.VAULT WALL, FLOOR AND ROOF THICKNESSES SHOWN ARE MINIMUM DIMENSIONS, ACTUAL VAULT DIMENSIONS AND WALL, FLOOR AND ROOF THICKNESSES TO BE SUPPORTED BY STRUCTURAL CALCULATIONS SUBMITTED BY THE CONTRACTOR . 3. PRECAST CONCRETE VAULTS SHALL BE IN ACCORDANCE WITH THE SPECIFICATIONS . 4. HATCH FRAMES SHALL BE PROVIDED WITH DRAINS, ROUTE DRAINS TO SUMP. •. JD-4ALH20 HATCH • . , -EXI~..!_!,l§_Bf.CK_91:._CURB __ ~···""I. 1i1 ° ,T-~1 "'l i~ -".' =·4----"'L~. ---EXISTING FACE OF CURB -, ~ ~ 7. 1 I c_----------~. -------------------------------------.~ -----c__-J EXISTING GUTTER FLOWLINE EXISTING LIP OF GUTTER . ... ·. ·~-.-.~.-. --. ·-----~. ~.-.-.-.--·,-------~--.~.-. -.~.,~,-.~. -.-.~ . '•· . •. . .• . .. ,cl.. . . "' ' . "'! .. . .• .. "'· .. ~ •. ".i . <I .. • . "·· .... ~· .•. • "4-0-.... • ...... ' . •: '!. · ... ·:4.,, -~ .· ' • ·.;,, .... ~<I ...... · • " IO ~ M-2 PLAN -PRS EL FUERTE I CORIN/TA "AS BUILT" RCE ___ EXP, ___ _ DATE REVIEWED BY: BID SET -NOT FOR CONSTRUCTION INSPECTOR DATE ~ CITY OF CARLSBAD ~ t----+----+-----------------+----t---+----+-----1L.11J~_E_N_G_J_N_EE_R_I_N_G_D_E_P_A_R_T_M_EN_T __ ~L.!U DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION DATE INITIAL DATE INITIAL OTHER APPROVAL CITY APPROVAL IMPROVEMENT PLANS FOR PRESSURE REDUCING STATION REPLACEMENTS-PHASE 2 PRS VAULT PLAN AND SECTION· EL FUERTE PRS & CORINTIA STREET ACCEPTED BY: DAVID PADILLA, P.E. Qp,u Po J;l(p DISTRICT ENGINEER DATE OWN BY: R,JM CHKD BY: ZP RVWD BY: CM PROJECT NO. 5020-B DRAWING NO. 526-7 9755 Clairemont Mesa Blvd, San Diego, CA 92124Phone: (858) 614-5000 · MBAKERINTL.COMDocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F688081/17/2023N 0 (l'. <( I u (l'. _j _J w (/) ::a: ~ 0 Lei -I n ::a: I <!) --<D " < _J ;3-(l'. w f-~ 0 0 <( ;;--<D .. I SET VAULT 6 INCHES ABOVE ADJACENT SOIL GRADE AND PLACE 2 INCHES OF CRUSHED ROCK EX. 333.44± 700 HGL RIGHT OF WAY ... ·•. . ... ,. t_: .. . . .. • . .,._: .. .. .. • . . EL 333.94± ' EX. 332.87± . • f----------------l .• ---------' -'° " EL 330.93± .. -.:,;. a. .. ·"" .. I>.: _ ... :_.: .. · __ .. :.: .. :-~~-, -~~-'.,.· ,i. I> ... II,. :•.' -~~-,.;I>.;,..-... " rr,._ • ••• • ..... ·.-.. ,. "': • ••• , ••• • ..... ••• .. > ..... : ~~--:.:.~.:.:;..:.a..:....:·..: .... :...· ... ' : .. . '° " 14' . I '°(I SECTION -PRS MELROSE DRIVE PROPOSED BILCO J-5ALH20 HATCH OR EQUAL --f~ /\w-ief~r-n 1"1\l'~" v _ t11-m1k '\Y g~ -~-,.,-. ~ N 2.83' 5' -,)~I w EXISTING SIDEWALK PLAN -PRS MELROSE DRIVE PRQP0SED BILCO JD-4ALH20 HATCH OR EQUAL Michael Baker INTERNATIONAL z ~ :::E -N ... ·b.· .. ... I> .• ' • . . • • ·•:-.. . : .. • . • .. ;. -...... . . . . ·: ·. ,II. . ' ... • . ' 510 HGL . '° NOTES: 1.CONTRACTOR TO FIELD VERIFY SITE ELEVATIONS AND ESTABLISH HATCH SURFACE FLUSH WITH EXISTING SIDEWALK SURFACE. SUBMIT SURVEY DATA WITH VAULT AND ACCESS RISER SHOP DRAWINGS . 2.VAULT WALL, FLOOR AND ROOF THICKNESSES SHOWN ARE MINIMUM DIMENSIONS, ACTUAL VAULT DIMENSIONS AND WALL, FLOOR AND ROOF THICKNESSES TO BE SUPPORTED BY STRUCTURAL CALCULATIONS SUBMITTED BY THE CONTRACTOR. 3. PRECAST CONCRETE VAULTS SHALL BE IN ACCORDANCE WITH THE SPECIFICATIONS. 4. HATCH FRAMES SHALL BE PROVIDED WITH DRAINS, ROUTE DRAINS TO SUMP. M-3 "AS BUILT" RCE __ _ EXP, ___ _ DATE REVIEWED BY: BID SET -NOT FOR CONSTRUCTION INSPECTOR DATE ~ CITY OF CARLSBAD ~ t---+---+-----------------+-----t----+----+-----1LJ.!_Jf--_E_N_G_I_N_EE_R_I_N_G_D_E_P_A_R_T_M_EN_T __ ~L_!U DATE INITIAL DATE INITIAL DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL IMPROVEMENT PLANS FOR PRESSURE REDUCING STATION REPLACEMENTS-PHASE 2 PRS VAULT PLAN AND SECTION -MELROSE DRIVE ACCEPTED BY: DAVID PADILLA, P.E. Qp,u Po J;l(p DISTRICT ENGINEER OWN BY: R,JM CHKD BY: ZP RVWD BY: CM PROJECT NO. 5020-B DATE I DRAWING NO. _ 526-7 f--_______ ~ IMPROVEMENT PLANS FOR185020-B526-7I N T E R N A T I O N A L9755 Clairemont Mesa Blvd, San Diego, CA 92124Phone: (858) 614-5000 · MBAKERINTL.COMAND REPLACEMENT OF PIPELINE, CONSTRUCTION OF THE CORINTIA PRSREPLACEMENT OF MELROSE PRS, RELOCATION OF LOWER EL FUERTE PRS AND PIPELINE, ABANDONMENT OF THE PALOMAR EAST PRSELECTRICAL ABBREVIATIONS,SYMBOLS AND NOTES15E-1DocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F688081/17/2023A AF AT AIC AFF ATS BC BLDG BRKR CB CKT COND cs C co cu DET DI DISC DWG ELEV EMER FA FLA FLEX GEN GND GFI HZ HP IT IS JB KVA KV KW KWT LCL LTS ELECTRICAL ABBREVIATIONS AMPERES AMPERE FRAME AMPERE TRIP AMPS INTERRUPTING CAPACITY ABOVE FINISH FLOOR AUTOMATIC TRANSFER SWITCH BARE COPPER BUILDING BREAKER CIRCUIT BREAKER CIRCUIT CONDUCTOR CURRENT SENSOR CONDUIT, CENTIGRADE CONDUIT ONLY COPPER DETAIL DIRECT INPUT DISCONNECT DRAWING ELEVATION EMERGENCY FIRE ALARM FULL LOAD AMPERES FLEXIBLE GENERATOR GROUND GROUND FAULT INTERRUPTER HERTZ HORSE POWER CURRENT TRANSDUCER INTRUSION SWITCH JUNCTION BOX KILOVOLT-AMPERES KILOVOLT KILOWATT KILOWATT TRANSDUCER LONG CONTINUOUS LOAD LIGHTING, LIGHT M MC MCA MFS MOD MSC MTG MTS NIC NO NTS p PNL POE PS PVC RECPT REF SEC SHT sov SPECS S/S STD SW SWBD TEL TSP XFMR TYP UG UON UPS VFD V VL w WP ZS METER METALLIC CONDUIT MINIMUM CIRCUIT AMPACITY MAXIMUM FUSE SIZE MODULE MANUFACTURER SUPPLIED CABLE MOUNTING MANUAL TRANSFER SWITCH NOT IN CONTRACT NUMBER DESIGNATION NOT TO SCALE POLE PANEL POWER OVER ETHERNET POWER SUPPLY POLYVINYL CHLORIDE RECEPTACLE REFERENCE SECONDARY, SECOND SHEET SOLENOID OPERATED VALVE SPECIFICATIONS START/STOP, STAINLESS STEEL STANDARD SWITCH SWITCHBOARD TELEPHONE TWISTED SHIELDED PAIRS TRANSFORMER TYPICAL UNDERGROUND UNLESS OTHERWISE NOTED UNINTERRUPTIBLE POWER SUPPLY VARIABLE FREQUENCY DRIVE VOLT VERIFY LOCATION WATTS, WIRE, WIDTH WEATHERPROOF LIMIT SWITCH ELECTRICAL SYMBOLS ELECTRICAL SYMBOLS ELECTRICAL NOTES 1 '\---+DETAIL NUMBER } ,,,__--+SHEET DETAIL IS DRAWN ON DETAIL CALLOUT 1. REFER TO ELECTRICAL SPECIFICATIONS FOR FURTHER DETAIL AS >--------+------------------------+-------',.__~----1----=--.:-==-=------=-=--.:..:._::_::_--=----=--:....:.:....:..:..:.:...:.......c::..:...:_ __________ ----1 TO SCOPE, MA TERI A LS, AND EXECUTION OF ELECTRICAL WORK. ~ ~~ TRANSFORMER OR TRANSFORMER BANK. IZ] TERMINAL CABINET AS NOTED ON PLAN DRAWING 2_ ALL WIRING DESIGN IS BASED ON 75 DEGREE C CONDITIONS FOR [IT] FUSE t---...L~--+----------------------+------+-----------------------1 COPPER CONDUCTORS OF TYPE THWN UNLESS OTHERWISE STATED. MOTOR STARTER OR CONTACTOR. CONDUIT RUN IN WALL OR CEILING t---1---+----------------------+------+-----------------------1 3. ELECTRICAL CONTRACTOR TO SIZE ALL WIRING NOT EXPLICITLY Iv'\ GROUND ROD 3/4"X10' CONDUIT RUN UNDERGROUND SHOWN ON DRAWINGS ACCORDING TO THE REQUIREMENTS OF \6' NATIONAL ELECTRICAL CODE (NEC) FOR THE SPECIFIC APPLICATION 0 12' ELECTROLYTIC XIT GROUND SYSTEM ] CONDUIT RUN STUBBED AND CAPPED AND CONDITIONS. ,.;\M 4. ALL CONDUCTORS SHALL BE COPPER (MINIMUM SIZE #12 AWG ~ ELECTRIC MOTOR, HORSEPOWER INDICATED BY NUMBER ---0 CONDUIT RISE UNLESS SPECIFICALL y NOTED OTHERWISE). IUEM11 UNDERGROUND ELECTRICAL MANHOLE, NUMBERED AS e CONDUIT DROP 5. ALL INDICATIONS OF NUMBER OF CONDUCTORS EXCLUDE GREEN WIRE SHOWN. GROUND CONDUCTOR WHICH MUST BE PROVIDED. 0 THERMOSTAT -·--GROUND RING OR GROUNDING ELECTRODE CONDUCTOR 5_ CONTRACTOR SHALL SUBMIT SEISMIC ANCHORAGE CALCULATION MOTOR RATED SWITCH 12OV 2OA SQ "D" TYPE "F" OR 1O,~--+INDICATES WIRE SIZE, HASH MARKS INDICATE NUMBER OF IN CONFORMANCE W/CODE REQUIRMENTS. >---$_M_---+-_E_QU_A_L _________________ ---+ __ h_'>'_-+-_W_IR_ES_,_O_T_H_E_RW_I_S_E_2_-_#_12_&_1-_#_1_2_G_N_D_IN_3/_4_"_C_O_N_D_U_IT__, 7. THE ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE TO CONFORM 1)3P MOLDED CASE CIRCUIT BREAKER WITH THERMAL MAGNETIC A;:-,1,3 HOMERUN TO PANEL "A" W/3 #12 WIRES CONNECTED TO TO ALL LOCAL CODES AND ORDINANCES, THE STATE OF CALIFORNIA I TRIPS, 3-POLE, UNLESS OTHERWISE NOTED. rrr CIRCUIT #1 & #3. ELECTRICAL SAFETY ORDERS, THE NATIONAL ELECTRICAL CODE AND ~ f,\ JUNCTION BOX OUTLET, BLANK COVER PLATE, WALL ANY ADDITIONAL JURISDICTION RELATING TO THE WORK. ~ PHOTO ELECTRIC CELL \,V t---.------+----------------------+------+-M_O_U_N_TE_D _________________ ---1 8. THE ELECTRICAL CONTRACTOR SHALL PROVIDE SEISMIC ANCHORAGE SOFT STARTER ~a, b, c 1-POLE TOGGLE SWITCH MOUNTED +4'-0", SUBSCRIPTS FOR ALL ELECTRICAL EQUIPMENT IN ACCORDANCE WITH THE INDICATE NO. OF SWITCHES & OUTLETS CONTROLLED. CALIFORNIA BUILDING CODE. _J L CONTACT, NORMALL y OPEN $2 MULTIPLE WAY SWITCH, SWITCHES 2, 3, OR 4 INDICATES 7 1 NUMBER OF WAYS, MOUNTED +4'-0" ff CONTACT, NORMALLY CLOSED fvv FLEXIBLE CONDUIT CONNECTION 9. THE ELECTRICAL CONTRACTOR SHALL FURNISH AND INSTALL ALL CONDUIT, WIRE, TRANSFER SWITCHES, RECEPTACLES, SERVICES, SWITCHBOARDS, MCC, AND PANELBOARDS REQUIRED FOR A COMPLETE AND OPERATIONAL ELECTRICAL SYSTEM. °J" CONTACT, NORMALLY CLOSED, TIME DELAY CLOSING ON t CONDULET SEALING FITTING FOR HAZARDOUS t------+-D_E_E_N_ER_G_IZ_I_N_G _______________ -+-__ + __ +-L_OC_A_T_IO_N _________________ __, 10. THE ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE TO ~ CONTACT, NORMALL y OPEN, TIME DELAY OPENING ON 4' CONFIRM THAT PROPOSED NEW EQUIPMENT ON THE CONTRACT -J., DE ENERGIZING 011• STRIP LED LIGHTING FIXTURE. WILL FIT DIMENSIONALLY WITH EXISTING EQUIPMENT IN LOCATION ~ CONTACT, NORMALLY OPEN, TIME DELAY CLOSING ON □ STRIP LED LIGHTING FIXTURE WITH SINGLE LAMP EMERGENC SHOWN ON DRAWINGS. A •2· t------+-E_N_E_RG_I_Z_IN_G ________________ --+~-->---+-B_A_TT_E_R_Y_U_N_I_T. _______________ __, 11. IN THE EVENT OF A CONFLICT OR INCONSISTENCY BETWEEN ITEMS °J:° CONTACT, NORMALLY CLOSED, TIME DELAY OPENING ON 'L,'\ LIGHTING FIXTURE, CEILING MOUNTED. INDICATED ON THE PLANS AND/OR SPECIFICATIONS, OR WITH CODE ENERGIZING \:Y REQUIREMENTS, THE NOTE, SPECIFICATION OR CODE WHICH ---A~ OPERATING COIL 'L2'-J LIGHTING FIXTURE, WALL MOUNTED. PRESCRIBES AND ESTABLISHES THE MORE COMPLETE JOB OR ~V" \!::V7 HIGHER STANDARD SHALL PREVAIL. 6 LIQUID LEVEL ACTUATED SWITCH NORMALLY CLOSED j~ EXIT SIGN LIGHT, SINGLE FACE W/ DIRECTION INDICATED. 12. ALL ELECTRICAL EQUIPMENT EXPOSED TO THE CLIMATE SHALL BE WEATHERPROOF. € LIQUID LEVEL ACTUATED SWITCH NOR MALL y OPEN ~ LL ~~~-~~VEL EXIT SIGN BOTTOM OF THE FIXTURE, MOUNTED t------+----------------------+--.==ac----+-----------------------1 13. ALL ELECTRICAL EQUIPMENT IN THIS PROJECT SHALL BE U.L. 0-T" PRESSURE ACTUATED SWITCH NORMALLY CLOSED ~fn°t ,._ -_-_++FIXTURE TYPE } LIGHTING FIXTURE CALLOUT LISTED. 6 \: FIXTURE VOLT-AMPS ~ 14. ALL UNDERGROUND CONDUIT SHALL BE INSTALLED AT 30" 6 PRESSURE ACTUATED SWITCH NORMALLY OPEN INTRUSION DOOR SWITCH BELOW FINSHED GRADE MINIMUM. °T Oc::TO a..L _L 0 0 0--0 o-g 0 0--0 0 --u'-FLOW ACTUATED SWITCH, NORMALLY CLOSED FLOW ACTUATED SWITCH, NORMALLY OPEN TEMPERATURE ACTUATED SWITCH NORMALLY CLOSED TEMPERATURE ACTUATED SWITCH NORMALLY OPEN LIMIT SWITCH, NORMALLY CLOSED LIMIT SWITCH, NORMALLY OPEN PUSHBUTTON SWITCH, NORMALLY CLOSED PUSHBUTTON SWITCH, NORMALLY OPEN SWITCH, SINGLE POLE SWITCH, SINGLE POLE DOUBLE-THROW SWITCH, SINGLE POLE, 3 POSITION THERMAL OVERLOAD PRESSURE SWITCH IBJ ~ I ETM I CXXX) D IPECI J_ MOTION SENSOR ELECTRICAL PANEL SURFACE MOUNTED SWITCHBOARD OR POWER PANELBOARD ELAPSED TIME METER DUPLEX RECEPTACLE-WALL MOUNTED +12" U.O.N. CONDUIT NUMBER DUPLEX RECEPTACLE -WALL MOUNTED +12" U.O.N. (SURGE SUPPRESSION TYPE). NON-FUSED DISCONNECT SWITCH FUSED DISCONNECT SWITCH COMBINATION MOTOR STARTER, +5'-0" AFF U.O.N. NO. INDICATES STARTER SIZE PHOTOELECTRIC CONTROL UNIT GROUNDING CONDUIT AND CONDUCTOR. CONTROL RELAY 15. THE ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING EXISTING UNDERGROUND FACILITIES AND PROTECTING THESE FACILITIES FROM DAMAGE. 16. THE ELECTRICAL CONTRACTOR SHALL ROUTE CONDUITS AS REQUIRED PER FIELD CONDITIONS AND N.E.C. 17. THE ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIRING ANY DAMAGE TO EXISTING UNDERGROUND FACILITIES. "AS BUILT" RCE __ EXP, __ _ REVIEWED BY: INSPECTOR DATE DATE BID SET -NOT FOR CONSTRUCTION I SHEET I CITY OF CARLSBAD I SHEETS I t----+---+--------------+-----t--t----+--------1 PUBLIC 'w□RKS DEPARTMENT t---+---+--------------+-----t--t---+-----1 Michael Baker ACCEPTED BY: DAVID PADILLA, P.E. Qp,u Po J;l(p DISTRICT ENGINEER DATE 0----+----+---------------+-----+--0------+------1 DWN BY: __ DATE INITIAL t--DA_TE~_INI_TIA_L-+-D_ATE~_IN_ITI_AL_, CHKD BY: __ ENGINEER OF WORK REVISION DESCRIPTION OTHER APPROVAL CITY APPROVAL RVWD BY: I DRAWING NO. ~-----~ PROJECT NO. IMPROVEMENT PLANS FOR185020-B526-7I N T E R N A T I O N A L9755 Clairemont Mesa Blvd, San Diego, CA 92124Phone: (858) 614-5000 · MBAKERINTL.COMAND REPLACEMENT OF PIPELINE, CONSTRUCTION OF THE CORINTIA PRSREPLACEMENT OF MELROSE PRS, RELOCATION OF LOWER EL FUERTE PRS AND PIPELINE, ABANDONMENT OF THE PALOMAR EAST PRSSINGLE LINE DIAGRAM, METER PEDESTAL ELEVATION,PANEL SCHEDULE AND ELECTRICAL DETAILS16E-2DocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F688081/17/2023TO SDG&E POINT OF CONNECTION 120/240V, 1¢, 3W MffiR PEDESTAL [ 100A, 240/120V, 1¢, 3W 22KAIC, NEMA 3R SS r-· . ·-·-·7 3• co. {CABLE BY SDG&E) KWH . . -·-·-·-PANEL 'A' CONNECTOR GND, POST TOP OF FOUNDATION RED CONCRETIE DUCT BANK COUPLING-~ . ., ·. • ... • '+--~ BOND ALL CONDUITS TOGETHER AND TO EQUIPMENT GROUND USING #2 INSULATED GROUND WIRE PAVING OR FINISHED GRADE : . ,, i=-=::::::;:::i==::::::':=t--RSG NIPPLE •• (PVC COATED) ----c,--RSG COUPLINGS . .. I L. PVC ADAPTER lGND. J . T-·-· SCHEDULE 80 PVC CONDUIT ,-.,--t--RSG FACTORY ELBOW, 24"R MIN, SIZE PER CONDUIT SCHEDULE -1-----#2 BC -GND. SINGLE LINE DIAGRAM TYPICAL TO CORINTIA AND LOWER EL FUERTE STATIONS I • 16.25" • I 0 48" METER PEDESTAL MYERS TYPE MEUG16X-M100 1 OOA, 1 ¢, 3W, 120 /240V, PAD MOUNTED NEMA 3R SS ENCLOSURE. PANEL "A" WITH 100A/2P MAIN CB NUMBER OF CIRCUITS AS SHOWN ON PANEL SCHEDULE ,-.--NEUTRAL BAR FINSHED GRADE NOTE: ALL ITEMS MOUNTED INSIDE CABINET. CONCRETE PAD {22"X23") GALVANIZED ANCHOR BOLTS 5/8" DIA X 30"L W/ 90 DEG HOOK, 4 REQUIRED SEE ELECTRICAL PLAN SHEETS FOR FOR CONDUIT SIZING AND ROUTING METER PEDESTAL ELEVATION TYPICAL TO CORINTIA AND LOWER EL FUERTIE STATIONS GROUND ROD CONNECTOR-~ BOX COVER (CONCRETE) BACK FILL __ .,,_._ GRAVEL #2 BARE COPPER GROUND CONDUCTOR GRADE OR PAVING r CONCRETE BOX x 0 0,: 0.. 0.. < ' 0 I <'I GROUND ROD AND WELL CB NTS i •• .. ' •• • .• • • ,,. • ·• CONDUIT STUB UP NTS CB 4" LAMINATED-~ METALLIC WARNING TAP I LGRADE 12· 30• MIN 1--90% COMPACTED---/ BACKFILL 1---1--3" MIN 1--4• MIN-~ . ··.,, ·. 4 ._. • i!I, • ' ,d . 4·,d ... '. '• ., : :ii,, . ·"" .. .,.. .. : : -4. .. ·, MIN 3" 3" MIN .. ·-• ,___ CONCRETE ENVELOPE ··-o·· .. .. .,, • .d . . 4 A, 4 --.._..:;;__---1----d •.•. GROUND WIRE TRENCH DETAIL NTS MIN 3" CB BACKFILL MATERIAL AND COMPACTION AS SPECIFIED FINISHED GRADE PRIMARY DUCT PRIMARY DUCT ENCASEMENT NTS EB Michael Baker Panel: A 1 Phase Location: METER PEDESTAL Main: 100A Volts: 120/240V 3 Wire Enclosure: NEMA 3R SS Bus: 125A Mounting: INSIDE METER PEDESTAL SCCR: 22,000A Volt-Amps --Volt-Amps Breaker ::, ::, Breaker Description ~ u 0 ., ~ ~ ., ~ u 0 Description w .!!! Amp 0 0 Amp w .!!! A B ....J 0,: ::. 0.. c3 c3 0.. ....J 0,: ::. A B SPARE 20 1 1 2 1 20 SPARE SPARE 20 1 3 4 1 20 SPARE LIGHTS & RECEPTACLES 640 2 3 20 1 5 6 1 20 SPARE TIME CLOCK & FANS 240 2 20 1 7 8 1 20 SPARE SUMP PUMP 1,035 1 20 1 9 10 1 20 SPARE TELEMETRY 1,000 1 20 1 11 12 1 20 SPARE 1,675 1,240 VOLT-AMPS SUBTOTAL 0 0 A B LCL: 160 0 Panel Volt-Amps = 3,075 Total Volt-Amps: 1,835 1,240 FLA= 13 A 0240V ~ PANEL SCHEDULE IS TYPICAL TO BOTH CORINTIA AND LOWER EL FUERTE STATIONS. EQUIPMENT LIST ITEM QTY. MANUFACTURER CATALOG NO. DESCRIPTION 0 1 ALLEN-BRADLEY 5069-L310 ERMK COMPACTLOGIX 5380 CONTROLLER 24" MIN. 1 ALLEN-BRADLEY 5069-ECR END CAP 0 1 ALLEN-BRADLEY 0 1 ALLEN-BRADLEY 5069-RTB64-SCREW 5069-1816 POWER TERMINAL RTB KIT FOR COMPACTLOGIX CONTAINS BOTH 4 AND 5 PIN SCREW TYPE RT INTRUSION OVE5069 COMPACT 1/0 16 CHANNEL 24VDC SINK INPUT MODULE rr,-r:::====::J::::::=====1---f10 2 © 1 0 1 1 0 1 1 1 1 1 1 A/R A/R A/R 1 2 A/R A/R A/R 1 1 1 1 1 ALLEN-BRADLEY ALLEN-BRADLEY ALLEN-BRADLEY PHOENIX CONTACT PHOENIX CONTACT 5069-RTB18-SCREW 5069-ARM 5069-IF8 QUINT4-UPS/1AC/1AC /500VA/USB-1067327 UPS-BAT/PB/24DC /4AH-1274117 AUSTIN AB-302412NFX AUSTIN AB-3024TP MTL SURGE TECH MA15/D/1 PHOENIX CONTACT EM-DU0/120/15/GFI PHOENIX CONTACT PHOENIX CONTACT UK-5-N PHOENIX CONTACT USLKG-5 ALLEN-BRADLEY 1606-XLB120E 5069 COMPACT 1/0 18 PINS SCREW TYPE TERMINAL BLOCK KIT 5069 COMPACT 1/0 ADDRESS RESERVE MODULE, OCCUPY ONE SLOT ADORES. 5069 COMPACT 1/0 CHANNEL VOLTAGE/CURRENT ANALOG INPUT MODULE. IQ TECHNOLOGY, DIN RAIL MOUNTED, 120VAC INPUT, 120VAC OUTPUT ENERGY STORAGE LED LIGHT WITH DOOR SWITCH 24"X30"X12" MINIMUM, NEMA 4X SS ENCLOSURE BACK PANEL DIN RAIL MOUNTED POWER SURGE PROTECTOR 15A DUPLEX RECEPTACLE GFI DIN RAIL DIN RAIL CIRCUIT BREAKERS TERMINALS GROUND TIERMINALS GROUND BAR POWER SUPPLY, 24-28VDC, 5A RACEWAY WITH COVER DIN RAIL STAINLESS STEEL FUSE CITY TO SUPPLY (SEE NOTE 3) CISCO IR110-1 INTEGRATED SERVICES ROUTER CISCO IRM-1100-SP EXPANSION MODULE CISCO IRM-1100-4A2T EXPANSION MODULE CISCO POWER-IE50W-AC-IEC POWER SUPPLY CISCO ANT-4-5G4-0 ANTENNA z ::. • ~ ~ ............... CONTROL PANEL LAYOUT TYPICAL TO CORINTIA AND LOWER EL FUERTE STATIONS NOTE: 1. CONTROL PANEL LAYOUT IS FOR REFERENCE ONLY, CONTRACTOR TO PROVIDE ALL NECESSARY COMPONENT TO MAKE A COMPLETE AND OPERATIONAL SYSTEM. 2. CONTROL PANEL DIMENSION AS SHOWN IS MINIMUM REQUIREMENT, CONTRACTOR COULD ADJUST CONTROL PANEL SIZE TO FIT ALL NECESSARY COMPONENT WITH NO ADDITIONAL COST TO THE OWNER. 3. CONTRACTOR TO COORDINATE WITH THE CITY AND TO INSTALL CITY SUPPLIED ITEMS IN CONTROL PANEL RCE __ _ REVIEWED BY: INSPECTOR _,.-,",Q "AS BUILT" EXP. ___ _ DATE DATE BID SET -NOT FOR CONSTRUCTION t----t--+------------+---+----tr----t---tlsHEETl.c_I_T_Y_O_F_C_A_R_L_S_B_A_D~ISHEETSI _ PUBLIC \vDRKS DEPARTMENT ACCEPTED BY: DAVID PADILLA, P.E. Qp,u Po J;l(p DISTRICT ENGINEER DATE DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION DATE INITIAL DATE INITIAL OTHER APPROVAL CITY APPROVAL DWN BY: ___ ~--P-R_o_JE_c_T_N_o_._~I DRAWING NO. CHKD BY: RVWD BY: IMPROVEMENT PLANS FOR185020-B526-7I N T E R N A T I O N A L9755 Clairemont Mesa Blvd, San Diego, CA 92124Phone: (858) 614-5000 · MBAKERINTL.COMAND REPLACEMENT OF PIPELINE, CONSTRUCTION OF THE CORINTIA PRSREPLACEMENT OF MELROSE PRS, RELOCATION OF LOWER EL FUERTE PRS AND PIPELINE, ABANDONMENT OF THE PALOMAR EAST PRSTYPICAL VAULT ELECTRICALPOWER AND GROUNDING PLAN17E-312345678910111213123781131010546991213141515141616131717DocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F688081/17/2023<~---Su.iP Pu.iP SP-1 LITTLE GIANT GRAINGER #3P639A .. • . . .. . -: ... . _.., ... .. . WP CKT 5 L . ,. . 4: ',t .• . . k • • ... • ~ FAN -------12ov, 1PH, PANEL 'A' CKT 11 -------CB1 -SURGE SUPPRESSOR N o-----~O Ot---------------------tO 01-----------. . f ~: .. -~~ ·"·· 1-------------.......-----' • • X10 I ~ LOPE/=-~ - -QPE/PIT-1 - -~~0---11--LX106l TO ANTENNA SEE SHEET E-4 FOR L CONDUIT CONTINUATION - -TO METER PEDESTAL SEE SHEET E-4 FOR CONDUIT CONTINUATION MATERIALS LIST: TYPICAL VAULT POWER. INSTRUMENTATION AND CONTROL PLAN SCALE: 1/2" = 1' 0 0 0 0 1 EACH DAYTON SHADED POLE INTAKE BLOWER AUTO RESET, MODEL NO. GRAINGER #4C943 OR #4Y533. 1 EACH BLOWER TIME-INTERMATIC #2T2500GA 4' LED FIXTURE 120V, 50W -LITHONIA CAT# FEM L48 4L MVOL T 5K, WALL MOUNT. FAN SWITCH AUTO OFF TIMER, SPRING WOUND, 15 MIN., SPST WITH HOLD, INTERMA TIC FF15MH. MOUNT NEAR TOP OF LADDER WITH LIGHT SWITCH IN DUPLEX BOX. GENERAL NOTES: 1. SUBMIT SHOP DRAWINGS FOR POWER AND CONTIROL PANEL FABRICATION. 2. INSTALL POWER AND CONTIROL ENCLOSURES AT LOCATIONS APPROVED BY THE DISTRICT. MOUNT TO WALL WITH UNI-STIRUT. CB2 -CB3 -~ ~ CB4 -CB5 -UPS L CB7 -CB8 -CB9 UPS 0 LIGHT SPACE HEATER/FAN RECEPTACLE @@ UPS N PS1 0 PS2 0 0 0 0 0 0 0 0 0 2 EACH DUPLEX OUTLETS (42" MIN. ABOVE FLOOR). LIGHT SWITCH, AUTO OFF TIMER, SAME AS ITEM 4. 3. NEW POWER SERVICE APPLICATION FOR BOTH SITES HAVE BEEN SUBMITTED. SDG&E PLAN IS NOT AVAILABLE AT THE TIME OF PLAN SUBMITTAL, CONTIRACTOR TO COORDINATE WITH SDG&E FOR INCOMING POWER CONDUITS ROUTING AND INSTALLATION REQUIREMENT. CONTIRACTOR SHALL PAY ALL FEES AND COSTS FOR INSTALLATION OF ELECTRIC SERVICE PEDESTAL AND DEDICATED LEASED COMMUNICATION LINE. .,.....--...... r--, ---0 0-------------< I L-> POWER ENCLOSURE -NEMA 4X-316 STAINLESS STEEL LOCKABLE 2o·x2o"X8" AUSTIN OR EQUAL (42" MIN. ABOVE FLOOR). CONTIROL PANEL ENCLOSURE -NEMA 4X-316 SS LOCKABLE 24"X30"X12" MIN. (48" MIN. ABOVE FLOOR). CONTROL PANEL WIRING DIAGRAM CERABAR PMC21 PRESSURE TIRANSDUCER {FOR 0-146 PSI USE 0-10 BAR)(FOR 0-365 PSI USE 0-25 BAR) VALVE POSITION TIRANSMITTER CLA VALVE {X117C VALVE POSITION TIRANSMITTER) WITH 4-20ma OUTIPUT LIMIT SWITCH ON PRESSURE RELIEF VALVE, CLA VALVE MODEL #X105LCW, RECLAIM WATER ONLY. 4. ALL ELECTIRICAL EQUIPMENT SHALL BE SUITABLE FOR USE IN WET LOCATION. INSTALL WEATHERPROOF COVER. (1) PHOENIX CONTACT -QUINT4-UPS/1AC/1AC/500VA/USB -1067327, QUINT UPS, IQ TECHNOLOGY, DIN RAIL MOUNTING, INPUT 120V AC, OUTPUT 120V AC 5. TELEMETIRY SYSTEM COMPONENTS SUCH AS CELLULAR COMMUNICATIONS TO BE PROVIDED BY THE CITY, CONTIRACTOR TO ASSEMBLE AND INSTALL IN THE CONTIROL ENCLOSURE AND MOUNT TO WALL USING STAINLESS STEEL UNI-STIRUT. CONTRACTOR IS RESPONSIBLE FOR FURNISHING A COMPLETE AND FUNCTIONAL SYSTEM. SEE SHEET E-2 FOR MATERIAL LIST. 6. THE CITY IS RESPONSIBLE FOR PROGRAMMING THE PLC AND THE SCADA. (1) PHOENIX CONTACT -ENERGY STORAGE -UPS-BAT/PB/24DC/4AH -1274117 0 (2) 1606-XLB120E -POWER SUPPLY, 24-28VDC, 5A 0 20A/1P DISCONNECT SWITCH IN NEMA 4X SS ENCLOSURE FOR FAN. 0 DEDICATED 20A/1P DUPLEX RECEPTACLE FOR SUMP PUMP, MOUNT AT 18" MIN. ABOVE FLOOR. 0 MOUNT SINGLE POINT DETECTION FLOAT SWITCH MODEL 4RK04 BELOW CONTROL ENCLOSURE. 0 COORDINATE PANEL LOCATION FOR EACH SITE WITH CIVIL DRAWINGS. TYPICAL PRESSURE REDUCING STATION CONDUIT SCHEDULE CONDUIT FROM TO CABLE 1----~--~----, VOLTAGE TYPE QTY SIZE QTY. SIZE GND. PS 3• UTILITY SERVICE METER PEDESTAL CONDUIT ONLY 120V POWER PX100 2· METER PEDESTAL POWER ENCLOSURE 8 #12 4#12 120V POWER PX101 2· METER PEDESTAL POWER ENCLOSURE CONDUIT ONLY PX102 1· METER PEDESTAL POWER ENCLOSURE CONDUIT ONLY PX103 3/4" POWER ENCLOSURE CONTIROL ENCLOSURE 2 #12 #12 120V POWER PX104 3/4" POWER ENCLOSURE LIGHTS, OUTIUETS & 4 #12 SUMP PUMP 2#12 120V POWER PX105 3/4" POWER ENCLOSURE TIME CLOCK & FAN 2 #12 #12 120V POWER CX100 3/4" CONTROL PIT-1 1 #18TSP ENCLOSURE 24VDC SIGNAL CX101 3/4" CONTIROL PIT-2 1 #18TSP ENCLOSURE 24VDC SIGNAL INPUT/OUTIPUT (1/0) SCHEDULE REMARKS TYPICAL PRESSURE REDUCING STATION INPUT TYPE POINT DESCRIPTION LOCATION CABLE BY SDG&E DI UPS FAIL Yl-1 IN CP DI UPS ON BATTERY Yl-2 IN CP SPARE DI CABINET INTIRUSION ZS-2 SPARE DI VAULT INTIRUSION ZS-1 CONTIROL ENCLOSURE POWER LIGHTS/OUTLETS & SUMP PUMP DI SINGLE POINT LEVEL BELOW CONTROL DETECTION ENCLOSURE DI PRESS RELIEF OPEN Zl-3 FAN Al UPSTIREAM PRESSURE PIPE 2 PE/PIT-1 INFLUENT PRESSURE TIRANSMITTER Al DOWN STIREAM PRESSURE PE/PIT-2 PIPE 2 EFFLUENT PRESSURE Al PRV VALVE NO: 1 POSITION Zl-1 TIRANSMITTER Al PRV VALVE NO: 2 POSITION Zl-2 REMARKS UPS FAIL UPS ON BATTERY CONTROL PANEL INTRUSION HATCH SWITCH FLOAT SWITCH/VAULT FLOOD LIMIT SWITCH PRESSURE TIRANSDUCER PRESSURE TIRANSDUCER POS. TIRANSMITTER POS. TIRANSMITTER PS1 24V 5069 SA PS2 24V 5069 MOD DI _L Al UPS BATTERY L ov PS2 24V UPS FAIL F1 ,-, L-> F2 ,-, L 0 F3 ,-, L-0 F4 ,-, L-> F5 ,-, L-0 F6 ,-, L-> CISCO ----~ PLC WAN NETWORK DRAWING ,-, L-> ,-, L-> ,-, L-0 ,-, L-> ,-, L-0 ,-, L-> LEGEND -0 0 RCE __ _ REVIEWED BY: PS1 OV PS2 OV DI VAULT INTIRUSION CABINET INTIRUSION FLOODED PRESSURE RELIEF OPEN UPS FAIL UPS BATTERY CIRCUIT BREAKER DUPLEX RECEPTACLE ETHERNET CELLULAR "AS BUILT" EXP, ___ _ DATE CX102 3/4" CONTIROL Zl-1 & Zl-2 2 #18TSP ENCLOSURE 24VDC SIGNAL VAL VE POSITION TIRANSMITTER BID SET -NOT FOR CONSTRUCTION INSPECTOR DATE CX103 3/4" CONTROL ZS-1 2 #14 ENCLOSURE #14 24VDC CONTIROL CX104 3/4" CONTIROL LS-1 2 #14 ENCLOSURE #14 24VDC CONTIROL CX105 3/4" CONTROL Zl-3 2 #14 ENCLOSURE #14 24VDC CONTIROL CX106 2· CONTIROL ANTENNA 1 LMR-200 ENCLOSURE COMM NOTE: CONDUIT SCHEDULE IS TYPICAL TO BOTH CORINTIA AND LOWER EL FUERTE STATIONS. FOR EACH CONDUIT TAG •x• IS TO BE REPLACED WITH 1 FOR CORINTIA STATION AND 2 FOR LOWER EL FUERTE STATION. VAULT INTIRUSION SWITCH SINGLE POINT LEVEL SWITCH PRESSURE RELIEF POSITION SWITCH CELLULAR ANTENNA CABLE Michael Baker t----t----+------------+-----+-----tt----t----t I SHEET I CITY OF CARLS BAD I SHEETS I PUBLIC 'w'DRKS DEPARTMENT ~==-==========='....:::::=~ ACCEPTED BY: DAVID PADILLA, P.E. Qp,u Po J;l(p DISTRICT ENGINEER DATE DA TE INITIAL ENGINEER OF WORK REVISION DESCRIPTION DATE INITIAL DATE INITIAL OTHER APPROVAL CITY APPROVAL OWN BY: R,JM CHKD BY: ZP RVWD BY: CM I DRAWING NO. ~------~ PROJECT NO. USMAILMWUSMAILPBUSMAIL EMTTTTTTTTTTTTTTTTTTTGGGGGGGGGGGGGGGGGGGGEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEMPBPBPBGGGGGGGGGGGGGGGGEEEEEEEEEEEEEEEEEEETTTTTTGGGGEEEEEEEEMWIMPROVEMENT PLANS FOR185020-B526-7I N T E R N A T I O N A L9755 Clairemont Mesa Blvd, San Diego, CA 92124Phone: (858) 614-5000 · MBAKERINTL.COMAND REPLACEMENT OF PIPELINE, CONSTRUCTION OF THE CORINTIA PRSREPLACEMENT OF MELROSE PRS, RELOCATION OF LOWER EL FUERTE PRS AND PIPELINE, ABANDONMENT OF THE PALOMAR EAST PRSSITE PLAN - CORINTIA ST. ANDLOWER EL FUERTE18E-4EL FUERTE ST.EL FUERTE ST.123422134124213554676788EL FUERTE ST.DocuSign Envelope ID: 11A4A3EB-74B6-426B-B540-6AEFC5F688081/17/2023EX SDGBcE TRANSFORMER ID: D34190696451118-95 1 2+00 ------------------------2 ------PULL BOX WITH LID MARKED "ANTENNA" PROPOSED METER PEDESTAL 110 PROPOSED CORINTIA STREET/ EL FUERTE STREET VAULT 2n0 111 LOWER EL FUERTE PRS VAULT ~PROPOSED~ V ANTENNA ~ PULL BOX WITH LID MARKED "ANTENNA" ~ SCALE: 1" = 10' \ PROPOSED METER 0 PEDESTAL \ s: --1-- - - - --'---E~2 TYP.) \, ' \ \ (fl i s s s s s PS ' ' ~ s s -\ ' --------------- -T ----------------T-s s -1/l --------------- - -T------------PROPOSED LOWER EL FUERTE STREET VAULT SCALE: 1" = 5' Michael Baker ANTENNA FIBERGLASS MOUNTING POLE PER ENCLOSURE MANUFACTURER 0 FIBERGLASS WIRELESS BOLLARD ENCLOSURE FINSHED GRADE ANCHOR BASE, ANCHOR _ _,, BOLTS, NUTS, WASHERS PER ENCLOSURE MANUFACTURER CONC. FOUNDATION-_/ PER ENCLOSURE MANUFACTURER -----. .· • ... . . . . .• . . . . .. . .. 57• 30" MIN 1' MAX 2"C . . PULL BOX PER STD. DWG. GS-21 LID MARKED "ANTENNA" 2" PVC FROM PULL BOX TO VAULT GENERAL NOTES· 1. CONDUITS AND GROUNDING SYSTEM SHOWN IS DIAGRAM MA TIC ONLY. CONTRACTOR TO FIELD ADJUST TO AVOID ANY OBSTACLES IF NEEDED. 2. SDG&E PLANNER, CHRISTOPHER D. ALLEN, CALLEN50SDGE.COM, 619-676-1138 NOTES· 0 0 0 0 0 0 0 0 #2 BARE COPPER GROUNDING CONDUCTOR. ROUTE #2 GROUNDING WIRE AND CONNECT TO METER PEDESTAL AND ANTENNA. ROUTE #2 GROUNDING WIRE AND CONNECT TO PIPING SYSTEM AND LADDER. ROUTE #2 GROUNDING WIRE AND CONNECT TO TELEMETRY CABINET. (1) OBERON NETPOINT 3030, 12.5" HEAVY DUTY FIBERGLASS WIFI ACCESS POINT BOLLARD W/39-303X-FOOTING-KIT. ADDRESS FOR NEW METER PEDESTAL IS 6810 EL FUERTE, CARLSBAD. ADDRESS FOR NEW METER PEDESTAL IS 7313 EL FUERTE, CARLSBAD. AFTER NEW LOWER EL FUERTE PRESSURE REDUCING STATION LOCATED AT 7313 EL FUERTE HAS BEEN INSTALLED, CONTRACTOR TO COORDINATE WITH THE CITY TO DISCONNECT THE POWER TO THE ABANDONED PRESSURE REDUCING STATION. CONTRACTOR TO SUBMIT APPLICATION TO SDG&E TO REQUEST POWER DISCONNECTION. CONTRACTOR TO REMOVE AND DISPOSE OF THE EXISTING SERVICE METER PEDESTAL. ANTENNA ENCLOSURE DETAIL CB NTS ~ ---"AS BUILT" RCE __ _ EXP, ___ _ DATE REVIEWED BY: BID SET -NOT FOR CONSTRUCTION INSPECTOR DATE 1---+---+----------------t------t-------t------t----------ilsHEETl.c_IT_Y_O_F_C_A_R_L_S_B_A_D~ISHEETSI _ PUBLIC \vDRKS DEPARTMENT ACCEPTED BY: DAVID PADILLA, P.E. Qp,u Po J;l(p DISTRICT ENGINEER DATE DATE INITIAL ENGINEER OF WORK REVISION DESCRIPTION DATE INITIAL DATE INITIAL OTHER APPROVAL CITY APPROVAL OWN BY: R,JM CHKD BY: ZP RVWD BY: CM I DRAWING NO. ~-------PROJECT NO.