Loading...
HomeMy WebLinkAboutGranite Construction Company; 2023-06-06; PWS23-2100TRAN Revised 6/12/18 Contract No. 6004 Page 1 of 189 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS AND SUPPLEMENTAL PROVISIONS FOR AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMROVEMENTS SEGMENT 2 CONTRACT NO. 6004 BID NO. PWS23-2100TRAN THIS CONTRACT WILL BE SUBJECT TO THE FOLLOWING: o PREVAILING WAGE RATES: STATE o APPRENTICESHIP o THIS IS AN ACTIVE TRANSPORATION PROGRAM (ATP) STATE-ONLY FUNDED CONTRACT THROUGH THE CALIFORNIA DEPARTMENT OF TRANSPORTATION (CALTRANS) o CALTRANS DIVISION OF LOCAL ASSISTANCE (DLA) o LOCAL ASSISTANCE PROCEDURES MANUAL (LAPM) , ' -Bidding 0 Revised 6/12/18 Contract No. 6004 Page 2 of 189 TABLE OF CONTENTS Item Page Notice Inviting Bids ................................................................................................................ 6 Contractor's Proposal ........................................................................................................... 13 Bid Security Form ................................................................................................................ 21 Bidder’s Bond to Accompany Proposal ................................................................................ 22 Guide for Completing the “Designation of Subcontractors” Form ......................................... 23 Designation of Subcontractor and Amount of Subcontractor’s Bid Items ............................. 25 Bidder's Statement of Technical Ability and Experience ....................................................... 26 Bidder’s Certificate of Insurance for General Liability, Employers’ Liability, Automotive Liability and Workers’ Compensation ................................................................................... 27 Bidder’s Statement Re Debarment ....................................................................................... 28 Bidder's Disclosure of Discipline Record…………………………………………… .................. 29 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ........................ 31 Contract Public Works .......................................................................................................... 32 Labor and Materials Bond .................................................................................................... 39 Faithful Performance/Warranty Bond ................................................................................... 41 Optional Escrow Agreement for Surety Deposits in Lieu of Retention .................................. 43 ,~ ..... Revised 6/12/18 Contract No. 6004 Page 3 of 189 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms .......................................................... ................................................ 46 1-2 Definitions .................................................... ................................................ 46 1-3 Abbreviations ............................................... ................................................ 50 1-4 Units of Measure .......................................... ................................................ 53 1-5 Symbols ....................................................... ................................................ 54 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract ................. ................................................ 55 2-2 Assignment .................................................. ................................................ 55 2-3 Subcontracts ................................................ ................................................ 55 2-4 Contract Bonds ............................................ ................................................ 56 2-5 Plans and Specifications .............................. ................................................ 57 2-6 Work to be Done .......................................... ................................................ 61 2-7 Subsurface Data .......................................... ................................................ 61 2-8 Right-of-Way ................................................ ................................................ 61 2-9 Surveying ..................................................... ................................................ 61 2-10 Authority of Board and Engineer .................. ................................................ 65 2-11 Inspection .................................................... ................................................ 65 Section 3 Changes in Work 3-1 Changes Requested by the Contractor ........ ................................................ 67 3-2 Changes Initiated by the Agency .................. ................................................ 67 3-3 Extra Work ................................................... ................................................ 67 3-4 Changed Conditions .................................... ................................................ 70 3-5 Disputed Work ............................................. ................................................ 71 Section 4 Control of Materials 4-1 Materials and Workmanship ......................... ................................................ 77 4-2 Materials Transportation, Handling and Storage ........................................... 81 Section 5 Utilities 5-1 Location ....................................................... ................................................ 82 5-2 Protection .................................................... ................................................ 82 5-3 Removal ...................................................... ................................................ 83 5-4 Relocation .................................................... ................................................ 83 5-5 Delays .......................................................... ................................................ 84 5-6 Cooperation ................................................. ................................................ 84 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work ................................... 85 6-2 Prosecution of Work ..................................... ................................................ 85 6-3 Suspension of Work ..................................... ................................................ 86 6-4 Default by Contractor ................................... ................................................ 86 6-5 Termination of Contract................................ ................................................ 87 6-6 Delays and Extensions of Time .................... ................................................ 87 6-7 Time of Completion ...................................... ................................................ 88 6-8 Completion, Acceptance, and Warranty ....... ................................................ 89 6-9 Liquidated Damages .................................... ................................................ 89 Revised 6/12/18 Contract No. 6004 Page 4 of 189 6-10 Use of Improvement During Construction .... ................................................ 89 Section 7 Responsibilities of the Contractor 7-1 Contractor’s Equipment and Facilities .......... ................................................ 90 7-2 Labor ........................................................... ................................................ 90 7-3 Liability Insurance ........................................ ................................................ 90 7-4 Workers' Compensation Insurance .............. ................................................ 90 7-5 Permits ........................................................ ................................................ 91 7-6 The Contractor’s Representative .................. ................................................ 91 7-7 Cooperation and Collateral Work ................. ................................................ 91 7-8 Project Site Maintenance ............................. ................................................ 92 7-9 Protection and Restoration of Existing Improvements ................................... 94 7-10 Public Convenience and Safety ................... ................................................ 94 7-11 Patent Fees or Royalties .............................. .............................................. 101 7-12 Advertising ................................................... .............................................. 101 7-13 Laws to be Observed ................................... .............................................. 101 7-14 Antitrust Claims ............................................ .............................................. 101 Section 8 Facilities for Agency Personnel 8-1 General ........................................................ .............................................. 103 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work .......................................... 104 9-2 Lump Sum Work .......................................... .............................................. 104 9-3 Payment ...................................................... .............................................. 104 9-4 Bid Items ...................................................... .............................................. 108 SUPPLEMENTAL PROVISIONS TO PART 2, 3 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-2 Untreated Base Materials ............................. .............................................. 115 Section 201 Concrete, Mortar, and Related Materials 201-1 Portland Cement Concrete ........................... .............................................. 116 Section 203 Bituminous Materials 203-3 Emulsified Asphalt ....................................... .............................................. 119 203-4 Emulsion Aggregate Slurry .......................... .............................................. 120 203-6 Asphalt Concrete ......................................... .............................................. 120 203-10 Asphalt Pavement Crack Sealants ............... .............................................. 122 Section 204 Lumber and Treatment with Preservatives 204-1 Lumber and Plywood ................................... .............................................. 123 Section 206 Miscellaneous Metal Items 206-7 Portable Changeable Message Sign ............ .............................................. 123 Section 207 Pipe 207-2 Reinforced Concrete Pipe ............................ .............................................. 128 Section 209 Electrical Components Section 86 Signals, Lighting and Traffic Electrical Systems .......................................... 131 Revised 6/12/18 Contract No. 6004 Page 5 of 189 Section 213 Engineering Fabrics 213-2 Geotextiles ................................................... .............................................. 150 213-3 Erosion Control Specialties .......................... .............................................. 151 Section 214 Pavement Markers 214-4 Paint for Striping and Marking ...................... .............................................. 151 214-5 Reflective Pavement Markers ...................... .............................................. 152 214-6 Pavement Markers ....................................... .............................................. 153 PART 3 Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing ................................................................................ 155 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301-1 Subgrade Preparation ................................................................................. 158 Section 302 Roadway Surfacing 302-4 Emulsion-Aggregate Slurry (EAS) ............................................................... 159 302-5 Asphalt Concrete Pavement ....................................................................... 165 302-15 Asphalt Pavement Repairs and Remediation .............................................. 166 Section 303 Concrete and Masonry Construction. 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways .................................................................. 168 Section 307 Street Lighting and Traffic Signals 87 Electrical Components ................................................................................ 169 Section 310 Painting 310-5 Painting Various Surfaces ........................................................................... 180 Section 312 Pavement Marker Placement and Removal 312-1 Placement ................................................................................................... 180 Section 313 Temporary Traffic Control Devices 313-1 Temporary Traffic Pavement Markers ......................................................... 182 PART 6 Modified Asphalts, Pavements and Processes Section 600 Emulsion – Aggregate Slurry ...................................................................... 186 APPENDICES Appendix A Electric Sketch and Electric Meter & Service Location Appendix B Property Owner Contacts and Exhibits Appendix C SWPPP Tier Level and Construction Threat Level (E-32) Revised 6/12/18 Contract No. 6004 Page 6 of 189 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on April 7, 2023, the City 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: grind, pave, pedestrian improvements, signal modification and installation on Avenida Encinas. AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVEMENTS CONTRACT NO. 6004 BID NO. PWS23-2100TRAN ELECTRONIC FORMAT RECEIPT AND OPENING OF BIDS: Bids will be received in electronic format (eBids) EXCLUSIVELY at the City of Carlsbad’s electronic bidding (eBidding) site, at: https://www.carlsbadca.gov/departments/finance/contracting-purchasing, and are due by the date and time shown on the cover of this solicitation. BIDDERS MUST BE PRE-REGISTERED with the City’s bidding system and possess a system-assigned Digital ID in order to submit an electronic bid. The City’s electronic bidding (eBidding) system will automatically track information submitted to the site including IP addresses, browsers being used and the URLs from which information was submitted. In addition, the City’s bidding system will keep a history of every login instance including the time of login, and other information about the user's computer configuration such as the operating system, browser type, version, and more. Because of these security features, Bidders who disable their browsers’ cookies will not be able to log in and use the City’s bidding system. The City’s electronic bidding system is responsible for bid tabulations. Upon the bidder’s or proposer’s entry of their bid, the system will ensure that all required fields are entered. The system will not accept a bid for which any required information is missing. This includes all necessary pricing, subcontractor listing(s) and any other essential documentation and supporting materials and forms requested or contained in these solicitation documents. BIDS REMAIN SEALED UNTIL DUE DATE AND TIME. eBids are transmitted into the City’s bidding system via hypertext transfer protocol secure (https) mechanism using SSL 128-256-bit security certificates issued from Verisign/Thawte which encrypts data being transferred from client to server. Bids submitted prior to the Due Date and Time are not available for review by anyone other than the submitter, who will have until the Due Date and Time to change, rescind or retrieve its bid should they desire to do so. BIDS MUST BE SUBMITTED BY DUE DATE AND TIME. Once the deadline is reached, no further submissions are accepted into the system. Once the Due Date and Time has passed, bidders, proposers, the general public, and City staff are able to immediately see the results online. City staff may then begin reviewing the submissions for responsiveness, compliance and other issues. ,~ ..... Revised 6/12/18 Contract No. 6004 Page 7 of 189 RECAPITULATION OF THE WORK. Bids shall not contain any recapitulation of the Work. Conditional Bids may be rejected as being non-responsive. Alternative proposals will not be considered unless called for. BIDS MAY BE WITHDRAWN by the Bidder prior to, but not after, the time set as Due Date and Time. Important Note: Submission of the electronic bid into the system may not be instantaneous. Due to the speed and capabilities of the user’s internet service provider (ISP), bandwidth, computer hardware and other variables, it may take time for the bidder’s submission to upload and be received by the City’s eBidding system. It is the bidder’s sole responsibility to ensure their bids are received on time by the City’s eBidding system. The City of Carlsbad is not responsible for bids that do not arrive by the Due Date and Time. ELECTRONIC SUBMISSIONS CARRY FULL FORCE AND EFFECT. The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this proposal are true and correct. The bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the bidder certifies that the bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting the eBid as its bid proposal, the bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents. BIDS ARE PUBLIC RECORDS Upon receipt by the City, bids shall become public records subject to public disclosure. It is the responsibility of the Bidder to clearly identify any confidential, proprietary, trade secret or otherwise legally privileged information contained within the proposal’s General references to sections of the California Public Records Act (PRA) will not suffice. If the Bidder does not provide applicable case law that clearly establishes that the requested information is exempt from the disclosure requirements of the PRA, the City shall be free to release the information when required in accordance with the PRA, pursuant to any other applicable law, or by order of any court or government agency, and the Bidder agrees to hold the City harmless for any such release of this information. This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 180 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 180 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing 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. Revised 6/12/18 Contract No. 6004 Page 8 of 189 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 City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another 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 at 1200 Carlsbad Village Drive, Carlsbad, CA 92008-7314. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, current edition at time of bid opening and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards, Inc., all hereinafter designated “SSPWC”, as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond (at time of Bid submit PDF copy via PlanetBids / All Bidders). Bid Bond (Original) within two (2) business days of bid Opening / three (3) Apparent Low Bidders 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor’s Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder’s Statement Re Debarment 9. Bidder's Disclosure of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) BIDDER’S GUARANTEE OF GOOD FAITH (BID SECURITY) At the time of bid submission, bidders must upload and submit an electronic PDF copy of the aforementioned bid security. Whether in the form of a cashier's check, a properly certified check or an approved corporate surety bond payable to the City of Carlsbad, the bid security must be uploaded to the City’s eBidding system. Within two (2) business days after the bid opening date, the first three (3) apparent low bidders must provide City with the original bid security. ,~ ..... Revised 6/12/18 Contract No. 6004 Page 9 of 189 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 City within two (2) business days after bid opening date. Failure to provide the original within two (2) business days may deem the bidder non-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 $2,657,140. COMMENCEMENT OF WORK/TIME OF COMPLETION Placement of slurry seal shall not take place within a few days before a storm event nor a few days after a storm event unless Contractor receives written approval from the Engineer. Contractor’s bid costs for placement of overlay and slurry seal must remain firm from the bid opening date through completion of the Project, excluding increases for work that would otherwise qualify as a Changed Condition (Section 3-4) or Change Order unrelated to a storm event restriction on which placement of slurry seal may occur on the Project. The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid 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 include federal funds. The following classifications are acceptable for this contract: Classification A - General Engineering or C12: Earthwork and Paving. 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’s website 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 drawings and specifications may submit to the Contract Administrator a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Contract Administrator and distributed via Planet Bids. 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 ,~ ..... Revised 6/12/18 Contract No. 6004 Page 10 of 189 contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Con- tract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. PRE-BID MEETING A pre-bid meeting and tour of the project site will not be held. 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. In case of a discrepancy between the line item entries submitted in the online bidding portal and the Contractor’s Proposal, the online bidding portal shall prevail. BIDDER’S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via the online bidding portal. Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. ,~ ..... Revised 6/12/18 Contract No. 6004 Page 11 of 189 The cutoff date to submit questions regarding this project is Monday, March 27, 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 made available via the City of Carlsbad PlanetBids portal by Friday, March 31, 2023. ADDENDA Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project and shall extend in full force and effect and be retained by the City until they are released as stated in the General 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 City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. ,~ ..... Revised 6/12/18 Contract No. 6004 Page 12 of 189 March 15, 2023 The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2023-077, adopted on the 14th day of March 2023. Date Graham Jordan, Deputy Clerk 0 City of Carlsbad Avenida Encinas coastal Rail r,all & Pedestrian !mprovemen1s-Segment 2 (P\'\'S23-2100TRAN), bidding on 0412012023 2 00 PM (PDT) Line Items Discount Terms No Discount Item ttem Type Item Onerlptlon UOM , Cod4I Schedule A MobillzatJon LS Surveying LS Traffic Control P~ns and lmplementttlon LS SWPPP Preparation and lmplm,entatlon LS Clearing and Grubbing LS Adjust lltllltles to Grade LS Remove PCC Sidewalk Sf Remove Curl, Ramp EA Remove Curb and Gutte.-LF 10 Remcwe Cross Gutter SF 11 Remove Asphalt Roadway Section SF 12 Remove Median Paving Section SF 13 lnstan PCC Sidewalk SF " Install Caltrans STD Curb Ramp EA 15 Install Cu,b and Gutter LF 16 Install Median curb and Gutter EA 17 Install PCC CroH Gutter SF ,. Install AC/Base Roadway Seetlon SF 19 Install PCC Island Pnsageway Sf 20 Install Clau 2 Base CY 21 Cold MIii Asphalt Conerel• Pavement (2" Depth) SY 22 Cold MIii 3"' AC and OlspoH Grindings SF 23 Crack Seallng streets with hot applied erack SH lant, cr1ek sealant shall be Elastoftex 670 (Polyskln). DETACK cktacklfer shall be used on all crack seal lmmedlatety following applleatlon Boxes 24 Routing of cracks (using Crafco Mod~ 30 or approved equal) as directed by City Inspector LF 25 Install Asphatt Concrete Overtay TON 26 Install Emulsion Asphalt Sluny Seel, TYP• 11-PMCQS• 1 h·EAS w/2,5~ Polyme, by Weight of Residua I Asphalt ELT 27 Street Lighting and Traffic Sign.I Mod111catlon (Cerlsbad Blvd) LS 28 strNt Lighting and Tt1Mc Signe! Modification (San Lucas) LS 29 street Ughtlng and Traffic SJgnal Modification (Polnsettte) LS 30 StrNt Ughtlng and Traffic Slgnal Installation (San cartos) LS 31 Communication Improvements LS 32 Traffic S1riplng, Sign•. and Pavement Improvement• LS 33 Rese1 Survey Monument, Post•Constructfon comer Record EA 34 Survey Monument Field Survey, Set R.!erence Tlts, Pr~onstruction Corner Record LS Plane181ds Inc: QTY Unit Pr1ce $277,274.00 520,000.00 $200,000.00 $30,000.00 $30,000.00 $70,000.00 14000 56.00 ... $600.00 1500 $32.00 1900 $22.00 11400 $8.00 290 $12.00 9700 $8.00 59 $3,000.00 1600 $-00.00 $460.00 1800 $24.00 5500 $10.00 130 $25.00 60 $390.00 40000 $3.00 5000 $0,50 91 $340.00 1500 $1.00 4300 $160.00 200 $395.00 $48,000.00 $35,000.00 $65,000.00 $230,000.00 $140,000.00 $169,972.00 19 $400.00 $10,000.00 UneTotal $2,994,036.00 un,214.oo 520,000.00 5200,000.00 $30,000.00 $30,000.00 $70,000.00 $84,000.00 $26,.00.00 $48,000.00 $41,100.00 $91,200.00 $3,480.00 sn,600.oo s1n,ooo.oo $64,000.00 $920.00 $-03,200.00 $55,000.00 $3,250.00 s2a,,oo.oo $120,000.00 S2,500,00 $30,940.00 $1,500.00 $688,000.00 $79,000.00 $-08,000.00 $35,000.00 $65,000.00 $230,000.00 $140,000.00 $169,972.00 $7,600.00 $10,000.00 Page 3 of 4 Pnnted 051 t ~/2023 Response Comment Yea Yes YH YH YH YH ... YH YH YH Yet Yu Yes YH Yes Yes Yes Yu Yes Yes Yes Yes Yes ... Yes YH Yes Yes Yes Yes Yes ... ... Yes Qry of C.rtslJo.1 AventJa Entmfll• ,Coa,i.11 Ra Tt.111 & f'~eti,lrJan lmprovemt1nt!,,-f;•1n1ttr,1 2 PWS23-.. 100TP.AN tidd1nq on Q.1'20:1'2023100 r M (f'IOT> Line Item Subtotals S.Ctlon Title Grand Total PiDnarOlds lnr UneTot&I Po;o•-,t• Pnrtod05'15120Z) $2,99.,036.00 $2,994,036.00 CITY OF CARLSBAD AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVEMENTS CONTRACT NO. 6004 City Council City of Carlsbad CONTRACTOR'S PROPOSAL 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. 6004 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" AVENDIA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVEMENTS Item No. Description A-1 Mobilization at Two hundred Seventy-seven thousand, Two hundred Seventy-four dollars and zero cents (Price in Words) A-2 Surveying Twenty thousand dollars and zero cents (Price in Words) A-3 Traffic Control Plans and Implementation Two hundred thousand dollars and zero cents (Price in Words) A-4 SWPPP Preparation and Implementation Thirty thousand dollars and no cents (Price in Words) ., Approximate Quantity and Unit 1 LS 1 LS 1 LS 1 LS f.., Revised 6/12/18 Contract No. 6004 Unit Price (Figures) Total Amount (Figures) $277,274.00 $20,000.00 $ 200,000.00 $30,000.00 Page 13 of 189 Approximate Total Item Quantity Unit Price Amount No. Description and Unit (Figures) (Figures) A-5 Clearing and Grubbing 1 LS $30,000.00 Thirty thousand dollars and zero cents (Price in Words) A-6 Adjust Utilities to Grade 1 LS $70,000.00 Seventy thousand dollars and zero cents (Price in Words) A-7 Remove PCC Sidewalk 14,000 SF $6,00 $84,000.00 Six dollars and zero cents (Price in Words) A-8 Remove Curb Ramp 44 EA $ 600.00 $26,400.00 Six hundred dollars and zero cents (Price in Words) A-9 Remove Curb and Gutter 1500 LF $ 32.00 $48,000.00 Thirty-two dollars and zero cents (Price in Words) A-10 Remove Cross Gutter 1900 SF $ 22.00 $41,800.00 Twenty-two dollars and zero cents (Unit Price in Words) A-11 Remove Asphalt Roadway Section 11,400 SF $ 8.00 $91 ,200.00 Eight dollars and zero cents (Price in Words) A-12 Remove Median Paving Section 290 SF $ 12.00 $3,480.00 Twelve dollars and zero cents (Unit Price in Words) A-13 Install PCC Sidewalk 9700 SF $8.00 $77,600.00 Eight dollars and zero cents (Unit Price in Words) {'\ •ff Revised 6/12/18 Contract No. 6004 Page 14 of 189 Approximate Total Item Quantity Unit Price Amount No. Description and Unit (Figures) (Figures) A-14 Install Caltrans STD Curb Ramp 59 EA $3,000.00 $177,000.00 Three thousand dollars and zero cents (Unit Price in Words) A-15 Install Curb and Gutter 1600 LF $ 40.00 $64,000.00 Forty dollars and zero cents (Unit Price in Words) A-16 Install Median Curb and Gutter 2 EA $ 460.00 $ 920.00 Four hundred Sixty dollars and zero cents (Unit Price in Words) A-17 Install PCC Cross Gutter 1800 SF $ 24.00 $43,200.00 Twenty-four dollars and zero cents (Unit Price in Words) A-18 Install AC/Base Roadway Section 5500 SF $10.00 $55,000.00 Ten dollars and zero cents (Price in Words) A-19 Install PCC Island Passageway 130 SF $ 25.00 $3,250.00 Twenty-five dollars and zero cents (Unit Price in Words) A-20 Install Class 2 Base 60CY $ 390.00 $23,400.00 Three hundred Ninety dollars and zero cents (Unit Price in Words) A-21 Cold Mill Asphalt Concrete Pavement (2" 40,000 SY $ 3.00 $ 120,000.00 Depth) Three dollars and zero cents (Unit Price in Words) A-22 Cold Mill 3" AC and Dispose Grindings 5000 SF $0,50 $2,500.00 at Zero dollars and Fifty cents (Unit Price in Words) ,, • .., Revised 6/12/18 Contract No. 6004 Page 15 of 189 Item No. Description A-23 Crack Sealing streets with hot applied crack sealant, crack sealant shall be Elastoflex 670 (Polyskin). DETACK detackifer shall be used on all crack seal immediately following application, at Three hundred Forty dollars and zero cents (Unit Price in Words) A-24 Routing of cracks (using Crafco Model 30 or approved equal) as directed by City inspector at One dollar and zero cents (Price in Words) A-25 Install Asphalt Concrete Overlay One hundred Sixty dollars and zero cents (Price in Words) A-26 Install Em ulsion Asphalt Slurry Seal, Type II-PMCQS-1h-EAS w/2.5% Polymer by Weight of Residual Asphalt at Three hundred Ninety-five dollars and zero cents (Price in Words) A-27 Street Lighting and Traffic Signal Modification (Carlsbad Blvd) Forty-eight thousand dollars and zero cents (Un it Price in Words) A-28 Street Lighting and Traffic Signal Modification (San Lucas) Thirty-five thousand dollars and zero cents (Un it Price in Words) A-29 Street Lighting and Traffic Signal Modification (Poinsettia) Sixty-five thousand dollars and zero cents (Unit Price in Words) ., Approximate Quantity and Unit 91 Boxes 1,500 LF 4300 TON 200 ELT 1 LS 1 LS 1 LS f.~ Revised 6/12/18 Contract No. 6004 Unit Price (Figures) $ 340.00 $1,00 $ 160.00 $ 395.00 Total Amount (Figures) $30,940.00 $1,500.00 $ 688,000.00 $79,000.00 $48,000.00 $35,000.00 $65,000.00 Page 16 of 189 Approximate Total Item Quantity Unit Price Amount No. Description and Unit (Figures) (Figures) A-30 Street Lighting and Traffic Signal 1 LS $ 230,000.00 Installation (San Carlos) Two hundred Thirty thousand dollars and zero cents (Unit Price in Words) A-31 Communication Improvements 1 LS $140,000.00 One hundred Forty thousand dollars and zero cents (Unit Price in Words) A-32 Traffic Striping, Signage, and Pavement 1 LS $169,972.00 Improvements One hundred Sixty-nine thousand, Nine hundred Seventy-two dollars and zero cents (Price in Words) A-33 Reset Survey Monument, Post-19 EA $400.00 $ 7,600.00 Construction Corner Record at Four hundred dollars and zero cents (Price in Words) A-34 Survey Monument Field Survey, Set 1 LS $10,000.00 Reference Ties, Pre-Construction Corner Record at Ten thousand dollars and zero cents (Price in Words) The City of Carlsbad shall determine the low bid based on the sum of Schedule "A". Price(s) given above are firm for 180 days after date of bid opening. Addendum(a) No(s). --'-1 '"'"'2=--------has/have been received and is/are included in this proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited . . , f.,r Revised 6/12/18 Contract No. 6004 Page 17 of 189 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 89 , classification A.B.C8,C12 which expires on 5/31/2023 , and Department of Industrial Relations PWC registration number 1000000085 which expires on 6/30/2025 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council , its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is __ 1;_;0;_;°/4~0....;:B:..;.id=--=B...:co.:...:.n..c;.d _______ (Cash, Certified Check, Bond or Cashier's Check) for ten percent ( 10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: N/A (1) Name under which business is conducted _________________ _ (2) Signature (given and surname) of proprietor ________________ _ (3) Place of Business --------------,--------------- (Street and Number) City and State __________________________ _ ~)~pC~e _______ _ Telephone No. _____________ _ (5) E-Mail ___________________________ _ l'--~ Revised 6/12/18 Contract No. 6004 Page 18 of 189 IF A PARTNERSHIP, SIGN HERE: N/A (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 ___________________________ _ l'. • ., Revised 6/12/18 Contract No. 6004 Page 19 of 189 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted __ G_ra_n_it_e_C_o_n_s_tr_u_ct_io_n_C_om~p_a~ny~----- .,,,,,,,,,. Scott McArthur, Vice President, Re (Title) (3) Incorporated under the laws of the State of _C_a_lif_o_rn_ia ____________ _ (4) Place of Business 5860 El Camino Real, #200 (Street and Number) City and State Carlsbad, CA (5) Zip Code __ 9_20_0_8 ____ _ Telephone No. __ 7_6_0_-4_4_4_-1_0_2_8 _______ _ (6) E-Mail -----'g=-r_a_n_ite_._sa_n_d_ie-'g=-o-'@=g_ci_n_c._c_o_m ________________ _ 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: See attached List of Officers l' •ff Revised 6/12/18 Contract No. 6004 Page 20 of 189 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Ventura On April 14, 2023 before me, Susan Corkill, Notary Public (insert name and title of the officer) personally appeared _S_c_o_tt_M_c_A_rt_h_u_r ____________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~ ~ t············l ,. SUSAN CORKILL : a·? Notary Public . California I I ;; Ventura County _ t . Commission, 2441◄61 • My Comm. Expires Mar 29, 2027 (Seal) GRAnlTE'· Granite Construction Company List of Officers Name Larkin, Kyle T. Curtis, Elizabeth L. Radich, James A. Dowd, Brian R. Gruber, Timothy W. Hall, M. Craig Olson, Kenneth B. Williams, Bradley J. Tatusko, Michael G. Barker, Michael W. Nickerson, James D. Woolsey, Staci M. Blackburn, Nicholas B. Updated June 2022 Present Office Position President Executive Chief Officer Executive Vice President Chief Financial Officer Assistant Secretarv Executive Vice President Chief Operating Officer Assistant Secretary Senior Vice President Group Manager Assistant Secretarv Senior Vice President Human Resources Assistant Secretary Senior Vice President General Counsel Corporate Compliance Officer Secretarv Senior Vice President of Corporate Finance Treasurer Assistant Financial Officer Assistant Secretary Senior Vice President Group Manager Assistant Secretary Senior Vice President Group Manager Assistant Secretarv Vice President Investor Relations Vice President Assistant Secretary Chief Accounting Officer Assistant Secretary Vice President Tax Assistant Secretary Page 1 of 1 GRANITE CONSTRUCTION COMPANY CERTIFICATE OF SECRETARY RESOLVED, that, effective January 1, 2023 through December 31 , 2023, the individuals named on the attached Exhibit I are authorized to negotiate, execute and/or attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid-related documents prepared and submitted on behalf of the Company not to exceed $75 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that, effective January 1, 2023 through December 31 , 2023, the individuals named on the attached Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid-related documents prepared and submitted on behalf of the Company in excess of$75 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that, effective January I, 2023 through December 31 , 2023, the individuals named on the attached Exhibit I and Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper construction contract documents prepared and submitted on behalf of the Company relating to domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that the authority provided for herein shall be in accordance with applicable policies, procedures, and limits of authority previously approved and the Granite Construction Incorporated Delegation of Authority and Policy then in effect. I, M. Craig Hall, Secretary of GRANITE CONSTRUCTION COMPANY, a California corporation (the "Company"), do hereby certify that the following is a true and correct copy of resolutions duly adopted effective January I, 2023 by a Unanimous Written Consent of the Board of Directors in accordance with the provisions of Article III, Section 9 of the Bylaws of the Company; that the Directors acting were duly and regularly elected; and that the resolutions adopted have not been repealed and are still in full force and effect: Dated: January I, 2023 EXHIBIT 1 AUTHORIZED SIGNERS Granite Construction Company California Group South Coast Region AUTHORIZED SIGNERS Scott McArthur, VP Regional Operations Andrew Burk, Area Manager Joe Buckley, Area Manager Michael A. Heddinger, Area Manager Brian Larinan, Chief Estimator Robert Sainsbury, Senior Estimator Angell Reyna, Senior Estimator David Martinez, Senior Estimator Lonnie Wall, Regional Controller ATTESTORS Andrew Burk, Area Manager Joe Buckley, Area Manager Michael A. Heddinger, Area Manager Robert Sainsbury, Senior Estimator Angell Reyna, Senior Estimator David Martinez, Senior Estimator Susan Corkill, Estimating Assistant Nadine Albert, Office Manager Tamara Gelinas, Office Manager Denise Tencza, Office Manager Lonnie Wall, Regional Controller Matt Beiswenger, Construction Manager Jon Hamilton, Construction Manager Greg Pitzer, LP Project Manager Grace F1y, Project Manager Jon Gonzalez, Project Manager Carlos Ruvalcaba, Project Manager EXHIBIT 2 AUTHORIZED SIGNERS Granite Construction Company AUTHORIZED SIGNERS Kyle T. Lark.in, President & CEO Elizabeth L. Curtis, Executive Vice President James A. Radich, Executive Vice President & Chief Operating Officer Kenneth B. Olson, Senior Vice President of Corporate Finance & Treasurer Brian R. Dowd, Senior Vice President Group Operations Michael G. Tatusko, Senior Vice President Group Operations Bradley J. Williams, Senior Vice President Group Operations BID SECURITY FORM (Check to Accompany Bid) AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVMENTS CONTRACT NO. 6004 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of ______________________ _ _______________________ dollars($ ______ ~, this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of 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 City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to 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.) {'\ •+;' Revised 6/12/18 Contract No. 6004 Page 21 of 189 BIDDER'S BOND TO ACCOMPANY PROPOSAL AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVMENTS CONTRACT NO. 6004 KNOW ALL PERSONS BY THESE PRESENTS: That we, Granite Construction Company , as Principal, and Travelers Casualty and Surety Company of America , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten Percent (10%) of 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: AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVMENTS CONTRACT NO. 6004 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this ____ 1_2t'-h_day of ____ AL...pr_il __________ , 20_1L Travelers Casualty and Surety Company of America (SEAL\ 111 ~,,,n ,,,,,,, (Surety) .l~~~~-~-~-~f:.i},~ .. (Principal) By: ~C .. ,,~•~•~'0'1, By: (Signature) ,:.~-<.._.._1;~ 11,,'1, ~8~/a.., N~ Scott McArthur Vice Preside~ ~ Ji~ (Print Name/Title) ;~ . ~ ~'/ ~ ( /) /J../ §'A.._/ •· •• O~~ i.A A r/£-:Vl =-j ~/ ..._~% ....., ~ (Signature) < § ~i HARTFORD ~~ ~ -0• , ___ _ : Ill:· CONN. :o: Isabel Barron, Attorney-in-Fact \ ~\ /.>....,..,} --------'-----'-----....::;~~, ~~ .... ·~. /e»~ ~ (Print Name/Title) '~,,;-1~ii1"·······:/S~ ,,,~' ,,,,, * ,,,,, ~»~P•~· .. " l (SEAL AND NOTARIAL ACKNOWL~~~r ,,,'t>F '''""' u,u,'' SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) '''''"'''' APPROVED AS TO FORM: CINDIE K. MCMAHO N CltyAtto~ By: =-•---~~-ha--City Attorney ., f.+i, Revised 6/12/18 Contract No. 6004 Page 22 of 189 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Ventura On April 14, 2023 before me, Susan Corkill, Notary Public (insert name and title of the officer) personally appeared _S_c_o_tt_M_c_A_rt_h_u_r ____________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under th e laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ~············1 • ' ,., SUSAN CORKILL : ~ "" · ~ Notary Public • California • i · . ?. Ventura County ~ i Commission /I 24'41461 - My Comm. Expires Mar 29, 2027 Signature (Seal) A notary public or other officer completing this certificate verifies only the 1den111y of the individual who signed the document to which this ce11ificate is atlached, and not the truthfulness, accuracy, or validity of that document. ACKNOWLEDGMENT State of California County of Santa Cruz On April 12, 2023 before me, Mariella Rubio, Notary Public (insert name and title of the officer) personally appeared Isabel Barron who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MARIELLA RUBIO ~ COMM. #2410765 ~ Notary Public• California lil Santa Cruz County - Signature--~----:..._ ______ _ Convn. ·res J 14 2026 (Seal) Mariella Rubio, Notary Public TRAVELER fr Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Isabel Barron of WATSONVILLE , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut City of Hartford ss. On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 t8~ ~ Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and ii is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this ,,,,,,,11u11u,,,,,,, ,,< ~~~-~.u.~f!.r~'',"' $' ~ ,•· · .. 0 ~ ... !%/ \~\ g ~!HARTFORD,\~~ Apri l 12, 2023 f ~\ CONN. Jo ~ ~(S:..... ,i..,,f Kevin E. Hughes, Ass1 ta~ OfPt\rf~':)~· ,,,,./ ,,,,,,,,,,,, 11,u''''''' To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney{ s }-in-Fact and the details of the bond to which this Power of Attorney is attached. Revised 6/12/18 Contract No. 6004 Page 23 of 189 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 City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be deter- mined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. ,~ ..... Revised 6/12/18 Contract No. 6004 Page 24 of 189 Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVMENTS CONTRACT NO. 6004 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 ($1 0,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Amount of Subcontractor Name Phone No. DIR Subcontractor's Portion and and Email Registration License No. and Work by of Work Subcontract Location of Business Address No. Classification or in Dollars* Route cracks Global Road Sealing 714-893-0845 1000007714 757584 $32,440.00 and crack seal 10832 Oorothy Ave tri@globalroad Class: A, C10, C32 Garden Grove, CA 92843 sealing.com Install emulsion Pavement Coatings Co. 714-826-3011 1000003382 303609 $115,500.00 asphalt slurry 10240 San Sevain Way mailshie@pavement Class: A, C32 seal Jurupa Valley, CA 91752 recycling.com Street lighting & Perry Electric 619-449-0045 1000012332 747931 $518,000.00 traffic signal mods. P.O. Box 710130 jtapia@perryelec Class: C10 Comm. lmprov. Santee, CA 92072 tricsd.com traffic striping, Statewide Stripes Inc. 858-560-6887 1000001334 788286 $169,972.00 signage, & pvmt. P.O. Box 600710 dave@statewide Class: C32, C33, C61 improvements San Diego, CA 92160-0710 stripes.com Page _1_ of _1_ 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." .,., •,;' Revised 6/12/18 Contract No. 6004 Page 25 of 189 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVMENTS CONTRACT NO. 6004 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Name and Address Name and Phone Amount Contract of the Employer No. of Person to Type of Work of Completed Contract Contract Please see attachec List of Projects ., f.~ Revised 6/12/18 Contract No. 6004 Page 26 of 189 <iRArllTE" Granite Construction Company -South Coast Region PUBLIC PROJECTS • 5 Years Name and Address of Owner Name, l.ocation of Project, and Kind of\Vork Owner Contact Contract Completion Amount Date County of San Diego Gillespie Field Vehicle Service Road to West Transient Lucas Rathe, PE $1,189,422 On-going 5500 Overland Ave, #300 Ramp Project 619-755-9596 San Diego, CA 92123 Project No. 1025188 858-694-2212 SCOPE: Construct a new segment to the existing vehicle service road (VSR) around the Gillespie Airport. The new segment is approximately 955 feet. The project will also include reconstruction of existing VSR and affected taxi lanes as needed to ensure proper drainage, and that the slopes, and grade breaks at the intersections of the VSR with the lease holders and the taxiway meets FAA standards. The proposed VSR roadway will have pavement markings per the FAA guidance documents and be tied into the existing pavement markings at the east end of the project. City of San Diego Bermuda Avenue Coastal Access Replacement Bijar Mizori, RE $2,132,000 On-going 202 C Street Contract No. B-17110 619-642-1721 San Diego, CA 92101 SCOPE: The project scope is to replace the existing bmzori@sandiego.gov 619-236-5555 access stairway that has failed at the middle flight and the supporting foundation block. The scope is to replace the existing with a new stairway and will generally follow the existing stairway. The new stairway consists of concrete block stairs founded in rock at the lowest flight with the top and the intermediate concrete landings supported on pile foundations. City of Long Beach Artesia Great Boulevard Project Michael Te, PM $32,925,300 On-going 2931 Redondo Ave Contract No. 36409 michael.te@longbeach.g Long Beach, CA 90806 SCOPE: This project provides complete street ov 562-570-2828 improvements along Artesia Blvd. between Harbor Ave. and Downey Ave. The Work to be done consists primarily of, but is not limited to, site clearing, excavation, grading, asphalt and concrete demolition and removal, traffic control, surveying and monument restoration, roadway asphalt pavement placement, slurry seal, cool pavement coating placement, flatwork concrete placement such as sidewalk and driveways, curb and gutters, curb ramps, crosswalks, bus stops, catch basins, manhole and various utility adjustments, irrigation, tree and tree wells, decomposed granite, top soil, street furniture, various vegetation and plant installation, street lighting and pedestrian lighting improvements, roadway signing and striping, temporary and permanent traffic signal and interconnect improvements, fiber testing and acceptance, system integration testing, fiber optic conduit on existing bridge installation, and all other work shown, and all incidental work. City of Los Angeles Sheldon Arleta Park -Street Improvements Gunwoo Choi $4,394,000 On-going 200 North Spring Street, Rm 335, City Hall Contract No. C-141400 gunwoo.choi@lacity.org Los Angeles, CA 90012 SCOPE: Provide new curb, gutter, sidewalk, street 213-485-4 736 213-978-0261 lights, signals, striping, street trees, street widening, and fencing on the Park side of the three streets surrounding the Sheldon Arleta Park (aka Cesar Chavez Recreation Center): Arleta Ave., Sharp St. and Wicks St. QRArllTE .. Granite Construction Company -South Coast Region PUBLIC PROJECTS - 5 Years Name and Address ofOwnc1· Name, Location ol Project, and l(ind of Work Ventura County, Dept of Airports Oxnard Airport Taxiway Improvements 555 Airport Way, Suite B Project No. OXR-147 Camarillo, CA 93010 SCOPE: Schedule I· Reconstruction of Connector 805-388-4372 Taxiways A and E Schedule II • Relocation of FAA Power Line Bid Alternate 1 -Reconstruction of Connector Taxiwavs B, C and D City of Oxnard On-Call Local & Collector Streets, PW21-87 305 West Third Street (Not to exceed contract price) Oxnard, CA 93030 SCOPE: Complete improvements on residential and 805-200-5289 collector streets, service roads, and alleys, on an as needed basis at various locations throughout the City. City of Oxnard On-Call Concrete Improvements, PW21-90 305 West Third Street (Not to exceed contract price) Oxnard, CA 93030 SCOPE: Complete concrete improvements on local and 805-200-5289 collector streets, arterial streets, service roads, and alleys, on an as needed basis at various locations throughout the Citv. City of Oxnard On-Call Arterial Streets, PW21-88 305 West Third Street (Not to exceed contract price) Oxnard, CA 93030 SCOPE: Constructing improvements on arterial streets. 805-200-5289 The Work generally includes resurfacing of asphalt concrete pavement; reconstruction of asphalt and Portland cement concrete pavement, curb & gutters, cross gutters, ADA ramps, curbs, gutters, and sidewalks State of California Department ofTransportation 08-1H8304, Hwy 138 in Los Angeles & San Bernardino 1727 30th Street Counties. Sacramento, CA 95816-7005 SCOPE: HMA (Type A), roadway excavation, and class 916-654-2852 2 aggregate base. US Army Corps of Engineers EAFB EAFB Roads and Airfield Maintenance (IDIQ Paving) 222 N Rosamond Blvd Contract Number: 2017-027-USAF-001 Edwards, CA 93524 Edwards, California Kind of Work: Roads and Airfield Maintenance San Diego Association of Governments (SANDAG) Sandag El Portal Undercross 401 B Street Contract Number. S647183 San Diego, CA 92101-4231 Encinitas, California The work consists in general of a new railroad bridge, a new pedestrian underpass, retaining wall construction, and landscaping at MP 237.1 on a portion of the LOSSAN corridor located in the City of Encinitas, within San Diego County. City of Encinitas Encinitas Leucadia Phase 1 505 South Vulcan Avenue Contract Number. CS04D Encinitas, CA 92024-363 Encinitas, California Improvements on North Coast Highway 101, from Marcheta Street to Basil Street, in the City of Encinitas, in the state of California. The work to be completed involves demolition, pavement removal and reconstruction, pavement grind and overlay, roundabout construction, curbs/gutters, sidewalk construction, bioretention areas, roadway improvements, signing and striping, storm drain improvements, lighting, decorative furnishings and hardscape, landscaping and irrigation, aoourtenances Owner Contact Conb·act Completion Amount Date Erin Powers $7,706,535 On-going 805-388-4205 Gianna Pourarien $12,000,000 On-going 805-200-5289 Gianna Pourarien $10,000,000 On-going 805-200-5289 Gianna Pourarien $12,000,000 On-going 805-200-5289 Mauricio Santa Cruz, RE $4,291,903 8/3/2022 mauricio.santa- cruz@dot.ca.gov 909-601-5118 Bill Armstrong -(760) $7,022,804 6/15/2022 533-7380 lrfan Kalhoro $6,708,076 5/10/2022 (949) 422-8304 Fax: N/A irfan.kalhoro@aecom.co m Jill Bankston $7,303,582 4/15/2022 (760) 633-2839 Fax: N/A jbankston@encinitasca.g ov GRAnlTE~ Granite Construction Company -South Coast Region PUBLIC PROJECTS -5 Years Name and Address of Owner Name, Location of Project, and l<ind of Work North County Transit District NCTD Green Beach Bridge 810 Mission Avenue Contract Number. 21003-0S Oceanside, CA 92003 Camp Pendleton, California Work consisted of structural repair to replace the bridge bearings under spans 5 through 7, replace span 4 with new steel structural members, retire the existing timber spans 1 and 2, and replace the rail across the limits of the entire bridge. City of Oceanside Oceanside Lower 1 Conveyance 300 N. Coast Highway Contract Number. 908142215715 Oceanside, CA 92054 Oceanside, California The work includes construction of 39,540 linear feet of recycled water pipeline and appurtenances within the City of Oceanside, originating at the San Luis Rey Water Reclamation Facility. Pipeline diameters range between 10 to 18-inches. The work includes multiple horizontal directional drill crossings of the San Luis Rey River adjacent to Douglas Drive. County of Ventura Pavement Resurfacing -Sulphur Mountain Road, Spec 800 South Victoria Ave No. RD22-02, Project No. 50611 Ventura, CA 93009 SCOPE: Pavement resurfacing including Asphalt 805-654-2018 Concrete Hot Mix (AC) with Fiber Reinforcement, Public Access & Notice, Mobilization, Traffic Control & Construction Signing, Water Pollution Control, Existing Utility & Roadway Facilities, Roadway Preparation, Clearing & Grubbing, Tree Trimming, Unclassified Excavation & Export, Sawcut, Cold Milling (5' Wide), AC Taper with Key, AC Base Repair, AC Grinding (Full Width), Concrete Headwall, Culvert Replacement, AC Shoulders (4' Wide), AC Swale Repair, Seal Coat, AC Dike, AC Berm Rehabilitation, Asphalt Rubber Aggregate Membrane (ARAM), Tack Coat, Processed Miscellaneous Base, AC Miscellaneous Paving, Pavement Delineation, Striping, & Signing, Worksite Safety, & appurtenant work. State of California Department ofTransportation 07-4W6104, Route 5 1727 30th Street Construction on State Hwy 18 in Los Angeles County Sacramento, CA 95816-7005 near Llano, from San Bernardino County line to 916-6S4-2852 Junction Route 138. 07-LA-18-0.0/4.5 SCOPE: Place rubberized HMA (Gap Graded). City of Los Angeles Taxiway A Rehab -Phase 2 at Van Nuys Airport Department of Airports (LAWA) Contract Number: 733359 1 World Way Van Nuys, California Los Angeles, California 90045 Kind of Work: Reconstruction of the taxiway and shoulder pavement; replacement of lighting and signage and other miscellaneous improvements. City of Lancaster 2020 Summer Pavement Management Program, PW 44933 Fern Ave #21-003 Lancaster, CA 93534 SCOPE: Mill Tapered Grind, Micro-milling/ "Roughen 661-723-6000 Up" Surface Treatment, Roadway Excavation & Digouts, Asphalt Concrete -HMA & ARHM, Crack Sealing, AC Patching, Type II RAP Slurry Seal, Full Depth Reclamation, Aggregate Base, Adjusting Manhole Covers and Frames, Signing, Striping, & Markings, Bike Detection System Owner Contact Contract Completion Amount Date Scott Shroyer $3,678,557 4/11/2022 (760) 967-2849 Fax: N/A sshroyer@nctd.org Phillip Tunnell $16,993,937 3/31/2022 (760) 435-5848 Fax: N/A PTunnell@oceansideca.or g Sohil Bhakta $1,504,341 11/26/2021 805-654-3987 Fred Tieu -RE $1,783,617 10/22/2021 f red.tieu@dot.ca.gov Sean Flynn -424-646-$25,209,594 10/20/2021 5867 LAWA -310-877-0337 Michael Livingston, $5,309,823 8/1/2021 Manager 661-723-6000 GRAnlTE .. Granite Construction Company• South Coast Region PUBLIC PROJECTS . s Years Name and Address of Owner Name, Location of Project, and l(ind of Work Los Angeles County, Public Works Pavement Reconstruction (Sustainable), North LA 900 Fremont Avenue County Alhambra, CA 91803 JOC #4 -RMDJOC6688 Indefinite Quantity Contract Kind of Work: reconstruction of curb and gutter, sidewalk, driveways, alley intersections, and cross gutters; and the performance of other appurtenant work. Skanska Usa Building Inc. Skanska COOT Sr905 Otay Mesa 7300 Medical Center Drive Contract Number. 90007720.1466670S West Hills, CA 91307-1902 San Diego, California Jointed Plain Concrete Pavement 45,100 CY and Isolation Joint Seal (Silicone) 750.00 LF Department of the Navy NAVFAC Coronado India Taxiway 1220 Pacific Highway Contract Number. N6247319D2437 San Diego, CA 92132-5190 San Diego, California Construction services to Repair Failing Taxiway India, Rwy 36 and to repair through replacement the taxiway's intersection with Taxiway Bravo 2 to India's intersection with Taxiway Lima. The project will replace the existing deteriorated concrete with new Department of Defense compliant airfield pavement, in accordance with the drawings and specifications at NBC NASNI, Naval Base Coronado, San Diego, California San Diego County Regional Airport Authority SDCRAA Rehab Apron Pavement 3225 N Harbor Drive Contract Number. 104278 San Diego, CA 92101-1072 San Diego, California The project provides for the rehabilitation of approximately 1.7 million square feet of existing concrete pavement at Terminal 2. Work areas include parking gates 20 through 42, adjacent taxi lanes, and the southern edge of Taxiway B within the aircraft movement area Los Angeles World Airports Turner-Pel Lax Msc Sitework 1 World Way Contract Number. 5245652 Los Angeles, CA 90045 Los Angeles, California Demolition, earthwork and wet utilities improvements in preparation for the new terminal. 75,000 cy demolition of concrete and asphalt Demolition and removal of existing utilities. On site crushing on concrete and asphalt. 150,000 cy of onsite cut to fill. 40,000 cy of export Structural excavation for basement walls cut and cover tunnel. 2,000,000 SF Site grading, base placement with finishing. 2,900 If of 3" to 16" ductile iron pipe domestic water. 7,800 If of 14" to 24" ductile iron fire water. 15,000 If of 12" to 54" ductile iron and reinforced concrete pipe storm drain 6,000 If of 4" to 18" VCP Sewer line. Concrete utility structures. 3,000 If of gas line. Owner Contact Contract Com11letion Amount Date Quang Luong, PM $5,100,000 7/5/2021 661-947-7173, ext 242 Louis Darbeau, PM 661-947-7173, ext 243 Chuck Girten $10,371,401 4/30/2021 (951) 206-2767 Fax: N/A Email: LTJG Kyle Flack $14,430,310 3/1/2021 Phone: Fax: N/A kyle.flack@navy.mil Clay Bomberger $3,386,404 3/1/2021 (619) 400-2662 Fax: N/A cbomberg@san.org Robert Schultz, Project $83,580,584 12/31/2020 Manager (424) 646-5729 Fax: N/A rschultz@lawa.org GRAnlTE .. Granite Construction Company -South Coast Region PUBLIC PROJECTS -5 Years Name and Address of Owner Name, Location of Project, and Kind of Work Owner Contact Conti-act Completion Amount Date City of Palmdale Pearblossom Hwy Reconstruction Marc Zuber, Public $13,574,574 12/12/2020 38300 Sierra Highway Contract Number: PN 696 Works Project Manager Palmdale, CA 93550 Palmdale, California 661-267-5100 661-267-5100 Kind of Work: Reconstruct Pearblossom Highway, in three designed segments, from 55th St East to 790' of 25th St East. The purpose of the project is to reconstruct/rehabilitate the Pearblossom HWY. Geogrid over the existing subgrade for complete roadway width. 6" Class 3 Aggregate Base. 6" Lean concrete base. 5" AC base. 2.4" Polymer Modified Asphalt Concrete. Jointed Plain Concrete Pavement. Adjustment of utilities to finished grade. Install recessed pavement delineation, and roadway signs. Modify existing electrical systems. Improve pedestrian curb ramps and sidewalk. State of California Department of Transportation 07-4W7004, Hwy 210 Slurry & Pave Arturo Lao, RE $2,360,199 11/17/2020 1727 30th Street Replace asphalt concrete surfacing and apply slurry 213-897-3656 Sacramento, CA 95816-7005 seal to roadway. 916-654-2852 Los Angeles County, Public Works Pavement Reconstruction (Sustainable). North LA Mark S. Caddick, $3,000,000 9/15/2020 900 Fremont Avenue County Principal Engineer, Alhambra, CA 91803 JOC #2 • RMDJOC6649 Construction Div. Indefinite Quantity Contract 626-458-5100 Kind of Work: 3 Miles of Cold-in-Place Recycled Asphalt Concrete Pavement and 4,000 tons of Asphalt Rubber Hot Mix (ARHM). County of Ventura Pleasant Valley Road Improvements -Addition of a Sohil Bhakta $1,204,386 8/7/2020 800 South Victoria Ave Two-Way Left Turn Lane, #RD20-04 805-654-3987 Ventura, CA 93009 Type II Emulsion-Aggregate Slurry, 805-654-2018 Public Access & Notice, Mobilization, Traffic Control & Construction Signing, Water Pollution Control, Existing Utility & Roadway Facilities, Potholing, Roadway Preparation, Surface Preparation & Crack Treatment, Clearing & Grubbing, Tree & Stump Removal, Unclassified Excavation, Sawcut, 4' Micro-milling, Driveway Approach, Arch Reinforced Concrete Pipe Culvert, Track Coat, Asphalt Concrete Hot Mix, Processed Miscellaneous Base, Fencing & Gate Replacement, Landscaping & lrrigation(Schedule II). Pavement Delineation & Striping, & appurtenant work. NAVFAC ·Southwest· North Island Naval Air Station, Navfac Coronado Repair Taxiway William Gibson $6,911,660 6/5/2020 Coronado, California Contract Number: N6247318F4947 (619) 545-7980 Coronado, California Fax: N/A Remove/Replace/Repair PCC(3,800 cy), replacement of william.gibson@navy.mil the taxiway lights and cabling, striping removal and paint, mill and overlay minor quantities of HMA(460 tn). The project takes place at multiple taxiways in 3 different phases and 11 different work areas. We set up a portable batch plant at the base per the spec CiRAlllTE'· Granite Construction Company -South Coast Region PUBLIC PROJECTS • S Years Name and llddress of Owner Name, Location of Project, and Kind of Work San Diego County Regional Airport Authority Sdcraa Rehab Cross Taxiways 3225 North Harbor Drive Contract Number: 104255 San Diego, California 92138-2776 San Diego, California Mill and inlay of nominal 5 inches of asphalt on the entire existing full-strength pavement of Taxiways C2 and CS from the runway edge to the runway hold position, excluding shoulders. Mill and inlay of nominal 5 inches of asphalt on the entire existing full-strength pavement of Taxiway D from the runway edge to the edge of the Taxiway Band from Taxiway B to Taxiway Bl, excluding shoulders. Reconstruct Taxiway Cl with concrete pavement from the runway edge to the existing concrete pavement near the runway hold position. Replace all impacted pavement markings, remove and re-install existing in- pavement lights in the taxiways that will be impacted by pavement rehabilitation, install new in-pavement University Of California -San Diego Hp Ucsd Mesa Ped Bridge 1 Miramar Street Contract Number: 5079/A4L-469/966380 San Diego, California San Diego, California The Mesa Housing Pedestrian and Bike Bridge Project consists of a new Bridge across an environmentlly sensitive canyon on the UC San Diego campus to link the Mesa Graduate Housing neighborhood with State of California Department of Transportation 07-3W8804, Rt 1 1727 30th Street Near Malibu, Los Angeles County Sacramento, CA 95816-7005 Kind of Work: Remove and replace pavement 916-654-2852 marking, slurry seal, and replace asphalt surfacing Los Angeles County, Public Works Pavement Reconstruction (Sustainable), North LA 900 Fremont Avenue County Alhambra, CA 91803 JOC #1 • RM DJOC6648 Indefinite Quantity Contract Kind of Work: 10 Miles of Cold-in-Place Recycled Asphalt Concrete Pavement and 11,000 tons of Asphalt Rubber Hot Mix fARHMI. State of California Department of Transportation 07-312204 Hwy 126, Victoria Ave to Briggs Rd 1727 30th Street Ventura, California Sacramento, CA 95816-7005 Kind of Work: Installation of BM P's, maintenance 916-654-28S2 vehicle pullouts, excavate ditches, drainage pipes, concrete structures, construct retaining walls County of Ventura Potrero Road Bike Lanes -Phase I, RD19-02 800 South Victoria Ave Near Thousand Oaks, Ventura County Ventura, CA 93009 Kind of Work: Pavement widening of Potrero Road - 80S-654-2018 AC paving, concrete, water pollution prevention, root barrier, PCC drain w/ gates & frame, percolation trench, catch basin, traffic control. County of Ventura Central Ave Pedestrian Improvements, RD19-06 800 South Victoria Ave Oxnard, CA Ventura, CA 93009 Kind of Work: PCC sidewalk construction, traffic 805-654-2018 control and signage, CMP & RCP extension, PVC drain pipe, manhole adj, catch basin, curb & gutter, grinding, AC resurface, striping. Owner Contact Contrnct Completion Amount Date Matthew A. Beyer $4,245,559 3/22/2020 (619) 400-2948 Fax: N/A mbeyer@san.org Ross Kunishige $9,674,217 3/1/2020 (858) 822-4841 Fax: N/A rkunishige@ucsd.edu Gilbert Trujillo, Jr., RE $2,144,895 12/31/2019 Mark S. Caddick, $5,100,000 11/13/2019 Principal Engineer, Construction Div. 626-458-5100 Hector Arroyo, R.E. $3,222,232 10/31/2019 805-480-4928 Ariel Braza, Project $1,028,791 10/10/2019 Manager 805-654-2018 Ariel Braza, Project $950,854 9/23/2019 Manager 805-654-2018 GRAnlTE~ Granite Construction Company -South Coast Region PUBLIC PROJECTS -5 Years Name and Address of Owner Name, Location of Project, and Kind of Work State of California Department of Transportation 07-4W2704, Rt 101 1727 30th Street Thousand Oaks to Camarillo, Ventura County Sacramento, CA 95816-7005 Kind of Work: Place RHMA-G (bonded wearing course) 916-654-2852 City of Oxnard Channel Islands Blvd Street Resurfacing 305 West Third Street Spec #PW 17-20 / Contract #A-8109 Oxnard, CA 93030 Kind of Work: Resurface asphalt concrete pavement 805-200-5289 San Diego County Regional Airport Authority Rehab Cross Taxiways 3225 North Harbor Drive Contract Number. 104220R San Diego, CA 92138-2776 San Diego, California The project provides rehabilitation of Cross Taxiways 81, B4-B7, C3, C4, and C6, which includes milling and overlay nominal 5 to 6-inch full depth replacement of asphalt pavement; approximately 260,555 square feet of pavement surface; removal and replacement of failed subgrade; reconstruction of a portion of Taxiway 81 with concrete pavement : relocation of western edge of pavement and associated edge marking, lighting and taxiway signs; realignment of Taxiway C6 including construction of new Taxiway full strength and shoulder pavement. mill and asphalt inlay. This brings the total area to about 294,595 SF; and airfield lighting relocation, replacement of impacted striping, marking City of Palmdale 2017 /2018 Arterial Overlay Program 38300 N Sierra Hwy Contract Number: 748 Palmdale, CA 93550-4798 Palmdale, California 661-267-5100 Kind of Work: Construction of a 2" TRMAC overlay on sections of 3 different arterial streets in the City of Palmdale; The work may consist of, but is not limited to: traffic control plan design & implementation, asphalt grinding, TR MAC paving, thermoplastic striping, traffic loop restoration, and utility/ survey monument adjustment State of California Department of Transportation Hwy 79 Julian Bwc 1727 30th Street Contract Number. 11-2N0184 Sacramento, CA 95816-7005 Julian, California Apply Bonded Wearing Course Overlay, Shoulder '" - San Diego Association of Governments Sandag 1-15 Bus Rapid Trnst 401 B Street, Suite 800 Contract Number. 5007000 San Diego, CA 92101-4231 San Diego, California The work to be performed includes, but is not limited to, construction of BRT lanes, station platforms, plaza bridge entrances, and ramp intersection improvements at El Cajon Boulevard and University Avenue. The BRT station platform improvements include site lighting, enhanced concrete paving, handrails, stairs, elevators and elevated walkways. Station amenities include customized bus shelters, security cameras, variable message signs, trash receptacles, benches, and informational signage, in addition to procuring all materials and performing all other work necessary to complete the work in accordance with the project plans and specifications. Owner Contact Contract Completion Amount Date James Riley, RE $2,176,778 7/19/2019 805-480-4928, ext 402 Jim Nelson $2,995,295 6/28/2019 805-385-7828 Ted Rigo $7,262,364 3/21/2019 (303) 908-4052 Fax: N/A David Wu $3,059,842 1/31/2019 661-267-5338 Rene Figueroa $6,426,601 1/24/2019 (858) 688-1551 Fax: N/A rene.figueroa@dot.ca.goc Manuel Rivas $41,861,974 11/11/2018 (619) 516-4856 (858) 829-1020 (F) manuel.rivas@dot.ca.gov GRAnlTE .. Granite Construction Company -South Coast Region PUBLIC PROJECTS -5 Years Name and Address of Owner Name, Location of Project, and Kind ofWorl< Oxnard Harbor District Pavement Rehabilitation Project, Port of Hueneme 333 Ponoma St Contract Number: 07-01-0714 Port Hueneme, California 93041 Port Hueneme, CA 805-488-3677 Pavement rehabilitation Los Angeles World Airports (LAWA) Lawa Lax Runway 25R PO Box 54078 Contract Number. Los Angeles, CA 90054-0078 Los Angeles, California reconstruction of Runway 7L-25R's keel section pavements, between Taxiways J and N, including the structural strengthening of the airfield bridge over the Sepulveda tunnel, construction of Taxiway B 17 between Service Road C and Taxiway B, and relocation of the northern runway hold bar at the Taxiway G intersection County of Ventura Camarillo Heights Pedestrian Improvements 800 South Victoria Ave Spec #RD 18-04 / Project #S0535 Ventura, CA 93009 Kind of Work: R&R concrete flatwork, install drainage, 805-654-2018 repair pavement, retaining wall/stairs State of California Department of Transportation COOT 1-8 El Cajon Pvm Rehab 1727 30th Street Contract Number: 11-413504 Sacramento, CA 95816-7005 El Cajon, California Construction includes, but not limited to, concrete panel replacement, new concrete ramp termini, cold plane and pave RHMA on: shoulders, ramps, and connectors; striping, AC dike removal and replacement ADA and curb replacement loop replacment, signal and light modification, signage, SWPP, guardrail replacement, exposed aggregate concrete, road widening, and drainage improvements. NAVFAC Southwest Pt Mugu Airfield Pavement Repair, #N62473 Ventura County SCOPE: Sawcut, backfill and compact base, cold mill, 1205 Mill Road, Suite 2 crack seal, and patch assorted runways, taxiways, and Port Hueneme, CA 93043 shoulders. Owner Contact Contract Completion Amount Date Kristin Decas, CEO & $3,823,282 10/30/2018 Port Director 805-488-3677 Sean Flynn $38,914,477 9/30/2018 (310) 877-0337 Fax: N/A Email: N/A Jeewoong Kim, PM $711,800 9/4/2018 805-654-2039 Rene Figueroa, RE $12,415,721 7/15/2018 (619) 588-9068 / (858) 688-1551 (M) Fax: N/A rene.figueroa@dot.ca.go V Lissa Kobeissi, FEAD $1,088,458 6/23/2018 Ventura / Code ROPMV 805-982-1959 CiRArllTE'" Granite Construction Company -South Coast Region PUBLIC PROJECTS· 5 Years Name and Address of Owner Name, Location of Project, and Kind of Work San Diego County Regional Airport Authority Clear Ofa Taxiway B 3225 North Harbor Drive Contract Number. PROJECT NO. 104129R San Diego, California 92138-2776 San Diego, California Rehabilitate Runway 9-27. Provide rehabilitation of the airfield asphalt on Runway 9-27 which includes milling and replacing the top nominal three inches of asphalt concrete pavement for the entire runway 9-27, approximately 9,400 x 200 ft.; removal and replacement of failed subgrade; remove the existing runway centerline, edge and touchdown zone lighting fixtures, andreplace them with LED fixtures and new transformers; replace impacted pavement markings. Rehabilitate Cross Taxiways Bl, B4-87, C3, C4 & C6. Provide rehabilitation of Cross Taxiways B 1, B4, BS, B6, B7. C3, C4. and C6, which includes milling and overlay nominal 5 to 6-inch full depth replacement of asphalt pavement on Taxiways Bl, 84-B7, C3, C4 & C6, approximately 349,848 square feet pavement surface, excluding shoulders: removal and replacement of failed subgrade; reconstruct a portion of Taxiway B1 with concrete pavement; relocate western edge of pavement and associated edge marking, lighting and taxiway signs; realign Taxiway C6 including construction of new Taxiway full strength and shoulder pavement, mill and asphalt inlay, and airfield lighting relocation, replace San Diego County Regional Airport Authority Rehab Runway & Taxiways PO Box 82776 Contract Number. 104219 AND 104220 San Diego, California San Diego, California A. 104219-Rehabilitate Runway 9-27. Provide rehabilitation of the airfield asphalt on Runway 9-27 which includes milling and replacing the top nominal three inches of asphalt concrete pavement for the entire runway 9-27, approximately 8,700' x 200'; removal and replacement of failed subgrade; remove the existing runway centerline, edge and touchdown zone lighting fixtures, and replace them with LED fixtures and new transformers: replace impacted pavement markings B. 104220-Rehabilitate Cross Taxiways B1, B4-B7, C3, C4 & C6 Provide rehabilitation of Cross Taxiways B1, 84, BS, B6, B7, C3, C4, and CG, which includes milling and overlay nominal 5 to 6-inch full depth replacement of asphalt pavement on Taxiways B1, B4-B7, C3, C4 & C6, approximately 349,848 square feet pavement surface, excluding shoulders; removal and replacement of failed subgrade; reconstruct a portion of Taxiway B1 with concrete pavement; relocate western edge of pavement and associated edge marking, lighting and taxiway signs: realign Taxiway C6 including construction of new Taxiway full strength and shoulder pavement, mill and asphalt inlay, and airfield lighting relocation, replace ., Owner Contact Contract Completion Amount Date Clay Bomberger $5,701,672 6/15/2018 P: 619-400 2662 Fax: N/A cbomberg@san.org Ted Rigo $18,070,781 5/15/2018 Project Manager I Airport Design & Construction AB Engineering, Inc. T 619.400.2315 I M 303.9084052 I F 619.400.2596 trigo@san.org GRAlllTE~ Granite Construction Company -South Coast Region PUBLIC PROJECTS -5 Years Name and Address of Owner Name, l.ocation of Project, and Kind of Work Owner Contact Contract Completion Amount Date City of Oxnard Redwood Neighborhood Street Resurfacing & Water Hoon Hahn $3,241,340 5/9/2018 305 West Third Street Improvement Project 805-385-7832 Oxnard, CA 93030 Spec Number: PW 16-14 / Contract #A-8031 805-200-5289 Oxnard, California Kind of Work: Resurface AC pavement, replace CIP main waterlines with PVC : mill existing ac pavement, placement & compaction of AC, slurry seal, crackseal, digout, reconstruct failed areas, striping City of San Buenaventura Westside Pedestrian and Bicycle Improvements Neal Knopik, PE, PM $866,115 4/20/2018 501 Poll Street Spec No. 2016-043 805-677-3953 Ventura, CA 93002-0099 Ventura, CA 805-654-7800 Kind of Work: Pedestrian and bicycle improvements on various locations of Ventura Avenue BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVMENTS CONTRACT NO. 6004 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 req uirements herein for each of: 00 Comprehensive General Liability Ix] Automobile Liability Ix] Workers Compensation Ix) 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 req uirements 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. ('\ •tr Revised 6/12/18 Contract No. 6004 Page 27 of 189 A~RD• CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) 05/03/2023 ___........, l THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED , REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pDlicy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LIC #0C36861 1-415-403-1491 CONTACT Kimberly Leikam NAME: Alliant Insurance Services, Inc. r.~~NJ_ =xn• 415-403-1491 I fffc Nol: 415-874-4818 E-MAIL kleikam@alliant.com 560 Mission Street, 6th Floor ADDRESS: INSURER/SI AFFORDING COVERAGE NAIC# San Francisco, CA 94105 INSURER A: TRANSPORTATION INS CO 20494 INSURED INSURER B : VALLEY FORGE INS CO 20508 Granite Construc tion Company INSURER C: 585 West Beach Street INSURER D: ~RE : Watsonville, CA 95076 INSURER F: COVERAGES CERTIFICATE NUMBER· 68680198 REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR LTR TYPE OF INSURANCE ,ucn l=,n POLICY NUMBER ,~3J-J%Tv~, ,~3T~%~, LIMITS A X COMMERCIAL GENERAL LIABILITY X X GL2074978689 110/01/20 10/01/23 EACH OCCURRENCE $ 2,000,000 >--0 CLAIMS-MADE 0 OCCUR ~HENTED PREMISES 'Ea occurrence' $ 2,000,000 X Contractual Liability >--MED EXP (Any one person) $ Nil X XCU Hazards PERSONAL & ADV INJURY $ 2,000,000 -GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 10,000,000 Fl POLICY ~ FJ8-i ~ LOC PRODUCTS -COMP/OP AGG $ 2 ,000,000 OTHER: $ B AUTOMOBILE LIABILITY X X BUA2074978692 10/01/20 10/01/23 fE~~~~~l1NGLE LIMIT $ 2,000,000 ,._ , X ANY AUTO BODILY INJURY (Per person) $ >--OWNED ~ SCHEDULED BODILY INJURY (Per accident) $ -AUTOS ONLY -AUTOS X HIRED X NON-OWNED ;p~:g:.Ja":,RAMAGE $ AUTOS ONLY AUTOS ONLY X Contractua $ UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $ OED I I RETENTION$ $ B WORKERS COMPENSATION X WC274978630 (CA) 10/01/22 10/01/23 x I ~-ffruTE I I OTH- AND EMPLOYERS' LIABILITY ER Y /N A ANYPROPRIETOR/PARTNER/EXECUTIVE ~ N /A X OFFICER/MEMBER EXCLUDED? WC274978644 (AOS/Stop Ga Pl 0/01/22 10/01/23 E.L. EACH ACCIDENT $ 2,000,000 (Mandatory In NH) E.L. DISEASE • EA EMPLOYEE $ 2,000,000 ~~;t~~p'fi~ ~1~PERATIONS below E.L. DISEASE · POLICY LIMIT $ 2,000 ,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Job #TBD / PWS23-2100TRAN: Contract No. 6004 / Avenida Encinas Coastal Rail Trail & Pedestrian Improvements-Segment 2 The City of Carlsbad is included as Additional Insured where required by written & executed contract and per the attach~ endorsements. Coverage is primary and non-contributory and waivers of subrogation apply. Thirty (30) day notice of cancellation or material change in coverage provided. GL Per ISO Form CG000l 10/01; AL Per ISO Form CA000l 10/13 CERTIFICATE HOLDER CANCELLATION 2110 City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 947 rMurrieta, 1 CA 92564 ACORD 25 (2016/03) schultzv 68680198 AUTHORIZED REPRESENTATIVE USA © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ✓ SUPPLEMENT TO CERTIFICATE OF INSURANCE NAME OF INSURED: Granite Construction Company DATE 05/03/2023 The named insured reserves its rights to provide any additional coverages under the policies above to only those expressly negotiated for by contract. SUPP (10/00) C'NA WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY NOTICE OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT G-20472-A (Ed. 10/93) In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: For non-payment of premium, the greater of: • the number of days required by state statute or • the number of days required by written contract For any other reason, the lesser of: • 60 days or • the number of days required in a written contract 2. Notice will be mailed to: Any person or organization you are required by written contract or agreement to mail prior written notice of cancellation or material change. Address: Per Certificates of Insurance on file with the broker This endorsement changes the policy to which II ls attached and is effective on the date Issued unless otherwise staled (The information below Is required only when this endorsement Is issued subsequent to preparation or the policy ) Endorsement Effective 10·1-22 Policy No. VVC274978630 Valley Forge Insurance Company WC 99 06 06 G-20472-A (Ed. 10/93) WC274978644 Transportation Insurance Company Page 1 of 1 CNA Workers Compensation And Employers Liability Insurance Policy Endorsement II This endorsement changes the policy to which it is attached. It is agreed that Part One -Workers' Compensation Insurance G. Recovery From Others and Part Two - Employers' Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a writt en contract that requires you to obtain this agreement from us.) PREMIUM CHARGE -Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently w ith said policy unless another expiration date is shown below. Form No: G-19160-B (11 -1997) Endorsement Effective Date: Endorsement No: 6; Page: 1 of 1 Endorsement Expiration Date: Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 o Copyright CNA All Rights Reserved. Policy No: WC 2 74978630 Policy Effective Date: 10/01/2022 Policy Page: 53 of 83 CNA Workers Compensation And Employers Liability Insurance Policy Endorsement II -• t~--....... -::"I."' '.-.. ~~~I";:. -· • WAIVER OF OUR RIGHT TO RECOVER~FROM OTHERS' END,Ol3SEMENT , -. ,.M~.n¥';.i. .... --~it~-,'-.:~~ .... ,.. -· , ,c_ , • '.'.. We have the right to recover our payments from anyone liable for an injury covered by this policy, We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Any person or organization for which the employer has agreed by w ritten contract, executed prior to loss, may execute a waiver of subrogation. However, for purposes of work performed by the employer in Missouri, this waiver of subrogation does not apply to any construction group of classifications as designated by the waiver of right to recover from others (subrogation) rule in our manuaL Schedule Any Person or Organization on whose behalf you are required to obtain this waiver of our right to recover from under a written contract or agreement . The premium charge for the endorsement is reflected in the Schedule of Operations. All other terms and condit ions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: WC 00 03 13 (04-1984) Endorsement Effective Date: Endorsement No: 32; Page: 1 of 1 Endorsement Expiration Date: Underwriting Company: Transportation Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright 1983 National Council on Compensation Insurance. Policy No: WC 2 74978644 Policy Effective Date: 10/01/2022 Policy Page: 296 of 442 C'NA G-140331-D (Ed. 01/13) BLANKET ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by "written contract" per Paragraph A. below.) Locations of Covered Operations (As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.) A. Section II -Who Is An Insured is amended to include as an additional insured: 1. Any person or organization whom you are required by "written contract" to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage," or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the "written contract"; or b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" included in the "products-completed operations hazard," and only if: (1) The "written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. If the "written contract" specifically requires you to provide additional insurance coverage via the 10/01 edition of CG201 O (aka CG 20 10 10 01 ), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01 ), or via the 11/85 edition of CG201 O (aka CG 20 10 11 85), then in paragraph 8.1. above, the words 'caused in whole or in part by' are replaced by the words 'arising out of. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than: a. The maximum permitted by law; b. That required by the "written contract"; c. That described in 8.1. above; or d. That afforded to you under this policy, whichever is less. 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or G-140331-D (Ed. 01/13) POLICY#: GL2074978689 Page 1 of 2 EFFECTIVE: 10/01/2020 Copyright, CNA All Rights Reserved. C'NA G-140331-D (Ed. 01 /13) any other basis. But if required by the "written contract" to be primary and non-contributory, this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 5. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; (2) Except as provided in Paragraph 8.4. of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit"; and (4) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract" requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit." D. Only for the purpose of the insurance provided by this endorsement, SECTION V -DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The "bodily injury" or "property damage"; or b. The offense that caused the "personal and advertising injury," for which the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the Policy remain unchanged. Material used with permission of ISO Properties, Inc. G-140331-D (Ed. 01/13) Page 2 of 2 Copyright, CNA All Rights Reserved. POLICY#: GL2074978689 EFFECTIVE: 10/01/2020 POLICY NUMBER: GL2074978689 EFFECTIVE: 10/01/2020 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): Any construction project as required by a written contract or agreement that was executed prior to the date of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I -Coverage A, and for all medical expenses caused by accidents under Section I -Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard," and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits." 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. CG 25 03 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 1 of 2 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I -Coverage A, and for all medical expenses caused by accidents under Section I -Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section Ill -Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, Insurance Services Office, Inc., 2008 CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Waiver of Transfer of Rights of Recovery Against Others to Us This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Form Under SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS, The Transfer Of Rights Of Recovery Against Others To Us Condition is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: 1. Your ongoing operations; or 2. "Your work" included in the "products completed operations hazard." However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: 1. Is in effect or becomes effective during the term of this policy; and 2. Was executed prior to loss. This endorsement is part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below. Must Be Completed ENDT. NO. 26 POLICY NO. GL 2074978689 Complete Only When This Endorsement Is Not Prepared with the Policy Or Is Not to be Effective with the Policy ISSUED TO: EFFECTIVE DATE OF THIS ENDORSEMENT: Granite Construction Incorporated 10/01 /20 C'NA POLICY NUMBER: GL2074978689 EFFECTIVE: 10/01/2020 G-15115-A (Ed. 10/89) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES -NOTICE OF CANCELLATION OR MATERIAL COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS ANO CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part (other than the reduction of aggregate limits through payment of claims), we agree to mail prior written notice of can- cellation or material change to: SCHEDULE 1. Name: Any person or organization you are required by written contract or agreement to mail prior written notice of cancellation or material change. 2. Address: Per Certificates of Insurance on file with the broker. 3. Number of days advance notice: For non-payment of premium, the greater of: • the number of days required by state statute or • the number of days required by written contract For any other reason, the lesser of: • 60 days or • the number of days required in a written contract G-15115-A (Ed. 10/89) Page 1 of 1 C'NA CNA71527XX (Ed. 10/12) ADDITIONAL INSURED -PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization whom the named insured is required by written contract to add as an additional insured on this policy. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II -LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Insured Name: Granite Construction Incorporated Copyright CNA All Rights Reserved. Policy No: BUA2074978692 Endorsement No: Effective Date: 10/01/2020 POLICY NUMBER: BUA2074978692 COMMERCIAL AUTO CA 04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Granite Construction Incorporated Endorsement Effective Date: 10/01/2020 SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04441013 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Notice of Cancellation or Material Change - Designated Person or Organization This endorsement modifies insurance provided under the following: Business Auto Coverage Fonn In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part. we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: Any person or organization you are required by written contract or agreement to mail prior written notice of cancellation or material change. 2. Address: Per Certificates of Insurance on file with the broker. 3. Number of days advance notice: For non.payment of premium, the greater of: • the number of days required by state statute or • the number of days required by written contract For any other reason, the lesser of: • SO days or • the number of days required in a written contract This endorsement is part of your policy and takes effect on the effective date of your policy, unless another effective dale is shown below. Must Be Completed ENDT. NO. POLICY NO. 19 BUA 207 4978692 C'NA EA/M198818 Complete Only When This Endorsement Is Not Prepared With the Policv Or Is Not to be Effective with the Policv ISSUED TO: EFFECTIVE Granite Construction Company Countersigned by G-39543A DATE OF THIS ENDORSEMENT 10/01/2020 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) AVENI DA ENCINAS COAST AL RAIL TRAIL AND PEDESTRIAN IMPROVMENTS CONTRACT NO. 6004 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: Scott McArthur, Vice President, Regional Operations (print name/title) Page _1_ of _1_ pages of this Re Debarment form -~ '-~ Revised 6/12/18 Contract No. 6004 Page 28 of 189 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVMENTS CONTRACT NO. 6004 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State License Board two or more times within an eight-year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertains to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page _1_ of _2_ pages of this Disclosure of Discipline form l' •,;' Revised 6/12/18 Contract No. 6004 Page 29 of 189 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVMENTS CONTRACT NO. 6004 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Granite Construction Company (name ~ofContrctor) ~c . By: --L.~...-~~----"-=:..,,..::z::::;__ _____ _ (sign here) Scott McArthur, Vice President, Regional Operations (print name/title) Page _2_ of _2_ pages of this Disclosure of Discipline form ., f.;, Revised 6/12/18 Contract No. 6004 Page 30 of 189 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVMENTS CONTRACT NO. 6004 The undersigned declares: Granite Construction I am the Vice President of Company , 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 April 14 --~---------2 o __n_ at Ventura [city], CA [state]. __,5dtJ0:"""' .... · -¥,....:.,4-C,-~,r:....;,.___.,~.:..-=-=::..._-------/-S_c_o_tt_M_cA_rt_hur, Vice President, Regional Operations Signature of Bidder •""\ f...--Revised 6/12/18 Contract No. 6004 Page 31 of 189 CONTRACT PUBLIC WORKS This agreement is made this 'J...\v'-' day of J \J\. lf'A.,,, 2023, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Granite Construction Company whose principal place of business is 585 West Beach Street, Watsonville, California 95076 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVMENTS CONTRACT NO. 6004 (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 City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground ,, • ., Revised 6/12/18 Contract No. 6004 Page 32 of 189 Revised 6/12/18 Contract No. 6004 Page 33 of 189 conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, '-" u Revised 6/12/18 Contract No. 6004 Page 34 of 189 damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages and Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability (CGL) Insurance: Insurance written on an “occurrence” 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 City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers’ Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the '-" u Revised 6/12/18 Contract No. 6004 Page 35 of 189 contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers’ liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for 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 City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. '-" u 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 City 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 City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. ~ init ,{tA init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. l'\ •~ Revised 6/12/18 Contract No. 6004 Page 36 of 189 Revised 6/12/18 Contract No. 6004 Page 37 of 189 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 City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or 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. /// /// /// /// /// /// /// /// /// /// /// /// /// '-" u 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 ACKNOWLEDGM~~,,'WJ~~CUTION BY ALL SIGNATORIES MUST BE A TT ACHED ,,, o~'o ........ lto ,,, ~ v ,,•f,~PO,q•,. '1; '; ~ "-' l c; ~-. C) ,:. ~ t:: SEAL ·,o-:. (CORPORATE SEAL) i !lJanua,y4.1822]~ ~ -:. c!) •.c, ,. •• · ~ .:-,, °"·1J..1,o~-1&.'..-· ~ ~ CONTRACTOR: ',,,, .... *... ,,,' CITY OF CARLSBAD a municipal corporation ,,,,,,11,,,,,, of the S~Califor ia _...oG:::.:r_,,,a"-'n=ite"'--"'C""'o.,_,n.>e;st""'ru=c=t=io.,_,n...oC::.;:oe.:.m'""p"°'a:::.:.n"""y ___ _ (name of son~J1°r) By:-~------------- By: ~~ KEITH BLACKBURN, Mayor (sign here) ATTEST: Scott McArthur, Vice President, Regional Ops (print name and title) By:~ =->,:/:3._ ~ (sign here) Andrew Burk, Area Manager (print name and title) 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 :~fyAtt~~ ~ City tto ey ,, •.,-Revised 6/12/18 Contract No. 6004 Page 38 of 189 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Ventura On May 4, 2023 before me, Susan Corkill, Notary Public (insert name and title of the officer) personally appeared Scott McArthur and Andrew Burk who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~~ (Seal) ········~ SUSAN CORKILL Notary Public • California • V@ntura County ~ Commission II 24'41'461 - y Comm. Explm 1'.r 29, 2027 GRANITE CONSTRUCTION COMP ANY CERTIFICATE OF SECRETARY RESOLVED, that, effective January 1, 2023 through December 31, 2023, the individuals named on the attached Exhibit 1 are authorized to negotiate, execute and/or attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid-related documents prepared and submitted on behalf of the Company not to exceed $75 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that, effective January 1, 2023 through December 31, 2023, the individuals named on the attached Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid-related documents prepared and submitted on behalf of the Company in excess of $75 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that, effective January 1, 2023 through December 31, 2023, the individuals named on the attached Exhibit I and Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper construction contract documents prepared and submitted on behalf of the Company relating to domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that the authority provided for herein shall be in accordance with applicable policies, procedures, and limits of authority previously approved and the Granite Construction Incorporated Delegation of Authority and Policy then in effect. I, M. Craig Hall, Secretary of GRANITE CONSTRUCTION COMPANY, a California corporation (the "Company"), do hereby certify that the following is a true and correct copy of resolutions duly adopted effective January I, 2023 by a Unanimous Written Consent of the Board of Directors in accordance with the provisions of Article III, Section 9 of the Bylaws of the Company; that the Directors acting were duly and regularly elected; and that the resolutions adopted have not been repealed and are still in full force and effect: Dated: January 1, 2023 EXHIBIT 1 AUTHORIZED SIGNERS Granite Construction Company California Group South Coast Region AUTHORIZED SIGNERS Scott McArthur, VP Regional Operations Andrew Burk, Area Manager Joe Buckley, Area Manager Michael A. Reddinger, Area Manager Brian Larinan, Chief Estimator Robert Sainsbury, Senior Estimator Angell Reyna, Senior Estimator David Martinez, Senior Estimator Lonnie Wall, Regional Controller ATTESTORS Andrew Burk, Area Manager Joe Buckley, Area Manager Michael A. Reddinger, Area Manager Robe11 Sainsbury, Senior Estimator Angell Reyna, Senior Estimator David Martinez, Senior Estimator Susan Corkill, Estimating Assistant Nadine Albert, Office Manager Tamara Gelinas, Office Manager Denise Tencza, Office Manager Lonnie Wall, Regional Controller Matt Beiswenger, Construction Manager Jon Hamilton, Constrnction Manager Greg Pitzer, LP Project Manager Grace Fry, Project Manager Jon Gonzalez, Project Manager Carlos Ruvalcaba, Project Manager EXHIBIT 2 AUTHORIZED SIGNERS Granite Construction Company AUTHORIZED SIGNERS Kyle T. Larkin, President & CEO Elizabeth L. Curtis, Executive Vice President James A. Radich, Executive Vice President & Chief Operating Officer Kenneth B. Olson, Senior Vice President of Corporate Finance & Treasurer Brian R. Dowd, Senior Vice President Group Operations Michael G. Tatusko, Senior Vice President Group Operations Bradley J. Williams, Senior Vice President Group Operations Premium Included In Perfommnce Bond Travelers: 107718001 Federal: K4 I 638229 CNA: 301 85831 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Granite Construction Company, (hereinafter designated as the "Principal"), a Contract for: AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVMENTS CONTRACT NO. 6004 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on fi le in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Granite Construction Company, as Principal, (hereinafter designated as the "Contractor"), and Travelers Casualty and Surety Company of America* as Surety, are held firmly bound unto the City of Carlsbad in the sum of two million nine hundred ninety-four thousand thirty-six dollars ($2,994,036), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications . . , f...-Revised 6/12/18 Contract No. 6004 Page 39 of 189 ,,\,111,,,,, ,,, ~\JCT/o 11, ,,'~, ····· .... . :ii, ,..,., ~ ~ ... ·;~oRArf··-. ~ ~ ~ 8tcJeh~~(iat Contractor is an individual, it is agreed that the death of any such Contractor ; \11~ ~~rirate the Surety from its obligations under this bond. -Y'.: ~s,•~, '-'~r ~ .... ~ ~, .. ~ ,!r,t, SEALED, this 3rd day of __ __.,:.wJ'.--------' 20.2.3..._ ,,, ,, ... ''''""'''\ G:..:.;ra::.:.n:.:.;it:.:.e-"C'-"o.:..:;ns::.:.tru=ct:.:.;io::.:.n:....;C:::.:o::.:.m::ip<-=a::..:.ny.,__ _____ ( SEAL )Travelers Casualty and Surety Company of America* (SEAL) (Principal) (Surety) By: ---4',~~./L...JC...-.,lctffb~~-- (Signature) Scott McArthur, VP Regional Operations (Print Name & Title) By: _\..,.___\ -~-A __.'(h __ ~~,---- V'°'ffeg'nature}' Isabel Barron, Attorney In Fact (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY-ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. MCMAHON ,, • ., Revised 6/12/18 Contract No. 6004 *Federal Insurance Company The Continental Insurance Company Jointly and Severally Liable **Whitehouse Station, NJ, Chicago, IL, respectively Page 40 of 189 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Ventura On May 4, 2023 before me, Susan Corkill, Notary Public (insert name and title of the officer) personally appeared _S_c_o_tt_M_c_A_rt_h_u_r ____________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature~~ an (Seal) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document 10 which this certificate is attached, and not the truthfulness. accuracy, or validity of that document. State of California County of Santa Cruz ACKNOWLEDGMENT on May 3, 2023 before me, Maria Gomez, Notary Public (insert name and title of the officer) personally appeared I sabel Barron who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature '---rl(Za,yj,J ~~ (Seal) Maria Gomez, NotaryPub}ic MARIA GOMEZ COMM. #2414077 :z Notary Public -California ~ Santa Cruz County ~ Comm. ires Se . 24, 2026 Aaii.. TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Isabel Barron of WATSONVILLE , callfomla , their true and lawful Attomey(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut City of Hartford ss. On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-In-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- f act for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding lo which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains In full force and effect. Dated this May 3, 2023 ~ 1:+.-t Kevin E. Hughes:ds1tanl Secretary To verify the authentldty of this Power of Attomey, please call us at l-800-421-3880. Please refer to the above-named Attomey(s}-ln-Fact and the details of the bond to which this Power of Attomey Is attached. CHUBB. Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wlsconsln corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Isabel Barron, John 0. Gilliland, Maria Gomez, Roberto J. Rivera•Rodriquez, Mariela Rubio, Ashley Stinson and Tobi Telesco of Watsonville, California •····························------···························-·························--------•-········· each as their true and lawful Attorney•ln•Fact to execute under such designation In their names and to amx their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed In the course of business, and any Instruments amending or altering the same, and consents to the modification or alteration of any Instrument referred to In said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and amxed their corporate seals on this 28" day of February, 2023. STATE OF NEW JERSEY County of Hunterdon ss. On this 28" day of February 2023 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANYandACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals amxed to the foregoing Power of Attorney are such corporate seals and were thereto amxed by authority of said Companies; and that their signatures as such omcers were duly affixed and subscribed by like authority. Notarial Seal Alban Contun.1 NOTAIIY PU8UC Of NEW JEIISEY NoS020230 Commission bplres ,...,..... 22.2027 CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, or bonds, undertakings, recognizances, contracts and other written commitments or the Company entered Into In the ordinary course or business (each a •written Commitment'"): (1) Each or the Chairman, the President and the Vice Presidents or the Company Is hereby authorized to execute any Written Commitment for and on be hair of the Company, under the seal or the Company or otherwise. (2) Each duly appointed attorney-In-fact of the Company ls hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. to the extent that such action Is authorized by the grant of powers provided for In such person's written appointment as such attorney-In-fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, for and on behalf of the Comp;rny, to appoint In writing any person the attorney-ln- ract or the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or othe.rwlse, such Written Comnlltmentsorthe Company as may be specified In such written appointment. which spedOcatlon may be by general type or class or Written Commitments or by spectncatlon or one or more particular Written Commitments. ( 4) Each of the Chairman. the President and the Vice Presidents of the Company Is hereby authorized. for and on behalf of the Company, to delegate In writing to any other officer of the Company the authority to execute, for and on behalf of the Comp•rny, under the Company's seal or otherwise, such Written Commlnnents of the Company as are specified In such written delegation, which spedHcatlon may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution., and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appolnnnent or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive stattment of the powers and authority or officers, employees and other persons to act for and on behalr ofthe Company, and such Resolutlon shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I. Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (1) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (11) the foregoing Power of Attorney Is true, correct and In full force and effect Given under my hand and seals of said Companies at Whitehouse Station, NJ, this May 3, 2023 IN THE EVENTYOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Tele hone 908 903· 3493 Fax 908 903· 3656 e-mail: sure @chubb.com Combined: FED-VIG-Pl•'M'IC-AAIC (rev. 11-19) POWER OF ATTORNEY APPOINTI NG INDIV IDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That The Continental Insurance Company, a Pennsylvania insurance company, is a duly organized and existing insurance company having its principal office in the City of Chicago, and State of Illinois, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint John D Gilliland, Jigisha Desai, Ashley Stinson, Tobi Stonich Telesco, Isabel Barron, Roberto J Rivera-Rodriguez, Maria Gomez, Mariela Rubio, Individually of Watsonville, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the insurance company and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Board of Directors of the insurance company. In Witness Whereof, The Continental Insurance Company has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 22nd day of June, 202 1. The Continental Insurance Company -/2Ll Paul T. Bruflat State of South Dakota, County of Minnehaha, ss: On this 22nd day of June, 202 1, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of The Continental Insurance Company, a Pennsylvania insurance company, described in and which executed the above instrument; that he knows the seal of said insurance company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said insurance company and that he signed his name thereto pursuant to like authority, and acknowledges san1e to be the act and deed of said insurance company . ......... ._... .......... ~ ......................... . ! M.BENT f f.,e,...NOTARY PUBLIC~$ :~sol/TH DAl<DL\~f ..... -........ ._ ............................ . My Commission Expires March 2, 2026 /YJ. ~ M. Bent Notary Public CERTIFICATE I, D. Johnson, Assistant Secretary of The Continental Insurance Company, a Pennsylvania insurance company, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of the insurance company printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance company this May 3, 2023 The Continental Insurance Company D . Johnson Assistant Secretary Form F6850-4/201 2 Go to www.cnasurety.com > Owner/ Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF THE CONTINENTAL INSURANCE COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the fo llowing By-Law duly adopted by the Board of Directors of the Company at a meeting held on May I 0, 1995. "RESOLVED: That any Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Group Vice President to the Secretary of the Company prior to such execution becoming effective. This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execution power of attorneys on behalf of The Continental Insurance Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012. "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds. undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic forniat (collectively, "Electronic Signatures"), Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." Premium Amount: $6,587.00 Travelers: I 0771800 I Federal: K4 l 638229 CNA: 30 I 8583 1 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Granite Construction Company, (hereinafter designated as the "Principal"), a Contract for: AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVMENTS CONTRACT NO. 6004 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Granite Construction Company, as Principal, (hereinafter designated as the "Contractor"), and Travelers Casualty and Surety Company of America* as Surety, are held firmly bound unto the City of Carlsbad in the sum of two million nine hundred ninety-four thousand thirty-six dollars ($2,994,036), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. ,, •+i' Revised 6/12/18 Contract No. 6004 Page 41 of 189 \\"""'''' ,,,, ~UC,: ,,,, ..,, ~~ ........ lo , $ o~-o~i.lh0~1'~~hat Contractor is an individual, it is agreed that the death of any such Contractor f ol•(ist~t~erate the Surety from its obligations under this bond . .. w ,121 -~- ;~~~l~Nj#i~ SEALED, this 3rd day of May , 20~ ~ ·P..-t1.,,~··-...~ ~ ,,,, o·•· .. w····· l-,,' ,, , .. <ltnff\ ction Company (Principal) (SEAL) Travelers Casualty and Surety Company of Amenca~SEAL.) (Surety) By: _____._.._~~~~..-C..-"'-=-=---By: \ ll ~~ ""'{Signature) (Signature) Scott McArthur, VP Regional Operations Isabel Barron, Attorney In Fact (Print Name & Title) (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. MCMAHON By: -l ,L,,.~--City Attor~e ~ ,, ._, Revised 6/12/18 Contract No. 6004 *Federal Insurance Company The Continental Insurance Company Jointly and Severally Liable **Whitehouse Station, NJ, Chicago, IL, respectively Page 42 of 189 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Ventura On May 4, 2023 before me, Susan Corkill, Notary Public (insert name and title of the officer) personally appeared Scott McArthur ----------------------------who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. c~ DzA"~ Signature ~ ~ (Seal) ········~ SUSAN CORKILL Notary Publlc • Callfornia z Ventura County ii: Commission I 24-41461 - y Comm. Expires Mir 29, 2027 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness, accuracy, or validity of that document. ACKNOWLEDGMENT State of California County of Santa Cruz on M ay 3, 2023 before me, Maria Gomez, Notary Public (insert name and title of the officer) personally appeared Isabel B arron who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~ ~m#( M aria Gomez, N otary Public (Seal) C C MARIA GOMEZ C t COMM. #24 14077 z Notary Public -California ~ Santa Cruz County ~ Comm. ires Se . 24, 2026 ~ TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Isabel Barron of WATSONVILLE , California , their true and lawful Attorney(s)--in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut City of Hartford ss. On this the 21st day of Aprll. 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 Anna P. Nowlk, Notary Public This Power of Attorney Is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President. any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President. the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this May 3, 2023 ~ t:"~-t Kevin E. Hughes,AssJtant Secretary To verify the authentldty of this Power of Attomey, please call us at 1 ·800-421 ·3880. Please refer to the above-named Attomey{s}-ln-Fact and the deul/s of the bond to which this Power of Attomey is attached. CHUBB' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Isabel Barron, John D. Gilliland, Maria Gomez, Roberto J. Rivera-Rodriquez, Mariela Rubio, Ashley Stinson and Tobi Telesco of Watsonville, California ----------------------------------------------------------------------------------------------- each as their true and lawful Attorney-In-Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof(other than bail bonds) given or executed In the course of business, and any Instruments amending or altering the same, and consents to the modification or alteration of any Instrument referred to In said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 28" day of February, 2023. STATE OF NEW IERSEY County of Hunterdon ss. Swphm \I 11:,nc,y. \'tel' l'm;idm1 On this 28" day of February 2023 before me, a Notary Public of New lersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President, respectively, ofFEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal Alban Cofttunl NOTARY PUBLIC Of NEW JERSEY No5020236!1 Comml .. lon bplrao Ausun 2.2.2027 CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "'RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undert'aklngs, recognizances, contracts and other written commitments of the Company entered Into In the ordinary course of business (each a "Written Commltment1: (1) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorlzed to execute any Written Commlbnent rorand on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney-In-fact of the Company Is hereby authorlz.ed to execute any Written Commitment for and on behalr of the Company, under the seal oflhe Company or otherwise, to the extent that such actJon Is authorized by the grant of powers provided for In such person's written appointment as such attorney-In-fact. (3) Each or the Chairman, the President and the Vice Presidents or the Company Is hereby authorized. for and on behalf of the Company, to appoint In writing any person the attorney-In- f act of the Company with full power and authority to e,cecute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commltmentsoflhe Company as may be specified In such written appointment. which speclftcatlon may be by general type or class of Written Commitments or by spedflcatlon of one or more particular Written Commitments. ( 4) Each of the Chairman. the President and the Vice Presidents of the Company Is hereby authorized, for and on behalf of the Company, to delegate In writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified In such written delegation, which speclftcatlon may be by general type or class of Written Commitments or by speclncatlon of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegatJon. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement or the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (I) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (II) the foregoing Power of Attorney is true, correct and in full force and effect Given under my hand and seals of said Companies at Whitehouse Station, NJ. this May 3, 2023 IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT, Tele hone 908 903· 3493 Fax 908 903· 3656 e-mail, sure @chubb.com Combined: FED-VlG-PI-WFIC-AAIC (rev.11-19) POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, Thal The Continental Insurance Company, a Pennsylvania insurance company, is a duly organized and existing insurance company having its principal office in the City of Chicago. and State of Illinois, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint John D Gilliland, Jigisha Desai, Ashley Stinson, Tobi Stonich Telesco, Isabel Barron, Roberto J Rivera-Rodriguez, Maria Gomez, Mariela Rubio, Individually of Watsonville, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and lo bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the insurance company and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated. by the Board of Directors of the insurance company. In Witness Whereof, The Continental Insurance Company has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 22nd day of June, 2021. The Continental Insurance Company -£2Ll Paul T. Bruflat State of South Dakota, County of Minnehaha, ss: On this 22nd day of June, 2021. before me personally can1e Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of The Continental Insurance Company, a Pennsylvania insurance company, described in and which executed the above instrument; that he knows the seal of said insurance company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said insurance company and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance company . ................................ ~ .... -.-..... f M.BENT f J,e.,,_NOTAAY PUBUC,e.,,_~ $~SOUTH DAKOTA~ ................................................. My Commission Expires March 2, 2026 /YJ. ~ M. Bent Notary Pub I ic CERTIFICATE I, D. Johnson, Assistant Secretary of The Continental Insurance Company, a Pennsylvania insurance company, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of the insurance company printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance company this May 3, 2023 The Continental Insurance Company D. Johnson Assistant Secretary Form F6850-4/2012 Go to www.cnasurety.com >Owner/ Obligee Services> Validate Bond Coverage, If you want to verify bond authenticity. Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF THE CONTINENTAL INSURANCE COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company at a meeting held on May 10, 1995. "RESOL YEO: That any Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Group Vice President to the Secretary of the Company prior to such execution becoming effective. This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execution power of attorneys on behalf of The Continental Insurance Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012. "Whereas. the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, ·'Electronic Signatures"), Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and Granite Construction Company whose address is 585 West Beach Street, Watsonville, California 95076 hereinafter called "Contractor" and __________________ _ whose address is ---------------------------hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as 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 City pursuant to the Construction Contract entered into between the City and Contractor for AVENIDA ENCINAS COASTAL RAIL TRAIL AND PEDESTRIAN IMPROVMENTS CONTRACT NO. 6004 in the amount of $2,944,036 dated ______ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. {'\ •+;' Revised 6/12/18 Contract No. 6004 Page 43 of 189 Revised 6/12/18 Contract No. 6004 Page 44 of 189 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and 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 City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the 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 City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address ,~ 4-. Revised 6/12/18 Contract No. 6004 Page 45 of 189 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 City: Title MAYOR Name Signature Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address ,~ 4-. March 28, 2023 ADDENDUM NO. 1 RE: AVENIDA ENCINAS COASTAL RAIL TRAIL & PEDESTRIAN IMPROVEMENTS-SEGMENT 2 BID NO. PWS23-21 00TRAN ( Cicyof Carlsbad Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in date for the above-mentioned bid. New date for bid opening is: April 19, 2023 Time remains the same: 11 a.m. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. ~$ Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 '"":iirJJ«.:........i,~---=---ck.JJt!::::z;_--=~--=:......;;;;~---'-/=-S.:::.co:::.:t:..:.t ~McArthur, Vice President, Regional Operations Bidder's Signature Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD Avenida Encinas Coastal Rail Trail & Pedestrian Improvements-Segment 2 From: Contract No. 6004 Bid No. PWS23-21 00TRAN Addendum No. 1 Graham Jordan, Contract Administrator Phone: 442-339-2462 graham.jordan@carlsbadca.gov No. of Pages: 2 pages (including this page) Date: March 28, 2023 Bid Opening Date: April 19, 2023 -11 :00 a.m. (changed) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. Please note change in bid opening date for the above-mentioned bid. New date and time for bid opening is: Wednesday, April 19, 2023, 11 a.m. MODIFICATIONS, DELETIONS, AND ADDITIONS TO THE NOTICE INVITING BIDS ITEM NO. 1: DUE DATE Change the due date wherever it is referenced in the Request for Bids to April 19, 2023, at 11 a.m. ITEM NO. 2: BIDDER'S INQUIRIES Change the questions due date to Thursday, April 6, 2023, at 5 p.m. Change the answers to questions submitted during the bidding period to Wednesday, April 12, 2023. Contract No. 6004 -Bid No. PWS23-2100TRAN Addendum No. 1 1 QUESTIONS AND ANSWERS Questions relating to the project must go directly to the City's Public Works Contract Administration Division. The City is not responsible for any information obtained through other means. 1. What is the required DBE participation for this project? There is no percentage DBE requirement for this project. The City of Carlsbad encourages all bidders to utilize DBE suppliers, manufacturers, fabricators, and subcontractors. 2. Can you clarify where item A-22 Cold Mill 3" AC and dispose of grindings takes place on the project? The 3" cold mill shall be in locations as directed by the engineer for asphalt concrete patch. 3. If item 22A is being performed will there be AC going back and under which item will this be paid? Asphalt concrete replacement for both the 2" and 3" cold mill shall be paid per bid item A-25 asphalt concrete overlay per ton. 4. Sheet 3 proposed pavement section detail shows 6" AC over 8" Aggregate base, and the ramp and bulb out detail sheets 14-19 note 22 states 4" AC over 8" Aggregate base. Please confirm which pavement section is correct. All new pavement sections shall be 6" asphalt concrete over 8" aggregate base per the pavement section detail on sheet 3. Construction notes 22 should be 6" and not 4". 5. Section 6-7.2 Working Day states that the hours of work shall be 8:30 am to 3:30 pm. Please confirm that all work, including item A-21 Milling AC and item A-25 AC overlay, are to be performed Monday through Friday 8:30 am to 3:30 pm. As outlined in 6-7.2 of the project specifications, "Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:30 a.m. and 3:30 p.m. on Mondays through Fridays, excluding Agency holidays." 6. Can you please provide a count for Bid item 6 adjust utilities to grade. The project plans note several traffic signal pull boxes, one sewer manhole, one storm drain cleanout, one water valve, and one water meter box to be adjusted to grade in those area of new curb ramps and curb bulb outs. All utilities within the project limits that are affected by proposed construction resulting is a differing final grade shall be adjusted to grade per the project plans and specifications. Contract No. 6004 -Bid No. PWS23-2100TRAN Addendum No. 1 2 April 17, 2023 ADDENDUM NO. i RE: AVENIDA ENCINAS COASTAL RAIL TRAIL & PEDESTRIAN IMPROVEMENTS-SEGMENT 2 BID NO. PWS23-2100TRAN ( City of Carlsbad Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in date for the above-mentioned bid . New date for bid opening is: April 20, 2023 2 p.m. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. ~~ -GRAHA~ Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD Avenida Encinas Coastal Rail Trail & Pedestrian Improvements-Segment 2 From: Contract No. 6004 Bid No. PWS23-21 00TRAN Addendum No. 2 Graham Jordan, Contract Administrator Phone: 442-339-2462 graham.jordan@carlsbadca.gov No. of Pages: 1 page (including this page) Date: April 17, 2023 Bid Opening Date: April 20, 2023 -2 p.m. (changed) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. Please note change in bid opening date for the above-mentioned bid. New date and time for bid opening is: Thursday, April 20, 2023, 2 p.m. MODIFICATIONS, DELETIONS, AND ADDITIONS TO THE NOTICE INVITING BIDS ITEM NO. 1: DUE DA TE Change the due date wherever it is referenced in the Request for Bids to April 20, 2023, at 2 p.m. Contract No. 6004 -Bid No. PWS23-2100TRAN Addendum No. 2 Revised 6/15/17 Contract No. 6004 Page 46 of 189 GENERAL PROVISIONS FOR AVENIDA ENCINAS COASTAL RAIL TRAIL PROJECT AND PEDESTRIAN IMPROVEMENTS, SEGMENT 2 CONTRACT NO. 6004 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS – Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown”, "indicated”, "detailed”, "noted”, "scheduled”, or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed”, "designated”, "selected”, or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal”, "approved equal”, "equivalent”, and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer”, unless otherwise stated. Where the words "approved”, "approval”, "acceptance”, or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. 0 Revised 6/15/17 Contract No. 6004 Page 47 of 189 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 City of Carlsbad, California. Agreement – See Contract. Assessment Act Contract – A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base – A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid – The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder – Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board – The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond – Bid, performance, and payment bond or other instrument of security. City Council – the City Council of the City of Carlsbad. City Manager – the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract – A Contract financed by means other than special assessments. Change Order – A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code – The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager– the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. Contract – The written agreement between the Agency and the Contractor covering the Work. Contract Documents – Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including 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 from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. 0 Revised 6/15/17 Contract No. 6004 Page 48 of 189 Contractor – The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term “prime contractor” shall mean Contractor. Contract Price – The total amount of money for which the Contract is awarded. Contract Unit Price – The amount stated in the Bid for a single unit of an item of work. County Sealer – The Sealer of Weights and Measures of the county in which the Contract is let. Days – Days shall mean consecutive calendar’s days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection – The Construction Manager’s immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board – Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier – Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer – The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile – Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer – A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer – A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire – The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm – The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item – A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification – Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award – The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed – A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. 0 Revised 6/15/17 Contract No. 6004 Page 49 of 189 Own Organization - When used in Section 2-3.1 – Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 “own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person – Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans – The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract – Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector – The Engineer’s designated representative for inspection, contract 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. 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. Storm Drain – Any conduit and appurtenances intended for the reception and transfer of storm water. 0 Revised 6/15/17 Contract No. 6004 Page 50 of 189 Street – Any road, highway, parkway, freeway, alley, walk, or way. Subbase – A layer of specified material of planned thickness between a base and the subgrade. Subcontractor – An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade – For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision – Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement – A written amendment of the Contract Documents signed by both parties. Supplemental Provisions – Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety – Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne – Also referred to as “metric ton”. Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility – Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private 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. 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. 0 Revised 6/15/17 Contract No. 6004 Page 51 of 189 1-3.2 Common Usage Abbreviation Word or Words ABAN .............................................................Abandon ABAND .......................................................Abandoned ABS ........................ Acrylonitrile – butadiene – styrene AC .................................................... Asphalt Concrete ACP ........................................... Asbestos cement pipe ACWS ..................... Asphalt concrete wearing surface ALT ................................................................Alternate APTS ................................. Apartment and Apartments AMER STD ................................... American Standard AWG ............... American Wire Gage (nonferrous wire) BC .................................................. Beginning of curve BCR ....................................... Beginning of curb return BDRY ............................................................Boundary BF ..................................................... Bottom of footing BLDG ........................................ Building and Buildings BM ............................................................. Bench mark BVC .................................... Beginning of vertical curve B/W ........................................................... Back of wall C/C ..................................................... Center to center CAB ...................................... Crushed aggregate base CAL/OSHA ............ California Occupational Safety and Health Administration CalTrans ....... California Department of Transportation CAP .................................... Corrugated aluminum pipe CB ............................................................. Catch Basin Cb ........................................................................ Curb CBP ............................... Catch Basin Connection Pipe CBR ....................................... California Bearing Ratio CCR ............................ California Code of Regulations CCTV ............................................... Closed Circuit TV CES .......................... Carlsbad Engineering Standards CF ................................................................ Curb face CF ................................................................ Cubic foot C&G .................................................... Curb and gutter CFR ................................ Code of Federal Regulations CFS ......................................... Cubic Feet per Second CIP ......................................................... Cast iron pipe CIPP ................................................ Cast-in place pipe CL ............................................. Clearance, center line CLF .................................................... Chain link fence CMB ............................... Crushed miscellaneous base CMC ......................................... Cement mortar-coated CML ............................................ Cement mortar-lined CMWD .................... Carlsbad Municipal Water District CO .................................................... Cleanout (Sewer) COL ..................................................................Column COMM ....................................................... Commercial CONC ........................................................... Concrete CONN ........................................................ Connection CONST .................................. Construct, Construction COORD ...................................................... Coordinate CSP ............................................ Corrugated steel pipe CSD ............................... Carlsbad Standard Drawings CTB ............................................ Cement treated base CV ............................................................ Check valve CY ............................................................... Cubic yard D .............................................................. Load of pipe dB ................................................................... Decibels DBL .................................................................. Double DF ............................................................... Douglas fir DIA ................................................................ Diameter DIP ..................................................... Ductile iron pipe DL ................................................................Dead load DR ...................................................... Dimension Ratio DT .................................................................Drain Tile DWG ............................................................... Drawing DWY .............................................................. Driveway DWY APPR ................................... Driveway approach E ....................................................................... Electric EA ........................................................................ Each EC ............................................................ End of curve ECR ................................................ End of curb return EF ................................................................ Each face EG ......................................................... Edge of gutter EGL .................................................. Energy grade line EI ................................................................... Elevation ELC ..................................... Electrolier lighting conduit ELT ........................................................ Extra long ton ENGR ....................................... Engineer, Engineering EP ................................................... Edge of pavement ESMT ........................................................... Easement ETB .......................................... Emulsion-treated base EVC ............................................... End of vertical curb EWA ............................... Encina Wastewater Authority EXC ............................................................ Excavation EXP JT ................................................. Expansion joint EXST ............................................................... Existing F .................................................................. Fahrenheit F&C ................................................... Frame and cover F&I .................................................. Furnish and install FAB ............................................................... Fabricate FAS ............................................... Flashing arrow sign FD ............................................................... Floor drain FDN ............................................................ Foundation FED SPEC ................................. Federal Specification FG ........................................................ Finished grade FH ............................................................. Fire hydrant FL ................................................................... Flow line FS ...................................................... Finished surface FT-LB .........................................................Foot-pound FTG .................................................................. Footing FW ............................................................ Face of wall G ........................................................................... Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons GALV ......................................................... Galvanized GAR ........................................... Garage and Garages GIP .............................................. Galvanized iron pipe GL ........................................ Ground line or grade line GM .............................................................. Gas meter GNV ............................................... Ground Not Visible GP ..................................................................Guy pole GPM ................................................ gallons per minute GR ...................................................................... Grade GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe Revised 6/15/17 Contract No. 6004 Page 52 of 189 H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HDWL ........................................................... Headwall HGL .............................................. Hydraulic grade line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation ID ........................................................ Inside diameter INCL ...............................................................Including INSP .............................................................Inspection INV ...................................................................... Invert IP .................................................................... Iron pipe JC ..................................................... Junction chamber JCT .................................................................Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ Length LAB ............................................................. Laboratory LAT ................................................................... Lateral LB ...................................................................... Pound LD ..................................................... Local depression LF ................................................................ Linear foot LH ............................................................... Lamp hole LL ...................................................................Live load LOL .............................................................Layout line LONG ........................................................Longitudinal LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) LS ................................................................ Lump sum LTS .................................................... Lime treated soil LWD ............................... Leucadia Wastewater District MAINT ..................................................... Maintenance MAX ............................................................. Maximum MCR ............................................ Middle of curb return MEAS ............................................................. Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ..................................................... Miscellaneous MOD ................................................... Modified, modify MON ............................................................ Monument MSL .. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine MULT ...............................................................Multiple MUTCD .....Manual on Uniform Traffic Control Devices MVL ............................................... Mercury vapor light NCTD .............................. North County Transit District NRCP .............................. Nonreinforced concrete pipe OBS ...............................................................Obsolete OC ................................................................ On center OD ..................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................ Overhead Electric OMWD ................. Olivenhain Municipal Water District OPP ...............................................................Opposite ORIG ................................................................Original PB ................................................................... Pull box PC .................................................... Point of curvature PCC ....................... Portland cement concrete or point of compound curvature PCVC ....................... Point of compound vertical curve PE ........................................................... Polyethylene PI .................................................. Point of intersection PL ............................................................. Property line PMB ............................ Processed miscellaneous base POC ...................................................... Point on curve POT .................................................... Point on tangent PP .............................................................. Power pole PRC .......................................... Point of reverse curve PRVC ............................ Point of reverse vertical curve PSI ......................................... Pounds per square inch PT .................................................... Point of tangency PVC .................................................. Polyvinyl chloride PVMT ........................................................... Pavement PVT R/W ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius R&O ......................................................... Rock and oil R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete 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 0 Revised 6/15/17 Contract No. 6004 Page 53 of 189 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 AISC ....................................................................American Institute of Steel Construction ANSI ...................................................................... American National Standards Institute API ...................................................................................... American Petroleum Institute AREA ............................................................ American Railway Engineering Association ASTM ............................................................ American Society for Testing and Materials AWPA................................................................. American Wood Preservers Association AWS ........................................................................................ American Welding Society AWWA ....................................................................... American Water Works Association FHWA.............................................................................. Federal Highway Administration GRI ................................................................................. Geosynthetic Research Institute NEMA ......................................................... National Electrical Manufacturers Association NOAA ................ National Oceanic and Atmospheric Administration (Dept. of Commerce) UL .................................................................................... Underwriters’ Laboratories Inc. USGS ............................................................................. United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. 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. Revised 6/15/17 Contract No. 6004 Page 54 of 189 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) ....................................................................................25.4 micrometer (m) 1 inch (in) ..............................................................................................25.4 millimeter (mm) 1 inch (in) ..............................................................................................2.54 centimeter (cm) 1 foot (ft) ................................................................................................0.3048 meter (m) 1 yard (yd) .............................................................................................0.9144 meter (m) 1 mile (mi) .............................................................................................1.6093 kilometer (km) 1 square foot (ft2) ..................................................................................0.0929 square meter (m2) 1 square yard (yd2) ................................................................................0.8361 square meter (m2) 1 cubic foot (ft3) .....................................................................................0.0283 cubic meter (m3) 1 cubic yard (yd3) ..................................................................................0.7646 cubic meter (m3) 1 acre ....................................................................................................0.4047 hectare (ha) 1 U.S. gallon (gal) .................................................................................3.7854 Liter (L) 1 fluid ounce (fl. oz.) ..............................................................................29.5735 millileter (mL) 1 pound mass (lb) (avoirdupois) ...........................................................0.4536 kilogram (kg) 1 ounce mass (oz) .................................................................................0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................0.9072 Tonne (= 907 kg) 1 Poise ..................................................................................................0.1 pascal . second (Pa . s) 1 centistoke (cs) ....................................................................................1 square millimeters per second (mm2/s) 1 pound force (lbf) .................................................................................4.4482 Newton (N) 1 pounds per square inch (psi) .............................................................6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) .................................................................1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf).......................................................................1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ...............................................1.3558 Watt (W) 1 part per million (ppm) .........................................................................1 milligram/liter (mg/L) TEMPERATURE UNITS AND ABBREVIATIONS Degree Fahrenheit (°F): ........................................................................Degree Celsius (°C): °F = (1.8 x °C) + 32 ...............................................................................°C = (°F – 32)/1.8 SI UNITS (ABBREVIATION) COMMONLY USED IN BOTH SYSTEMS 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (lm) 1 second (s) COMMON METRIC PREFIXES kilo (k) ....................................................................................................103 centi (c)..................................................................................................10-2 milli (m) ..................................................................................................10-3 micro () ................................................................................................10-6 nano (n) .................................................................................................10-9 pico (p) ..................................................................................................10-12 1-5 SYMBOLS  Delta, the central angle or angle between tangents  Angle % Percent ‘ Feet or minutes “ Inches or seconds 1 Number / per or (between words) ° Degree PL Property line CL Centerline SL Survey line or station line Revised 6/15/17 Contract No. 6004 Page 55 of 189 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. 0 Revised 6/15/17 Contract No. 6004 Page 56 of 189 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 City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated “Specialty Items” may be performed by subcontract, and the amount of any such “Specialty Items” so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. “Specialty Items” will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. 0 Revised 6/15/17 Contract No. 6004 Page 57 of 189 The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1. An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2. A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans consist of the Avenida Encinas Coastal Rail Trail and Pedestrian Improvements Plan Set. The first set is designated as City of Carlsbad Drawing No.536-6 and consists of 29 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County 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, the Caltrans Standard Plans, and California Manual of Uniform Traffic Control Devices. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. 0 Revised 6/15/17 Contract No. 6004 Page 58 of 189 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 between 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 Provisions, Technical Specifications, and Supplemental Provisions. 6. Plans. 7. Standards plans. a. City of Carlsbad Standard Drawings. b. Carlsbad Municipal Water District Standard Drawings. c. City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d. San Diego Area Regional Standard Drawings. e. Traffic Signal Design Guidelines and Standards. f. State of California Department of Transportation Standard Plans. g. State of California Department of Transportation Standard Specifications. h. California Manual on Uniform Traffic Control Devices (CA MUTCD). 8. Standard Specifications for Public Works Construction, as amended. 9. Reference Specifications. 10. Manufacturer’s Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3 Submittals. 0 Revised 6/15/17 Contract No. 6004 Page 59 of 189 2-5.3.1 General. Submittals shall be provided, at the Contractor’s expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label ‘4-C’ would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor’s letterhead. The Letter of Transmittal shall contain the following: 1. Project title and Agency contract number. 2. Number of complete sets. 3. Contractor’s certification statement. 4. Specification section number(s) pertaining to material submitted for review. 5. Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6. Description of the contents of the submittal. 7. Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval.” By: __________________________________ Title: ______________________________ Date: ________________________________ Company Name: ______________________________________________________________ 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one 0 Revised 6/15/17 Contract No. 6004 Page 60 of 189 copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Title Subject 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facilities Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wiring Diagrams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1. List of Subcontractors per 2-3.2. 2. List of Materials per 4-1.4. 3. Certifications per 4-1.5. 4. Construction Schedule per 6-1. 5. Confined Space Entry Program per 7-10.4.4. 6. Concrete mix designs per 201-1.1. 7. Asphalt concrete mix designs per 203-6.1. 8. Data, including, but not limited to, catalog sheets, manufacturer’s brochures, technical Revised 6/15/17 Contract No. 6004 Page 61 of 189 bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefor. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor’s responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 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 or Record of Survey as appropriate. Survey monuments within conflict with the proposed improvements to be establish in location and to be replaced include: 0 Revised 6/15/17 Contract No. 6004 Page 62 of 189 Monument X, Y Coordinate FOUND LEAD AND DISK RCE27214 1984786.8813 6235428.5754 FOUND LEAD AND DISK LS5276 1984720.1778 6235446.7621 FOUND LEAD AND DISK RCE33069 1982164.7647 6236308.7687 FOUND LEAD AND DISK O'DAY RCE27214 1979839.4141 6237357.6205 FOUND LEAD AND DISK RCE27214 1979841.1729 6237356.6922 FOUND LEAD AND DISK O'DAY RCE27214 1979849.9084 6237379.7963 FOUND LEAD AND DISK RCE27214 1979851.7685 6237379.0212 FOUND LEAD AND DISK O'DAY RCE27214 1979910.9933 6237307.8692 FOUND LEAD AND DISK RCE27214 1979414.9724 6236961.9467 FOUND LEAD AND DISK RCE27214 1979415.8062 6236960.1188 FOUND LEAD AND DISK RCE27214 1979381.0027 6236948.5521 FOUND LEAD AND DISK RCE27214 1979381.6354 6236946.6465 FOUND LEAD AND DISK RCE27214 1979410.3518 6236867.3797 FOUND LEAD AND DISK RCE27214 1979417.0181 6236857.2255 FOUND LEAD AND DISK RCE27214 1979450.9921 6236870.5921 FOUND LEAD AND DISK RCE27214 1979448.9401 6236882.5665 FOUND LEAD & TACK 1978827.6950 6236175.8537 FOUND LEAD & TACK 1978849.6353 6236226.4552 FOUND LEAD & TACK 1978784.5915 6236246.5051 When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research, monument preservation (include re-setting all monuments disturbed by construction and filling the appropriate Record of Survey or Corner Record), and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data. All surveying data submittals shall conform to the requirements of Section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2” by 11”) paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such Revised 6/15/17 Contract No. 6004 Page 63 of 189 map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer’s review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements. Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Stake Description  Centerline or Parallel to Centerline Spacing,  Lateral Spacing ,  Setting Tolerance (Within) Street Centerline SDRS M-10 Monument 1000’, Street Intersections, Begin and end of curves, only when shown on the plans on street centerline 0.02’ Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, painted line on PCC & AC surfaces lath - Intervisible,  50’ on tangents &  25’ on curves, Painted line - continuous at clearing line 1’ Horizontal Asphalt Pavement Finish Course RP, paint on previous course  25’ or as per the intersection grid points shown on the plan whichever provides the denser information edge of pavement, paving pass width, crown line & grade breaks 3/8” Horizontal & 1/4” Vertical Curb RP + Marker Stake  25’, BC & EC, at ¼, ½ & ¾ on curb returns & at beginning & end (constant offset) 3/8” Horizontal & 1/4” Vertical Traffic Signal  Vertical locations shall be based on the ultimate elevation of curb and sidewalk Signal Poles & Controller  RP + Marker Stake at each pole & controller location as appropriate 3/8” Horizontal & 1/4” Vertical Junction Box  RP + Marker Stake at each junction box location as appropriate 3/8” Horizontal & 1/4” Vertical Signs  RP + Marker Stake + Line At sign location Line point 0.1’ Vertical & Horizontal I - - - - - I I I I Revised 6/15/17 Contract No. 6004 Page 64 of 189 Feature Staked Stake Description  Centerline or Parallel to Centerline Spacing,  Lateral Spacing ,  Setting Tolerance (Within) Point +Guard Stake Markers  RP + Marker Stake for asphalt street surfacing  50’ on tangents & curves when R 1000’ &  25’ on curves when R  1000’. At marker location(s) 1/4” Horizontal Pavement Markers RP 200’ on tangents, 50’ on curves when R  1000’ & 25’ on curves when R  1000’. For PCC surfaced streets lane cold joints will suffice at pavement marker location(s) 1/4” Horizontal  Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature  Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table  Perpendicular to centerline.  Some features are not necessarily parallel to centerline but are referenced thereto   means greater than, or equal to, the number following the symbol.  means less than, or equal to, the number following the symbol. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(B) TABLE 2-9.2.2(B) Survey Stake Color Code for Construction Staking Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, centerline, alignments, etc. White/Red Vertical Control Benchmarks White/Orange Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Yellow Structure Bridges, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Blue Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Orange * Flagging and marking cards, if used. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the bid item for Surveying and Reset Survey Monument (Each). 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 in the bid item for Reset Survey Monument and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. - I J I J J - J -J - - - - - --I I - Revised 6/15/17 Contract No. 6004 Page 65 of 189 Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 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. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. 0 Revised 6/15/17 Contract No. 6004 Page 66 of 189 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 150 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. 0 Revised 6/15/17 Contract No. 6004 Page 67 of 189 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 with Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, 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. 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 0 Revised 6/15/17 Contract No. 6004 Page 68 of 189 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. 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 0 Revised 6/15/17 Contract No. 6004 Page 69 of 189 nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors’ invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1. Labor …………………………..… 20 2. Materials .……………………….. 15 3. Equipment Rental ……………… 15 4. Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 0 Revised 6/15/17 Contract No. 6004 Page 70 of 189 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; 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 City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. “The undersigned certifies that the above statements are made in full cognizance of the California 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.” 0 Revised 6/15/17 Contract No. 6004 Page 71 of 189 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, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 0 Revised 6/15/17 Contract No. 6004 Page 72 of 189 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) “Claim” means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) “Contractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) “Public entity” means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) “Public entity” shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v) The Military Department as to any project under the jurisdiction of that department. (vi) The Department of General Services as to all other projects. (vii) The High-Speed Rail Authority. (4) “Public works project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) “Subcontractor” means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and 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. 0 Revised 6/15/17 Contract No. 6004 Page 73 of 189 (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. (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 0 Revised 6/15/17 Contract No. 6004 Page 74 of 189 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 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. 0 Revised 6/15/17 Contract No. 6004 Page 75 of 189 (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. 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 0 Revised 6/15/17 Contract No. 6004 Page 76 of 189 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. 0 Revised 6/15/17 Contract No. 6004 Page 77 of 189 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 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, 0 Revised 6/15/17 Contract No. 6004 Page 78 of 189 Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor’s responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after 0 Revised 6/15/17 Contract No. 6004 Page 79 of 189 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. 0 Revised 6/15/17 Contract No. 6004 Page 80 of 189 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator’s platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials’ tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient’s agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the 0 Revised 6/15/17 Contract No. 6004 Page 81 of 189 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. 0 Revised 6/15/17 Contract No. 6004 Page 82 of 189 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 exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. 0 Revised 6/15/17 Contract No. 6004 Page 83 of 189 Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor’s operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as “abandoned” or “to be abandoned in place”. Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2006 Edition. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and 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 0 Revised 6/15/17 Contract No. 6004 Page 84 of 189 compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor’s actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. 0 Revised 6/15/17 Contract No. 6004 Page 85 of 189 SECTION 6 – PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. 6-1.1 Construction Schedule. After notification of award of the Contract and prior to start of any work, the Contractor shall submit its proposed construction schedule to the Engineer for approval. The construction schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show chronological relationship of all activities of the Work. These include, but are not limited to: estimated starting and completion dates of various activities, submission of submittals per 3-8.3, procure of material and scheduling of equipment. The construction schedule shall incorporate the requirements of 402-5 and reflect completion of the Work within the specific Contract time and in conformance with the Contract Documents. If the Contractor desires to make a major change in the method of operations after commencing construction, or if the schedule fails to reflect the actual progress, the Contractor shall submit to the Engineer a revised construction schedule in advance of beginning revised operations. 6-1.2 Commencement of the Work. Unless otherwise specified, the Contract time shall commence upon the date of issuance of the Notice to Proceed. The Work shall start within 15 Days thereafter and be diligently prosecuted to completion within the Contract time. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor’s Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes demolition and installation of all new curbs, curb ramps, and medians to as not to disrupt the normal traffic patterns, timing procurement of traffic signal materials, and final pavement rehabilitation and roadway re-striping. To minimize public disruptions, work may only be performed on one side of private drives or cross streets at a time, and work on the other side may not commence until all work and improvements have been completed on the original side. 0 Revised 6/15/17 Contract No. 6004 Page 86 of 189 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-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. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency’s interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board’s opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board’s consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. 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 0 Revised 6/15/17 Contract No. 6004 Page 87 of 189 premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor’s inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a timely manner in accordance with the sequence of the Contractor’s operations and the approved construction schedule. If delays beyond the Contractor’s control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor’s control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 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 0 Revised 6/15/17 Contract No. 6004 Page 88 of 189 equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 350 working days after the starting date specified in the Notice to Proceed. This includes procurement of materials. 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. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:30 a.m. and 3:30 p.m. on Mondays through Fridays, excluding Agency holidays. 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. 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. Revised 6/15/17 Contract No. 6004 Page 89 of 189 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor’s written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer’s judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor’s sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6- 6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of One Thousand Dollars ($1,000.00). 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 $1,000.00 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the 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. 0 Revised 6/15/17 Contract No. 6004 Page 90 of 189 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.” 0 Revised 6/15/17 Contract No. 6004 Page 91 of 189 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 therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all 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. 7-6 THE CONTRACTOR’S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor’s representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 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. 0 Revised 6/15/17 Contract No. 6004 Page 92 of 189 The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor’s Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer’s cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 0 Revised 6/15/17 Contract No. 6004 Page 93 of 189 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 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 comply with the California State Water Resources Control Board (SWRCB) Order Number 2022-0057-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR’s) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. The Contractor shall prepare and submit to the Engineer a Water Pollution Control Plan in accordance with City of Carlsbad Standards. 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 0 Revised 6/15/17 Contract No. 6004 Page 94 of 189 concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be 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 reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor’s operations shall cause no unnecessary 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. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. 0 Revised 6/15/17 Contract No. 6004 Page 95 of 189 Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. To minimize public disruptions, work may only be performed on one side of private drives or cross streets at a time, and work on the other side may not commence until all work and improvements have been completed on the original side. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City’s contracted waste disposal company, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor’s permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix “A”. In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in 0 Revised 6/15/17 Contract No. 6004 Page 96 of 189 advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer ............................................................................ 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 0 Revised 6/15/17 Contract No. 6004 Page 97 of 189 Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, most recent California Manual on Uniform Traffic Control Devices and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be 7” long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor’s vehicles or equipment are parked on the shoulder within 6’ of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25’ intervals to a point not less than 25’ past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 0 Revised 6/15/17 Contract No. 6004 Page 98 of 189 7-10.3.2 Maintaining Traffic. During the entire construction, a minimum of one lane of paved traffic lanes, not less than 12’ wide, shall be open for use by public traffic in each direction of travel. Two-way traffic shall be maintained at all times into all driveways, cross streets, and private streets. 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, the most recent California Manual on Uniform Traffic Control Devices 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 stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the most recent California Manual on Uniform Traffic Control Devices 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 New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the 0 Revised 6/15/17 Contract No. 6004 Page 99 of 189 Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer’s review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer’s approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer’s review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the most recent California Manual on Uniform Traffic Control Devices as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer’s sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control plans and implementation" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and updates to traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control Plans and implementation." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefore. Progress payments for "Traffic Control Plans and Implementation" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued 0 Revised 6/15/17 Contract No. 6004 Page 100 of 189 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 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 0 Revised 6/15/17 Contract No. 6004 Page 101 of 189 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. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer’s approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: 0 Revised 6/15/17 Contract No. 6004 Page 102 of 189 “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.” 0 Revised 6/15/17 Contract No. 6004 Page 103 of 189 SECTION 8 – FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. All facilities provided for Agency personnel shall be at suitable locations approved by the Engineer. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. A Class “A” Field Office in accordance with Section 8-2.1 shall be provided at any offsite plant facility furnishing pipe subject to Agency inspection during manufacture. A Field Laboratory in accordance with Section 8-3.1 shall be provided at any offsite or project site plant facility furnishing Portland cement concrete or asphalt paving material. Any other facilities for Agency personnel shall be provided only when required by the Specifications. Offices and laboratories at plants may be used concurrently by inspection personnel of other agencies provided such use does not 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. 0 Revised 6/15/17 Contract No. 6004 Page 104 of 189 SECTION 9 – MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster’s certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated “Lump Sum”, “L.S.”, or “Job”, shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT. 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. 0 Revised 6/15/17 Contract No. 6004 Page 105 of 189 Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor’s request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor’s responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6- 10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice of Completion.” If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor’s failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency’s payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete 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 0 Revised 6/15/17 Contract No. 6004 Page 106 of 189 with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of 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. 0 Revised 6/15/17 Contract No. 6004 Page 107 of 189 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. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at The Contract lump-sum price paid for mobilization shall not exceed one hundred thousand dollars ($100,000), and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: 0 Revised 6/15/17 Contract No. 6004 Page 108 of 189 For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefor. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned 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 their expense. Mobilization (Bid Item No. 1) Lump Sum The contract unit price paid for this bid item shall constitute full compensation for mobilization and demobilization per the Standard Specifications and these Special Provisions including and not limited to furnishing and installing, complete and in place all the necessary site preparatory work and operations, including those necessary for movement of personnel, equipment, supplies, and incidentals to the project site for the establishment and upkeep of temporary facilities, sanitary facilities, permits (unless otherwise specified in other Bid Items), maintenance of project site including trash and litter pickup, offices, buildings, and other facilities necessary for work on the project, final project close-out and cleanup operations, including, but not limited to, those necessary for the removal of equipment, supplies, incidentals and debris from the project site, cleaning the streets and sidewalks of all soils and construction debris, record drawings, correction of deficiencies in the work, and for all other work required as indicated in the Plans, Standard Specifications, and Special Provisions. Mobilization shall also include contracting and meeting all adjacent property owners prior to any work being perform on adjacent properties. All work on adjacent properties is included on the signed Permission for Right of Entry documents included in Appendix ‘B’. Contractor shall provide insurance certificates to all property owners on which work is to be performed as requested. Surveying (Bid Item No. 2) Lump Sum The contract unit price paid for this bid item shall constitute full compensation for all surveying required to completed the project including all construction staking per the Plans, Standard Specifications, and Special Provisions. Traffic Control Plans and Implementation (Bid Item No. 3) Lump Sum The contract unit price paid for this bid item shall constitute full compensation to prepare, furnish, install, updating, and implementation of all required Traffic Control Plans. This item shall include full compensation for all equipment, materials, and labor to provide implement the Traffic Control Plans as required for all phases of construction in the Plans, Standard Specifications, and Special Provisions. SWPPP Preparation and Implementation (Bid Item No. 4) Lump Sum The contract unit price paid for this bid item shall constitute full compensation for the Contractor’s work includes preparing, filing, updating and implementing the SWPPP and all Construction BMPs (Tier 2). This item shall include full compensation for all equipment, materials, and labor to prepare and implement the SWPPP as required for all phases of construction in the Plans, Standard Specifications, and Special Provisions. 0 Revised 6/15/17 Contract No. 6004 Page 109 of 189 Clearing and Grubbing (Bid Item No. 5) Lump Sum The contract unit price paid for this bid item shall constitute full compensation for the Contractor’s work that includes Clearing and Grubbing including, but not limited to the removal and demolition of all items in conflict with the proposed work not included in any other bid items in accordance with the Plans, Standard Specifications, and Special Provisions. Clearing and Grubbing shall also include the protection and/or repair of all adjacent planting and irrigation affected by the work. Adjust Utilities to Grade (Bid Item No. 6) Lump Sum The contract unit price paid for this bid item shall constitute full compensation for the Contractor’s work to furnish and procure materials and adjust all utilities to new grades established by construction and shall include all labor, materials, tools, equipment and incidentals necessary in accordance with the Plans, Standard Specifications, and Special Provisions. Remove PCC Sidewalk (Bid Item No. 7) Square Foot The contract unit price paid for this bid item shall constitute full compensation for the Contractor’s work to sawcut, demolish, remove, and disposal of all material in those PCC sidewalks in conflict with the proposed improvements and identified in plans and shall include all labor, materials, tools, equipment and incidentals necessary in accordance with the Plans, Standard Specifications, and Special Provisions. Remove Curb Ramp (Bid Item No. 8) Each The contract unit price paid for this bid item shall constitute full compensation for the Contractor’s work to sawcut, demolish, remove, and disposal of all material in those Curb Ramps in conflict with the proposed improvements and identified in plans and shall include all labor, materials, tools, equipment and incidentals necessary in accordance with the Plans, Standard Specifications, and Special Provisions. Contractor shall coordinate with property owners’ prior to commencing work and repair and replace irrigation and landscaping as determined by the inspector. Remove Curb and Gutter (Bid Item No. 9) Linear Foot The contract unit price paid for this bid item shall constitute full compensation for the Contractor’s work to sawcut, demolish, remove, and disposal of all material in the curb and gutter in conflict with the proposed improvements and identified in plans and shall include all labor, materials, tools, equipment and incidentals necessary in accordance with the Plans, Standard Specifications, and Special Provisions. Remove Cross Gutter (Bid Item No. 10) Square Foot The contract unit price paid for this bid item shall constitute full compensation for the Contractor’s work to sawcut, demolish, remove, and disposal of all material in those PCC Cross Gutters in conflict with the proposed improvements and identified in plans and shall include all labor, materials, tools, equipment and incidentals necessary in accordance with the Plans, Standard Specifications, and Special Provisions. Remove Asphalt Roadway Section (Bid Item No. 11) Square Foot The contract unit price paid for this bid item shall constitute full compensation for the Contractor’s work to sawcut, demolish, remove, and disposal of all asphalt concrete, concrete, and base material to subgrade in the Asphalt Roadway Section in conflict with the proposed improvements and identified in plans and shall include all labor, materials, tools, equipment and incidentals necessary in accordance with the Plans, Standard Specifications, and Special Provisions. 0 Revised 6/15/17 Contract No. 6004 Page 110 of 189 Remove Median Paving Section (Bid Item No. 12) Square Foot The contract unit price paid for this bid item shall constitute full compensation for the Contractor’s work to sawcut, demolish, remove, and disposal of all concrete median paving and base material to subgrade in the Medians in conflict with the proposed improvements and identified in plans and shall include all labor, materials, tools, equipment and incidentals necessary in accordance with the Plans, Standard Specifications, and Special Provisions. Install PCC Sidewalk (Bid Item No. 13) Square Foot The contract unit price paid for this bid item shall constitute full compensation to furnish and install the PCC Sidewalk and shall include all labor, materials, tools, equipment and incidentals required to construct the concrete improvements in accordance with the Plans and Specifications including, but not limited to all excavation and embankment to achieve subgrade, compaction, subsurface preparation, all finishing, admixtures, reinforcing, and jointing in accordance with the Plans, Standard Specifications, Standard Drawings, and Special Provisions. Install Curb Ramp (Bid Item No. 14) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install the Curb Ramps and shall include all labor, materials, tools, equipment and incidentals required to construct the Curb Ramps in accordance with the Plans and Specifications including, but not limited to construction and all excavation and embankment to achieve subgrade, compaction, subsurface preparation, truncated domes, all finishing, admixtures, reinforcing, and jointing in accordance with the Plans, Standard Specifications, Standard Drawings, and Special Provisions. Contractor shall coordinate all improvements with respective property owners’ and provide necessary insurance, if requested, to owners and restore to their satisfaction to original as much as possible. Install Curb and Gutter (Bid Item No. 15) Linear Foot The contract unit price paid for this bid item shall constitute full compensation to furnish and install the Curb and Gutter and shall include all labor, materials, tools, equipment and incidentals required to construct the Curb and Gutter in accordance with the Plans and Specifications including, but not limited to all excavation and embankment to achieve subgrade, compaction, subsurface preparation, all finishing, admixtures, reinforcing, and jointing in accordance with the Plans, Standard Specifications, Caltrans Standard Drawings, and Special Provisions. Install Median Curb and Gutter - Modified (Bid Item No. 16) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install the Median Curb and Gutter and shall include all labor, materials, tools, equipment and incidentals required to construct the Median Curb and Gutter complete at the nose of each median indicated with the modified full depth concrete curb to the sawcut existing Median in accordance with the Plans and Specifications including, but not limited to all excavation and embankment to achieve subgrade, compaction, subsurface preparation, all finishing, admixtures, reinforcing, and jointing in accordance with the Plans, Standard Specifications, Standard Drawings, and Special Provisions. Payment is for all median curb and gutter at each median nose location. Install PCC Cross Gutter (Bid Item No. 17) Square Foot The contract unit price paid for this bid item shall constitute full compensation to furnish and install the PCC Cross Gutter and shall include all labor, materials, tools, equipment and incidentals required to construct the concrete improvements in accordance with the Plans and Specifications including, but not limited to all excavation and embankment to achieve subgrade, compaction, subsurface preparation, all finishing, admixtures, reinforcing, and jointing in accordance with the Plans, Standard Specifications, Standard Drawings, and Special Provisions. 0 Revised 6/15/17 Contract No. 6004 Page 111 of 189 Install AC/Base Roadway Section (Bid Item No. 18) Square Foot The contract unit price paid for this bid item shall constitute full compensation to furnish and install the new asphalt and base roadway section and shall include all labor, materials, tools, equipment and incidentals required to construct the roadway section in accordance with the Plans and Specifications including, but not limited to all excavation and embankment to achieve subgrade, compaction, subsurface preparation, all base and asphalt in accordance with the Plans, Standard Specifications, Standard Drawings, and Special Provisions. Install PCC Island Passageway (Bid Item No. 19) Square Foot The contract unit price paid for this bid item shall constitute full compensation to furnish and install the PCC Island Passageway, adjacent PCC curb, and truncated domes, and shall include all labor, materials, tools, equipment and incidentals required to construct the concrete improvements with adjacent PCC curb and truncated domes in accordance with the Plans and Specifications including, but not limited to all excavation and embankment to achieve subgrade, compaction, subsurface preparation, all finishing, admixtures, reinforcing, and jointing in accordance with the Plans, Standard Specifications, Standard Drawings, and Special Provisions. Install Class 2 Base (Bid Item No. 20) Cubic Yard The contract unit price paid for this bid item shall constitute full compensation to furnish and install and compacting Class 2 base under proposed PCC sidewalks to achieve subgrade and shall include all labor, materials, tools, equipment and incidentals required to install the base in accordance with the Plans and Specifications. Base shall be installed at a minimum depth of 4”. Prior to Base installation, the existing ground shall be re-graded and compacted to subgrade for the Base and Concrete installation. Payment shall include full compensation for all equipment, materials, and labor to furnish and install Class 2 base including excavation and recompaction of existing subgrade. No additional payment shall be made for subgrade preparation. Any adjustment in quantities shall be made in accordance with the Standard Specifications. All base for roadway section shall be included in the square foot bid item 18 Cold Mill Asphalt Concrete Pavement (Bid Item No. 21) Square Yard The contract unit price paid for this bid item shall constitute full compensation to mill and remove the existing Asphalt Concrete Pavement to a depth of 2 inches and shall include full compensation for furnishing all labor, materials, tools, equipment, material removal, and material disposal, tack coat, placement of new material, compaction, cleaning and incidentals for completion of the work indicated in accordance with the Plans, Standard Specifications, Standard Drawings, and Special Provisions. Cold Mill 3" AC and Dispose Grindings at (Bid Item No. 22) Square Foot The contract unit price paid for this bid item shall constitute full compensation for three (3) inches deep asphalt concrete cold milling and disposal of grindings in areas where overlay of new, polymer modified asphalt concrete is shown on the project Plans; all of which conforming to the requirements in Section 302-15. No additional compensation shall be allowed. Crack Sealing streets with hot applied crack sealant, crack sealant shall be Elastoflex 670 (Polyskin). DETACK detackifer shall be used on all crack seal immediately following application, at (Bid Item No. 23) Boxes The contract unit price paid for this bid item shall constitute full compensation for furnishing all labor, materials, tools, equipment, material removal, and material disposal, and incidentals for crack sealing per the plans and as directed by the Engineer in accordance with the Plans, Standard Specifications, Standard Drawings, and Special Provisions. 0 Revised 6/15/17 Contract No. 6004 Page 112 of 189 Routing of cracks using Crafco Model 30 or approved equal with dust control (Bid Item No. 24) Linear Foot The contract unit price paid for this bid item shall constitute full compensation for routing by linear foot and conforming to the requirements of Section 203-10 and Section 302-15. This bid item shall include, but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work as outlined in these Special Provisions. The amount of routing linear feet set forth in the bid item is for estimating purposes only and the final quantities will be measured in the field by the City Inspector. Install Asphalt Concrete Overlay (Bid Item No. 25) Ton The contract unit price paid for this bid item shall constitute full compensation to install the Asphalt Concrete Pavement overlay, compacted in place, and shall include full compensation for furnishing all labor, materials, tools, equipment, surface preparation, saw cutting and removing existing conflicting pavements, paving, material removal, material disposal, tack coat, placement of new material, compaction, cleaning and incidentals for completion of the work for completion of the work indicated in accordance with the Plans, Standard Specifications, Standard Drawings, and Special Provisions. Install Emulsion Asphalt Slurry Seal, Type II-PMCQS-1h-EAS w/2.5% Polymer by Weight of Residual Asphalt at (Bid Item No. 26) ELT The contract unit price paid for this bid item shall constitute full compensation to install the Emulsion Asphalt Slurry, compacted in place, and shall include full compensation for furnishing all labor, materials, tools, equipment, surface preparation, removal of existing pavement markings and striping, cleaning and incidentals for completion of the work for completion of the work indicated in accordance with the Plans, Standard Specifications, Standard Drawings, and Special Provisions. Street Lighting and Traffic Signal Modification (Carlsbad Boulevard) (Bid Item No. 27) Lump Sum The contract unit price paid for this bid item shall constitute full compensation to install new City- furnished Iteris Vantage Next video detection system and new City-Furnished APS push button system at the intersection of Avenida Encinas and Carlsbad Boulevard in accordance with these Specifications and Plans. Street Lighting and Traffic Signal Modification (San Lucas) (Bid Item No. 28) Lump Sum The contract unit price paid for this bid item shall constitute full compensation to install new City- Furnished Iteris Vantage Next video detection system and system at the intersection of Avenida Encinas and San Lucas Street in accordance with these Specifications and Plans. Street Lighting and Traffic Signal Modification (Poinsettia) (Bid Item No. 29) Lump Sum The contract unit price paid for this bid item shall constitute full compensation to remove and salvage existing traffic signal mast arm, furnish and install new traffic signal mast arm on existing traffic signal pole, relocate existing traffic signal equipment, furnish and install new traffic signal vehicle heads, furnish and install new 12CSC cable, and install City-furnished Iteris Vantage Next with Vantage Vector hybrid detection system at the intersection of Avenida Encinas and Poinsettia Lane in accordance with these Specifications and Plans. Street Lighting and Traffic Signal Installation (San Carlos) (Bid Item No. 30) Lump Sum The contract unit price paid for this bid item shall constitute full compensation to construct traffic signal complete at the intersection of Avenida Encinas and San Carlos Street. This includes but 0 Revised 6/15/17 Contract No. 6004 Page 113 of 189 is not limited to furnishing and installation of controller cabinet, potholing of foundation, cabinet equipment, scheduling, service pedestal, pull boxes, trenching and conduit, traffic signal poles with equipment, cabling, and vehicle detection in accordance with these Specifications and Plans, including SDG&E Electric Underground Meter and Service Location Job #530000308641 in Appendix A. Call Northern Trench Desk at 760-432-5805 for scheduling. Communication Improvements (Bid Item No. 31) Lump Sum The contract unit price paid for this bid item shall constitute full compensation to install fiber optic communications system on Avenida Encinas between the four new or existing signals at Carlsbad Blvd, San Lucas Street, San Carlos Street, and Poinsettia Lane. This includes but is not limited to installation of fiber distribution units, splice vaults, splice closures, conduit, fiber optic cables, and testing of communications system in accordance with these Specifications and Plans. Traffic Striping, Signage, and Pavement Improvements (Bid Item No. 32) Lump Sum The contract unit price paid for this bid item shall constitute full compensation to install signage and striping on Avenida Encinas throughout the Project limits. This includes but is not limited to application of lane striping, application of painted green bicycle conflict zones, application and reapplication of red curb paint, reapplication of yellow median nose paint, thermoplastic, reflective pavement markers, replacing loops, and furnishing and installation of traffic signs in accordance with the Plans, Standard Specifications, and Special Provisions. Reset Survey Monuments, Post Construction Corner Record (Bid Item No. 33) Each The contract unit price paid for this bid item shall constitute full compensation to perform all monument preservation including locate all existing monuments and furnish and install the new survey monuments where disturbed or relocated and shall include all labor, materials, tools, equipment and incidentals required to adjust survey monument in accordance with the Plans, San Diego County Standards, Standard Specifications, Standard Drawings, and Special Provisions including preparation, filing, and filing fees for corner records or Records of Survey. Survey Monument Field Survey, Set Reference Ties, Pre-Construction Corner Record at (Bid Item No. 34) LS A Survey Monument Field Survey, Setting Reference Ties, and filing a Pre-Construction Corner Record with the County for portions of the work requiring overlay shall be at the contract price per Lump Sum and shall include full compensation for conforming to the requirements of Section 2- 9. No additional compensation shall be allowed. 0 Revised 6/15/2017 Contract No. 6004 Page 114 of 189 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200- 1.2.2(B). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200- 1.2.2(B). TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Percentage Passing Sieve Sizes Type A Type B 50-mm (2”) --- 100 37.5-mm (11/2”) --- 95-100 19-mm (3/4”) 100 50-100 12.5-mm (1/2”) 95-100 --- 9.5-mm (3/8”) 70-100 15-55 4.75-mm (No. 4) 0-55 0-25 2.36-mm (No. 8) 0-10 0-5 75-µm (no. 200) 0-3 0-3 TABLE 200-1.2.2(B) CLASS 2 PERMEABLE MATERIAL Sieve Sizes Percentage Passing 25-mm (1”) 100 19-mm (3/4”) 90-100 9.5-mm (3/8”) 40-100 4.75-mm (No. 4) 25-40 2.36-mm (No. 8) 18-33 600-µm (No. 30) 5-15 300-µm (No. 50) 0-7 75-µm (no. 200) 0-3 --I I - - -- ,__ -- -- ----- -- -- - - 0 Revised 6/15/2017 Contract No. 6004 Page 115 of 189 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum __________________ _____________________ Operating Operating Sieve Sizes Range Range 2" ................................. 100 — 11/2" ............................ 90-100 — 1" ................................. — 100 3/4" .............................. 50-85 90-100 No. 4 ............................ 25-45 35-60 No. 30 ........................... 10-25 10-30 No. 200 ........................ 2-9 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Operating Range” but meet the “Contract Compliance” requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for “Operating Range.” If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Contract Compliance,” the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate 0 Revised 6/15/2017 Contract No. 6004 Page 116 of 189 grading and Sand Equivalent do not conform to the “Contract Compliance” requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) (3) PORTLAND CEMENT CONCRETE Type of Construction Concrete Maximum Class Slump mm (Inches) All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) (1) (2) Trench Backfill Slurry 115-E-3 (190-E-400) 200 (8”) Street Light Foundations and Survey Monuments 330-C-23 (560-C-3250) 100 (4”) Traffic Signal Foundations 350-C-27 (590-C-3750) 100 (4”) Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201- 1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.4(a) Integral Colored Concrete. Add the following: Integral color shall consist of colored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pigments shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architectural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see product information bulletin). Provide sample panel submittals of all colors to be used in the installation on identical surfaces for approval by Resident Engineer. Contractor shall provide a maintenance schedule for integral colored concrete. Admixture for all integral colored concrete paving in medians and other integral colored concrete shall match the adjacent sidewalks and/or median paving. Contractor shall provide a 2’ x 2’ mock- up panel for approval. - I 0 Revised 6/15/2017 Contract No. 6004 Page 117 of 189 Curing: Scofield Colorcure Concrete Sealer (or approved equal). See Section 201 of these Supplemental Provisions for Concrete Curing Materials. Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 Admixture products and procedures for installation shall be in strict accordance with the manufacturer’s specifications and recommendations, and those published by the American Concrete Institute (ACI) and the Portland Cement Association (PCA). 201-1.2.4 Chemical Admixtures. (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201-1.7 Miscellaneous Concrete Finishing Products. 201-1.7.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal). Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural concrete. Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer’s directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications: Color: Clear, non-yellowing Odor: Mild Flash Point: None (C.O.C. method) Specific Grav.: 1.03 Density: 8.6 pounds per gallon Drying Time: 30 minutes to 60 minutes Cure Time: 24 to 48 hours VOC Content: None (0 g/l) excluding water Polymer Type: Proprietary Reactive Resin System Coverages (approximate): Smooth Concrete: 300 to 400 square feet per gallon Rough Concrete: 200 to 300 square feet per gallon 0 Revised 6/15/2017 Contract No. 6004 Page 118 of 189 Note: Coverages vary depending on porosity and condition of surface and method of application. Method of: Airless sprayer. Application Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer’s direction. 201-1.2.4 Chemical Admixtures. (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 201-3.4 Type “A” Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a ½” continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type “A” and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer’s standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer’s full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type “A” as specified in Section 201-1.2.4(a) of these Special Provisions. 0 Revised 6/15/2017 Contract No. 6004 Page 119 of 189 Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer’s standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Acceptable Products: “Sonneborn NPII”; Sonneborn Building Products Division; “Scofield Lithoseal Trafficalk 3-G”, L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. 201-3.7 Type “D” Joint Sealant. Add the following: Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot- melt rubberized asphalt shall be as per Table 201-3.7(A). TABLE 201-3.7(A) CURED HOT-MELT RUBBERIZED ASPHALT SECTION 203 - BITUMINOUS MATERIALS 203-3 EMULSIFIED ASPHALT. 203-3.1 General. Replace the entire subsection with the following: For slurry seal, emulsified asphalt shall be polymer modified emulsion. It shall contain polymer mixed with a paving asphalt uniformly emulsified with water and an emulsifying or stabilizing agent. The polymer shall be neoprene, or butadiene and styrene copolymer. The polymer must be homogenous and milled into the emulsified asphalt at the colloid mill. Polymer modified emulsion shall content a minimum of 2.5% polymer by weight of residual asphalt, as determined by Caltrans Test 401. A Certificate of Compliance conforming to 4-1 of the Greenbook shall be submitted to the Engineer prior to application. Property Measuring Standard (ASTM Designation) Results Conditions Cone Penetration ASTM D 3407, Sec. 5 3.5 mm, max. 25°C, 150 g, 5 s Flow, 60°C ASTM D 3407, Sec. 6 5 mm, max. Resilience ,ASTM D 3407, Sec. 8 25%, min. 25°C Softening Point, ASTM D 36 82 °C, min. Ductility, ASTM D 113 300 mm, min. 25°C, 50 mm/min Flash Point, COC, °C ASTM D 92 288 °C, min. Viscosity, Brookfield Thermosel, ASTM D 4402 2.5-3.5 Pa·s No. 27 Spindle, 20 rpm, 190°C, - I I I - -- -- - - -- -- I I I --- 0 Revised 6/15/2017 Contract No. 6004 Page 120 of 189 203-3.4 Physical Properties. 203-3.4.5 Polymer modified Emulsion (PME). Add the following: For slurry seal, polymer modified emulsion must be grade PMCQS-1h (cationic) and have the values of the properties shown in the following table: Polymer Modified Emulsion Property Test method Value Min Max Tests on emulsion: Saybolt Furol Viscosity @ 25 °C, SFSa AASHTO T 59 15 90 Sieve test, % AASHTO T 59 -- 0.30 Storage stability, 1 day, % AASHTO T 59 -- 1 Residue by evaporation, % California Test 331 57 -- Particle charge AASHTO T 59 Positive Tests on residue by evaporation test Penetration, 25 °C AASHTO T 49 40 90 Ductility, 25 °C, mm AASHTO T 51 400 -- Torsional recovery, % California Test 332 18 -- Polymer content, % by wt. of residual asphalt California Test 401 2.5 -- Note: aSFS means Saybolt Furol seconds Sampling must comply with Caltrans Standard Specifications Section 94-1.03. 203-4 EMULSION-AGGREGATE SLURRY 203-4.1 General. Add the following: Emulsion-Aggregate Slurry shall be polymer-modified (min 2.5% polymer by weight of residual asphalt), cationic quick-set (PMCQS-1h) and shall conform to the requirements of 203-3, and 302-4 of the Greenbook. A Certificate of Compliance conforming to 4-1.5 of the Greenbook shall be submitted to the Engineer prior to application. 203-6 ASPHALT CONCRETE. 203-6.1 General. Add the following: Asphalt Concrete (AC) for patches shall be Type III-C3-PG 64-10-R0. No recycled asphalt pavement (RAP) shall be used in the AC mix used for patching. Asphalt Concrete for full width overlay shall be Type III-C2-PG 64-10-R15. Asphalt Concrete in base course, if necessary or required by the City Inspector, shall be Type III-B2-PG 64-10-R15. No more than 15% RAP shall be used in the full width overlay and base course AC mixes. 0 Revised 6/15/2017 Contract No. 6004 Page 121 of 189 203-6.3 Job Mix Formula (JMF) and Mix Designs. Add the following: Asphalt Concrete (AC) shall be Type III-C3-PG 64-10-R0 for patches and shall be Type III-C2- PG 64-10-R15 for full width overlay; both of which with Warm Mix Asphalt (WMA) additive technology optional. No reclaimed asphalt pavement (RAP) is allowed in the AC mix used for patching. No more than 15% RAP is allowed in any AC mixes used for base course or full width overlay. If more RAP than allowed amount is used in any portion of asphalt concrete for any part of the project, that part will be rejected, and the contractor will be required to remove and replace that section at its own cost. If the use of WMA additive is desired, the WMA additive used must be on the Caltrans Authorized Material List for WMA authorized technologies in effect as of the date of advertisement of the contract, https://mets.dot.ca.gov/aml/WarmMixAsphaltTechnologiesList2.php?print=yes. Only additive technologies are acceptable. No foaming or water injection technology shall be used. A technical representative for the WMA additive technology must attend the Preconstruction Meeting should WMA be used by the Contractor. 203-6.4.4 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of final asphalt concrete material. In addition to evaluation of the final asphalt material, samples of aggregate, RAP, and asphalt binder will be taken for testing. In case of dispute between the contractor and the Agency, the Engineer has the authority to request core samples for analysis from the placed asphalt concrete for any of the acceptance criteria, at the locations determined by the Engineer. All samples shall be taken in accordance with California Test 125, and the following table: Sampling Location Asphalt Concrete • Trucks, or • Mat behind the paver Aggregate • Cold feed belts, or • Hot bins prior to addition of asphalt binder RAP • RAP system, or • RAP feed belts Asphalt Binder • Asphalt binder supplier, or • Storage tanks at the plant during production When behind the paver 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 the required testing. When using core samples, 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. Materials sampling and testing of the asphalt concrete shall be on a lot basis. A Lot shall be defined as the amount of pavement placed in 1 day. A Sub-Lot shall be defined as 500 tons. Should the amount of pavement placed in 1 day be less than 500 tons, the Sub-Lot and Lot shall 0 Revised 6/15/2017 Contract No. 6004 Page 122 of 189 be one and the same. Each Lot shall be from a single source unless otherwise approved by the Engineer. The samples and testing results shall be representative of their entire sample sub-lot. 203-6.8 Storage. Replace existing section with the following: Storage of asphalt concrete shall not be allowed. Add the following: 203-10 ASPHALT PAVEMENT CRACK SEALANTS. 203-10.1 Hot Pour Crack Sealant and Routing. Crack sealant shall be Elastoflex 670 (Polyskin) at 70 boxes per pallet. DETACK detackifer shall be used on all crack seal immediately following application – Unit: Box The Contractor will rout cracks as directed by the City Inspector. All cracks will be crack sealed, whether routed or not. The Contractor shall thoroughly clean and seal all cracks and joints in the pavement and apply hot applied crack sealant. The Contractor shall provide hot applied Elastoflex 670 (Polyskin) crack sealant at 70 boxes per pallet. DETACK detackifer shall be used on all crack seal immediately following application. The Contractor shall use “V” squeegees to strike off excess material from the street surface and shall use DETACK detackifier to spray all crack sealant immediately after the material is squeegeed. The Contractor will be required to maintain all traffic, through and local, as required. Accordingly, the Contractor will not be allowed to seal more than one-half the roadway width at any given time. The Contractor shall post “No Parking” signs on each street 48 hrs. prior to routing and/or crack sealing. It shall be the responsibility of the Contractor to provide, install and maintain signs, lights, flagmen, barricades, arrow boards and other devices as may be necessary to properly protect the work and to provide for safe and convenient travel by the public through the construction area. Flagmen shall use “STOP” and “SLOW” paddles and shall be properly attired and equipped with safety devices. The Contractor shall use a mobile street sweeper to clean the street after the routing is completed per street and before the street is crack sealed. The Contractor shall blow out all cracks and joints with an air compressor with wand attachment with a nozzle pressure of at least 125 psi. On cracks that have existing weeds growing within, if the weeds are not removed during routing, the Contractor shall use a “Billy goat” or similar machine equipped with a wire brush wheel to remove the weeds or shall use a heat lance capable of providing air temperatures of 2500 degrees F and will be required to remove all forms of vegetation and moisture ahead of the sealing operation. All joints and cracks must be dry and free of moisture before installation of the crack sealant. The crack sealing material shall not be applied when the weather is foggy or when rain threatens. The sealant shall be supplied in solid form which, when melted and properly applied with a squeegee, forms a resilient and adhesive compound that will effectively seal cracks and joints in asphalt concrete pavement. The sealant shall have a minimum pot application life of twelve hours and have re-heat capability at least one time after initial heat-up. Router(s) shall be Crafco Model 30 or approved equal. The router shall provide a 1/2” wide cut and be set to cut 3/4” depth. The City Inspector will direct the Contractor on which cracks to rout 0 Revised 6/15/2017 Contract No. 6004 Page 123 of 189 on each street and will measure the length of each routed crack for payment purposes. Payment for routing will be per linear foot of routed crack. Payment of crack sealant shall be per box of crack sealant used. The Contractor and the City Inspector will count the number of boxes of crack sealant used on the project streets. The Contractor will be paid for the actual amount of crack sealant material used, based on the number of boxes used on the project. SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD. TABLE 204-1.2(A). Add the following: TABLE 204-1.2(A) USES GRADES Headers for bituminous pavement up to 50 mm x 100 mm (2”x4”) Construction grade Redwood or preservative treated construction grade Douglas Fir Headers for bituminous pavement larger than 50 mm x 100 mm (2”x4”) Number 1 grade Redwood, or preservative treated number 1 grade Douglas Fir SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. 206-7.1 Roadside Signs. This work shall consist of furnishing and installing roadside signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7.1.2 Sign Identification. The following notation shall be placed on the lower right side of the back of each sign where the notation shall not be blocked by the sign post or frame: A. PROPERTY OF THE CITY OF CARLSBAD, B. Name of the sign manufacturer, C. Month and year of fabrication, D. Type of retroreflective sheeting, and E. Manufacturer’s identification and lot number of retroreflective sheeting. The above notation shall be applied directly to the aluminum sign panels in 1/4-inch upper case letters and numerals by die-stamp and applied by similar method to the fiberglass reinforced plastic signs. Painting, screening, or engraving of the notation will not be allowed. The notation shall be applied without damaging the finish of the sign. 0 Revised 6/15/2017 Contract No. 6004 Page 124 of 189 206-7.1.3 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the “Notice to Proceed” of this contract, whichever is most recent. 206-7.1.4 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Designation D4956 and conforming to the requirements of these special provisions. 206-7.1.5 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminum shall be pretreated in accordance to ASTM Designation B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. 206-7.1.6 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard Drawing M-45. 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor’s performance of the Work. Temporary traffic signs include both stationary and portable signs. 206-7.2.1 General. This work shall consist of furnishing and installing temporary signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7.2.2 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the “Notice to Proceed” of this contract, whichever is most recent. 0 Revised 6/15/2017 Contract No. 6004 Page 125 of 189 206-7.2.3 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Designation D4956 and conforming to the requirements of these special provisions. 206-7.2.4 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminum shall be pretreated in accordance to ASTM Designation B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation Standard Plans RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7’). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements of these special provisions. 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of these special provisions, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these special provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12”). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. 0 Revised 6/15/2017 Contract No. 6004 Page 126 of 189 Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11mm (7/16”) holes on 25 mm (1”) centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011”, -0.005”). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 mm (+0.010”) applied to the specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16 “ in 3’). Tolerance for corner radius is 4.0mm (5/32”), plus or minus 0.40 mm (1/64“). Weld flash on corner-welded square tubing shall permit 3.60 mm (9/64”) radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1m (10’). Tolerance on hole size is plus or minus 0.40 mm (1/64“) on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8” in 20’). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(B). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside mm Dimensions (inches) Outside Tolerance for mm All Sides at Corners (inches) 25 x 25 (1 x 1) 0.13 0.005 32 x 32 (11/4 x 11/4) 0.15 0.006 38 x 38 (11/2 x 11/2) 0.15 0.006 44 x 44 (13/4 x 13/4) 0.20 0.008 51 x 51 (2 x 2) 0.20 0.008 56 x 56 (23/16 x 23/16) 0.25 0.010 57 x 57 (21/4 x 21/4) 0.25 0.010 64 x 64 (21/2 x 21/2) 0.25 0.010 51 x 76 (2 x 3) 0.25 0.010 TABLE 206-8.2(B) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside mm Dimension (Inches) Squar mm eness(1) (Inches) Twist Permissible mm(2) in 900 mm (3”) (Inches)(2) 25 x 25 (1 x 1) 0.15 0.006 1.3 0.050 32 x 32 (1-1/4 x 1-1/4) 0.18 0.007 1.3 0.050 38 x 38 (1-1/2 x 1-1/2) 0.20 0.009 1.3 0.050 44 x 44 (1-3/4 x 1-3/4) 0.25 0.010 1.6 0.062 51 x 51 (2 x 2) 0.30 0.012 1.6 0.062 56 x 56 (2-3/16 x 2-3/16) 0.36 0.014 1.6 0.062 57 x 57 (2-1/4 x 2-1/4) 0.36 1.014 1.6 0.062 64 x 64 (2-1/2 x 2-1/2) 0.38 0.015 1.9 0.075 51 x 76 (2 x 3) 0.46 0.018 1.9 0.075 - -- --I I I -- -- -- -- -- -- -- -- I I I I -- 0 Revised 6/15/2017 Contract No. 6004 Page 127 of 189 (1) Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. (2) Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel “pull-through” electrogalvanized rivets with 9.5 mm (3/8”) diameter shank, 22 mm (7/8”) diameter head, and a grip range of from 5 mm (0.200”) to 0.90 mm (0.356”). The fasteners shall conform to ASTM B-633, Type III Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a 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 Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of 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. 0 Revised 6/15/2017 Contract No. 6004 Page 128 of 189 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. Add the following section: 206-9.3 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. Add the following section: 206-9.4 Measurement and Payment. The contract unit price PCMS shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transporting from location to location, and delivery of the signs to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other compensation will be made. SECTION 207 - PIPE 207-2 REINFORCED CONCRETE PIPE. 207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designations C 361-95 and C 443-94. Pipe designated in the plans as “pressure pipe” or with a 100-year hydraulic grade line at or above the soffit shall be bell and groove spigot joint with “O” rings conforming to ASTM C-443 and C- 361 for the limits shown on the plans. 207-9 IRON PIPE AND FITTINGS. 207-9.2.2 Pipe Joints Unless otherwise shown on the Plans, all joints shall be the push-on type joint. Joints and accessories shall conform to the requirements and dimensions specified in ANSI A21.11, AWWA C111. Rubber gasket material shall conform to 208-1.2 and AWWA C111 and ANSI A21.11-90. 207-9.2.3 Fittings. Add the following: Ductile iron pipe and fittings shall be manufactured in accordance with ANSI 21.50, AWWA C150 and ANSI 21.51, AWWA C151, and shall be of the size and thickness classes shown on the Plans. Unless otherwise specified, size 4-inches through 6-inches DIP shall be thickness Class 52, while size 8-inches and larger shall be thickness Class 50. 207-9.2.4 Lining and Coating. Replace with the following: Unless otherwise specified, all iron pipe and fittings shall be lined with double thickness, cement motor lining with cement conforming to ASTM C150 Type II, AWWA C104/A21.4.90 and outside coating of bituminous coating a minimum of 2 mils. thick in accordance with AWWA C151 or C100. 0 Revised 6/15/2017 Contract No. 6004 Page 129 of 189 207-10 STEEL PIPE. Add the following: 207-10.1 General Fabricated Steel Pipe and Fittings shall conform in all respects to Carlsbad Municipal Water District Rules and Regulations for Construction of (Potable or Reclaimed) Water Mains, latest edition. 207-10.1.2 Submittals. The Contractor shall furnish submittals in accordance with Section 2-5.3, Submittals Shop Drawings. Submittals are required for the following: Shop Drawings Layout Drawings Manufacturer’s tests Mill Reports or Plant Test Reports Fabrication Details Dimensional Checks Protective Coatings Welding Procedures/Certification for Field Welding Shop Drawings shall be submitted and approved prior to manufacture of pipe. 207-10.1.3 Quality Assurance. Field welders shall be certified under Section IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA C206, Section 3. Welders shall submit a copy of their certification to the District prior to performing any field welding. Certifications shall be dated within three (3) years of the job to be performed. The top of all pipe and specials shall be clearly identified by marking the top with “T.O.P.” for easy identifications in the field. Plainly mark each length of pipe at the bell end to identify the proper location of the pipe item by reference to the layout schedule. 207-10.1.4 Protective Coatings and Linings. All steel pipe and fittings exposed within a vault or above ground shall be cement-mortar lined in accordance with AWWA C205 and C602 and painted in accordance with CMWD Approved Materials List. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, C214 and C602 unless otherwise specified on the Drawings. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005”) overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207- 25(A) and 207-25 (B). 0 Revised 6/15/2017 Contract No. 6004 Page 130 of 189 TABLE 207-25.1(A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Method Value Thickness ASTM D2103 0114 mm (0.0056”) Tensile strength ASTM D882 4500g/cm (25 lbs/inch) (5,500 PSI) Elongation ASTM D882-88 <50 percent at break Printability ASTM D2578 >50 dynes/square centimeter Flexibility ASTM D671-81 Pliable hand Inks Manufacturing specifications Heat-set Mylex Message repeat Manufacturing specifications Every 500 mm(20”) Foil Manufacturing specifications Dead soft/annealed Top layer Manufacturing specifications Virgin PET Bottom layer Manufacturing specifications Virgin LDPE Adhesives Manufacturing specifications >30 percent, solid 1.5#/R Bond strength Boiling H2O at 100 degrees Celsius Five hours without peel Colors APWA Code See Table 207-25.1 (B) TABLE 207-25.1(B) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Utility Marked Red Electric power, distribution, transmission, and municipal electric systems. Yellow Gas and oil distribution and transmission, dangerous materials, product and steam. Orange Telephone and telegraph systems, police and fire communications, and cable television. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321(e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines - APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. --I I -- -- -- -- -- - -- -- -- I I - - 0 Revised 6/15/2017 Contract No. 6004 Page 131 of 189 SECTION 209 - ELECTRICAL COMPONENTS 209 ELECTRICAL COMPONENTS. Modify as follows: Section 86, “Signals, Lighting and Electrical Systems”, of the Caltrans Standard Specifications replaces Section 209, “Electrical Components”, and Section 307, “Street Lighting and Traffic Signals”, of the SSPWC, in all matters pertaining to the specifications for measurement, payment, warranty, materials and methods of construction of street lighting and traffic signals. Section 86 of the Caltrans Standard Specifications is unmodified excepted as specified herein. For electrical components provided and installed in systems NOT including street lighting and traffic signals, Section 209 SSPWC is unmodified except as specified in sections other than Section 209, herein. SECTION 86 - SIGNALS, LIGHTING AND TRAFFIC ELECTRICAL SYSTEMS 86-1.02B CONDUIT AND ACCESSORIES. 86-1.02B(1) General. Add the following: All traffic signal conduit shall be (3”) schedule 80 rigid PVC unless otherwise shown on plans. Exception to this requirement shall be determined by the City Public Works Inspector. 86.102C Pull Boxes. 84.102C(1) General. Add the following: All traffic signal pull boxes shall be marked CARLSBAD TRAFFIC SIGNAL and shall not be marked CALTRANS. 86-1.02F(2) Conductors. Add the following: Signal cable shall be used for all new traffic signal installations. Individual conductors shall not be used. Replace Section 86-102K(1) with the following: 86-1.02K(1) General. Luminaire must be LED. 86-1.02K(2) LED Luminaires. Add the following: Luminaires must be GE ERL2-0-16-C3-40-D- GRAY-LY or City approved equal. 86-1.02T Accessible Pedestrian Signals. Add the following: All accessible pedestrian signal equipment to be installed at the intersection of Avenida Encinas and Carlsbad Boulevard and at the intersection of Avenida Encinas and Poinsettia Lane shall be City-Furnished, including central control unit (CCU) and push button assemblies. The contractor shall replace each existing push button with a City-furnished Polara APS push button at the intersection of Avenida Encinas and Carlsbad Boulevard and at the intersection of Avenida Encinas and Poinsettia Lane. 86-1.02W Loop Detector Sealants. 0 Revised 6/15/2017 Contract No. 6004 Page 132 of 189 Replace Section 1.02W(4) with the following: 86-1.02W(4) Hot-Melt Rubberized Asphalt Sealant. Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot- melt rubberized asphalt shall be as follows: Property ASTM Designation Requirement Cone Penetration, 25°C, 150 g, 5 s D 5329, Sec. 6 3.5 mm, max. Flow, 60°C D 5329, Sec. 8 5 mm, max. Resilience, 25°C D 5329, Sec. 12 25%, min. Softening Point D 36 82 °C, min. Ductility, 25°C, 50 mm/min D 113 300 mm, min. Flash Point, COC, °C D 92 288 °C, min. Viscosity, Brookfield Thermosel, No. 27 Spindle, 20 rpm, 190°C D 4402 2.5-3.5 Pa·s The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot- melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Hot-melt sealant shall be packaged in containers clearly marked “Detector Loop Sealant” and specifying the batch and lot number of the manufacturer. Loop conductors shall be installed without splices and shall terminate in the nearest pull box. The loops shall be joined in the pull box in combination of series and parallel so that optimum sensitivity is obtained at the sensor unit. Final splices between loops and lead-in cable shall not be made until the operation of the loops under actual traffic conditions is approved by the Engineer. All loop conductors for each direction of travel for the same phase of a traffic signal system, in the same pull box, shall be spliced to a detector lead-in cable which shall be run from the pull box adjacent to the loop detector to a sensor unit mounted in the controller cabinet. All loop conductors for traffic monitoring shall terminate in a pull box or terminal strip in the traffic monitor station cabinet when a cabinet of that type is installed. Conductors for inductive loop traffic signal and traffic monitoring installations shall be identified and banded, in pairs, by lane, in the pull box adjacent to the loops and near the termination of the conductors in the controller or traffic monitoring station cabinet. Bands shall conform to the provisions in Section 86-2.09, “Wiring.” If asphalt concrete surfacing is to be placed, the loop conductors shall be installed prior to placing the uppermost layer of asphalt concrete. The conductors shall be installed, as shown on the plans, in the compacted layer of asphalt concrete immediately below the uppermost layer. Installation details shall be as shown on the plans, except the sealant shall fill the slot flush to the surface. Add the following section: 86-1.02AA VIDEO AND HYBRID DETECTION Video detection systems shall be City-furnished complete, including cameras, radar detection units, video processors, extension modules, Edge Connect module, LCD monitor, surge suppressors, etc. --I -- -- -- ,....._ ------,....._ -..-- -- 0 Revised 6/15/2017 Contract No. 6004 Page 133 of 189 Detection system at Avenida Encinas and San Lucas Street shall be City-furnished Iteris Vantage Next video detection. Detection system at Avenida Encinas and Poinsettia Lane shall be City-furnish Iteris Vantage Next with Vantage Vector hybrid detection system. 86-2 MATERIALS AND INSTALLATION Replace Section 86-2.02 with the following: 86-2.02 Removing and Replacing Improvements. In addition to the requirements of sections 7-9, “Protection and Restoration of Existing Improvements” and 306-1.5, “Trench Resurfacing”, improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete pavement, underlying material, lawns and plants, and any other improvements removed, broken or damaged by the Contractor’s operations, shall be replaced or reconstructed with the same kind of material as found on the work or with materials of equal quality. The new work shall be left in a serviceable condition. Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway is broken or damaged, the entire square, section or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in portland cement concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 0.17 foot (2”) with an abrasive type saw prior to removing the sidewalk, driveways and pavement material. Cuts shall be neat and true along score lines, with no shatter outside the removal area. 86-2.05 Conduit. To the City Supplement, add the following: All conduit shall be three inches (3”) minimum schedule 80 PVC unless otherwise shown on plans. Replace Section 86-2.05B with the following: 86-2.05B Use. Exposed conduit installed on a painted structure shall be painted the same color as the structure. Unless otherwise indicated, the minimum metric trade size of conduit shall be: 1. From an electrolier to the adjacent pull box shall be Size 41 (11/2” dia). 2. From a pedestrian push button post to the adjacent pull box shall be Size 27 (1” dia). 3. From a signal standard to the adjacent pull box shall be Size 53 (2” dia). 4. From a controller cabinet to the adjacent pull box shall be Size 78 (3” dia). 5. For detector runs shall be Size 78 (3” dia). 6. Not otherwise specified shall be Size 78 (3” dia). Add the following: 86-2.08 Conductors. Signal cable shall be used for all new traffic signal installations. Individual conductors shall not be used. Add the following: 86-2.09B Installation. All conductors shall be pulled directly from the spool into the conduit and shall not be dragged on the ground as to cause damage to the conductors. 0 Revised 6/15/2017 Contract No. 6004 Page 134 of 189 Add the following: 86-2.10 Network Cable Network cable connecting host devices to switches in the field, outside of the cabinet, and within conduit, shall be Caltrans communication cable – outdoor Cat6 Cable (OCC), with four twisted pairs and gel filled jacket. Cat6 indoor rated network cable is acceptable for internal cabinet runs. 86-3 CONTROLLER ASSEMBLIES. 86-3.01 Controller Assembly Traffic signal controllers shall be Trafficware 2070 LX with SCOUT firmware and shall conform with the latest edition of Standard Specifications, State of California, Department of Transportation," Section 86, and "Traffic Signal Control Equipment Specifications," State of California. Controller assemblies shall be on the current State of California Qualified Products List (QPL). Traffic Signal Control Equipment Specifications shall have precedence over Caltrans Standard Specifications. Add the following: 86-3.04A Cabinet Construction. Controller cabinets shall be fabricated from aluminum sheet and shall be McCain 352i ATC or approved equal. Controller cabinets shall have full size front and back two doors equipped with a Best Company lock core and lock. Key and lock core shall be unique to the City of Carlsbad. No other manufacturers shall be accepted. Cabinet shall meet the following requirements: Dimensions: 67”H x 24”W x 30” Material: 5052-H32 aluminum, 0.125” thick Finish: Anodized Mounting: Base mounted including four (4) ¾” x 16” anchor bolts Ventilation: Thermostatically controlled 100 CFM fans (2) Louvered air intake in door, pleated fiber Cabinet shall include the following features: • One (1) Field output termination file • Two (2) Field input termination file • EDI auxiliary display unit or approved equal • Flashable and programmable channels • Hermetically sealed high-density FTR featuring an LED indicator • Interior LED cabinet lights (2), front and back • Model 2202 dual flasher/switch pack combination • Continuously welded exterior • Police Panel Pickleswitch 86-3.04B Layer 2 Ethernet Switch The Layer 2 Ethernet switch shall be furnished, configured, and installed by the City Information Technology (IT) Department. a) Layer 2 switch shall provide 8 Ethernet 10/100 ports and 2 dual-purpose fiber uplinks. b) Layer 2 switch shall include two 1000Base SFP ports. c) Layer 2 switch shall include SFP transceivers. d) SFP transceiver shall support 1000BASE-TX SMF, 1300nm wavelength, and reach 10km over single-mode fiber. SFP transceiver shall be compatible with Layer 3 switch transceivers. SFP transceiver shall NOT void warranty of approved switch. e) Layer 2 switch shall include power supply and din rail or 19” mounting kit. f) Layer 2 switch shall operate within a temperature range of -40 to 167°F. 0 Revised 6/15/2017 Contract No. 6004 Page 135 of 189 g) Layer 2 switch shall be supplied with a field hardened power supply unit. 86-3.04D Conflict Monitor Unit. The CMU shall be EDI CMUip-2212-HV or City approved equal. 86-3.04E Accessible Pedestrian Signal (APS) Pedestrian Pushbutton System The APS control module shall be Polara EZ COMM Navigator 2-wire System or approved equal. The pushbutton assembly housing shall be yellow. Add the following section: 86-3.05F Document Tray. Controller cabinets shall have a pull-out type document tray. Add the following section: 86-3.05G Uninterruptible Power System. An uninterruptible power system (UPS) shall be installed in each controller cabinet. The UPS shall be Clary SP 1000 series (or approved equal)and shall provide a minimum of eight (8) hours of continuous red flash operation at intersections using red LED signal indications and provide power conditioning to the controller. Batteries for the UPS shall be housed in a NEMA 3R rated cabinet mounted to the side of the Model 332 cabinet per Caltrans specifications. The battery cabinet door shall be equipped with a Best Company lock core and lock. 86-4 TRAFFIC SIGNAL FACES AND FITTINGS. Replace Section 86-4.06 with the following: 86-4.06 Pedestrian Signal Faces. Message symbols for pedestrian signal faces shall be white WALKING PERSON, Portland orange UPRAISED HAND and COUNTDOWN DIGITS. Pedestrian signal faces shall conform to definitions and practices described in “Pedestrian Traffic Control Signal Indications” published in the Equipment and Materials Standards of the Institute of Transportation Engineers, (referred to in this document as “PTCSI”) and in the Applicable Sections of Manual on Uniform Traffic Control Devices (MUTCD) 2003 Section 4E. Add the following section: 86-4.06A Physical and Mechanical Requirements. Add the following section: 86-4.06A(1) General. Modules shall not require special tools for installation and shall fit into existing pedestrian signal housings built for the PTCSI sizes stated in Section 1 of the “walking person” and “hand” icon pedestrian signal indication Standard without modification to the housing. Installation of a retrofit replacement module into an existing pedestrian signal housing shall only require the removal of the existing optical unit components, i.e., lens, lamp module, gaskets, and reflector; shall be weather tight and fit securely in the housing; and shall connect directly to existing electrical wiring. Add the following section: 86-4.06A(2) The Module under Physical and Mechanical Requirements. a. The LED module shall have a visual appearance similar to that of an incandescent lamp (ie: Smooth and non-pixilated). b. The module lens shall not be a replaceable part. Screwed on lenses are not allowed. Only modules with internal mask shall be utilized. No external silk-screen shall be permitted. 0 Revised 6/15/2017 Contract No. 6004 Page 136 of 189 c. The dividers inside the module that make up the icons and digits shall be black so as to eliminate sun phantom effect. When not illuminated with the sun shining into the module, the WALKING PERSON and UPRAISED HAND and COUNTDOWN DIGITS shall not be readily visible. d. The countdown digits of the pedestrian signal module shall be located adjacent to the associated UPRAISED HAND (symbolizing DON’T WALK). When displaying a number “1” for both digits, the number “1” shall use the two segments furthest to the right. The digits shall remain on during the entire count down cycle. Flashing digits are not allowed. e. The display of the number of remaining seconds shall begin only at the beginning of the pedestrian change interval. After the countdown displays zero, the display shall remain dark until the beginning of the next countdown. f. The walking person, hand icons and countdown digits (16”x18” size only) shall be incandescent looking. The configurations of the walking person icon, hand icon and numbers icons are illustrated in Figures 1, 2 (per PTCSI Part 2 Specification) and Figure 3 respectively. Figure 1 Figure 2 Figure 3 Dimensions for Figures 1, 2 and 3 For each nominal message bearing surface (module) size, use the corresponding minimum H (height) and W (width) measurements: Module Size Icon Height Icon Width Countdow n Height Countdow n Width Countdown Segment Width 406 x 457 mm 297 mm 178 mm 229 mm 178 mm 17.78 mm (16 x 18 in) 11 in 7 in 9 in 7 in 0.7 in Note: The units shall not have any external attachments, dip switches, toggle switches or options that will allow the mode to be changed from counting the clearance cycle, to the full walk/don’t walk cycle or any other modification to the icons or digits. Add the following section: 86-4.06A(3) Environmental Requirements. a. All exposed components of a module shall be suitable for prolonged exposure to the environment, without appreciable degradation that would interfere with function or 0 Revised 6/15/2017 Contract No. 6004 Page 137 of 189 appearance. As a minimum, selected materials shall be rated for service for a period of a minimum of 60 months in a south-facing installation. b. The module shall be rated for use in the ambient operating temperature range, measured at the exposed rear of the module, of -40°C to +74°C. (-40°F to +165°F). c. A module shall be protected against dust and moisture intrusion, including rain and blowing rain. Shall be sealed and meet MIL-STD-810F Procedure I, Rain & Blowing Rain specifications. d. The module lens shall not crack, craze or yellow due to solar UV irradiation typical for a south-facing Arizona Desert installation after a minimum of 60 months in service. Add the following section: 86-4.06A(4) Construction. a. To prevent water seepage between the back cover and the electrical wires, or between the copper and insulation of the wires, the electrical wires shall not penetrate the LED module housing. b. The module shall be a single, self-contained device, not requiring on-site assembly for installation into an existing pedestrian signal housing. The power supply shall be designed to fit and mount inside the pedestrian signal module. c. The assembly and manufacturing process for the module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. Add the following section: 86-4.06A(5) Materials. a. Materials used for the lens and LED module construction shall conform to ASTM specifications where applicable. b. Enclosures containing the power supply and electronic components of the LED module shall be made of UL94 flame retardant materials. The lens of the LED module is excluded from this requirement. c. The front window shall be a transparent polycarbonate material with internal masking to prevent the icons and digits from being visible when not in operation. External masking or silk-screen technology shall not be permitted. When not illuminated, the Walking Person, Hand and Countdown Digits shall not be readily visible. Add the following section: 86-4.06A(6) Module Identification. a. Each module shall be identified on the backside with the manufacturer’s name, model, serial number and operating characteristics of each symbol. The operating characteristics identified shall include the nominal operating voltage and stabilized power consumption, in watts and Volt-Amperes. b. Modules conforming to this specification (WALKING PERSON, UPRAISED HAND only), may have the following statement on an attached label: “Manufactured in Conformance with the ITE Pedestrian Traffic Control Signal Indications - Part 2: Light Emitting Diode (LED) Pedestrian Signal Modules”. Add the following section: 86-4.06B Photometric Requirements. 0 Revised 6/15/2017 Contract No. 6004 Page 138 of 189 Add the following section: 86-4.06B(1) Luminance, Uniformity and Distribution. a. For a minimum period of 60 months, the maintained minimum luminance values for the modules under the operating conditions defined in Sections 2.3.1 and 4.2.1, when measured normal to the plane of the icon surface, shall not be less than: • Walking person: 2,200 cd/m2; • Hand: 1,400 cd/m2. • Countdown digits: 1,400 cd/m2; The luminance of the emitting surface, measured at angles from the normal of the surface, may decrease linearly to a value of 50% of the values listed above at an angle of 15 degrees. The light output requirements in this specification apply to pedestrian signal heads without any visors, hooded or louvered (egg-crate). b. The LED module shall have a visual appearance similar to that of an incandescent lamp (i.e., smooth and non-pixilated). c. Maximum permissible luminance: When operated within the temperature range specified in Section 2.3.2, the actual luminance for a module shall not exceed three times the required peak value of the minimum maintained luminance. d. Luminance uniformity: The uniformity of the signal output across the emitting section of the module lens (i.e. the hand, person or countdown icon) shall not exceed a ratio of 5 to 1 between the maximum and minimum luminance values (cd/m2). Add the following section: 86-4.06B(2) Chromaticity. a. The standard colors for the LED Pedestrian Signal Module shall be White for the walking person and Portland Orange for the hand icon and the countdown digits. The colors for these icons shall conform to the following color regions, based on the 1931 CIE chromaticity diagram: Walking Person —White: Blue boundary: x = 0.280. 1st Green boundary: 0.280 ≤ x < 0.400 y = 0.7917•x + 0.0983. 2nd Green boundary: 0.400 ≤ x < 0.450 y = 0.4600•x + 0.2310. Yellow boundary: x = 0.450 1st Purple boundary: 0.450 ≤ x < 0.400 y = 0.4600•x + 0.1810. 2nd Purple boundary: 0.400 ≤ x < 0.280 y = 0.7917•x + 0.0483. White Point x y 1 0.280 0.320 2 0.400 0.415 3 0.450 0.438 4 0.450 0.388 5 0.400 0.365 6 0.280 0.270 0 Revised 6/15/2017 Contract No. 6004 Page 139 of 189 Hand and Countdown Digits—Portland Orange: Yellow boundary: y = 0.390 White boundary: 0.600 ≤ x ≤ 0.659 y = 0.990 – x Red boundary: y = 0.331. Portland Orange Point X Y 1 0.609 0.390 2 0.600 0.390 3 0.659 0.331 4 0.669 0.331 b. Color Uniformity: Walking Person—White: where Δx and Δy are the differences in the chromaticity coordinates of the measured colors to the coordinates of the average color, using the CIE 1931 Chromaticity Diagram and a 2 degree Standard Observer. Hand and Countdown Digits—Portland Orange: The dominant wavelength for any individual color measurement of a portion of the emitting surface of a module shall be within ±3nm of the dominant wavelength for the average color measurement of the emitting surface as a whole. Add the following section: 86-4.06C Electrical. Add the following section: 86-4.06C(1) General. All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCSH Standard. Maximum of three secured, color coded, 1 meter (39 in) long 600 V, 16 AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at +105°C, are to be provided for electrical connection. The conductors shall be color coded with orange for the hand, blue for the walking person and white as the common lead. Add the following section: 86-4.06C(2) Voltage. a. LED modules shall operate from a 60 + 3 Hertz ac line power over a voltage range from 80 to 135 VAC RMS. b. Nominal operating voltage for all measurements shall be 120 + 3 VAC RMS. c. Fluctuations in line voltage over the range of 80 to 135 VAC RMS shall not affect luminous intensity by more than + 10 %. d. Catastrophic failure of one LED light source in Man & Hand icons shall not result in the loss of more than the light from that one LED. e. To prevent the appearance of flicker, the module circuitry shall drive the LEDs at frequencies greater than 100 Hz when modulated, or at DC, over the voltage range specified in Section 4.2.1. f. Low Voltage Turn Off: There should be no illumination of the module when the applied voltage is less than 35 VAC RMS. To test for this condition, each icon must first be fully illuminated at the nominal operating voltage. The applied voltage shall then be reduced to the point where there is no illumination. This point must be greater than 35 VAC RMS. ( ) ( )04.022+yx 0 Revised 6/15/2017 Contract No. 6004 Page 140 of 189 g. Turn-ON and Turn-OFF Time: A module shall reach 90% of full illumination (turn-ON) within 75 msec of the application of the nominal operating voltage. The signal shall cease emitting visible illumination (turn-OFF) within 75 msec of the removal of the nominal operating voltage. h. Default Condition: For abnormal conditions when nominal voltage is applied to the unit across the two-phase wires (rather than being applied to the phase wire and the neutral wire) the pedestrian signal unit shall default to the hand symbol. i. Icon Power Supplies: LED pedestrian countdown modules shall have two separate power supplies for powering the Walking Person and Upraised Hand icons. The circuitry shall be unrelated to power the LED Walking Person icon and the LED Upraised Hand icon, in order to virtually eliminate the risk of displaying the wrong icon Add the following section: 86-4.06C(3) Transient Voltage Protection. The on-board circuitry of a module shall include voltage surge protection: • To withstand high-repetition noise transients and low-repetition high-energy transients as specified in NEMA Standard TS-2 2003; Section 2.1.8 • Section 8.2 IEC 1000-4-5 & Section 6.1.2 ANSI/IEEE C62.41.2-2002, 3kV, 2 ohm • Section 8.0 IEC 1000-4-12 & Section 6.1.1 ANSI/IEEE C62.41.2-2002, 6kV, 30 ohm Add the following section: 86-4.06C(4) Electronic Noise. The LED signal and associated on-board circuitry shall meet the requirements of the Federal Communications Commission (FCC) Title 47, Subpart B, Section 15 regulations concerning the emission of electronic noise by Class A digital devices. Add the following section: 86-4.06C(5) Power Factor (PF) and AC Harmonics. a. The modules shall provide a power factor of 0.90 or greater when operated at nominal operating voltage, and 25ºC (77ºF). b. Total harmonic distortion induced into an AC power line by the module, operated at nominal operating voltage, and at 25ºC (77ºF) shall not exceed 20%. Add the following section: 86-4.06C(6) Controller assembly Compatibility. a. The current draw shall be sufficient to ensure compatibility and proper triggering and operation of load current switches and conflict monitors in signal controller units. b. Off State Voltage Decay: When the module is switched from the On state to the Off state the terminal voltage shall decay to a value less than 10 VAC RMS in less than 100 milliseconds when driven by a maximum allowed load switch leakage current of 10 milliamps peak (7.1 milliamps AC) Add the following section: 86-4.06C(7) Constant Current Drive. The countdown digits shall be driven by constant current to improve LED efficiency and lifespan. Add the following section: 86-4.06C(8) Power Consumption. Maximum power consumption requirements for the modules are as follows: 0 Revised 6/15/2017 Contract No. 6004 Page 141 of 189 25°C "Hand" 11.0 Watts “Walking Person” 8.0 Watts "Count-Down Display" 6.0 Watts (when display shows “88”) Add the following section: 86-4.06D Module Functions. Add the following section: 86-4.06D(1) Cycle. The module shall operate in one mode: Clearance Cycle Countdown Mode Only. The module shall start counting when the flashing don’t walk turns on and will countdown to “0” and turn off when the steady “Don’t Walk” signal turns on. The module shall not have user accessible switches or controls for the purpose of modifying the cycle, icons or digits. Add the following section: 86-4.06D(2) Learning Cycle. At power on, the module enters a single automatic learning cycle. During the automatic learning cycle, the countdown display shall remain dark. Add the following section: 86-4.06D(3) Cycle Modification. The unit shall re-program itself if it detects any increase or decrease of Pedestrian Timing. The digits shall go blank once a change is detected and then take one complete pedestrian cycle (with no counter during this cycle) to adjust its buffer timer. Add the following section: 86-4.06D(4) Recycling. The module shall allow for consecutive cycles without displaying the steady Hand icon (“Don’t Walk”). Add the following section: 86-4.06D(5) Pre-Emption. The module shall recognize preemption events and temporarily modify the crossing cycle accordingly. • IF THE CONTROLLER PREEMPTS DURING THE WALKING MAN, THE COUNTDOWN SHALL FOLLOW THE CONTROLLER'S DIRECTIONS AND SHALL ADJUST FROM WALKING MAN TO FLASHING HAND. IT SHALL START TO COUNT DOWN DURING THE FLASHING HAND. • If the controller preempts during the flashing hand, the countdown shall continue to count down without interruption. The next cycle, following the preemption event, shall use the correct, initially programmed values. This specification is worded such that the flashing don’t walk time is not modified. Add the following section: 86-4.06D(6) “Don’t Walk” Steady. If the controller output displays Don’t Walk steady condition or if both the hand /person go dark and the unit has not arrived to zero, the unit suspends any timing and the digits shall go dark. Add the following section: 86-4.06D(7) Power Outage. The digits will go dark for one pedestrian cycle after loss of power of more than 2.0 seconds. Revised 6/15/2017 Contract No. 6004 Page 142 of 189 Add the following section: 86-4.06D(8) Digit Operation. The digits shall remain continuously lit during the clearance cycle and shall not flash in conjunction with the Hand/Don’t Walk icon. Add the following section: 86-4.06E Quality Assurance. Add the following section: 86-4.06E(1) General. Unless otherwise specified all of the test will be conducted at an ambient temperature of 25°C and at the nominal operating voltage of 120 VAC RMS. a. The modules shall be manufactured in accordance with a vendor quality assurance (QA) program. b. QA process and test result documentation shall be kept on file for a minimum period of seven years Add the following section: 86-4.06E(2) Conformance. The module designs not satisfying design qualification testing and the production quality assurance testing performance requirements shall not be labeled, advertised, or sold as conforming to this specification. Add the following section: 86-4.06E(3) Production Tests & Inspections. All lamps manufactured shall be affixed with an Intertek ETL Verified label (or other 3rd Party “Nationally Recognized Testing Laboratory/NRTL”) to demonstrate compliance to Section 6.3 (Production Tests & Inspections) of the latest ITE PTCSI Pedestrian specification, dated March 19, 2004. a. All new LED modules tendered for sale shall undergo the following Production Test and Inspection prior to shipment. Failure of a module to meet requirements of these Production Test and Inspection shall be cause for rejection. Test results shall be maintained for a period of 5 years following the production of the last production unit. b. All LED modules shall be tested for maintained minimum luminous intensity. A single point measurement with a correlation to the intensity requirements referred to in Section 3.0 may be used. The LED module shall be operated at nominal operating voltage and at an ambient temperature of 25°C (77°F). c. All LED modules shall be tested for power factor per the requirements of Section 4.6.1. A commercially available power factor meter may be used to perform this measurement. d. All LED modules shall be measured for current flow in Amperes. The measured current values shall be compared against those resulting from design qualification measurements in Section 5.4.6.1. Measured current values in excess of 120% of the design qualification current values shall be cause for rejection. e. All LED modules shall be visually inspected for any exterior physical damage or assembly anomalies. Add the following section: 86-4.06E(4) Design Qualification Testing. a. Design Qualification testing shall be performed on new module designs, and when a major design change has been implemented on an existing design. 0 Revised 6/15/2017 Contract No. 6004 Page 143 of 189 b. High Temperature High Humidity (HTHH): 1000 hours at +60°C (+140°F), 90% Relative Humidity with cycling starting at 30 down to 0. This will ensure that each symbol is properly tested. c. Unless otherwise specified, all of the tests shall be conducted on the same set of randomly selected modules, hereafter called the sample set, at an ambient temperature of 25°C and at the nominal operating voltage of 120 VAC RMS. d. Testing shall be performed once every 5 years or when the module design or LED technology has been changed. The module manufacturer shall retain test data for a minimum period of 7 years and for a period of at least 5 years beyond the last date of manufacture of that model type. e. Conditioning: The module shall be energized for a minimum of 24 hours in an ambient temperature of +60°C (+140°F), 0% Relative Humidity with cycling starting at 99 down to 0. This will ensure that each symbol is properly conditioned. f. Mechanical Vibration: Mechanical vibration testing shall be performed per MIL-STD-883, Test Method 2007. g. Temperature Cycling: Temperature cycling shall be performed per MIL-STD-883, Test method 1010. The temperature range shall include the full ambient operating temperature range specified in Section 2.3.2. h. Moisture Resistance: Moisture resistance testing shall be performed per MIL-STD-810F, Test Method 506.4, Procedure I, Rain and Blowing Rain. The test shall be conducted on stand-alone modules, without a protective housing. The modules shall be vertically oriented, such that the lens is directed towards the wind source when at a zero rotation angle. The modules shall be energized throughout the test. The water shall be at 25° ± 5°C (77° ± 9°F). The wind velocity shall be 80 km/hr (50 mph). Add the following section: 86-4.06E(5) Warranty. Manufacturers will provide the following warranty provisions. Replacement or repair of an LED signal module that fails to function as intended due to workmanship or material defects within the first 5 years (60 months) from the date of delivery. Add the following: 86-4.09 Flashing Beacons. Reflective sheeting for W3-3 SIGNAL AHEAD signs, mounted on flashing beacons, shall be Type IX prismatic cube-corner reflective sheeting (Diamond Grade VIP or equal). 86-5 DETECTORS Replace Section 86-5.01A(5) with the following: 86-5.01A(5) Installation Details. Installation and tests shall conform to the details and notes shown on the plans. Unless shown otherwise each loop shall consist of 3 turns of conductor as specified in Section 86-5.01A(4), “Construction Materials.” Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface before any residue flows off of the pavement surface. Residue from slot cutting operations shall be disposed of outside the highway right of way in accordance with Section 7-8.1, “Cleanup and Dust Control.” After conductors are installed in the slots cut in the pavement, the slots shall be filled with sealant to within 1/8 inch of the pavement surface. The sealant shall be at least one inch thick above the top conductor in the saw cut. Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. The sealant for filling slots shall conform to the following: 0 Revised 6/15/2017 Contract No. 6004 Page 144 of 189 Hot-Melt Rubberized Asphalt Sealant. Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as follows: Property ASTM Designation Requirement Cone Penetration, 25°C, 150 g, 5 s D 5329, Sec. 6 3.5 mm, max. Flow, 60°C D 5329, Sec. 8 5 mm, max. Resilience, 25°C D 5329, Sec. 12 25%, min. Softening Point D 36 82 °C, min. Ductility, 25°C, 50 mm/min D 113 300 mm, min. Flash Point, COC, °C D 92 288 °C, min. Viscosity, Brookfield Thermosel, No. 27 Spindle, 20 rpm, 190°C D 4402 2.5-3.5 Pa·s The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot- melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Hot-melt sealant shall be packaged in containers clearly marked “Detector Loop Sealant” and specifying the batch and lot number of the manufacturer. Loop conductors shall be installed without splices and shall terminate in the nearest pull box. The loops shall be joined in the pull box in combination of series and parallel so that optimum sensitivity is obtained at the sensor unit. Final splices between loops and lead-in cable shall not be made until the operation of the loops under actual traffic conditions is approved by the Engineer. All loop conductors for each direction of travel for the same phase of a traffic signal system, in the same pull box, shall be spliced to a detector lead-in cable which shall be run from the pull box adjacent to the loop detector to a sensor unit mounted in the controller cabinet. All loop conductors for traffic monitoring shall terminate in a pull box or terminal strip in the traffic monitor station cabinet when a cabinet of that type is installed. Conductors for inductive loop traffic signal and traffic monitoring installations shall be identified and banded, in pairs, by lane, in the pull box adjacent to the loops and near the termination of the conductors in the controller or traffic monitoring station cabinet. Bands shall conform to the provisions in Section 86-2.09, “Wiring.” If asphalt concrete surfacing is to be placed, the loop conductors shall be installed prior to placing the uppermost layer of asphalt concrete. The conductors shall be installed, as shown on the plans, in the compacted layer of asphalt concrete immediately below the uppermost layer. Installation details shall be as shown on the plans, except the sealant shall fill the slot flush to the surface. Cubic Pod detection system shall be City-furnished complete, including base stations, access points, and pods. Add the following section: 86-5.01B Emergency Vehicle Pre-Emption Detector System. Each emergency vehicle pre-emption detector system shall conform to the details shown on the plans and these special provisions and shall consist of an optical emitter assembly or assemblies located on the appropriate vehicle and an optical detector/discriminator assembly or assemblies located at the traffic signal. Each system shall permit detection of Class II emergency vehicles. Class II -- I I -- - ..__ -- -- I I - 0 Revised 6/15/2017 Contract No. 6004 Page 145 of 189 emergency vehicles shall be capable of being detected at any range up to 2,500 feet from the optical detector. Add the following section: 86-5.01B(1) Optical Emitter Assembly. Each optical emitter assembly shall consist of an emitter unit, an emitter control unit and connecting cables and shall conform to the following: Each optical emitter assembly, including lamp, shall be designed to operate over an ambient temperature range of -34ºC to 74ºC at both modulation frequencies and to operate continuously at the higher frequency for a minimum of 3,000 hours at 25ºC ambient before failure of lamp or any other component. Each emitter unit shall be controlled by a single, maintained-contact switch on the respective emitter control unit. The switch shall be capable of being positioned in a readily accessible location to the vehicle driver. The control unit shall contain a pilot light to indicate that the emitter power circuit is energized and shall be capable of generating only Class II modulating code. Functional Requirements. Each emitter unit shall transmit optical energy in one direction only. The signal from each emitter unit shall be capable of being detected at a distance of 2,500 feet when used with a standard optical detection/discriminator assembly. The modulation frequency for Class II signal emitters shall be 14.035 Hz  0.003 Hz. The standard optical detection/discriminator assembly to be used in conducting the range tests shall be available from the manufacturer of the system. A certified performance report shall be furnished by the contractor with each assembly. The emitter unit shall be configured with a grating to provide precise directionality control. Electrical Requirements. Each optical emitter assembly shall be capable of providing full light output with input voltages between 10 and 16 volts DC. An optical emitter assembly shall not be damaged by input voltages up to 7.5 volts DC about the supply voltage. The optical emitter assembly shall not generate voltage transient, on the input supply, which exceeds the supply voltage by more than 4 volts. Each optical emitter assembly shall not consume more than 100 watts at 17.5 volts DC and shall have a power input circuit breaker rated at 10 to 12 amperes, 12 volts DC. The design and circuitry of each emitter unit shall permit its use on vehicles with either negative or positive ground without disassembly or rewiring of the unit. Mechanical Requirements. Each emitter unit shall be housed in a weatherproof, corrosion- resistant housing. Those housing shall be provided with facilities to permit mounting on various types of vehicles and shall have provision for proper alignment of the emitter unit and for locking of the emitter unit into proper alignment. Each emitter control unit shall be provided with appurtenant hardware to permit its mounting in or on an emergency vehicle or mass transit vehicle. Where required for certain emergency vehicles, the emitter control unit and all exposed controls shall be weatherproof. Each emitter shall include a multi-purpose port compliant with the SAE J1708 communication standard to enable unit configuration to be set into the emitter and read from the emitter. 0 Revised 6/15/2017 Contract No. 6004 Page 146 of 189 Add the following section: 86-5.01B(2) Optical Detection/Discriminator Assembly. Optical detection/discriminator assembly shall consist of one or more optical detectors, connecting cable and a discriminator module and conform to the following: Each such assembly, when used with standard emitters, shall have a range of up to 2,500 feet for Class II signals. Standard emitters for Class II signals shall be available from the manufacturer of the system. Range measurements shall be taken with all range adjustments on the discriminator module set to “maximum”. Add the following section: 86-5.01B(3) Optical Detector. Each optical detector shall be a waterproof unit capable of receiving optical energy from one or two separately aimable directions. The horizontal angle between the two directions shall be variable from 5 degrees to 180 degrees. The reception angle for each photocell assembly shall be a maximum of 8 degrees in all directions about the aiming axis of the assembly. Measurements of reception angle will be taken at a range of 2,500 feet for a Class II emitter. All internal circuitry shall be solid state and electrical power shall be provided by the associated discriminator module. Each optical detector shall be contained in a housing, which shall include one or two rotatable photocell assemblies, an electronic assembly and a base. The base shall have an opening to permit its mounting on a mast arm. Each optical detector shall weigh no more than 2.5 pounds and shall present a maximum wind load area of 36 square inches. The housing shall be provided with weep holes to permit drainage of condensed moisture. Each optical detector shall be installed, wired and aimed as specified by the manufacturer. Add the following section: 86-5.01B(4) Optical Detector Cable. Optical detector cable shall meet the requirements of IPCEA-S-61-402/NEMA WC 5, Section 7.4, 600 volt control cable, 75ºC, Type B and the following: The cable shall contain three conductors, each of which shall be AWG #20 (7x28) stranded, tinned copper with low-density polyethylene insulation. Minimum average insulation thickness shall be 25 mils. The insulation of individual conductors shall be color coded as follows: Yellow - Detector Signal #1 Blue - Detector Signal #2 Orange - Power (+) Bare (Drain) - Common or Ground The shield shall be either tinned copper braid or aluminized polyester film with a nominal 20 percent overlap. Where the film is used, a AWG #20 (7x28) standard, tinned, bare drain wire shall be place between the insulated conductors and the shield and in contact with the conductive surface of the shield. The jacket shall be black polyvinyl chloride with a minimum rating of 600 volts and 80ºC and a minimum average thickness of 45 mils. The jacket shall be marked as required by IPCEA/NEMA. The finished outside diameter of the cable shall not exceed 0.3 inches. 0 Revised 6/15/2017 Contract No. 6004 Page 147 of 189 The capacitance of the optical detector cable, as measured between any conductor and the other conductors and the shield, shall not exceed 14.3 microfarads per 1000 feet. The characteristic impedance of the optical detector cable shall be 0.6 ohms per 1000 feet. Add the following section: 86-5.01B(5) Discriminator Module. Each discriminator module shall be designed to be compatible and usable with Model 2070 controller unit and to be mounted in the input file of a Model 352i ATC controller cabinet, and shall conform to the requirements of Chapter 1 of the State of California, Department of Transportation, “Traffic Signal Control Equipment Specifications”, dated January 1989, and to all addenda thereto current at the time of project advertisement. Each discriminator module shall be capable of operating one or two channels and shall be capable of: 1. Receiving Class II signals at a range of up to 2,500 feet. 2. Decoding the signal on the basis of frequency at 14.035 Hz  0.003 Hz for Class II signals. 3. Establishing the validity of received signals on the basis of frequency and length of time received. A signal shall be considered valid only when received for more than 0.50 seconds. No combination of Class I signals shall be recognized as a Class II signal regardless of the number of signals being received, up to a maximum of ten signals. Once a valid signal has been recognized, its effect shall be held by the module in the event of temporary loss of the signal for a period adjustable from 4.5 seconds to 11 seconds in at least 2 steps at 5  0.5 seconds and 10  0.5 seconds. 4. Providing an output for each channel that will result in “low” or grounded condition of the appropriate input of a Model 170 controller unit. For Class II signals the output shall be steady. Each discriminator module shall be powered from 115 volt (95 volts AC to 135 volts AC), 60 Hz mains and will contain an internal, regulated power supply that supports up to twelve optical detectors. Electric power, one detector input for each channel and one output for each channel, shall terminate at the printed circuit board edge connector pins listed below. Board edge connector pin assignments shall be as follows: Pins Function Pins Function A Ground P Not used D Channel A primary detector input R Detector 24 VDC power output E Detector 24 VDC power output S Not used F Channel A output, collector (+) T Not used H Channel A output, emitter (-) U Not used J Channel B primary detector input V Detector ground K Detector ground W Channel B output collector (+) L Earth ground X Channel B output emitter (-) M AC - (in) Y Not used N AC + (in) Z Not used Two auxiliary inputs for each channel shall enter each module through the front panel connector. Pin assignment for the connector shall be as follows: 0 Revised 6/15/2017 Contract No. 6004 Page 148 of 189 Pins Function 13 Auxiliary detector 2 input, Channel A 14 Auxiliary detector 1 input, Channel B 15 Auxiliary detector 2 input, Channel B 28 Auxiliary detector 1 input, Channel A Each channel output shall be an optically isolated NPN open collector transistor capable of sinking 50 milliamperes at 30 volts and shall be compatible with Model 2070 controller unit inputs. Each discriminator module shall be provided with means of preventing transients received by the detector from affecting the Model 2070 controller assembly. Each discriminator module shall have a single connector board, shall be capable of being inserted into the input file of a Model 352i ATC cabinet and shall occupy one slot width of the input file. The front panel of each module shall have a handle to facilitate withdrawal and the following controls and indicators for each channel: 1. A Command (High) and Advantage (Low) solid-state LED indicator for each channel to display active calls. 2. A test switch for each channel to test proper operation of Command or Advantage priority. 3. A single confirmation light control output for each channel. These outputs shall be user configurable through software for a variety of confirmation light sequences. The front panel shall be provided with a single circular, bayonet-captured, multi-pin connector for two auxiliary detector inputs for each channel. Connector shall be a mechanical configuration equivalent to a D-Shell 44-Pin front panel. The contractor shall demonstrate that all of the components of the system will perform satisfactorily as a system. Satisfactory performance shall be determined using the following test procedure: 1. Each system to be used for testing shall consist of an optical emitter assembly, an optical detector, at least 200 feet of optical detector cable and a discriminator module. 2. The discriminator modules shall be installed in the proper input file slot of Model 352i ATC controller cabinet. The controller cabinet, together with a Model 2070 controller unit with the appropriate operating program, a Model CMUip-2212HV monitor unit and 120 volt AC power, will be available as shown on the plans and as indicated elsewhere in these special provisions. 3. One test shall be conducted using a Class II signal emitter and a distance of 2,500 feet between the emitter and the detector. All range adjustments on the module shall be set to “Maximum” for each test. 4. Each test shall be conducted for a period of one hour, during which the emitter shall be operated for 30 cycles, each consisting of a one minute “on” interval and a one minute “off” interval. During the total test period: (A) the emitter signal shall cause the proper response from the Model 2070 controller unit during each “on” interval and (B) there shall be no improper operation of either the Model 2070 controller unit or the monitor during each “off” interval. 86-6 LIGHTING Replace Section 86-6.02 with the following: 86-6.02 Luminaires for Safety Lighting. Luminaires for safety lighting on traffic signal standards 0 Revised 6/15/2017 Contract No. 6004 Page 149 of 189 shall be 1,600 lumen (120 watt). Safety lighting luminaires shall be General Electric catalog number ERL2-0-16-C3-40-D-GRAY-LY or approved equal. Add the following section: 86-6.07 Photoelectric Controls. Type IV photoelectric control shall be used unless otherwise shown on the plans or required by these special provisions and shall be installed in a receptacle integral with the luminaire. Add the following section: 86-7 Measurement and Payment Payment for Traffic Signal Improvements shall be made at the contract lump sum for Traffic Signal Improvements and no other payments will be made. Payment for Communication Improvements shall be made at the contract lump sum for Communication Improvements and no other payments will be made. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.5(A) TABLE 210-1.5 (A) Surface to be Painted Pre-treatment / Surface Preparation Primer Finish Coats Temporary Railing type (K) Abrasive Blast Cleaning to a Roughened, Textured Appearance None Two coats white Acrylic Emulsion Paint (1) (1) acrylic emulsion paint designed for use on exterior masonry. This paint shall comply in all respects to Federal Specification TT-P-19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using “universal” or “all purpose” concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. 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. Green traffic paint shall be Ennis-Flint 985216 Green Standard Fast Dry Waterborne 1952F 1/2 Traffic Paint, Product Color Green (34115) or approved equal. Green traffic paint to meet Federal Specification TT-P-1952F Type I and II. 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. 210-3 GALVANIZING. Add the following section: 210-3.6 Galvanizing for Traffic Signal Facilities. The requirements of this section shall pertain only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fabricated -- - I I I -- 0 Revised 6/15/2017 Contract No. 6004 Page 150 of 189 from rolled, pressed and forged steel shapes, plates, bars and strip 3.2 mm (1/8") thick or thicker, shall conform to the specifications of ASTM Designation: A 123, except that complete seal welding of tightly contacting surfaces of these products prior to galvanizing is required only where seal welding is shown on the plans or specified in these special provisions. Except for pre-galvanized standard pipe, galvanizing of material 3.2 mm (1/8") thick or thicker shall be performed after fabrication into the largest practical sections. At the option of the Contractor, material thinner than 3.2 mm (1/8") shall be galvanized either before fabrication in conformance with the requirements of ASTM Designation: A 525M, Coating Designation Z600, or after fabrication in conformance with the requirements of ASTM Designation: A 123, except that the weight of zinc coating shall average not less than 365 g per square meter (1.2 oz. per ft2) of actual surface area with no individual specimen having a coating weight of less than 305 g per square meter (1.0 oz. per ft2). Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53. Galvanizing will not be required for stainless steel, monel metal and similar corrosion resistant parts. Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling, milling, bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvanizing to remove all slab or other material that would interfere with the adherence of the zinc. When it is necessary to straighten any sections after galvanizing, the work shall be performed without damage to the zinc coating. Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plans, shall conform to the specifications of ASTM Designation: A 153, except whenever threaded studs, bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 325M, A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot-dip zinc coated or mechanically zinc coated in accordance with the requirements of the ASTM Designations. Unless otherwise specified, galvanizing shall be performed after fabrication. Components of bolted assemblies shall be galvanized separately before assembly. Tapping of nuts or other internally threaded parts to be used with zinc coated bolts, anchor bars or studs shall be done after galvanizing and shall conform to the requirements for thread dimensions and overtapping allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated surfaces shall be in accordance with the procedures in Section 210.1 "Paint". Galvanized surfaces that are abraded or damaged at any time after the application of the zinc coating shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after which the cleaned areas shall be painted with two applications of unthinned zinc-rich primer (organic vehicle type) conforming to the provisions in Section 210-3.5, "Repair of Damaged Zinc Coating." Aerosol cans shall not be used. SECTION 213 - ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Add the following: Geotextile types shall be used for the applications listed in Table 213-2.1(A) 0 Revised 6/15/2017 Contract No. 6004 Page 151 of 189 TABLE 213-2.1(A) GEOTEXTILE APPLICATIONS Application of Geotextile Type Designation Separation of Soil and Street Structural Section 90WS Separation of Soil and Subsurface Aggregate Drain 180N Reinforcement of Street Structural Section 200WS Remediation and Separation of Soil 270WS Reinforcement of Soil 270WS Drainage at the Interface of Soil Structures N/A Drainage at the Interface of Soil and Structures N/A Rock Slope Protection Fabric for Rock Sizes Below 225 kg (¼ Ton) 180N Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (¼ Ton) 250N Plant Protection Covering 90N Erosion Control Fence with 14 AWG - 150 mm x 150 mm (6”x6”) Wire and 3 m (10’) Post Spacing 90WS Erosion Control Fence with 1.8 m (6’) Post Spacing and No Wire Fencing 200WS Add the following section: 213-3 EROSION CONTROL SPECIALTIES Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 lbs) of 19 mm (3/4“) crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 PAVEMENT MARKERS SECTION 214 – TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS. Add the following section: 214-4.3 Paint for Traffic Striping, Pavement Marking, and Curb Marking. 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-01R2. 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. PTH-02ALKYD. 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. Green traffic paint shall be Ennis-Flint 985216 Green Standard Fast Dry Waterborne 1952F ½ Traffic Paint, Product Color Green (34115) or approved equal. Paint shall meet federal spec TT- P-1952F Type I & II. i -7 -- - - -~ - - - - - r J 0 Revised 6/15/2017 Contract No. 6004 Page 152 of 189 214-6.4 RETROREFLECTIVE PAVEMENT MARKERS Add the following section: 214-6.5 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 214-6.4.2, or equal thereto. TABLE214-6.4.2 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 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: 214-5.1 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 214-5.1(A), or equal thereto. TABLE 214-5.1(A) 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: 214-5.2 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 214-5.2(A), or equal thereto. TABLE 214-5.2(A) 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 0 Revised 6/15/2017 Contract No. 6004 Page 153 of 189 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. 214-6 PAVEMENT MARKERS Add the following section: 214-6.5 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 214-6.5, or equal thereto. TABLE 214-6.5 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: 214-6.7 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 214-6.7, or equal thereto. TABLE 214-6.7 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 7 I 0 Revised 6/15/2017 Contract No. 6004 Page 154 of 189 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 “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. 0 Revised 6/15/2017 Contract No. 6004 Page 155 of 189 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. Add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. All adjacent planting and irrigation shall be protected in place. Where the limits of new curb returns, ramps, or landings extends into adjacent planting areas, all irrigation systems must first be located prior to clearing and grubbing to prevent any breakage. Removal of impacted planting and irrigation shall limit any excess disturbance and any planting and irrigation beyond the limits of new concrete shall be restored to original condition by the Contractor. 300-1.3 Removal and Disposal of Materials. Add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. Modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the “Greenbook” Standard Specifications for Public Works Construction, the requirements in the 0 Revised 6/15/2017 Contract No. 6004 Page 156 of 189 California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construction (“Handbook”), the requirements of the Permit, the requirements in the plans and these supplemental provisions. 300-13.1.1 SWPPP Document Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Contractor will be provided the digital format for SWPPP to complete required sections. If revisions are required, as determined by the Engineer, the Contractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer’s comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer’s acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to allow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construction site both during and after construction is completed under this contract. The SWPPP shall incorporate control measures in the following categories: 1. Soil stabilization practices; 2. Sediment control practices; 3. Wind erosion control practices; and 4. Non-storm water management and waste management and disposal control practices. Specific objectives and minimum requirements for each category of control measures are contained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibilities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspection and Repair; 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Consideration Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. 0 Revised 6/15/2017 Contract No. 6004 Page 157 of 189 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. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non-compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-13-1.2 Availability of SWPPP template. A site-specific draft document intended for use as a template for the required SWPPP document will be made available for use at the Contractor's option, at no cost to the Contractor. The document is available for review in Appendix B. The Contractor shall review the template and modify it as necessary to reflect the Contractor’s operations. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be considered incidental to the items of work and no additional payment will be made therefore. Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the “Handbook” and these supplemental provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days 0 Revised 6/15/2017 Contract No. 6004 Page 158 of 189 prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor’s cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following section: 300-13.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. The construction site inspection checklist provided in the “Handbook” shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading “150mm (6 inches)” to “300 mm (12”)”. 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12”) of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, 0 Revised 6/15/2017 Contract No. 6004 Page 159 of 189 driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 - ROADWAY SURFACING Add the following: The Contractor shall be responsible for tree trimming along the curb line as noted in Section 300-1 Clearing and Grubbing – so as to provide a clear travel way during the construction of the roadway resurfacing. The Contractor shall treat all vegetation within the limits of the paved area to be surfaced with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to surfacing the street. Allowance for the two day period shall be shown in the schedule required per section 6-1. Payment for pavement surfacing shall include tree trimming and post emergent herbicide treatment of the areas to be surfaced and no extra payment will be made therefore. 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 Republic Services at 760-603- 0153. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses within 500’ of the work. Obtaining the appropriate addresses shall be the contractor’s responsibility. Letters shall be as shown in bold type as follows, with the appropriate information specific to the work inserted at the locations indicated in the brackets and italicized. 302-4.3 Emulsion-Aggregate Slurry (EAS). Add the following section: 302-4.3.4 Submittal. At least 15 days before starting placement of a slurry seal, the following shall be submitted to the Engineer: 1. Samples for: 1.1. Emulsified asphalt slurry seal, two 1-quart wide mouth plastic containers with screw top lid of emulsified asphalt 1.2 Polymer modified emulsified asphalt slurry seal, two 1-quart wide mouth plastic containers with screw top lid of polymer modified emulsified asphalt 2. Emulsified asphalt, polymer modified emulsified asphalt data as follows: 2.1. Supplier and Type/Grade of emulsified asphalt 2.2. Type of modifier polymer for polymer modified emulsified asphalt 2.3. Copy of the specified test results for emulsified asphalt, polymer modified emulsified asphalt 3. 50 lb of aggregate 4. Aggregate test results for the followings: 0 Revised 6/15/2017 Contract No. 6004 Page 160 of 189 4.1. Gradation 4.2. Los Angeles Rattler 4.3. Percent of crushed particles 4.4 Sand equivalent 4.5 Durability At least 10 days before starting placement of a slurry seal, a laboratory report of test results and the proposed mix design shall be submitted to the Engineer from an authorized laboratory. The authorized laboratory must sign the laboratory report and mix design. The report must include: 1. Test results used in the mix design compared with specification requirements 2. Proportions based on the dry weight of aggregate, including ranges, for: 2.1. Aggregate 2.2. Water 2.3. Additives 2.4. Mineral filler 2.5. Slurry seal emulsion residual asphalt content 3. Quantitative moisture effects on the aggregate's unit weight determined under ASTM C29M If any of the materials in the mix design is changed, a new mix design and laboratory report shall be submitted to the Engineer at least 10 days before starting slurry seal work. A certificate of compliance as specified for emulsified asphalt in section 203-3.1with each shipment of emulsified asphalt or polymer modified emulsified asphalt shall be submitted to the Engineer. Add the following section: 302-4.3.5 Quality Control. Add the following: An effective quality control system shall be established, maintained and followed in accordance with 2022 Caltrans Standard Specification procedures. The quality control system must detail plans, procedures, and organization necessary to furnish and apply a slurry seal that complies with the contract. The quality control system shall be followed until work is accepted. A Contractor Quality Control (CQC) plan shall be established, maintained and followed sufficient to ensure that the warranty related treatment complies with the contract. The CQC plan must cover all slurry seal operations. A copy of the plan shall be submitted to the Engineer, at the preconstruction meeting, for approval. The approved plan shall be followed throughout the project. An authorized laboratory must perform sampling and testing. The following information, at a minimum, shall be included in the CQC plan: 1. Materials to be used on the project 2. Sampling and testing methods used to determine compliance with material specifications 3. Equipment to be used on the project 4. Calibration method used to determine compliance with the application rates 5. Procedures for pavement preparation 6. Controls implemented by the Contractor to ensure that the slurry seal materials are cured or set up satisfactorily before opening to traffic 7. Procedures implemented by the Contractor for monitoring initial acceptance requirements 0 Revised 6/15/2017 Contract No. 6004 Page 161 of 189 The Engineer shall be allowed to have access to all work in progress for the purpose of quality assurance review and testing. Immediately after sampling, two 1-quart wide mouth plastic containers of emulsified asphalt or polymer modified emulsified asphalt taken in the presence of the Engineer shall be submitted to the Engineer. Samples must be submitted in insulated shipping containers Add the following section: 302-4.3.6 Documentation. The Engineer shall be provided with a daily report including the following information: 1. Project number, route/road, Engineer 2. Date, air temperature, pavement temperature, humidity 3. Asphalt emulsion temperature 4. Beginning and ending stations 5. Job Mix Formula (JMF): application and dilution rates (emulsified asphalt) 6. Length, width, total square yards 7. Contractor's signature The contractor shall provide proof of calibration of the slurry seal distributor. Calibration shall be conducted no earlier than five days prior to operations. The contractor shall submit the results of the calibration procedure to the Engineer. 302-4.7 Scheduling, Public Convenience and Traffic Control. Add the following: The Contractor shall schedule the work so as to prevent damage by all traffic. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Republic Services at (760) 332-6464. The Contractor shall accommodate mail delivery to residences and businesses during the work. At least two weeks prior to work, Contractor shall send, by first class mail, notification letters to all property addresses on which resurfacing shall occur. Obtaining the appropriate addresses shall be the contractor’s responsibility. A sample letter shall be provided by the city and the Contractor shall use the city’s sample letter with appropriate street names, dates, times, and phone numbers specific to the work inserted in the letter. During resurfacing operations, the Contractor’s schedule shall be designed to provide residents and business owners sufficient paved parking within a 900 feet distance from their homes or businesses. 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. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the 72-hour advance notification door hangar which shall state the date and time the work will begin and its anticipated duration. The notification shall list two 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 hours 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 0 Revised 6/15/2017 Contract No. 6004 Page 162 of 189 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 hangar 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 3 ½ inches by 8 ½ inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65lb card stock. The printing on the notice shall be no smaller than 12 points. The door hangars shall show the street name, date, time, phone numbers, and appropriate information specific to the work inserted. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for “Public Notification of Work” and the Contractor will not be entitled to any additional compensation for work outlined in this section. 0 Revised 6/15/2017 Contract No. 6004 Page 163 of 189 (Name of Contractor) (Address of Contractor) (Contractor’s License Number) (Date) As part of the City of Carlsbad’s ongoing program to maintain our roadways, streets in your neighborhood are scheduled for resurfacing in the coming weeks. The resurfacing work will require traffic control to be put in place in those areas. The work will take place between the hours of 8:30 a.m. and approximately 3:30 p.m., or until the traffic control devices are removed. Residents located on the streets scheduled for resurfacing will be notified 72 hours in advance of the work. Look for a brightly colored 3 ½” x 8 ½” card attached to your doorknob. You will also notice temporary “no parking” signs on your street with a specific “no parking” date written on it. PLEASE NOTE: weather conditions and other factors outside our control can sometimes cause work to be rescheduled at the last minute. If this happens, we will notify you as soon as possible of the new date. To prepare for this road work, we are asking neighbors to help. Here’s how: • Park your car outside the area of work unless you plan to leave before 8 a.m. the morning the work starts. Watch for “no parking” signs. • Park your car in your driveway or garage (off the street) if you aren’t going to need it between 8:30 a.m. and 3:30 p.m. • Avoid walking, biking and skateboarding on new roads until construction signs are removed. • Please keep kids and pets off the new roadway on the day of the resurfacing. • Do not walk on the newly resurfaced street or you may get black residue on the bottom of your shoes. The residue may damage or mark surfaces and be very difficult to remove. • Please try to keep the work area and new road dry until construction signs are removed. Monitor sprinklers, hoses and other water sources around your home. • Please note that mail could be delayed on the day of the resurfacing if your postal carrier cannot reach your mailbox. • Work will be coordinated with trash pick-up. • If you have a special concern or need reasonable accommodations, please call the City of Carlsbad at 760-602-2780. (Contractor Name) will be performing the resurfacing work for the city. You may call a contractor representative at (XXX) XXX-XXXX for more information about the project and to answer questions. For a map of all streets scheduled for resurfacing throughout the city, please visit the city website at www.carlsbadca.gov, click on City Services> Streets and Traffic> Maintenance> Street Resurfacing. The City of Carlsbad has some of the most well-maintained streets in the region thanks to the cooperation of community members like you. We appreciate your patience and understanding, and we will do everything we can to get this work done quickly and efficiently. 0 Revised 6/15/2017 Contract No. 6004 Page 164 of 189 302-4.8.2 Emulsion-Aggregate Slurry (EAS) 302-4.8.2.1 Application Temperature. Add the following: Seal coat, tack coat, or slurry seal activities shall not be started when precipitation is forecasted during the application and curing period. Slurry seal shall not be placed if rain is imminent or the air temperature is expected to be below 36°F within 24 hours after placement. Before applying and during the application of slurry seals, drainage inlets, manholes, valve and monument covers, grates, and other exposed facilities located within the area of application shall be covered using plastic or oil resistant construction paper secured by tape or adhesive to the facility being covered. The covered facilities shall be referenced with enough control points to relocate the facilities after application of the slurry seals. Immediately before applying slurry seal, the surface to receive slurry seal shall be cleaned by removing any extraneous material affecting adhesion of the slurry seal with the existing surface. Self-propelled power brooms shall be used to clean the existing pavement. Add the following section: 302-4.8.2.3 Maintenance. The slurry sealed streets shall be swept 24 hours after placement without damaging the slurry seal. For 3 consecutive days afterwards, the streets received slurry seal shall be swept daily using a self-loading motor sweeper with spray nozzles unless determined otherwise by the Engineer. One week later, the Contractor shall sweep the slurry sealed streets once per week for two weeks. The Engineer has the authority to require more sweeping than specified herein. All sweeping costs shall be included in the Contractor’s bid. The slurry seal must not show bleeding, raveling, separation, or other distresses for 15 days after placing. If bleeding, raveling, delaminating, rutting, or wash-boarding occurs after placing the slurry seal, make repairs using an authorized method. Slurry sealed streets shall be protected from damage until it has set and will not adhere or be picked up by vehicle tires. Slurry seal must not exhibit distress from traffic such as bleeding, raveling, separation or other distresses. Add the following section: 302-4.8.2.4 Construction Method. Construction of Type I & II slurry seal shall comply with the requirements set forth in 302-4 of the Standard Specifications, except as modified herein. The slurry seal mixture (PMCQS-1h w/ 2.5% polymer by weight of residual asphalt) shall be of proper consistency at all times so as to provide the application rate required by the surface condition. The average application rate shall be in accordance with the following Slurry Seal Application Rates: Type I to be used in the bike lanes and buffered areas as illustrated in the project Plans: 1,750 SF/ELT (square feet/extra-long ton). 0 Revised 6/15/2017 Contract No. 6004 Page 165 of 189 Type 2 to be used in the vehicular lanes as illustrated in the project Plans: 1,250 SF/ELT (square feet/extra-long ton). All remaining widths of slurry seal shall be Type 2 and any changes will need to be authorized by the City Inspector and Engineer. 302-5 ASPHALT CONCRETE PAVEMENT. Add the following: 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 306-1.5.1. 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. 302-5.5 Distribution and Spreading. Modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30’) 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. Delete the second sentence of paragraph 7 and the subsequent subsections A. thru E. which reference windrow operations. Add the following sentence in place of the deleted sentence and subsequent subsections: The use of windrow operations shall not be allowed. 302-5.6.1 General. Modify as follows: second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. Modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.8 Manholes (and other structures). delete the first paragraph and replace with the following: When placing the overlay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overlay. Each appurtenance shall be located immediately after the overlay is placed and shall be thoroughly cleaned of any and all construction debris which may have entered due to the Contractor’s operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carlsbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD D-10. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Raising and adjusting to grade all appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications and plans. 302-5.9 Measurement and Payment. Add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat or sand blotter. 0 Revised 6/15/2017 Contract No. 6004 Page 166 of 189 Add the following section: 302-15 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section: 302-15.1 General. Damage to existing traffic loops caused by pavement repairs or cold milling will require immediate replacement of the traffic loops unless video detection has been set up and the loops are unnecessary. If pavement fabric or geo-textile is encountered during any pavement repairs or cold milling, the Contractor shall remove and dispose of it at the Contractor’s expense. The cost of the work described in this section shall be included in the bid price for the repair itself or cold milling (grinding). 302-15.2 AC Cold Milling and Disposal of Grindings. Cold Milling or grinding shall be in accordance with the provisions of Section 404 of the Greenbook, latest edition. The Contractor shall cold mill or diamond grind the existing AC to the width and depth as shown on the plans and described in the Standard Specifications and these Special Provisions. In the field, the Engineer may change the width and depth of the cold milling at his discretion. If the Contractor’s cold milling severs any traffic detection loops, the Contractor shall replace them immediately at the Contractor’s expense. Existing advance traffic signal loop detectors shall be replaced by the Contractor and paid for per the bid item Replace Traffic Signal Detector Loop, Type E, even when video detection has been installed at the intersection. Contractor shall install Type E Loop Detector per Caltrans Revised Standard Plan RSP ES-5B. For all traffic signal loops that are to be replaced, a new, dedicated DLC with home run back to the cabinet is required for every existing loop that is currently sliced with other loops connecting to one DLC back to a cabinet. Each advance loop should have its own homerun back to the signal cabinet as well. Contractor shall construct temporary AC ramps at the cold-milled edges parallel and perpendicular to the direction of travel. Payment for construction, removal, and disposal of temporary asphalt concrete ramps shall be included in the bid item for cold milling. As shown on the plans, some cold milling may require tapering of milled thickness. If and when the Contractor encounters pavement fabric or petromat during cold milling, the Contractor shall remove and dispose of the pavement fabric or petromat. The cost of removing and disposing pavement fabric or petromat shall be included in the Contractor’s bid price for cold milling and no additional payment will be made therefor. 302-15.3 Two (2) Inch Depth AC Cold Mill and Replace. The area set forth in the bid items is for estimating purposes only and the final quantities will be as measured in the field by the City Inspector. The Inspector will designate and mark the final limits of the remove and replace areas in the field by outlining the area to be patched with paint. The Contractor shall remove the asphalt concrete in the designated area to the depth required per the requirements of Section 404 of the SSPWC. The Contractor shall sweep the street, keep dust to a minimum, and remove and dispose of the AC at the Contractor’s expense. A tack coat of SS-1h emulsified asphalt shall be applied uniformly to all asphalt-to-asphalt contact surfaces at a rate of 0.25 L/m2 to 0.45 L/m2 (0.05 to 0.10 gallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill the area with asphalt concrete and compact so that the finished surface of the new AC is flush with the surrounding pavement. The Contractor is required to use a self-propelled paving machine for areas 6 feet wide and wider. The asphalt concrete so constructed shall have a finish surface and density conforming to subsection 302-5.6.2 SSPWC. 302-15.4 Crack Sealing. All joints and cracks equal or >1/4” wide shall be cleaned to a minimum depth of 1” (25 mm) with high pressure air jet and/or routed as directed by the City inspector as 0 Revised 6/15/2017 Contract No. 6004 Page 167 of 189 specified in Section 203-10. No sealant material shall be placed until the joints and cracks have been cleaned of all loose dirt, old material, and are sufficiently dry. Both side walls of the cracks and joints must be free of dust and debris to assure optimum sealant adhesion. The joints and cracks shall be inspected and approved by the Inspector prior to placing the crack sealant material. Final joint and crack cleaning will be the same day of the sealing operation except as otherwise approved by the Inspector. The Contractor shall dispose of debris from crack cleaning outside the public way in accordance with Section 7-8.1, “Cleanup and Dust Control.” The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed manufacturer’s recommendations. Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 50°F. Containers of hot-melt rubberized sealant shall be delivered to the jobsite in unopened containers that are clearly marked with data showing the manufacturer’s name, the product designation and the manufacturer’s batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. Crack sealant shall be allowed to cure for 7 days prior to street resurfacing. 302-15.5 Measurement and Payment. Quantities of pavement repairs as set forth in the bid items are for estimating purposes only. Final quantities will be as designated and measured in the field. The Engineer will designate and mark the limits of the repairs. Full compensation for conforming to the requirements of constructing pavement repairs shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work as outlined in the appropriate section, including saw cutting and removing and disposing of existing asphalt concrete, aggregate base/subbase and basement soil as designated by the engineer, placement of asphalt concrete, compaction of subbase and asphalt concrete, placement of SS-1h asphalt emulsion and all other work incidental to the pavement repairs shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefor. The bid price for cold milling shall include removing and disposing of pavement fabric or geo- textile when encountered. Full compensation for conforming to the requirements of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefor. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-2 AIR-PLACED CONCRETE. 303-2.1.1 General. add the following: Modify Regional Standard Drawing D-75 as follows: replace stucco netting with 150mm x 150mm (6” x 6”) by No. 10 by No. 10 welded wire mesh. Add the following section: 0 Revised 6/15/2017 Contract No. 6004 Page 168 of 189 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 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 and access ramps 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. Add this section: 303-5.10 Curb Ramp Construction. 303-5.10 Installation. The curb ramp work will conform to the requirements of Section 303‐5 of the Standard Specifications as modified herein. The work will consist of the following: a) The Contractor shall be solely responsible for means and methods for laying out and verifying all proposed curb ramps’ and appurtenances’ grades, including all associated sidewalks, curbs, and gutter plates, in accordance with the standard drawings and as indicated in the construction documents. The final grades for all constructed curb ramps and appurtenances shall not exceed maximum grades indicated in the standard drawings and the construction documents. There shall be no construction tolerances allowed. Any curb ramps or appurtenances constructed in excess of maximum grades as indicated in the aforementioned documents shall be removed and replaced at the Contractor’s sole expense. Removal or AC pavement disposal of existing concrete including curb and gutter or portion of spandrel as occurs, and sidewalk necessary to construct the ramp shall be made as straight edges and by the full depth saw cutting only. Removal limits shall be agreed to in writing prior to the saw cutting operation for each ramp location. b) The pedestrian ramps locations and types are shown on the plans. Details for saw cutting existing cross gutter spandrels and replacement of existing AC pavement are shown on the plans. 303-5.10.2 Payment. Payment for construction of curb ramps will be made at the contract unit price per each, and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in providing and constructing the curb ramps including removal of and construction of curb, curb and gutter, cross gutter spandrel, alley apron, AC pavement and sidewalk, removal of existing ramps and sidewalk associated with ramp construction, and construction of curb, gutter and sidewalks in place, as necessary to achieve ADA compliant grades (regardless of replacement limits shown on plans), construction staking of curb ramps, removal and reconstruction of adjacent improvements including but not limited to private hardscape improvements and landscaping/irrigation improvements, repainting 0 Revised 6/15/2017 Contract No. 6004 Page 169 of 189 of new curb to match painting of existing curb, if any, prior to ramp construction, and joining work to tie proposed ramp into the adjacent existing PCC (doweling, epoxy, etc.) as shown on plans, complete in place as specified in the special provisions and as directed by the Engineer. The payment for curb ramps shall include the detectable warning strip. Payment for construction of curb ramps shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; saw cutting, removal & disposal of materials, compaction, adjacent asphalt paving and all related incidentals required to complete the work in place. 303-6 STAMPED CONCRETE. 303-6.1 General. Add the following: Concrete shall be 560-C-3250 with 6”x6” – 10 guage wire mesh throughout. Add the following: 303-6.5 Medians- Use color application method “B” (integral color). Color shall be per Section 201-1.2.4(a). The pattern shall match the existing median condition adjacent to the prposed construction along Avenida Encinas. Add the following: 303-6.6 Measurement and Payment. Payment for colored, stamped concrete paving shall be paid under the contract unit price bid per square foot for median concrete paving. Said payment shall include compensation for all excavation, grading, backfill, permeable material, forming, mesh, reinforcing steel, concrete, integral color, texture sealers, and other material necessary to construct the specific paving. SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307 STREET LIGHTING AND TRAFFIC SIGNALS. Modify as follows: Section 87, “Electrical Systems”, of the 2018 Caltrans Standard Specifications replaces Section 307, “Street Lighting and Traffic Signals”, of the SSPWC, in all matters pertaining to the specifications for methods of construction of street lighting and traffic signals. Section 87 of the 2018 Caltrans Standard Specifications is unmodified excepted as specified herein. For electrical components provided and installed in systems NOT including street lighting and traffic signals, Section 307 SSPWC is unmodified except as specified in sections other than Section 307, herein. 87-1.03B Conduit Installation: Add the following: All conduits entering pull boxes shall be protected with a City approved duct seals. No open holes are allowed. Conduit for fiber optic cable shall be constructed with a maximum sweep angle of 45 degrees. 87-1.03F Conductor and Cable Installations. Add the following: All conductors shall be pulled directly from the spool into the conduit and shall not be dragged on the ground as to cause damage to the conductors. 87-1.03V DETECTORS 87-1.03V(2) Inductive Loop Detectors. Add the following: Installation and tests shall conform to the details and notes shown on the plans. Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting 0 Revised 6/15/2017 Contract No. 6004 Page 170 of 189 operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface before any residue flows off of the pavement surface. Residue from slot cutting operations shall be disposed of outside the highway right of way in accordance with Section 7-8.1, “Cleanup and Dust Control.” fter conductors are installed in the slots cut in the pavement, the slots shall be filled with sealant to within 1/8 inch of the pavement surface. The sealant shall be at least one inch thick above the top conductor in the saw cut. Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. Add the following section: 87-1.03AA Cubic Pod Detection System Cubic Pod detection system shall be installed with manufacturer representative on site. Prior to installation of access points, the Contractor shall verify viability of their locations with the manufacturer representative. If found to be necessary, the manufacturer representative and City Engineer reserve the right to specify access points be installed in locations differing from what is shown on the Plans with no additional payment made to the Contractor. Additionally, if found to be necessary, the manufacturer representative and City Engineer reserve the right to specify additional access points be installed with no additional payment made to the Contractor. 87-19.02B Splice Vaults. Add the following: Splice vaults shall be 36 inches by 36 inches by 36 inches in size and shall be approved by the City Engineer. 87-19.02C Fiber Optic Cable. Add the following: Fiber optic cable shall be installed such that bend radii do not subceed manufacturer’s minimum allowable bend radius. Add the following section: 87-19.05 System Integration. This item shall consist of furnishing, installing, integrating, testing, and commissioning a completed Ethernet IP-based network for the City’s traffic management system, which shall include the locations shown on the Plans. The Ethernet IP-based communication system shall include all equipment listed or shown on the Plans and any incidental items required for the satisfactory operation of the system. The networking equipment shall be configured to support simultaneous transmission of data for all project locations using Internet Protocol (IP) based and IEEE standard compliant equipment as shown in the project plans. The Contractor shall have a qualified Systems Integrator with an International Municipal Signal Association (IMSA) certification provide IP addresses for all ITS and Traffic elements on the project including but not limited to Traffic Signal Controllers, Battery Backup Systems, Conflict Monitor Units, Emergency Vehicle Preemption Systems, Traffic Measuring Devices, and network equipment. The Contractor shall input the IP addressing scheme and set up VLAN per City requirements. The Contractor shall not be responsible for furnishing, configuring, or installing Ethernet switches. The Contractor shall coordinate with the City's Traffic Operations Division, City Traffic Engineers, City’s Technology And Innovation Communication Specialist, and the network equipment manufacturer for integration of new communication network. The cost associated with equipment manufacturer support shall be included in the bid price, no additional compensation will be allowed. 0 Revised 6/15/2017 Contract No. 6004 Page 171 of 189 Upon completion, the Contractor shall be required to provide the City a fully functional system, per the Plan, that operates to the satisfaction of the City. Traffic Signal and Communication Systems shall be complete for the final intended operations and fully functional prior to final approval. Add the following section: 87-1.06 COMMUNICATIONS SYSTEM TESTING Add the following section: 87-19.06A Communication and Fiber Optic System Testing To verify complete system operations, the Contractor shall perform a communications subsystem test, simulated communications system test, and the TMC equipment test. These tests are in addition to the local field operations test and fiber optic cable test, which must be performed before the system tests. The system tests are to ensure the proper connection of all the components. The Contractor shall submit a testing plan for the tests described in this section to the City Engineer for review and approval prior to performing these tests. The Contractor shall coordinate with furnished equipment manufacturers to prepare Communications System and Fiber Optic testing procedures specified in these Special Provisions and Plans. Prior to conducting any tests, the Contractor shall provide the City with complete descriptions of test procedures for review and approval. Progression to the next level of testing is built upon successful completion and acceptance of the previous level. Testing for the various system components shall be as specified herein and may include tests prior to installation, and upon completion of the installation. The progression of testing shall adhere to the following order: 1. Fiber Optic Test 2. Communications Test a. Communication Subsystem Test b. Simulated communication Subsystem Test 3. System Acceptance Test 4. 30-Day Burn-In Test The test shall be complete in all details as determined by the City. If the City determines that the testing procedure proposed by the Contractor is incomplete, the Contractor shall make modifications required by the City. Non-testing of existing circuits and equipment shall not relieve the Contractor from the responsibility for malfunctioning existing circuits due to the Contractor splicing or connecting to the circuits. Such malfunctions shall be corrected at the Contractor's expense. A complete report of each test performed shall be submitted to the City following completion of the test. The report shall include all actions, results, failures, and corrective or preventative measures taken. Documentation of all test results shall be provided within two (2) weeks to the City for review and approval. System documentation shall incorporate test results, ongoing maintenance, and performance measurements. The Contractor shall notify the City in advance of each test. The City shall have the right to delay the start of the testing to accommodate personnel schedules. The Contractor shall plan on this 0 Revised 6/15/2017 Contract No. 6004 Page 172 of 189 possible delay, and if exercised by the City, this delay shall not be considered a valid cause for a time extension, missed milestones, or additional compensation. If any piece of equipment fails during the individual testing, the Contractor shall request that the tests be rescheduled with appropriate notification and approval by the City. All equipment must be repaired and restored to full operation before being resubmitted for inspection or testing. Corrective action required to achieve full functionality shall be at no additional cost to the City. Prior to any work being performed, the Contractor will provide the City with a breakdown itemizing the total number of tests required. Add the following section: 87-19.06B Process for Fiber Optic Cable and Equipment Testing The City reserves the right to be present during any or all of testing. Testing shall be of the optical fiber link. An optical fiber link is defined as the passive cabling network between two optical cross-connects (patch panels or outlets). This includes cable, connectors, and splices but does not include active components. The link test contains the representative connector loss at the patch panel associated with the mating of patch cables but does not include the performance of the connector at the equipment interface. • All cabling not tested strictly in accordance with these procedures shall be retested at no additional cost to the City. • 100% of the installed cabling must be tested. All tests must pass the acceptance criteria defined in this test specification. • Either the test equipment shall be fully charged prior to each day’s testing or a fresh set of batteries shall be brought to the job site. • All field testing must be in the presence of the City, or it will be re-tested. The Contractor shall coordinate with the furnished equipment manufacture to prepare the Fiber Optic testing procedures specified in these Special Provisions and Plans. Testing shall include the tests on elements of the passive fiber optic components: 1. At the factory, 2. After delivery to the project site but prior to installation and, 3. After installation. This will be measured by an Optical Time Domain Reflectometer (OTDR) in order to verify if the fiber is good or bad quality through the fiber spans, connections, and splices. The Contractor shall contact and notify the City for coordination and scheduling of all tests 14 days prior to conducting the test. The notification shall include the exact location or portion of the system to be tested. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing. A minimum of 15 working days prior to the arrival of the cable at the site, the Contractor shall provide detailed test procedures for all field-testing for the City’s review and approval. The procedures shall identify the tests to be performed and how the tests are to be conducted. Included in the test procedures shall be the model, manufacturer, configuration, calibration, and alignment procedures for all proposed test equipment. 0 Revised 6/15/2017 Contract No. 6004 Page 173 of 189 Documentation of all test results shall be provided to the City within five (5) working days after the test is completed. All test results shall be submitted in a pdf format which shall include a graphical representation of the fiber test results including the measured attenuation over the entire fiber strand’s length. The graph shall also indicate the launch cable and the two points (cursor locations) where the attenuation measurements are measured and calculated. Add the following section: 87-19.06C Factory Testing Documentation of compliance with the fiber specifications as listed in the fiber characteristics table shall be supplied by the original fiber manufacturer. Before shipment, but while on the shipping reel, 100 percent of all fibers shall be tested for attenuation. Copies of the results shall be attached to the cable reel in a waterproof pouch and submitted to the Contractor and to the City. Add the following section: 87-19.06D Arrival On-Site Reel Test: The cable and reel shall be physically inspected on delivery and the attenuation shall be measured for 100 percent of the fibers. The failure of any single fiber in the cable to comply with these Technical Specifications provisions is cause for rejection of the entire reel. Test results shall be recorded, dated, compared, and filed with the copy accompanying the shipping reel in a weatherproof envelope. Attenuation deviations from the shipping records of greater than 5 percent shall be brought to the attention of the City. The cable shall not be installed until completion of this test sequence and the City provides written approval. Copies of traces and test results shall be submitted to the City. If the test results are unsatisfactory, the reel of fiber optic cable shall be considered unacceptable and all records corresponding to that reel of cables shall be marked accordingly. The unsatisfactory reels of cables shall be replaced with new reels of cable at the Contractor’s expense. The new reels of cables shall then be tested to demonstrate acceptability. Copies of the test results shall be submitted to the City. Add the following section: 87-19.6E After Cable Installation After the fiber optic cable has been pulled but before breakout and termination, 100 percent of all the fibers shall be tested with an Optical Time-Domain Reflectometer (OTDR) for attenuation. Test results shall be recorded, dated, compared, and filed with the previous copies of these tests. Copies of traces and test results shall be submitted to the City. If the OTDR test results are unsatisfactory, the Fiber Optic cable segment will be unacceptable. The unsatisfactory segment of cable shall be replaced with a new segment, without additional splices, at the Contractor’s expense. The new segment of cable shall then be tested to demonstrate acceptability. Copies of the test results shall be submitted to the City. Single-mode fibers shall be tested at 1310 nm and 1550 nm. Attenuation readings for each direction shall be recorded on the cable datasheet. Add the following section: 87-19.6F Outdoor Splices At the conclusion of all outdoor splices at one location, and before they are enclosed and sealed, all splices shall be tested with the OTDR, in both directions. Splices in segments shall be tested at 1310 nm and 1550 nm. Individual fusion splice losses shall not exceed 0.07 dB. Measurement results shall be recorded, dated, validated by the OTDR trace printout, and filed with the records of the respective cable runs. Copies of traces and test results shall be submitted to the City. If the OTDR test results are unsatisfactory, the splice shall be unacceptable. The unsatisfactory splice 0 Revised 6/15/2017 Contract No. 6004 Page 174 of 189 shall be replaced at the Contractor’s expense. The new splice shall then be tested to demonstrate acceptability. Copies of the test results shall be submitted to the City. Add the following section: 87-19.6G Distribution Interconnect Package Testing and Documentation All the components of the passive interconnect package (FTUs, modules, pigtails, jumpers, couplers, and splice trays) as shown on the plans and in these Technical Specifications shall comprise a unit from a manufacturer who is regularly engaged in the production of the fiber optic components. In developing the distribution interconnect package, each LC termination (pigtail or jumper) shall be tested for insertion attenuation loss with the use of an optical power meter and light source. In addition, all single-mode terminations shall be tested for return reflection loss. These values shall meet the loss requirements specified earlier and shall be recorded on a tag attached to the pigtail or jumper. Once assembly is complete, the manufacturer shall visually verify that all tagging, including loss values, is complete. Then as a final quality control measure, the manufacturer shall do an “end to end” optical power meter/light source test from pigtail end to jumper lead end to assure continuity and overall attenuation loss values. The final test results shall be recorded, along with previous individual component values, on a special form assigned to each FTU. The completed form shall be dated and signed by the Manufacturer’s Quality control supervisor. One copy of this form will be attached in a plastic envelope to the assembled FTU unit. Copies will be provided separately to the Contractor and the City and shall be maintained on file by the manufacturer or supplier. Add the following section: 87-19.6H Optical Time-Domain Reflectometer (OTDR) Testing Once the passive cabling system has been installed and is ready for activation, 100 percent of the fiber links shall be tested with the OTDR for attenuation. Print out shall include at least link number, fiber color, buffer color and cable number. Test results shall be recorded, dated, compared, and filed with previous copies. A hard copy printout and an electronic copy of the traces and test results along with a licensed copy of the associated software shall be submitted to the City. If the OTDR test results are unsatisfactory the link shall be replaced at the Contractor’s expense. The new link shall then be tested to demonstrate acceptability. Copies of the test results shall be submitted to the City. All fiber testing and documentation shall be in EXFO OTDR platform and to be submitted in a PDF format. OTDR test pulse width wavelength: 1310 nm and 1550 nm. Pass/Fail Thresholds of fiber splicing shall not exceed 1.000db loss per/at splice location on single-mode Fiber launch box shall be used while testing one direction of fiber EXFO OTDR (or City approved equal). Below is the information required to document/test all fiber backbone, distribution, and drop cables. This information is downloaded from the EXFO OTDR testing equipment and submitted for review. 0 Revised 6/15/2017 Contract No. 6004 Page 175 of 189 • Pass/Fail Thresholds 1310/1550 nm (9 µm) • Splice loss (dB) • Connector loss (dB) • Reflectance (dB) • Span loss (dB) • Span length shall be in (kft) • Parameters A → B Wavelength (nm) • 1310/1550 nm (9 µm) Range (kft) • Pulse (ns) • 100 Duration (s) 15 Add the following section: 87-19.6I Power Meter and Light Source At the conclusion of the final OTDR testing, 100 percent of all fiber links shall be tested end to end with a power meter and light source, in accordance with EIA Optical Test Procedure 171 and in the same wavelengths specified for the OTDR tests. These tests shall be conducted in both directions. Test results shall be recorded, compared, and proven to be within the design link loss budgets, and filed with the other recordings of the same links. Test results shall be submitted to the City. Add the following section: 87-19.6J Cable Verification Worksheet The Contractor shall provide Cable Verification Worksheets for 100 percent of all links in the fiber optic system, using the data gathered during cable verification. The completed worksheets shall be included as part of the system documentation. Add the following section: 87-19.6K Test Failures If the link loss measured from the power meter and light source exceeded the calculated link loss or the actual location of the fiber ends does not agree with the expected location of the fiber ends (as would occur with a broken fiber), the fiber optic link will not be accepted. The unsatisfactory segments of cable or splices shall be replaced with a new segment of cable or splice at the Contractor’s expense. The OTDR Testing, power meter, and light source testing, and Cable Verification Worksheet shall be completed for the repaired link to determine acceptability. Copies of the test results shall be submitted to the City. The removal and replacement of a segment of cable shall be interpreted as the removal and replacement of a single continuous length of cable connecting two splices, two connectors, or one splice and one connector. The removal of only the small section containing the failure and therefore introducing new unplanned splices will not be allowed. Add the following section: 87-19.6L Standards Compliance and Test Requirements Unless otherwise specified, single-mode fiber cable must meet the transmission performance parameters as specified in ANSI/TIA-568-C.3, unless specified in these Technical Specifications. Single-mode fiber shall be Class IVa dispersion-unshifted fiber. Testing of installed single-mode fiber cable shall consist of the following: • Link attenuation shall be tested in accordance with ANSI/TIA-568-C.0. Reference measurements shall be made in accordance with one jumper reference method or equivalent. Optical Loss shall be measured on each fiber at 1310 nm. 0 Revised 6/15/2017 Contract No. 6004 Page 176 of 189 • Link length shall be optically measured or calculated using cable sheath length markings. • Cabling shall meet the following loss and length criteria. Single-mode fiber is typically used in backbone cabling between telecommunications rooms, entrance facilities, and equipment rooms within or between buildings. It includes the cross connect connectors and splices (if any). Single-mode Link criteria: • Attenuation 1310 nm: fiber length (km) x .5 dB/km • + number connector pairs x 0.5 dB • + number of splices x 0.10 dB • Length: less than 5000 m (16,400 ft) • Attenuation 1550 nm: fiber length (km) x .5 dB/km • + number connector pairs x 0.5 dB • + number of splices x 0.10 dB • Length: less than 5000 m (16,400 ft) Add the following section: 87-19.6M Documentation Test reports shall be submitted in electronic format. Electronic reports are to be submitted in PDF and one hard copy (bound or binder format). PDF and a hard copy shall contain the software required to view test results. Electronic reports must be accompanied by a Certificate signed by an authorized representative of the Cabling Contractor warranting the truth and accuracy of the electronic report. The certificate must reference traceable circuit numbers that match the electronic record. Test reports shall be submitted within 5 business days of completion of testing. • Test reports shall include the following information for each cabling element tested: • Actual measured and maximum allowable attenuation (loss) at the specified wavelengths per the section above, and the margin. An individual test that fails the link criteria shall be marked as FAIL. • Reference method. • Number of mated connectors and number of splices (if any). • Actual length and maximum allowable length per Section above. Any individual test that fails the link length criteria shall be marked as FAIL. • Group refractive index (GRI) for the type of fiber tested if the length was optically measured. • Tester manufacturer, model, serial number, and software version. • Circuit ID number and project/job name. The patch panel/cable label identifier shall be used to designate the circuit I.D. • Link criteria (Autotest) used. • Overall pass/fail indication. • Project number, date, and time of the test. Should the measured link-loss exceed the calculated link-loss for more than 5% of the fiber strands in a cable, the entire cable shall be replaced. Add the following section: 87-19.6N Test Equipment • Test equipment used under this contract shall be from manufacturers that have a 0 Revised 6/15/2017 Contract No. 6004 Page 177 of 189 minimum of 5 years of experience in producing field test equipment. Manufacturers must be ISO 9001 certified. • All test tools of a given type shall be from the same manufacturer and have compatible electronic results output. • All testing equipment shall be calibrated to manufacturers' specifications within the last 2 years. • Test equipment shall be capable of measuring relative or absolute optical power in accordance with TIA-568-C.0. • Test equipment shall not include the loss or length of the test jumpers in the cable plant measurements. • Single-mode test equipment shall incorporate both 1310 nm and 1550 nm sources in the same unit. • Sources and meters shall automatically synchronize wavelengths to prevent calibration- related errors. • Test equipment shall store at least 100 tests in internal memory. • Test equipment shall employ a serial port to facilitate the uploading of saved information from the tester to the PC. • The time-of-flight methodology (“Characterized to a certain degree with one single scan along its length with two probes.”) shall be employed when optically measuring fiber length. • Test equipment capable of measuring a Tx/Rx fiber pair simultaneously is recommended to enhance productivity. Add the following section: 87-19.6O Acceptance Once all work has been completed, testing documentation has been submitted, and the City is satisfied that all work is in accordance with contract documents, the City shall notify Cabling Contractor in writing of formal acceptance of the system. Add the following section: 87-19.6P Acceptance Requirements • The Cabling Contractor must warrant in writing that 100% of the installation meets the requirements as specified in this test specification. • The City reserves the right to conduct, using Cabling Contractor equipment and labor, a random retest of up to five (5) percent of the cable plant to confirm documented results. Any failing cabling shall be retested and restored to a passing condition. In the event more than two (2) percent of the retested cable plant fails during the retest, the entire cable plant shall be retested and restored to a passing condition at no additional cost to the City. • Acceptance shall be subject to completion of all work, successful post-installation testing which yields 100% PASS rating, and receipt of full documentation as specified in this test specification. Add the following section: 87-19.6Q Warranty The Cabling Contractor shall warrant Installation against all product defects, and that all approved cabling components meet or exceed the requirements of this document. Add the following section: 87-19.6R Communication Subsystem Test 0 Revised 6/15/2017 Contract No. 6004 Page 178 of 189 The communications subsystem test will verify the systems are installed and configured correctly. The contractor will be responsible for testing each subsystem at each local cabinet, hub cabinet, and from the TMC to ensure communications and functionality are achieved. This test shall not be conducted until the following conditions are met: • All equipment pertaining to the transmission of data and video via the hardware and network equipment has been installed by the Contractor and passed their local operations test. Equipment which includes, but not limited to Video Detection System, Data Collector System, Traffic Signal Controllers, and Ethernet Switches; • All fiber optic cable has been installed, spliced, terminated, and tested; and • All intersection to Hub communications equipment has been installed and all terminations have been made. The Contractor shall coordinate with furnished equipment manufacturers to prepare Communications System Testing procedures specified in these Special Provisions and Plans. Prior to conducting any tests, the Contractor shall provide the City with complete descriptions of test procedures for review and approval. The Contractor shall provide testing to verify that bi-directional end-to-end data transmission for each transmission channel is fully operational. Upon completion of the communications integration work, all components shall be tested to assure full operational functionality and compatibility with the City’s existing Traffic Management System. The Contractor shall present and demonstrate to the City the systems’ intended full functionality. Calculation of overall "End to End" attenuation from each fiber optic transmitter to the fiber receiver shall be conducted. The system performance margin should be within the standard acceptable dB range, including the difference between the active component link loss budget, the passive cable attenuation (total fiber loss) and the total connector/splice loss. Deficiencies found by the Contractor, Integrator, or the City in the transmitted data, the video quality of imaging, or operational controls shall be promptly corrected by the Contractor. Integration work and materials necessary shall be provided to bring the system to acceptable functional standards. The results of all testing, whether successful or not, shall be submitted in writing. The Contractor shall test the communication links between the equipment sites and the central operations center (City TMC) to demonstrate that the equipment associated with each site works as required. The Contractor shall allow a minimum of 10 working days for operational testing and adjustment, with the added provisions that if the equipment should fail. All testing and transportation and/or shipping costs for the complete control system shall be borne by the Contractor. The Contractor shall furnish all equipment necessary to conduct the Communications System tests. A City technician will be present for assisting the Contractor with the data communications test but shall not conduct the test. The Contractor shall notify the City at least 48 hours prior to conducting the Communications System tests. The Contractor shall document the results of all tests on forms to be developed by the Contractor. 0 Revised 6/15/2017 Contract No. 6004 Page 179 of 189 Add the following section: 87-19.6S TMC Simulated Communications System Test The simulated communications system test will verify the replication of the complete system communications between the TMC and the communications hub through the field devices (which include, but are not limited to Video Detection System, CCTV Camera System, 2070 Controllers, and Ethernet Switches) from the Communications Hub. To conduct this test, the Contractor shall install any equipment needed to replicate the communications back to the TMC. The Contractor shall make all necessary connections to provide a complete and operational test. This test shall not be conducted until: • All equipment pertaining to the transmission of data and video via the hardware and network equipment has been installed by the Contractor and passed their local operations test. Equipment which includes, but not limited to Video Detection System, Traffic Signal Controllers, and Ethernet Switches; • All fiber optic cable has been installed, spliced, terminated, and tested • All intersection to TMC communications equipment has been installed and all terminations have been made • The equipment has been installed at the TMC as described above and all terminations have been made • All communications subsystem tests have been successfully completed Add the following section: 87-19.6T 30-Day Burn-In Test 30-Day Burn-In test will not be complete until corrected documentation is submitted. In the event of a failure of a single piece of equipment during the 30-Day Burn-In test, replace or repair the equipment and restart the 30-Day test only for that piece of equipment. If the failure of the single piece of equipment prevents the proper operation of other equipment, all devices affected by the failure will have the test extended by however many days they were out of service. The following conditions constitute a minor system failure and will result in the suspension of the 30-Day test: • Interference with project operations due to vandalism, traffic accident, power failure, or lightning for which lightning protection devices as specified are not sufficient protection. • Failure to complete the objective of any test scenario due to lack of adequate documentation for equipment supplied by the Contractor. Re-test using revised documentation. • Intermittent hardware, communication, or operation control malfunctions. • After satisfactory remedial action, the 30-Day test will be resumed and extended one day for each restart. The following constitutes a major system failure. Any one of the following conditions will result in reinitialization of the 30-Day Burn-In test from day zero: • Failure of any hardware or performance item to meet the operational requirements of these Special Provisions for 72 consecutive hours. • Failure of 5% of all field devices or communication equipment within a 14-day period. • Failure to correct any problem that adversely impacts the safety of the traveling public, with the City within four hours of notification. 0 Revised 6/15/2017 Contract No. 6004 Page 180 of 189 ADD the following section: 87-20 Measurement and Payment Payment for Traffic Signal Improvements shall be made at the contract lump sum for Traffic Signal Improvements and no other payments will be made. Payment for Communication Improvements shall be made at the contract lump sum for Communication Improvements and no other payments will be made. SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: 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 Plans, or for approved temporary detours 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. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute 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. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10’) thick asphalt concrete overlay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and 0 Revised 6/15/2017 Contract No. 6004 Page 181 of 189 markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: 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. 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for temporary and final traffic striping, and no additional compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefore. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following Section: 310-7 PERMANENT SIGNING Add the following Section: 310-7.1 General. Add the following section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. Add the following section: 310-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for permanent signing and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. 0 Revised 6/15/2017 Contract No. 6004 Page 182 of 189 Add the following section: 312-1.1 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- 5.6.8. 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. SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 “Placement”, shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3” x 12”) in size. The reflective sheeting shall be visible at 300 m (1000’) at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, “Placement.” Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and 0 Revised 6/15/2017 Contract No. 6004 Page 183 of 189 on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification”. Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand- filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 “Paint Systems” and 310 “Painting”. Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, “Portland Cement Concrete” and 303-1 “Concrete Structures”.” Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, “Portland Cement Concrete” and 303-1 “Concrete Structures”. Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be 0 Revised 6/15/2017 Contract No. 6004 Page 184 of 189 substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3”) diameter by 9 mm (3/8”) thick plate welded on the upper end with a 5-mm (3/16”) fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303- 1.9.2 “Ordinary Surface Finish.” Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor’s name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (10’) of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) as amended by the most recent MUTCD California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, “Temporary Traffic Signs”. Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be “Energite III” manufactured by Energy Absorption Systems, “Fitch Inertial Barrier System Modules” manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15’) or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) as amended by the most recent MUTCD California Supplement shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be 0 Revised 6/15/2017 Contract No. 6004 Page 185 of 189 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. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for traffic control and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for installation and/or relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. 0 Revised 6/15/2017 Contract No. 6004 Page 186 of 189 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 6, MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 600-3 Emulsion - Aggregate Slurry 600-3.2 Materials. Add the following: Aggregate for Emulsion - Aggregate Slurry shall be Type I and Type II Slurry Aggregate as outlined in 302-4.8.2.4. 600-3.4 Application of Slurry. Add to the first paragraphs: No slurry shall be applied until the provisions of subsection 212-1.2.6, Herbicide Application, Section 302-11 Asphalt Concrete Pavement Crack Filling and Sealing, Section 312-3 Pavement Marker Removal have all been satisfied. The Contractor shall remove all existing markings, legends and striping, either permanent or temporary in those areas to be slurried. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. All cracks and areas between existing curb and gutter and edge of pavement that contain weeds or plant growth of any kind shall be treated with herbicides. Herbicides shall be applied at least 2(two) working days prior to sealing of street. Allowance for the two day period shall be shown in the schedule required per section 6-1. Contractor shall remove any visible plant growth prior to placement of Herbicide. Full compensation for removal of striping and herbicide application shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work and shall be considered as included in the contract unit price bid for Emulsion Aggregate Slurry and no additional compensation will be allowed therefore. 600-3.6 Public Convenience and Traffic Control. Modify the first line with the following: Public Convenience and traffic control shall conform to 302-4.4.4. There shall be no stockpiling of material allowed on City right-of-way. 0 Revised 6/15/2017 Contract No. 6004 Page 187 of 189 Appendix A Electric Sketch and Electric Meter & Service Location 0 DESIGN AND LOCATION: Service Coordinator: BRANDON MILES Phone: (760) 579-3321 Customer Name: CITY OF CARLSBAD Date: 11/03/2022 Customer Name: ANNA FUCHS Customer phone: 310-666-7130 Job Notification # 300000542141 Address: 7104 AVENIDA ENCINAS, CARLSBAD Planner Name: ERIK TORRES Planner Phone: (951) 400-8606 Customer Name: ANNA FUCHS Customer phone: 310-666-7130 SAN CARLOS STREET CUSTOMER TO r--------r~ 'u u a a a o o o o o an~ ~ TRENCH & INST ALL ~ l-=---_ !!I • 1_3 .. CONDUIT 150' ~ ------ ~ ~ ~ Iii - 7 CUSTOMER TO INSTALL 2-100 AMP 120/240 1 PH 3W 0 aaaaooaaaa ----- FED FROM EX: ~ r SHOPPING CENTER DWy HANDHOLE #SH428939 (HH FED FROM XFMR #D3419067434) ~ ~oce Yoe mo, Call 811: Two Wockmg Additional Address Info: PROCEDURE FOR INSTALLATION 1. PHONE DIG ALERT "811" AT LEAST TWO DAYS PRIOR TO TRENCHING FOR LOCATION OF UNDERGROUND UTILITIES. 2. Phone Operations Assistant at 7604325805 for the following: - 3 Working days prior to trenching to arrange pre-meet with inspector and initiate trenching process. - After excavation of trench, installation of conduit and service entrance equipment at meter location, CALL FOR INSPECTION. Do not cover conduit without inspector's written approval to backfill. - When trench is backfilled and compacted, CALL FOR INSPECTION. - If service entrance equipment is installed after backfill, CALL FOR INSPECTION OF THE EQUIPMENT. 3. Meter cannot be set until inspector has approved installation, including service equipment, and receipt of city/county/state inspection Metering: Self Contained. Test Bypass Facilities Reqd Meter Clips: 4 Utilities Maximum Contribution to Fault Current: 42000Phase: 1# of Wires: 3 Voltage: 120/240 Bend Info: 3" 90 DEG 36"R DB60Bend Type: TRANSFORMER Riser Quad: Stop Trench: from PoleLadder Arms: Standards Page: Handhole Lid Shall Read: Structure #: SH428939Station ID #: 780-250 Temp Service Charge due on First Bill $ 0.00 Assessor's Parcel Number: Additional Information: Please call your Operations Assistant at 7604325805 with questions about application, inspection, construction installation and to schedule a crew. Number/Size of Main Switch: 1/200Service Panel Rating: 200 Conduit Size: 1-3"Conduit Installed By: CUSTOMER Customer Phone #: 760-579-3321Customer POC: Brandon Miles Wanted Date: ON INSPECTION Job #: 530000308641 ELECTRIC UNDERGROUND METER & SERVICE LOCATION Customer Copy Project Title: CARLSBAD NEW METER SERVICE AT 7104 AVENIDA ENCINAS Notification #: 300000542141 Project Address: 7104 AVENIDA ENCINAS Customer Type: Commercial Date Prepared: 03/13/2023 Project City: CARLSBAD SDGE Contact: Operations Assistant Contact Info: TRENCH DESK,7604325805 Service Type: UG SERVICE NEW TB: 1126-J6 SERVICE ATTACHMENT POINT AND/OR METER LOCATION: Customer is to locate new dual meter pedestal from XFMR #D3419067434. Face pedestal toward AVENIDA ENCINAS and maintain 3' radial clearance around surface face of pedestal. Customer is to provide trench and 3" conduit from #SH428939 to new dual meter pedestal. Address must be permanently marked on meter pedestal. If selected, customer assumes responsibility for condition of existing stubs. Handhole #SH428939 is fed from XFMR #3419067434 SDG&E Application Required-Call: 1-800-411-7343 Municipal Inspection required By: CITY OF CARLSBAD Bend Installed By: CUSTOMER Handhole Installed By: Traffic Control Permit Required Excavation/Encroachment Permits Required By: Customer Joint Trench With: Right of Way Required Meter height -- 4'0'' min. (3'0" min. for multiple installation) -- 6'3" max. From finish grade to centerline of meter base. Meters are required to be readily accessible 24 hours per day. Meters must be located in a safe area free of any potentially hazardous or dangerous condition. Provide 3-ft. x 3-ft. clear and level working space in front of meter. Where meter room is proposed, contact the planner at the nearest SDG&E office. Meter bases and meter service disconnects must be located at or immediately adjacent to each other and be identified with address and unit number. If SDG&E encounters hazardous or toxic material while performing construction of your project, SDG&E will halt work immediately and it will be your responsibility to remove and or clean up all hazardous or toxic material prior to SDG&E continuing construction. SDG&E shall have no liability or obligation whatsoever to cleanup, remove or remediate any hazardous or toxic materials discovered during the course of construction unless it is through negligence of SDG&E. Customer-owned facilities to receive gas service are subject to all applicable local and state of California inspection authority requirements. Building address and/or houseline must be permanently identified prior to meter set. Barrier posts may be required based on field conditions at any time prior to meter set as determined by the SDG&E Representative. Per Rule 16.A.1.a. In compliance with Section 783 of the Public Utilities Code, SDG&E will apply only those construction and design specifications, standards, terms, and conditions that are applicable to a new extension of service project for the 18 months following the date the application for a new extension of service project is approved. Keep this notice with your building permit. All installations performed under this order must meet SDG&E standards unless a written deviation has been approved. Planned By: Phone#: I I ID I I I □ I Revised 6/15/2017 Contract No. 6004 Page 188 of 189 Appendix B Property Owner Contacts and Exhibits 0 A VEN/DA ENCINAS RIGHT or ENTRY EXHIBIT KEYMAP AVEfWD,.q ~ POINTETTIA HOUSING ASSOCIATE BRIDGE l""I ~ I&! ~ Nasland JOB NO.: 121-108.1 HOUSING CORP =-t- ~ \; Y, e,RO \...N e,MBARcAO LAKESHORE GARDENS PROPERTY LP Civil Engineering Surveying Land Planning TAO LLc-- SAN PACIFICO COMMUNITY ASSOCIA 11ON T (858) 292-7770 4740 Ruffner Street San Diego, CA 92111 nasland.com KANG BEAM LLC BRUCE DENNIS AND JOCELYN lRUST D S PROPERTIES 18 LP LOCATION WITH AVENIDA ENCINAS HOA or PROPERTY MANAGER PRIMARY CONTACT PRIMARY CONTACT MAILING ADDRESS PRIMARY CONTACT E-MAIL CONTACT PHONE 1 Embarcadero Ln (northwest corner)Poinsettia Housing Associate Bridge Corp Pointsettia Housing Association Bridge Housing Corp 600 California St. #900, San Francisco, CA 94108 2 Embarcadero Ln (southwest corner)Waters End Homeowners Association Andrew Bruner is the account manager 3207 Grey Hawk Court, Suite 140, Carlsbad, CA 92010 760-431-2522 abruner@waltersmanagement.com 760.930.7827 3 Macadamia Dr. (west corners)Walters Management is property 4 Raintree Dr. (west corners)manager for these three locations 5 Loganberry Dr and Avenida Encinas (northeast corner)Kang Beam LLC , Benjamin Kang 6801 Trojan Ct. Moorpark, CA 93021 6 Loganberry Dr and Avenida Encinas (southeast corner)Dennis & Jocelyn Bruce Trust 28495 Evening Breeze Dr. Yorba Linda 92887 7 San Lucas St (northeast corner)First Washington Real Estate of Maryland First Washington Real Estate, 7200 Wisconsin Ave. Suite 600, Bethesda MD 2814 301-907-7800 8 Shopping Center Driveway South (both on east side)managed by Pam Aguirre paguirre@firstwashington.com 858.793.5753 9 San Lucas St (southeast corner)Current owner is TAO LLC but read on Chris Hakim owns the Shell gas station and is chakim@live.com 858.373.8781 negotiating with Tao LLC to buy the property 10 Marlin Lane (northeast, southeast corners)San Pacifico Community Association Nika Richardson is account manager for both above 3207 Grey Hawk Court, Suite 140, Carlsbad, CA 92010 760-431-2522 nrichardson@waltersmanagement.com 760.930.7832 11 Meridian Way (northeast, southeast corners)same HOA and managed by Walters Management 12 Dory Lane (northwest and southwest corners)San Pacifico Community Association Nika Richardson at Walters Management 3207 Grey Hawk Court, Suite 140, Carlsbad, CA 92010 760-431-2522 nrichardson@waltersmanagement.com 760.930.7832 13 San Carlos St (northwest and southwest corners)Lakeshore Gardens Property LP see notes 18915 Nordhoff St. #5, Northridge, CA 91324 CITY OF CARLSBAD PERMISSION FOR RIGHT OF ENTRY The City of Carlsbad provides this Permission for Right of Entry for scheduled entry and maintenance work on your property described as: NAME: Poinsettia Housing Associate Bridge Housing Corp STREET ADDRESS: 6811 Embarcadero Lane, Carlsbad CA92011 ASSESSOR'S PARCEL NUMBER:. 214-450-29-00 ------------------- For the purposes of facilitating public improvements on Aveoida Encinas, the City's contractor will need to perform work on your property. For further details regarding the subject improvements please refer to the draft Improvement Plans for the Avenida Encinas Coastal Rail Trail and Pedestrian Improvements, Project No. CIP 6004, Drawing No. 536-6 (attached). Specifically, the project improvements requmng this entry include sidewalk improvements, roadway repair, curb/gutter replacement, roadway striping. Authorization of this Right-of-Entry Agreement grants the City and its contractor permission to enter and construct these improvements on the properties addressed above. The City's contractor shall perform all work in a professional manner per the approved engineering plans and specifications. These documents will be provided after approval and upon request. The City will only be responsible for all damages and liability arising from the sole or active negligence or willful misconduct of the City, or its contractors, entering the property for the above-stated reasons. When completed, the City will restore any affected real property to a condition similar to the existing condition before the construction. Permission described in this Agreement shall end when the project Notice of Completion is filed with the County Clerk's office. Therefore, I hereby grant the City of Carlsbad, and its contractor, permission to enter my property to construct the above-described improvements. ___,_1~-a~ri_._1 ·.<--..J..A.._,_01..L.l<.Jt21 ........ VJ ......... :rc-'-"-a ____ ~ OWNER, Print Name OWNER, Signature Jl j z,-v/ pQZ,~ DAT~ I I EMBAACADERO LN N I d Civil Engineering as an Surveying Land Planning JOB NO.: 121-108.1 A VEN/DA ENCINAS RIGHT Or ENTRY EXHIBIT I LEGEND DESCRIPTION i AREA OF WORK RIGHT OF WAY <I( AREA OF WORK PER CITY-OF CARLSBAD DWG 536-6 T (858) 292-7770 4740 Ruffner Street San Diego, CA 92111 nasland.com 20 0 SCALE SYMBOL V///////1 20 40 1" = 20' CITY OF CARLSBAD PERMISSION FOR RIGHT OF ENTRY The City of Carlsbad provides this Permission for Right of Entry for scheduled entry and maintenance work on your property described as: NAME: San Pacifico Community Association STREET ADDRESS: Dory Lane, Carlsbad CA 92011 ASSESSOR'S PARCEL NUMBER: 216-510-22 & 216-510-38 For the purposes of facilitating public improvements on Avenida . Encinas, the City's contractor will need to perform work on your property. For further details regarding the subject improvements please refer to the draft Improvement Plans for the Avenida Encinas Coastal Rail Trail and Pedestrian Improvements, Project No. CIP 6004, Drawing No. 536-6 (attached). Specifically, the project improvements requiring this entry include sidewalk improvements, curb/gutter replacement, and roadway striping. Authorization of this Right-of-Entry Agreement grants the City and its contractor permission to enter and construct these improvements on the properties addressed above. The City's contractor shall perform all work in a professional manner per the approved engineering plans and specifications. These documents will be provided after approval and upon request. The City will only be responsible for all damages and liability arising from the sole or active negligence or willful misconduct of the City, or its contractors, entering the property for the above-stated reasons. When completed, the City will restore any affected real property to a condition similar to the existing condition before the construction. Permission described in this Agreement shall end when the project Notice of Completion is filed with the County Clerk's office. Therefore, I hereby grant the City of Carlsbad, and its contractor, ermission to enter my property to construct the above-described improvements. ~Me) f\) ar-d , 1 OWNER, Print Name OWNE ,~ /rg /i}d- DATE / ' OORYLN A VENIDA ENCINAS RIGHT OF ENTRY EXHIBIT LEGEND DESCRIPTION · AREA OF WORK RIGHT OF WAY AREA , OF WORK PER CITY OF CARLSBAD DWG SYMBOL V/ZZZT/21 l 536-6 APN: 21 N I d Ovll Engineering as an Surveying Land PlaMing JOB NO.: 121-10B.1 T(B58) 292-7770 47-4411uffhetS!reel: San Diego, CA 91111 -d.alm 7 . I I 20 0 20 40 SCALE 1" = 20' , .. CITY OF CARLSBAD PERMISSION FOR RIGHT OF ENTRY The City of Carlsbad provides this Permission for Right of Entry for scheduled entry and maintenance work on your property described as: NAME: Lakeshore Gardens Property LP STREET ADDRESS: 7201 Avenida Encinas, Carlsbad CA 92011 ASSESSOR'S PARCEL NUMBER: 214-171-27 ------------------ For the purposes of facilitating public improvements on Avenida Encinas, the City's contractor will need to perform work on your property. For further details regarding the subject improvements please refer to the draft Improvement Plans for the Avenida Encinas Coastal Rail Trail and Pedestrian Improvements, Project No. CIP 6004, Drawing No. 536-6 (attached). Specifically, the project improvements requmng this entry include sidewalk improvements, cross gutter replacement, & roadway striping. Authorization of this Right- of-Entry Agreement grants the City and its contractor permission to enter and construct these improvements on the properties addressed above. The City's contractor shall perform all work in a professional manner per the approved engineering plans and specifications. These documents will be provided after approval and upon request. The City will only be responsible for all ·damages and liability arising from the sole or active negligence or willful misconduct of the City, or its contractors, entering the property for the above-stated reasons. When completed, the City will restore any affected real property to a condition similar to the existing condition before the construction. Permission described in this Agreement shall end when the project Notice of Completion is filed with the County Clerk's office. Therefore, I hereby grant the City of Carlsbad.and its contractor, permission to enter my property to construct the above-described improvements. ~ l-v· £J____ OWNFJf,,gns re OWNER, Print rvpme lr7 t_,"-, +-~ 0 L,,,, It e. I!"" tt/1.r/)..._i->r. DATE -;g,;+e,,J..~r h"-"'t.rs•PI ~ ~.:t-,.,;J /r-'J•'-cJ,1,, ..r,,,. <.... A VEN/DA ENCINAS RIGHT OF ENTRY EXHIBIT I . I \ \ I LEGEND SYMBOL DESCRIPTION AREA OF WORK RIGHT OF WAY VZZ7J1/Zd APN: 214-171-27 I - AREA OF WORK PER CITY 1 OF CARLSBAD OWG 536-6 20 " 0 20 40 SCALE 1" = 20' A CvlEnglneedng TIINln-7770 V Nasland ~"' =.~, JOB NO.: 121-108.1 CITY OF CARLSBAD PERMISSION FOR RIGHT OF ENTRY The City of Carlsbad provides this Permission for Right of Entry for scheduled entry and maintenance work on your property described as: NAME: Lakeshore Gardens Property LP STREET ADDRESS: 7201 Avenida Encinas, Carlsbad CA 92011 ASSESSOR'S PARCEL NUMBER: 214-171-27 -=--'-...:..-_;;:; _____________ _ For the purposes of facilitating public improvements on Avenida Encinas, the City's contractor will need to perform work on your property. For further details regarding the subject improvements please refer to the draft Improvement Plans for the Avenida Encinas Coastal Rail Trail and Pedestrian Improvements, Project No. CIP 6004, Drawing No. 536-6 (attached). Specifically, the project improvements reqwnng this entry indude sidewalk improvements, cross gutter replacement, & roadway striping. Authorization of this Right- of-Entry Agreement grants the City and its contractor permission to enter and construct these improvements on the properties addressed above. The City's contractor shall perform all work in a professional manner per the approved engineering plans and specifications. These documents will be provided after approval and upon request. The City will only be responsible for all damages and liability arising from the sole or active negligence or willful misconduct of the City, or its contractors, entering the property for the above-stated reasons. When completed, the City will restore any affected real property to a condition similar to the existing condition before the construction. Permission described in this Agreement shall end when the project Notice of Completion is filed with the County Clerk's office. Therefore, I hereby grant the City of Carlsbad, and its contractor, permission to enter my pro~rty to construct the abm,e-described improvements. . ~ ";/ J>411.a », flw c--Prts1 c!Lnf ~rJMM~ OWNER, Print Name OW ER, Signature 11 /;g/2022-DM°E I APN: 214-171-27 N I d Civil Engineering as an Surveying Land Planning JOB NO.: 121-108.1 A VEN/DA ENCINAS RIGHT Or ENTRY EXHIBIT \ I I • • I V' I I LEGEND DESCRIPTION AREA OF WORK RIGHT OF WAY I_ AREA OF WORK PER CITY 1 OF CARLSBAD DWG 536-6 20 0 SYMBOL VZZZZZ/41 40 SCALE 1" = 20' T(858) 292-7770 4740 Ruffner Street San Diego, CA 92111 nasland.com CITY OF CARLSBAD PERMISSION FOR RIGHT OF ENTRY The City of Carlsbad provides this Permission for Right of Entry for scheduled entry and maintenance work on your property described as: NAME: Bruce Dennis & Jocelyn Trust STREET ADDRESS: 7120 Avenida Encinas, Carlsbad CA 92011 ASSESSOR'S PARCEL NUMBER: 214-430-25-00 ------------------ For the purposes of facilitating public improvements on Avenida Encinas, the City's contractor will need to perform work on your property. For further details regarding the subject improvements please refer to the draft Improvement Plans for the Avenida Encinas Coastal Rail Trail and Pedestrian Improvements, Project No. CIP 6004, Drawing No. 53~-6 (attached). Specifically, the project improvements . requiring this entry include sidewalk improvements, cross gutter replacement, & roadway striping. Authorization of this Right- of-Entry Agreement grants the City and its contractor permission to enter and construct these improvements on the properties addressed above. The City's contractor shall perform all work in a professional manner per the approved engineering plans and specifications. These documents will be provided after approval and upon request. The City will only be responsible for all damages and liability arising from the sole or active negligence or willful misconduct of the City, or its contractors , entering the property for the above-stated reasons. When completed, the City will restore any affected real property to a condition similar to the existing condition before the construction. Permission described in this Agreement shall end when the project Notice of Completion is filed with the County Clerk's office. Therefore, I hereby grant the City of Carlsbad, and its contractor, permission to enter my property to construct the above-described improvements. 'Dc/Jrl\S 1snvC6 J)f/H11-S ~ ro0-e\ . . . Tt£·,:tsr OWNER, Print Name ( 0 re ._ l{/!{?/22 ( DAT~ ~ Ii I I I I l I • . I~ G). •" A VEN/DA ENCINAS RIGHT Or ENTRY EXHIBIT APN: 214-430-26 AREA OF WORK PER CITY OF CARLSBAD DWG 536-6 1--,~ LEGEND DESCRIPTION AREA OF WORK RIGHT OF WAY I . . ~ . . . LOGANBEFlfY DFIVE I ~1 ·✓--\ . ""·· .. . . ~ . . .. . ·_[-• ":,-,r·.. ~..1,./"1 .. G) APN: 214-430-25 20 0 SYMBOL VZZZZZ/41 20 40 SCALE 1" = 20' Civil Engineering T (8581292-7770 Nasla nd Surveying 4740Ruffner5treet d I • SanD1ego,CA92111 Lan p anning nasland.com JOB NO.: 121-108.1 CITY OF CARLSBAD PERMISSION FOR RIGHT OF ENTRY The City of Carlsbad provides this Permission for Right of Entry for scheduled entry and maintenance work within an easement on your property described as: NAME: TAO LLC STREET ADDRESS: 7150 Avenida Encinas ASSESSOR’S PARCEL NUMBER: 214-430-23 For the purposes of facilitating public improvements on Avenida Encinas, the City’s contractor will need to perform work on your property. For further details regarding the subject improvements please refer to the draft Improvement Plans for the Avenida Encinas Coastal Rail Trail and Pedestrian Improvements, Project No. CIP 6004, Drawing No. 536-6 (attached). Specifically, the project improvements requiring this entry include sidewalk improvements and irrigation repair. Authorization of this Right-of-Entry Agreement grants the City and its contractor permission to enter and construct these improvements on the properties addressed above. The City’s contractor shall perform all work in a professional manner per the approved engineering plans and specifications. These documents will be provided after approval and upon request. The City will only be responsible for all damages and liability arising from the sole or active negligence or willful misconduct of the City, or its contractors, entering the property for the above-stated reasons. When completed, the City will restore any affected real property to a condition similar to the existing condition before the construction. Permission described in this Agreement shall end when the project Notice of Completion is filed with the County Clerk’s office. Therefore, I hereby grant the City of Carlsbad, and its contractor, permission to enter my property to construct the above-described improvements. OWNER, Print Name OWNER, Signature DATE I I \ \ N I d Civil Engineering as an Surveying Land Planning JOB NO.: 121-108.1 A VEN/DA ENCINAS RIGHT Or ENTRY EXHIBIT APN: 214-430-24 LEGEND DESCRIPTION AREA OF WORK SHa'PINQ RIGHT OF WAY CENTel r:mr AREA OF WORK PER CITY OF CARLSBAD DWG 536-6 APN: 214-430-23 20 4f 0 SYMBOL VZZZZZ/41 20 40 SCALE 1" = 20' T(858) 292-7770 4740 Ruffner Street San Diego, CA 92111 nasland.com Revised 6/15/2017 Contract No. 6004 Page 189 of 189 Appendix C SWPPP Tier Level and Construction Threat Level (E-32) 0 E-32 Page 1 of 2 REV. 02/22 Development Services Land Development Engineering 1635 Faraday Avenue 442-339-2750 www.carlsbadca.gov DETERMINATION OF PROJECT’S SWPPP TIER LEVEL AND CONSTRUCTION THREAT LEVEL E-32 I’m applying for: Grading Permit Building Permit Right-of-way permit Other Project Name: Project ID: Address: APN Disturbed Area: Ac Section 1: Determination of Project’s SWPPP Tier Level (Check applicable criteria and check the corresponding SWPPP Tier Level, then go to section 2) SWPPP Tier Level Exempt – No Threat Project Assessment Criteria My project is in a category of permit types exempt from City Construction SWPPP requirements. Provided no significant grading proposed, pursuant to Table1, section 3.2.2 of Storm Water Standards, the following permits are exempt from SWPPP requirements: Electrical Patio Mobile Home Plumbing Spa (Factory-Made) Fire Sprinkler Mechanical Re-Roofing Sign Roof-Mounted Solar Array Exempt Tier 3 – Significant Threat Assessment Criteria – (See Construction General Permit (CGP) Section I.B)* My project includes construction or demolition activity that results in a land disturbance of equal to or greater than one acre including but not limited to clearing, grading, grubbing or excavation; or, My project includes construction activity that results in land disturbance of less than one acre but the construction activity is part of a larger common plan of development or the sale of one or more acres of disturbed land surface; or, My Project is associated with construction activity related to residential, commercial, or industrial development on lands currently used for agriculture; or My project is associated with construction activity associated with Linear Underground/Overhead Projects (LUP) including but not limited to those activities necessary for installation of underground and overhead linear facilities (e.g. conduits, substructures, pipelines, towers, poles, cables, wire, towers, poles, cables, wires, connectors, switching, regulating and transforming equipment and associated ancillary facilities) and include but not limited to underground utility mark out, potholing, concrete and asphalt cutting and removal, trenching, excavation, boring and drilling, access road, tower footings/foundation, pavement repair or replacement, stockpile/borrow locations. Other per CGP_____________________________________________________ Tier 3 Tier 2 – Moderate Threat Assessment Criteria: My project does not meet any of the Significant Threat Assessment Criteria described above and meets one or more of the following criteria: Project requires a grading plan pursuant to the Carlsbad Grading Ordinance (Chapter 15.16 of the Carlsbad Municipal Code); or, Project will result in 2,500 sq. ft. or more of soils disturbance including any associated construction staging, stockpiling, pavement removal, equipment storage, refueling and maintenance areas and project meets one or more of the additional following criteria: •located within 200 ft. of an environmentally sensitive area or the Pacific Ocean; and/or, •disturbed area is located on a slope with a grade at or exceeding 5 horizontal to 1 vertical; and/or •disturbed area is located along or within 30 ft. of a storm drain inlet, an open drainage channel or watercourse; and/or •construction will be initiated during the rainy season or will extend into the rainy season (Oct. 1 – Apr. 30) Tier 2 Tier 1 – Low Threat Assessment Criteria My project does not meet any of the Significant or Moderate Threat criteria above, is not an exempt permit type per above and the project meets one or more of the following criteria: •results in some soil disturbance; and/or •includes outdoor construction activities (such as roof framing, saw cutting, equipment washing, material stockpiling, vehicle fueling, waste stockpiling) Tier 1 * Items listed are excerpt from CGP. CGP governs criteria for triggers for Tier 3 SWPPP. Developer/owner shall confirm coverage under the current CGP and any amendments, revisions and reissuance thereof. Avenida Encinas Coastal Rail Trail and Ped Improvements CIP 6004 City of Carlsbad Public Right-of-Way x x 13.98 x C cityof Carlsbad □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ E-32 Page 2 of 2 REV. 02/22 SWPPP Tier Level Section 2: Determination of Project’s Construction Threat Level (Check applicable criteria under the Tier Level as determined in section 1, check the corresponding Construction Threat Level, then complete the emergency contact and signature block below) Construction Threat Level Exempt -Not Applicable -Exempt Tier 3 Tier 3 – High Construction Threat Assessment Criteria: My Project meets one or more of the following: Project site is 50 acres or more and grading will occur during the rainy season Project site is located within the Buena Vista or Agua Hedionda Lagoon watershed, inside or within 200 feet of an environmentally sensitive area (ESA) or discharges directly to an ESA Soil at site is moderately to highly erosive (defined as having a predominance of soils with USDA-NRCS Erosion factors kf greater than or equal to 0.4) Site slope is 5 to 1 or steeper Construction is initiated during the rainy season or will extend into the rainy season (Oct. 1 – April 30) Owner/contractor received a Storm Water Notice of Violation within past two years High Tier 3 – Medium Construction Threat Assessment Criteria All projects not meeting Tier 3 High Construction Threat Assessment Criteria Medium Tier 2 Tier 2 – High Construction Threat Assessment Criteria: My Project meets one or more of the following: Project is located within the Buena Vista or Agua Hedionda Lagoon watershed, inside or within 200 feet of an environmentally sensitive area (ESA) or discharges directly to an ESA Soil at site is moderately to highly erosive (defined as having a predominance of soils with USDA-NRCS Erosion factors kf greater than or equal to 0.4) Site slope is 5 to 1 or steeper Construction is initiated during the rainy season or will extend into the rainy season (Oct. 1 – Apr. 30) Owner/contractor received a Storm Water Notice of Violation within past two years Site results in 10,000 sq. ft. or more of soil disturbance High Tier 2 – Medium Construction Threat Assessment Criteria My project does not meet Tier 2 High Threat Assessment Criteria listed above Medium Tier 1 Tier 1 – Medium Construction Threat Assessment Criteria: My Project meets one or more of the following: Owner/contractor received a Storm Water Notice of Violation within past two years Site results in 500 sq. ft. or more of soil disturbance Construction will be initiated during the rainy season or will extend into the rainy season (Oct.1 – April 30) Medium Tier 1 – Low Construction Threat Assessment Criteria My project does not meet Tier 1 Medium Threat Assessment Criteria listed above Low I certify to the best of my knowledge that the above statements are true and correct. I will prepare and submit an appropriate tier level SWPPP as determined above prepared in accordance with the City SWPPP Manual. I understand and acknowledge that I must adhere to and comply with the storm water best management practices pursuant to Title 15 of the Carlsbad Municipal Code and to City Standards at all times during construction activities for the permit type(s) checked above. The City Engineer/Building Official may authorize minor variances from the Construction Threat Assessment Criteria in special circumstances where it can be shown that a lesser or higher SWPPP Tier Level is warranted. FOR CITY USE ONLY Emergency Contact Name: Telephone No: Owner/Owner’s Authorized Agent Name: Title: Owner/Owner’s Authorized Agent Signature: Date: City Concurrence: Yes No By: Date: DWG #/CB#: City of Carlsbad / Brandon Miles Project Manager 442.339.2745 3/7/23 x xx x □ □ □ □ □ □ □ D D D D D D D D □ D D D D D D □ □ f3~Jt,,~