HomeMy WebLinkAboutCalifornia, State of; 1972-07-06; 12561M-SD-78, 1.5
)912
District Utility. Agreement. No. 12^61
THIS AGREEMENT 5 MADE AND ENTERED INTO THIS
^1972 6th pj^Y OF
BY AND BETWEEN
CARLSBAD MUNICIPAL WATER DISTRICT
AND THE CITY OF OCEANSIDE, a body
politic and a municipal corporation
of the State of California,
hereinafter referred to as OWNERS
AND
STATE OF CALIFORNIA, acting by "
and through its Business and
Transportation Agency, Department
of Public Works, Division of
Highways, hereinafter referred
to as STATE
WITNESSETH
WHEREAS, STATE on November 13, 1951 adopted the route of Road
ll-SD-^78 between Oceanside and Vista, and
WHEREAS, STATE contemplates construction by contract of a revision
of the El Camino Real interchange on Houte ll-SD-78 in the near
future, and
•WHEREAS, OWNER desires to have a 16" water system main Inter-Agency
tie^line connect to be installed at the time of project construction
consisting of:
1. 1016 l.f. 16" ductile iron pipe cl. 2 cement lined.
2. 70 l.f. 6" cast iron pipe cement lined.
3. 2^1-8 l.f. 26" welded steel casing.
1 ea. 16" flanged flow meter.
5» 1 eao combination air vent and vacuum breaker.
6. 1 ea. pre-cast concrete utility boxo
and
nrf'Tl CA.SLb-UAD MUMiCIPAL
WthLK WATER DISTRICT JUL 3 72
ll-SD-78, 1.5
Agreement No. 12561
• Page 2
WHEREAS, OWNERS have requested STATE to include provisions in
STATE'S contract for installation of said 16" water main within
the El Camino Heal overcrossing structure and approaches, and
WHEREAS, STATE is agreeable to include OWNERS' request for
installation of said water'main in STATE'S contract, it is
now the desire of OWNERS and STATE to agree upon terms, conditions
and manner in which OWNERS and STATE will bear the costs, and in
the manner in which OWNERS will reimburse STATE, and to provide
for the maintenance thereof.
NOW THEREFORE, in consideration of the covenants and conditions
herein contained, the parties hereto agree as follows:
SECTION I
STATE AGREES:
1, To cause to be installed under STATE contract the aforesaid
water main at EL Camino Real per plans and specifications dated
June l5j 1972 submitted by OWNERS.
2. To submit final plans, specifications and estimate covering
the items of work required for review and approval by OWNERS.
SECTION II
OWNERS AGREE:
1. To bear the actual cost of the construction items for the 16"
water main, plus 10^ for the STATE'S handling, billing and
inspection. It is estimated that OWNERS' cost for said items
is $32,220 + 10^ = $35,^2. The actual cost to OWNERS for
said items will be determined on the bid price of each item
and the final contract quantities on completion of the contract.
fl i-SD-78, 1.5
Agreement•No. 12561
Page 3 ,
2. To fin-nish STATE with plans, specifications and other data as
necessary to incorporate the work to be performed for OWNERS
in STATE'S contract plans and specifications.
3. OWNERS will furnish all material and perform all work involved
in making ties to existing water mains as indicated on the plans.
k» To furnish vater for pressure testing and disinfecting water
main system at no cost to STATE.
5. To deposit with .STATE the sum of $35,^^2.00 within 30 days
after advertisement of the project and upon receipt of STATE'S
demand; said sxm being the estimated total cost of the work
hereinbefore described as to be borne by OWNERS, STATE will
bill each OWNER for 50^ of the estimated cost of the installation.
In the event the actual cost is less than said deposit,
STATE will refund the difference between the actual cost
and the amount of 1he deposit by OWNERS. In the event the
actual cost exceeds said deposit, STATE will bill the OWNERS
on the 50/50 basis the difference between the amount of said
deposit and the actual cost of OWNERS share.
6. Upon completion of STATERS contract, OWNERS hereby agree
to accept ownership and maintenance of all facilities described
hereino
SECTION III
IT IS MUTUALLY UNDERSTOOD AND AGREED:
1. That obligations of STATE under terms of this Agreement are
subject to the approval and award of a construction contract
by STATE for the construction of Ihe hereinbefore described
section of Route ll-SD-78 revision of EL Camino Heal interchange.
2. Minor deviations from the above described relocation may be
made and incidental work performed by the OWNER or the STATE,
when mutually acceptable to both parties and upon approval by
the State Engineer.
ll-SD-78, 1.5
Agreement No, 12561
Page h
IN WITNESS WEREOF, the parties hereto have caused this Agreement
to be executed by their respective officers, duly authorized, the
provisions of which Agreement are effective as of the day, month
and year first hereinabove written.
Right of Way Clearance Agent
APPROVED:
' "'c. B, MACDONALD
HXADQUAHTEBS R/W DEPT.
BfVWOM OF HIOHWAYB
JUL 2 1 1972
CARLSBAD- MUNICIPAL WATER DISTRICT
By
By $^0. <^^->r;;^on..s^^
CITY OF OCEANSIDErX
By ^^j>^ y Jr\A^. J^jT^
By Jd--^.^ ^^JL^
STATE OF CALIFORNIA • '
DEPARTMENT, OF PUBLIC WRKS
DIVISKH 0/:HIGHWAYS
By.
Di s tr^ t Eng ine er
LEW:pl
EXCERPTS
KSETINa.
FROM
JUN 15
THE
28,
MII^UTES
1972:
OF THS OCEANSIDE CITY COUNCIL" REGULAR
The regular meeting of the Oceanside City Council MSLS
called to order by Kayor Richardson at 7:30 p.m., June 28,
1972. The Pledge of Allegiance was led by Gmn Burgess.
ROLL GALL: Present were Mayor Richardson, Crrin 3ell, Burgess,
Prenzel and Smith, Present also were City Manager Ba,p;ley,
Assistant City Manager Taylor, City Attorney Null, City
Clerk Duehren, public .Works Director Ruden, Planning
Director Bedaux, Assistant City .Engineer Iiruning, Police
Chief Ratcliff, Parks and Recreation Director Renaud and
Budget-Personnel Officer Jauer.
AGREEMENT: Carlsbad Municipal V/ater District - State of
California - El Camino Real Water System Interconnect.
The Assistant City Engineer presented an a2;reement with
the Carlsbad Municipal Water District, the"state of Calif-
ornia and the City of Oceanside in connection with the
v/ldening of the El Camino Real overcrossing at Highway 78,
for a 16" water main interconnect to provide emergency
supply source between systems. The estimated cost is
approximately $3k,000, which v/ill be shared on a ^0% basis.
Construction wiii be handled by the State of California
Division of Highways as part of the construction contract
which is'scheduled to be let in September of 1972, The
agreement authorizes the State to include this improvement
in' their project work. Cmn Burgess moved the Mayor and
Clerk be authorized to sign the agreement;'motion was sec-
onded by Cmn Frenzel, and carried unanimously.
ADJOURNMENT: Cmn Burgess moved the meeting'be adjourned;
motion vjas seconded by Cmn Frensel, and carried unanimously
The Mayor declared the meetins adjourned at 10:30 p.m.,
June 28, 1972.
I, IRENE D. DUEHREN, hereby certify that the foregoing are true
and correct excerpts of the minutes, of the meeting of June 28,
1972. The acts of the City Council reported in these minutes
did take place as reported and these minutes are subject only to
technical corrections at a subsequent meeting by the City Council
Dated: June 29, 1972
I-REl'IS D. DUEHREN, CITY CLERK
CITY OF OCEANSIDE, CALIFORNIA
Ji
SECTION WATER TIE LINE
SECTION 1. SENERAL
-1,01 Description - 'The 16" water tie line shall confonn
to the provisions in Section 70, "Miscellaneous Facilities,"
of the Standard Specifications and these special provisions.
The work to be done consists of constructing a 16"
ductile Iron pipe and appurtenances to tie between the
water systems of the City of Oceanside and the Carlsbad
Municipal Water District. The 16" water line will pass
through two new bridge extensions which are also a part
of this contract. A 26" steel casing will be used through
the box girder bridge and through the abutment walls of
the tee-beam bridge. The l6" water tie line will be tied
directly to the tee-beam bridge,
-1,02 Work to be performed by the City of Oceanside and
the Carlsbad Mxmiclpal Water District - The City of Oceanside
and the Carlsbad Municipal Water District will operate live
mains by closing and opening valves in their respective
areas to enable the contractor to perform the work in
accordance with the plans and specifications.
The City of Oceanside and the Carlsbad Municipal Water
District will furnish all material and perform all work
Involved In making ties to existing water mains as indicated
on the plans and in these specifications.
The contractor shall allow five (3) working days for
each agency to complete their work at each connection. In
the event that the oonnections mentioned above are not
completed by the times specified, and, if in the opinion of
^4
the Engineer, the contractor's operations are delayed or
Interfered with by reason of the connections not being
completed by said times, the State will compensate the
contractor for such delays to the extent provided in Section
8-1.09, "Right of Way Delays," of the Standard Specifications,
and not otherwise, except as provided in Section 8-1.10,
"Utility and Non-Highway Facilities," of the Standard
Specifications,
SECTION 2. MATERIALS POR WATER SYSTEM
-2.01 General - Material for relocation work shall be .
new and shall be as specified in the detailed requirements
of this Section, Materials for the water system are to be
as called for on the plans,
-2,02 Pipe and Fittings -
(a) Ductile Iron Pipe - Ductile iron pipe shall conform
to the requirements of the ASA Specification A21.5^ Pipe
shall conform to the thickness classes as shown on the plans
for ductile pipe, 16" pipe shall have push-on Joints with
rubber ring gaskets and cement mortar lining. Length of
pipe sections shall not be less than l6 feet except for
closure sections,
16 Inch ductile Iron pipe shall be lined with cement
mortar having a thickness of not less than l/l6 inch. The
lining shall conform to ASA Specification The
interior and exterior surface of ductile iron pipe shall
be factory coated with a corrosion resistant coal tar
pitch varnleh of the type and grade generally used for
ductile iron pipe. Lining of exterior coating that does not
-ff-
7S
bond firmly or shows voids or holidays will be rejected.
The Joint for ductile iron pipe shall be formed from
bell and plain end pipe employing a circular rubber gasket
for sealing purposes. The rubber gasket shall confonn to (7\vv^7i'C///J
ASA A21.11^and shall be the only Joint accessary required.
The bell end of the pipe shall be cast to form a gasket
seat with a contour matching that the rubber gasket, and a
bead ring cast in the bell shall mate with a corresponding
groove in the gasket. Design of the bell and gasket shall
be such as to position the gasket in proper condition during
entry of the spigot while assembling the Joint,
(b) Cast Iron Pipe - Cast iron pipe shall be Class 24
as specified in AWWA Designation: C 106, and shall have
flanged Joints,
Cast iron fittings shall have a 250 psi pressure rating
and shall conform to the provisions in AWWA Designation:
C 110.
Cast iron pipe and fittings shall be cement mortar
lined as provided in AWWA Designation: C 104,
Flanges shall be gray cast iron conforming to the
provisions in ASTCW Designation: A 126.
-2,03 Valves -
(a) Butterfly Valves - Butterfly valves shall be
actuated by a carbon steel hexagon drive shaft with 304
stainless steel Journals, The valve body shall have the
following features;
1. l8-8 stainless eteel seat
-•-
7<i
2, High strength drive line, approximately
twice as strong in total as AWWA torque requirements.
3, 175 psi rating - 4" through 12"
4, Buried service operator shall accept up
to 450 ft, lbs, in-put torque at ends of travel without
damage.
5, Crosshead of buried service operator shall
be made of high-strength manganese-bronze.
(b) Combination Air and Vacuum Relief Valve - The
combination air and vacuum relief valve shall have a cast
iron body, stainless steel float and seat. Materials shall
be chosen to avoid galvanic action.
Copper pipe and fittings shall be Type "K" hard
tempered,
(c) Gate Valves - Gate valves shall have the
following features:
1. Non-rising stems
2. Solid web disc
3. Body of high grade Iron
4. Bronze trim
5. Stem of cast manganese bronze
-2.04 Flow Meter - l^ie flow meter shall be a two-
directional flow meter with forward and reverse registers.
The registers shall indicate Independent register of flow
through the meter in both directions. Each Independent
register shall be equipped with a non-reversing ratchet.
The Joints shall be rigid and watertight. The base shall
incorporate an O-rlng seal. The registers shall be
-I-
V
six digit straight reading with a 4 inch diameter. The
lid shall have a hasp for padlocking.
The flow tube shall be 16 inch with ASA 150 pound
flanged ends. The flow tube shall have straightening vanes
and shall be protected internally and externally with
corrosion resistant coatings. The propeller shall be
magnetically coupled with the driven mechanism assembly
through the O-rlng sealed bronze housing. Bearings shall
be factory-lubricated. Material shall be of the following:
1. Tube body - fabricated steel
2. Meter head - cast iron
3. Gear housing - bronze
4. Bearings - double-sealed stainless steel
-2,05 Concrete Utility Vault - The concrete utility
vault shall be a precast sectional vault with horizontal
tiers, each tier to be bolted together at the comers with
galvanized angle bolts. All panels shall be reinforced
with five (5) No, 4 rebar rods. Vault shall be fumished
with a 3/8 inch galvanized steel floor plate. Handling
holes shall be provided In the floor plates as well as
provisions for bolting down the floor plates. Minimum 28
day compressive strength for the concrete shall be 5j000 psi,
-2.06 Welded Steel Casing - Welded steel casing shall
confonn to either AWWA Designation: C 201 or C 202,
All steel used for the manufacture of the pipe shall be
made by either the open-hearth or electric-furnace process.
78
Field welding shall be performed in accordance with
the specifications of AWWA Designation: C 206.
After the pipe has been fabricated and welded Into
lengths, it shall be thoroughly cleaned of dirt, oil,
grease, loose scale, and other foreign material.
Unless otherwise provided in the special provisions,
the pipe shall be treated in accordance with the following
requirements, prior to shipping. Interior and exterior
surfaces of welded steel pipe shall be cleaned, primed, and
coated with coal tar enamel, and the exterior wrapped with
a bonded asbestos felt wrapper in accordance with specifi-
cations of AWWA Designation: C 203, together with Section
Al.2 of the Appendix of said specifications.
The outside of all coated pipe exposed to the weather
shall be painted with one coat of primer, polyvinyl acetate
paint. Federal Specification TT-P-0055# Type II, white and
after drying for 24 hours, one coat of aluminum paint,
finish coat. Section 91-2.08,
Welded steel pipe shall be Installed in such a manner
that it Is not electrically connected to, or in direct
physical contact with other metal pipe,
-2.07 Miscellaneous Materials - Other materials required
by the plans and specifications shall conform to the
following special provisions.
All ductile or cast iron pipe, fittings, valves and
appurtenances, when burled in the ground, and where not
completely encased in concrete, shall be protected with
7f
polyethylene film. The polyethylene film shall be virgin
polyethylene 8 mil thickness. The polyethylene tube seams
and overlaps shall be wrapped and held in place by means
of a 2 inch wide plastic-backed adhesive tape.
Minor concrete shall conform, to the requirements of
"Minor Concrete" under Section 90-10 of the Standard
Specifications. The cement content may be reduced to a
minimum of five sacks of cement per cubic yard.
Materials and appurtenances, for which definite
requirements are not specified, shall be the best quality
commercial grades and shall be subject to the approval
of the Engineer,
SECTION 3. EXCAVATION AND BACKFILL
Except for method of payment, the earthwork to be
performed as part of water system relocation shall conform
to the provisions In Section 19-3 of the Standard Specifi-
cations and these special provisions.
Ferrous metals including valve bodies, cast iron
fittings, cast iron and steel pipe, shall be encased In
6 Inches of neutral river sand.
Depth of trench excavation shall include allowance
for sand encasement.
Where solid backing will be required for anchorage,
the excavAtlon shall be stopped abruptly at the specified
lines with a face ae nearly vertical as possible.
Excavation outside the limits of planned structure
excavation for thrust blocks for new or existing pipe shall
be backfilled with anchor concrete at the Contractor's expense.
-I-
80
Where ground water is encountered. If the trench
bottom material does not afford a sufficiently solid
foundation to support the stmctures or pipe, the
Contractor shall excavate to such depth below the normal
trench bottom as indicated on the plans or as the Engineer
may decide to be necessary, and shall constmct a stable
base by placing rock backfill material upon which a sand
encasement can be constmcted. Such additional excavation
and furnishing and placing rock backfill will be paid for
be extra work as provided in Section 4-1,03 (d) of the
Standard Specifications,
Water main trenches shall be in a dewatered condition
when pipe Is laid.
Joints shall not be covered until they have been
approved by the Engineer,
In backfilling around pipe, for that portion of the
backfill between the bottom of the trench and a line 12
Inches above the pipe, backfill material shall be placed
simultaneously on both sides of the pipe.
Backfill material shall not be mechanically tamped
within 12 Inches above the top of water mains except that
a hand-held, air operated, tamper weighing not more than
50 pounds may be used. Where the top of pipe is protected
by welded steel pipe conduit compaction may be obtained as
provided in Section 19-3 of the Standard Specifications,
Care shall be taken in baokfllllng trenches so as not
to Injure the pipe and coating. Orader wheels shall not
81
be permitted to run in the trenches. Structure backfill
material within 6 inches of any pipe or stmcture shall
be free from large masses of earth which might injure the
pipe, might lodge and leave voids, or might distort or
displace the pipe.
Where pipe is installed in embankment or filled areas,
the compacted fill shall first be brought to an elevation
not less than 2 feet above the proposed grade of top of pipe
to be installed. The pipe trench shall then be excavated
as herein specified,
SECTION 4. INSTALLATION
-4,01 Laying Pipe - The materials and assembly methods
for push-oh Joints shall be as recommended by the manu-
facturer of the Joint and as provided in these special
provisions. Pipe shall be not deflected either vertically
or horizontally in excess of that recommended by the
manufacturer of the Joint, When pipe laying is not in
progress, the open ends of pipe shall be closed to prevent
entrance of trench water or animals into the line.
Pipe shall be laid with full bearing on the trench
bottom, or on a layer of snad encasement where required.
Depressions at Joints will be permitted,
-4,02 Anchor Concrete - Anchor concrete structures
shall conform to the provisions for "Minor Concrete" of
these special provisions, and the following provisions.
it
Anchor blocks and thmst blocks shall be constmcted
of minor concrete (anchor).
The Contractor shall constmct concrete thmst blocks
as detailed on the plans. In general, thrust blocks will
not be placed at pipe angles less than 5 degrees, but shall
be Installed where shown on the plans and where necessary
in the opinion of the Engineer,
Anchor concrete shall not be placed until the
excavation therefor, or the forms, have been approved by
the Engineer.
Anchors and thrust blocks shall be placed against
firm, undisturbed ground. The bearing face of the undisturbed
earth which is to receive the thmst shall be a plane
surface located as nearly as practicable at right angles
to the force to be resisted. The area shall be determined
by the Engineer,
Anchors and thmst blocks shall have a compressive
strength of at least 1300 psi before the supported water
mains are subject to tests on other water pressure.
If the earth blanket Is chosen as a means of retaining
moisture, concrete WMMt Mt MflHSfli shall be kept
continuously wet until the work has been approved by the
Engineer, before the earth blanket Is placed.
SECTION 5. TESTING AND DISINFECTION
-5.01 Field Hydrostatic tests - Pipe, fittings, valves
and other appurtenances to the water system relocation.
Installed or relald under the provisions of this contract.
83
and which will be directly or indirectly subject to water
pressure, shall be tested; the results shall confonn to the
requirements of AWWA Designation: C 600 and C 603 for
Pressure and Leakage, and to these special provisions.
The Contractor shall furnish, install and remove at
his own expense all materials, connections, equipment,
bulkheads, and bracing required for the tests, and he
shall be responsible for any damage resulting from failure.
No test shall be made until 6o hours have elapsed after
completion of any cement Joints.
The final test shall be made by holding the pipeline
pressure at 250 psi at the highest point for a period of
2 hours and measuring the quantity of water pimiped into
the line to maintain the above-described pressure. Leakage
shall be considered to be the amount of water pumped into
the.line under pressure. Leakage shdl not exceed 0.58
gallons per inch of pipe diameter per 2 hours per 1000
feet of pipeline!
During the period of testing, the pipe and pipe Joints
shall be inspected for leakage. All leaks shall be
eliminated by repair of Joints or by replacing the defective
sections of pipe. After the faults have been corrected,
the pipeline shall be again subjected to the pressure test.
The Contractor shall inform the Engineer at least 2
days in advance of the time set for conducting the test.
No field tests will be recognized which are not conducted
in the presence of the Engineer.
84-
-5.02 Disinfection - Water mains and attached
appurtenances shall be disinfected in accordance with
AWWA Designation: C 601 and the following requirements:
Commercial hypochlorites which contain 65 to 75 percent
true calcium hypochlorite may be used as recommended by the
manufacturer.
Disinfection may be accomplished In conjunction with
hydrostatic testing except that if repairs are required
the affected portions shall be disinfected after all
repairs are completed.
In the event ground water is encountered, and It is
impossible to prevent its entrance into the main, or the
line is not free from dirt, all service connections shall
be shut off and the main shall be thoroughly flushed prior
to disinfection,
SECTION 6, MEASUREMENT AND PAYMENT
-6,01 General - W^ter system work performed under the
provisions of this section, "Water Tie Line," will bs
measured and paid for as provided in these special provisions.
-6.02 Measurement - Quantities of the various sizes
and classes of pipe will be measured and paid for by the
linear foot, and the lengths will be the slope lengths
designated by the Engineer.
Pipe placed in excess of the length designated will
not be paid for.
Fittings which increase the length of the.pipe and
is
/ / ih^ (o '^mh ^o/j-€r/^/y \7c^/i7e <iW
for which no separate contract item is provided,will be
measured by the linear foot for the size, type and class
of pipe involved. Fittings will be measured along the
centerlines to the point of Intersections, ^mmmmttmmm
The combination airland vacuum breaker and related
valves, brass fittings, copper tubing, and steel pipe
guards, will be measured as a unit.
The concrete utility vault*wlll be measured as m units*
-6.03 Payment - The items of work measured as provided
in section "Measurement," of these special provisions will
be paid for at the contract price bid for each item.
Minor concrete (anchor) will be measured and paid for
in the same manner as provided for concrete (minor structure)
in Section 51 of-the Standard Specifications.
Full compensation for furnishing and installing fittings,
including bolted couplings, flanges. Joints, gaskets and
other appurtenances as shown on the plans, or specified in
these special provisions, shall be considered as Included
in the contract prices paid per linear foot for the various
sizes, kinds, and classes of pipe and pipe conduit Involved,
and no additional compensation will be allowed therefor.
Full compensation for stmcture excavation, stmcture
backfill. Including sand encasement, and locating existing
connections, shall be considered as Included in the prices
paid for the various contract items of water system work
Involved, and no additional compensation will be allowed
therefor.
8^
Pull compensation for protective work operations required
to accommodate or safeguard existing facilities; disinfection
of water mains; field hydrostatic testing, including re-
testing if necessary; furnishing and disposing of water
used for testing; and all other incidental work and material
required to"constmct the water system shall be considered
as included in the price paid for the various contract
items of water system involved, and no additional compen-
sation will be allowed therefor.
The above prices and payments shall include full
compensation for furnishing all labor, materials, tools,
equipment and MiMMHBi and for doing all the work
Involved in Installing the water system complete and in
place, as shown on the plans, and as specified in the
Standard Specifications and these special provisions,
and as directed by the Engineer.