Loading...
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.