HomeMy WebLinkAboutHallmark Construction Company; 1957-02-20;CARLSBAD MUNICIPAL
WATER DISTRICT
SAN DlEGO COUNTY
CALIFORNIA
CONTRACT DOCUMENTS &
CONSTRUCTION SPECIFICATIONS
ARTERIAL WATER SYSTEM
FOR
IMPROVEMENT DISTRICT NO. 1
TRANSMISSION MAIN FROM
SAN DIEGO AQUEDUCT
UNIT "B"
December 1956 I
BOYLE ENGINEERING
Santa Ana San Diego
LUHRS BUILDING LOBBY
PHOENIX, ARIZONA
hlr. It.'. A. Curtis, Office Engineer,
i3oyle Engineering Company,
Eoom 200, 3913 Ohio Street,
$an Ciego 4, California
PHONE ALPINE
R'iarch 4, 1957
her FJr. Curtis:
:,lr. Hallmark read to 3s your letter to him, wherein the District requires
evidcnce of certain insurance policies and other aata LO be furnished to
you prior to the commencement of work by him 1~ni;er his new contract with
you
First, as agent for United States Fidelity and Gaaranty Company, I wish to
verify that Hallmark Construction Company, named in the Performance Yond
and the Labor and hlaterial Payment Bond is Sd~vard P. iiallmark 6ba iial lmark
Construction Company.
Secondly, as to the Comprehensive General Liabllf ty policy that hir. Hall-
mark carries witit the same bonding company, we have, in line with this job,
renewed his Comprehensive General Liability policy for another one year
period, to expire March 1, 1958. The ncw policy number is CLP 30904, issued
in United States Fidelity and Guaranty Company. A certificate of this policy
is enclosed.
Also, as you have reqaested, 1, as agetlt of the company, state that the re-
quired insurance is in force and effect and that the insurance company will
give the Carlsbad Municipal Xirater District ten days advance notice prior to
any material changes in or cancellation of these insurances. r?hc policies
are so endorsed for the protection of the Carlsbad ?dunicipal dater District.
I also state that the rek~ired insurance has been iss~cd, thc premium paid
and the policies in force and effect prior to the commencement of work under
his contract with you.
In the event further information is nezded, we would be pleased if you would
call us collect, our telephone number is Alpine 8-6847, and we shall be happy
to immediately furnish you with whatever you xi11 nccd in coii.rcc'tfoi? !:.ith this
contract.
GG: ea
Air Mail Special Delivery
FIRE AUTOMOBILE LIABILITY INSURANCE CONTRACTORS BONDS
UNITED STATES FIDELITY AND GUARANTY COMPANY
CERTIFICATE OF INSURANCE
Name & Address To Whom Issued Insured Name & Address Edward P. ~lallmark 6 Zora
Czrlsbac! blunicipal Xater District E. nallmark as Individuals ad 2!3A Hallmark
Carlsbad, California Construction Company, 13040 i\icXii~ley Avenue,
Chfno, California
This is to certify that the following policies, subject to their terms, conditions and exclusions, have been
issued by this Company:
Type of Insurance Policy 1 Effective Expiration I Number Date I Date Limits of Liability
I Workman's Compensation I J 229567 Statutory
Employers' Liability
Manufacturers' or
Contractors' (Bodily Injury) CXJ? 38904
Manufacturers' or
Contractors' (Property Damage) Cw 38904
Owners' or Contractors'
Protective (Bodily Injury) U.2 38904
Owners' or Contractors'
Protective (Property Damage)
Comprehensive General
Bodily Injury
Comprehensive General
Property Damage
$ Each Person
$ Each Accident
$ Medical-Each Person
$ 150,000. Each Person
2- 1-57 s-21 58 $ 500,000. Each Accident
$ 50,OOQ. Each Accident
2- 1-57 3-31-58 $ 50.000.~ Aggregate
$ 150,000. Each Person
3- 31-58 $ ~00.0~0, Each Accident
Each Accident
Aggregate
Each Person
Each Accident
Aggregate Products
Each Accident
It Annrenate O~erations I
$ Aggregate Protective
$ Aggregate Products
Annrenate Contractual
$ 150,000. Each Person Automobile (Bodily Injury) CLP 38901 2- 1-57 3-31-58 $ SOOrn- Each Accident
Automobile (Property Damage) CI.2 38904 2- 1-57 3-31-58 $ 50,000, Each Accident
Description and location of operations and automobiles covered:
Specifically covering construction operations undertaken for Carlsbad J2inicipal later District,
in and near Carlsbad, Californ:a, and covering the operation of all automobiles owned or used
by the contractor in carrying out the work under his contract.
give 10 days advance notice to the
FIDELITY AND GUARANTY COMPANY
any material change in or cancellation of t
r""lC', Gen. 221 (6-55) *** 0.2.
UNITED STATES FIDELITY AND GUARANTY COMPANY
CERTIFICATE OF INSURANCE
1 =me & Address To Whom Issued Insured Name & Address
I CARLSBAB MAllClPAL WATER DISTRICT RALUIARK COIISTRUCTION CO)(PMY
I SAW DlEEO COUITY. CALIFOMIA / I3040 HC KINLEI AVENUE I CHINO, CALIFORIIIA --
This is to certify that the following policies, subject to their terms, condirions and exclusions. have been
I. issued by this Company:
Limits of Liability 1 I I / Workman's Compeasation I I I Statutory I
Type of Insurance
'I $ Each Person
Employers' Liability $ Each Accident 1
Policy
Numher
Manufacturers' or
Contractors' (Bodily Injury)
Manufacturers' or
Contractors' (Property Damage)
Effective
Date
-
4; Medical-Each Person
4; Each Person
$ Each Accident
$ Each Accident
$ Aggregate
Owners' or Contractors'
Protective (Bodily Injury)
Owners' or Contractors'
Protective (Property Damage)
Comprehensive General
Bodily Injury
Comprehensive General
Property Damage
Automobile (Bodily Injury)
1 1 I I I I
Description and location of operations and automobiles covered:
ALL OPERATlWlS AllD AWTO11OBILES
Expiration
Date
Automobile (Property Damage)
-
UNITED STATES FIDELITY AND GUARANTY COMPANY will make every effort to notify the
holder of this Certificate of any material change in or cancellation of these policies, but assumes no respon-
sibility for failure to do so.
WPW
a.P32&7
Ci.P 321.57
Each Accident
FEBRUARY 20 1957 Date ................................. r.. ...........
c RE"C;T
-. . v'',::m<*<.?
r"*'ea .- r~>::t yfl
Cen. 221 16-55) "* u'2r f : ., 6 ,, : , . .i
- - - -
$ Each Person
$ Each Accident
$ Each Accident
$ Aggrexate
$ I-- Each Person
Each Accident - - s -
$2 0. Each Accident
d$a Aggregate Operations
-5800. Aggregate Protective
$9 5,000. Aggregate Products
S 75,Q o(r. aggregate Contractual
$o,oo Each Person 3-31-56 - m-47 Each Accident
INDEX
Notice Inviting Sealed Proposals (Bids)
Information for Bidders
Bid Form
NOD-Collusion Affidavit
Designation of Subcontractors
Bid Bond
Agreement
Performance Bond
Labor and Material Bond
Standard Provisions
Detail Specifications
Standard Specifications
NOT ICE INVITING SEALED PWPOSALS (BIDS)
FCR THE CCNSTRUCTICN CF
ARTERIAL WATER SYSTEM
FOR
IMPRCVEMENT DISTRICT NO. 1
TRANSllllISSICIN MAIN FRCM SAN DIEGO AQUEDUCT, UNIT "B"
FOR THE
CARLSBAD MUNIC IPAL WATER DISTRICT
SAN DIEGC CCUNTY, CALIFCRNIA
NCTICE IS HEREBY GIWEN that the Board of Directors of the Carlsbad
Municipal Water District invites and will receive sealed proposals (bids)
up to the hour of Two-Thirty (2:30) o'clock P.M., Pacific Standard Time,
on the Seventeenth (17) day of January, 1957, for the furnishing to said
District of all transportation, materials, equipment, labor, services
and supplies necessary to construct and complete for said District said
Arterial Water System For Improvement District No. 1, Transmission Main
From San Diego Aqueduct, Unit B, at which time said proposals will be
publicly opened and read at the office of District located at the Carlsbad
City Hall, 2963 Pio Pico Drive, Carlsbad, San Diego County, California.
Said bids shall conform to and be responsive to the contract documents for
said work as heretofore approved by said Districtr and must be accompanied
by the security referred to therein.
The Board of Directors of the Carlsbad Municipal Water District reserves
the right to reject any and all bids. Persons bidding may submit bids
on one or more or all of the alternative schedules set forth in the
official bid form.
Copies of the contract documents are on.: file and may be examined in the
office of Boyle Engineering, 3913 Ohio Street, San Diego 47 California.
Said copies may be obtained by deposit of Twenty-five Dollars ($25.00)
per set, which deposit will be refunded if they are returned in good
condition within fifteen (15) days after the opening of bids,
Notice - 1
Preference will be made in the award for California-made supplies, Under
the provisions of the California Labor Code, the Board of Directors of the
Carlsbad Municipal Water District has determined the prevailing rate of
per diem wages for the locality in which the work is to be performed to be
as follows:
Hourly Per Diem
Trade or Occupation Wa e Rate Wa e Rate ++
A-Frame or Winch Truck Operator
Air Compressor Pump or Generator Operator
Apprentice Engineer and Oiler
Asphalt Raker, Ironer, Spreader
Boo tmen
Brush Painter
Carpenter
Cement Mason
Cribber or Shorer
Driller (Core, Diamond or Wagon)
Driller (All Others)
Drivers of Dump Trucks
Water Level less than 4 yards
4 yards but less than 8 yards
8 yards but less than 12 yards
12 yards but less than 16 yards
16 yards or more water level
Drivers of Road Oil S~reader Trucks
Drivers of Transit ~ik Trucks
Under 3 yards
3 yards or more
Drivers of Trucks - Legal Payload Capacity
Less than 6 tons
Between 6 and 10 tons
Between 10 and 15 tons
Between 15 and 20 tons
20 tons or more
Drivers of Water Trucks
Under 2500 gallons
2500 to 4000 gallons
4000 gallons or more
Electrician, Journeyman
Equipment Greaser
Fence Erector
Flagman
Generator, Pump or Compressor Plant Operator
Generator, Pump or Compressor Operator (2 or more
Portable Units)
Gun Man, Gunite
Heavy Duty Repairman
Heavy Duty Repairman's Helper
Laborer, General or Construction
Motor Patrol Operator (Any Type or Size)
CW-A,B,Res. Notice - 2
Trade or Occupation
Nozzle Man and Rod Man, Gunite
Operators and Tenders of Pneumatic and Electric
Tools, Vibrating Machines and similar
mechanical tools not separately classified
herein
Pavement Breaker Operator
Plumber Journeyman
Powderman
Reinforcicg Iron Workers
Reboundman) Gunlte
Road Oil Mixing Machine Operator
Roller Operator
Skip Loader Operator, Hough or Similar Type
Table Power Saw Operator
Tarman and Mortarman
Tractor Opcrator - Boom Attachments
Tractor Operator - Scraper or Dragtype Shovel
Tandem
Trenching Machine Operator (7 foot depth capacity,
Manufacturer's Rating)
Trenching Machine Opcrator (over 7 foot depth
capacity, Manufacturer's Rating)
Truck Crain Oiler
Truck Greaser and Tireman
Truck Repairman or Welder
Truck Repairman or Welder's Helper
Universal Equipment Operator (Shovel, Back Hoe,
Dragline Derrick Barge, Clamshell, Crane or
Pile Driver)
Watchman
Hourly
Wage Rate
$
Per Diem
Wa e Rate se-
FOREMEN: All foremen not herein separately classified shall be paid not
less than $2.00 per day more than the daily rate of the highest classifica-
tion over which he has supervision. APPRENTICES may be employed in conform-
ity with Section 1777.5 of the California Labor Code.
WELDERS: Same wage scale as craft to which welding is incidental (except
as otherwise separately classified) .
OVERTIME AND HOLIDAY WORK: Not less than one and one-half (1k) times the ---. above prevailing rates of per diem wages shall be paid for overtime work and
for work on the following legal holidays: all Sundays, January 1, May 30,
July 4, Labor Day, November 11) Thanksgiving Day and December 25, with a
modification as to the enumerated holidays set 'forth as provided in
Section 6701 of the Government Code,
It shall be mandatory on the Contractor to whom the contract is awarded
and upon any subcontractor under him, to pay not less than the said
specified rate to all laborers, workmen and mechanics employed by them in
the performance of the contract.
CWD-A,B,Res, Notice - 3
Each bid or proposal shall be made out or submitted on a form to be obtained
at the office of Boyle Engineering and must be accompanied by a cashier's
check, a certified check or a bidder's bond in an amount not less than ten
percent (10%) of the amount of the bid, made payable to the order of the
Carlsbad Pdunieipal Water District or for the benefit of said District, as
the case may be; and each Lid or proposal shall be sealed and filed with
the Executive Secretary of the District at or before the time in this
Notice provided. The above mentioned check or bond shall be given as a
guarantee that the bidder will enter into a contract with the District if
awarded the work, and will be declared forfeited if the bidder to whom
the Contract is awarded refuses to enter into said Contract.
The successful bidder will be required to furnish a labor and material bond
in an amount equal to fifty percent (5077) of the contract price, and a
faithful performance bond in an amount equal to one hundred percent (100%)
of the contract pricev said bonds to be obtained from a surety company
satisfactory to the District.
All terms and conditions contained in the contract documents (including
the Information to Bidders) shall become a part of the contract. The Board
of Directors of the Carlsbad Municipal \\later District reserves the right to
reject any and all bids, and to waive any and all irregularity in any bid.
No bidder may withdraw his bid for a period of thirty (30) days after the
time set for the opening thereof.
BY ORDER GF THE WARD OF DIRECTORS CF THE CARLSBAD MUNICIPAL WATER DISTRICT,
San Diego County, California.
Dated this 12th day of December, 1956.
MAX 0. El?"J;iD
Secretary of the Carlsbad Municipal Water
District, San Diego County, California.
Notice - 4
CARLSBAD PmNIC IPAL \t!ATER DISTRICT
San Diego County, California
ARTERIAL WATER SYSTEM
FG R
I!APRCVEMEW DISTRICT NG. 1
TPANSMISSICN WIN FRCM SAN DIEGO A!JJEDUCT, UNIT
INFORfilATICN FCR BIDDERS
1. AUTHORITY FOR THE V!@RK:
The work must be done in strict conformity with Plans and Specifications
adopted and Carlsbad Municipal
Water District on
2. COWRACT DOCUMENTS:
The contract documents shall consist of the following:
(a) Notice to Contractors Inviting Sealed Proposals (Bids).
(b) this Information for Bidders.
(c) Form of Proposal or Bid Form.
(dl Non-Collusion Affidavit.
(el Designation of Subcontractors.
(f) Bid Bond.
(g) Form of Agreement.
(h) Performance Bond.
(i) Labor and Material Bond.
(j Standard Provisions.
(k) Plans and Detail Specifications including Special
Provisions and Construction Specifications.
SECURING DGCUhENTS :
Plans and Specifications and all other contract documents are available for
examination without charge at the office of Boyle Engineering, Engineers for
the gistrict, 3913 Chio Street, San Diego 4, California. Copies may be
secured at the office of Boyle Engineering upon deposit of Twenty-five Dollars
($25,0@) per set, which deposit is a guarantee that the Plans and Specifications
will be returned in good condition to the Engineers not later than fifteen
(15) days after bids on the project have been opened.
Info. for Bidders - 1
4. LICENSE:
No bid will be accepted from a Contractor who is not lice2sed in accordance
with the law under the provisions of Division 111, Chapter 9, of the
Business >nd Professions Code of the State of California.
Bids to receive consideration shall be made in accordance with the following
instructions:
(a) Bids shall be made upon the form of prooosal furnished by the
Qistrict and which may be obtained at the office of Boyle Engineering, All
bids shall be prooerly executed and with all items filled in; numbers shall
be stated both in writing and in figures; the signature of all persons
signing shall be in longhand. The completed form shall be without inter-
lineations, alterations or erasures. In case words and figures do not agree,
the words shall govern and the figures shall be disregarded. If the unit
price ~nd the total amollnt named by a bidder for any item ace not in
agreement, the unit mice alone shall be considered as representing the
bidder's intention, end the totals will be corrected by the 3istrict's
Engineer to conform thereto.
(b) Bids shall not contain any recapitul~tion of the work to be done.
Alternative ~rooosals will not be considered, except as called for. i\Jo oral,
telegraphic or telephonic nropos~ls or modifications will be considered.
(c) Bids shall be accomwar'ied by a c~shier's or certified check, or
bidder's bond, in an amount not less than ten ~ercent (10%) of the bid,
made payable to or for the benefit of (as the case may be) the Czrlsbad
Biunicipal "!ater District. Said chwk or bond shall be given as a guarantee
that the bidder will enter into a contr~ct if awarded the work, and in case
of refusal or failure to enter into s~id contract within seven (7) davs
after notice of award by the District in writing, the check and the money
represented by said check shall be forfeited tothe Carlsbad iuunicipal 'Yater
District, or in the event that a bond is de~osited, said bond shall be
deemed to be forfeited.
(d) Before submitting a bid, bidders shall caref!llly examine the
Plans, read the Specifications, read ell other contract docwnent s, shell
visit the site of the work, shall fully inform themselves as to all existing
conditinns and limitations; and sh?'l include in the bid a sum to cover the
cost of all items included in the contract. No allowance will he made
because of lack of such examination or knowledge.
(el Bids shall be sealed in an envelone marked "Bid for construction of .
Arterial 17ater System for I rovement District No. 1, Transmission h~ain From
Spn Diego i'iqueduct , Unit 4 " addressed to "The Executive Secretary of
the Carlsb~d liiunicipal Yater ~istrict, Carlsbad, California", and be delivered
to said Executive Secretary on or before the day and hour set for the opening
of bids in the Notice to Contractors Inviting Sealed Froposals, and sh~ll
bear the name of the bidder, It is the SOLE responsibility of the bidder to
see that his bid is delivered and received in proper time. PAny bid received
after that scheduled closing time for receipt of bids, sh~ll be returned to
the bidder unopened.
CK:'JD-A, B Info. for Bidders - 2
(f) The District shall have thirty (30) days after the opening of bids
within which to accept or reject the bids. If no bid is accepted within
said thirty (30) day period? or if the successful bidder executes and
delivers the necessary contract documents to the District, then the District
will return all checics and bonds received by it within ten (10) days after
the execution of the said contract or within ten (10) days after being
requested to do so by the bidder if no bid is accepted within said thirty
(30) day period.
6. AGREEMENT AND BONDS:
The form of contract which the successful bidder, as Contractor, will be
required to execute is included in the contract documents, and should be
carefully examined by the bidder. The agreement) bonds and other documents
to be executed by the Contractor shall be executed in original-triplicates
stamped according to law, one of which original-triplicates shall be filed
with the Executive Secretary of the Carlsbad Municipal Water District, San
Diego County, California, and the others with the Attorney and the Engineer
for the Carlsbad Municipal Water District,
The successful bidder, simultaneously with the execution of the agreement
shall furnish a labor and material bond in an amount equal to fifty percent
(50%) of the contract price, and a faithful performance bond in an amount
equal to one hundred percent (100%) of the contract price; such bond shall
be secured from a surety company satisfactory to the Carlsbad Municipal
Water District and whose name is on file with the County Clerk of San Diego
County as an approved and financially sound surety company authorized to
transact business in this state.
Said bonds shall meet all of the requirements and contain all of the
conditions required by Sections 4200 to 4205, inclusive; of the Government
Code of the State of California.
IWTERPRETATION OF PLANS AND DOCUbENTS:
If any person contemplates submitting a bid for the proposed contract is in
doubt as to the true meaning of any part of the Plans, Specifications or
other contract documents, or finds discrepancies In* or omissions from the
Plans or Specifications or other contract documents, he may submit to the
Engineer who prepared said Plans and Specifications for the Carlsbad
Municipal Water District a written request for an interpretation or
correction thereof. The person submitting a request will be responsible
for its prompt delivery. An interpretation or correction of the proposed
document will be made only by Addendum duly issued by the District's
Engineer, and a copy of such Addendum will be mailed or delivered to each
person receiving a set of such documents. The District will not be
responsible for any other explanation or interpretations of the proposed
documents.
8. ADDENDA 0 R BULLET IN :
Any addenda or bulletin issued before the time in which to submit bids
expires, or forming a part of the contract documents loaned to the bidder
for the preparation of his bid, shall be covered in the bid, and shall be
made a part of the contract.
Info. for Bidders - 3
9. STATE, LABOR AN MATERIAL REQUIREMENTS :
Attention is called to the State Labor and Material Requirements which forfn
a part of the Contract and Specificiations.
OPENING GF BIDS : . -
Bids will be opened and publicly read aloud at the time and place set forth
in the Notice to Contractors Inviting Sealed Proposals.
lYITHDRA\kJAL OF BID :
Any bidder may withdraw his bid either personally or by a signed, written
request at any time prior to the scheduled time for opening of the bids
(but not after).
AVJARD OR REJECTION OF BIDS :
The contract will be awarded to the lowest bidder complying with these
instructions and with the Notice to Contractors Inviting Sealed Proposals.
The District, hcwever, reserves the right tc reject any and all bids or to
waive any informality in bids received, If in the judgment of the District
a bid is unbalanced, or if bidder is not responsible, it shall be con-
sidered sufficient grounds for rejection of the entire bid.
No bidder may withdraw his bid for a period of thirty (30) days after the
time set for the opening of bids, The Carlsbad Municipal Water District
will return all proposals and guarantees within ten (10) days after the
execution of the contract by the successful bidder, or rejection of all bids,
or upon receipt of a written request therefor received thirty (30) days
after said bids are opened, as the case may be, tc the respective bidders
whose proposals they accompany.
13. BIDDERS IFRERESTED IN MORE THAN ONE BID:
No person, firm or corporaticn shall be allowed to make or file, or be
interested in more than one (1) bid for the same work, unless alternative
bids are called fcr. A person, firm or corporation submitting a subproposal
to a bidder, or who has quoted prices on material to a bidder, is not
thereby disqualified from submitting a subproposal or quoting prices to
other bidders.
ASS IGNMEWT OF COWTRACT :
No assignment by the Contractor of the contract to be entered into hereunder
or of any part thereof, or of funds to be received thereunder by the
Contractor, will be recognized by the District unless such assignment has
had the prior approval of the District, and the Surety has been given due
notice of such assignment in writing and has consented thereto in writing.
Attention is directed to "Subcontracting" of the Standard Provisions.
If the Contractor intends to subcontract any portion of the work bid upon,
the bid or offer must set forth the name and the location of the mill, shop
or office of each subcontract~r who will perform work cr labor, or render
CWD-A, B, Res , Infc. for Bidders - 4
service to the Ccntractor in or abcut the construction of the work or
improvement, and the portion of the work which will be done by each
subcont ractor.
OTHER REQUIREMENTS:
Before entering into a contract, the bidder to whom the ~~ntract has been
awarded shall furnish satisfactcry evidence that he has secured for the
pericd of the c~ntract fu 11 workmen's compensation insurance and pub1 ic
liability and prcperty damage insurance from a responsible insurance company
authcrized to do business in California, and such insurance shall be
maintained in full force and effect at his own expense during the life of
the ccntract,
The Contractor shall carry public liability insurance in an amount not less
than Gne Hundred Fifty Thousand Dollars ($150,000.00) for injuries in-
cluding accidential death for any one perscn t and subject tc the same limit
for each person, in an amount n~t less than Five Hundred Thousand Dcllars
($500,030.00) on account cf any one accident, and property damage insurance in
an amount not less than Twenty-f ive Thousand Dollars ($25,000.00). The
Cdntractor shall be responsible for the insurance coverage, as herein provided,
of all empl~yees of any subccntractors.
In case any employees engage in hazardous wcrk under this c~ntract and are
not protected under the Workmen's Compensation Act, the Contractor shall
provide or cause tc be provided appropriate insurance for the protection of
all such emplcyees not ctherwise protected. The Contract~r shall likewise
~btain public liability and prcperty damage insurance tc ccver vehicles
used 6r maintained by him in the performance ~f said wcrk ccnnected with
the contract, with liability limits cf not less than One Hundred Fifty
Thcusand Dcllars ($150,000.00) fcr any cne perscn, and Five Hundred Thousand
Dollars ($500,013.00) for any one accident.
The Ccntract~r shall furnish to the District certificates issued by companies
satisfactory to the District, shcwing that all of the above mentioned
insurance has been issued, the premiums paid and that the policies are in
full force and effect prior t~ commencing work on such project.
Before award of the contract, any bidder upcn request shall furnish a recent
statement cf his financial ccndition and previous constructien experience or
such other evidence of his qualificationsr as may be required by the Board
of Directors cf the District.
16. PERMITS AND LICENSES:
Except fcr the permit and inspection fees required by the San Diego Ccunty
Rcad Department, the Ccntractor shall procure all permits and licenses and
pay all charges and fees. The District will cbtain the permit and pay the
inspection fees required by the County Rcad Department.
The Ccntractcr shall give all notices necessary and incidental tc the due
and lawful prcsecution cf the work including thcse required by the permit
CbWD-A, B, Res . Infc. for Bidders - 5
issued by the County Road Department. The Contractor shall comply fully
with the terms and conditions of all permits.
17. TIME FOB COiviYLETION:
Section 1 of the Standard Provisions provides for the completion of the
work before the expiration of
ONE HUNDRED FORTY (140) CONSECVTIVE CALENDAR DAYS
UNDER TIME SCHEDULE "A"
and before the expiration of
TWO HUNDRED (200) CONSECUTIVE CALENDAR DAYS
UNDER TIME SCHEDULE "B"
18. ENGINEER'S ESTIMATE:
The preliminary estimate of quantities of work to be done and materials to
be furnished are approximately as shown in the contract documents, and are
given as a basis for the comparison of bids; the Carlsbad Municipal Water
District does not expressly or by implication agree that the actual amount
of work will correspond therewith, but reserves the right to increase or
decrease the quantity of any item or portion of the work or to omit portions
of the work that may be deemed necessary or expedient by its Engineer or by
the District.
The Contractor is cautioned against unbalancing his bid by including more
than the pro-rata share of his overhead and profit in any item in the
schedule. Each bid item should be priced to carry its share of the cost,
overhead and profit.
19. ALTERNATE EQUIPMENT:
Attention is called to that portion of the Bid Form in which the major
equipment to be furnished and installed is tabulated. In order to be
considered for use, alternate equipment and the installed price must be
listed in the spaces provided.
LETTER OF INTENT TO AdARD:
The District will furnish to the lowest responsible bidder within fifteen (15)
calendar days following the bid opening a letter of Intent to Award.
Info. for Bidders -6
CARtSBAD MIJNICI PAL WATER DISTRICT
ARTERIAL WATER SYSTEM FOK IMPROVEMENT DISTRICT NO. I
TWNSMXSSION WIN FROM SAN DIEGO AQUEDUCT,UNIT B
ADDENDUM NO. 1
(January 9,1957)
In Bid Schedule I and Rid Schedule 11 of the Bid Form,
Item 17:
CHANGE "Type I" TO "Type I I"
BOYLE ENGINEERING
By: William A. Curtis
Office Engineer
BOYLE ENGINEERING
Sm Diego Smta Ana
BID FORM - ,"
PROPOSAL TO
CARLSBAD MUNICI PAL WATER DISTRICT
SAN DIEGO COUNTY, CALIFORNIA
FOR CONSTRUCTION OF
ARTERIAL WATER SYSTEM
FOR
IMPROVEMENT DISTRICT NO. 1 fl TRANSMISSION MAIN FROM SAN DIEGO AQUEDUCT, UNIT f)
Name of Bidder:
Business Address:
Place of Residence:
LOCATION 'y L
The site of the work to be constructed and referred to herein is in the
County of San Diego, California.
Said work is to be done in accordance with the Specifications, Special
Provisions and Contract Documents of the Carlsbad Municipal Water District
therefor, and as shown on Plans therefor entitled "Arterial Water System,
For Improvement District No. 1, Transmission Main From San Diego Aqueduct,
Unit "
TO THE BOARD OF DIRECTORS OF THE
CARLSBAD MUNICIPAL UATER DISTRICT:
Pursuant to and in compliance with your Notice to Contractors Inviting Sealed
Proposals (Bids) and the other documents relating thereto, the undersigned
bidder, having familiarized himself with the terms of the contract documents,
local conditions affecting the performance of the contract and the cost of
the work at the place where the work is to be done, hereby proposed and
agrees to perform within the time stipulated inthe contract including all of
its component parts and everything required to be performed, and to provide
and furnish any and all of the labor, materials, tools, e~pendable equipment
and all utility and transportation services necessary to perform the contract
and complete in a workmanlike manner all of the work required in connection
with the construction of the Arterial Water System For Im rovement District
No. 1, Transmission Main From San Diego Aqueduct, Unit , all in strict
conformity with the Plans and Specifications and other contract documents,
including Addenda No. on file in the office of the Executive Secretary
of the Carlsbad Municipal Water District, for the unit contract prices here-
inafter set forth.
The undersigned, as Bidder, declares that the only persons or parties
interested in this Proposal as principals are those named herein; that this
Proposal is made without collusion with any other person, firm or corporation;
and he proposes and agrees, if this Proposal is accepted, that he will execute
a contract with the Carlsbad Municipal Water Ditrict substantially in the
form of the contract set forth in the contract documents, and that he will
accept in full payment thereof the following unit prices, to wit:
CWD-A, B Bid Form - 1
APPROX.
ITEM QUANTITY I I
BID SCHEDULE I
--
ITEM WITH UNIT PRICE WRITTEN IN WORDS
UNIT
PR ICE
- --
Linear feet of 1C-14"-250 pipe in place at
PER LINEAR FOOT
Linear feet of 1C-16"-200 pipe in place at
PER LIRIEIAR FGOT
Linear feet of 1C-16"-225 pipe in place at
PER LINEAR FOOT
Linear feet of 1C-20"-175 pipe in place at
PEB LINEAR FOOT
Linear feet of 1C-20"-200 pipe in place at
PER LINEliR FGOT
Linear feet of 1C-20"-225 pipe in place at
- PER LINEAR FOOT I
Linear feet of lC-20"-250 pipe in place at
PER LINEM FOOT I
I
Ri rl Rnrm
--P
BID SCHEDULE I
CMWD "B" Bid Form - 3
k
TOTAL
Linear feet of 1C-20"-300 pipe in place at
-
PER LINEAR FOOT
Linear feet of 1C-27"-100 pipe in place at
PER LIEAR FW
_.--
Linear feet of 1C-27n-125 pipe in place at
PER LINEAR FOOT
Linear feet of 1C-27-150 pipe in place at
PER LINEAR FOOT -
Linear feet of 1C-27"-175 pipe in place at
PER LINEAR FOOT
Linear feet of Trench Resurfacing (Sta. 4801118 to
Sta. 596#60) complete at
PER LINEAR FOOT
ITE~
8
ITEM WITH UNIT PRICE WRITTEN IN WORDS
Linear feet of 1C-20"-275 pipe in place at
FER LIMEMI FOOT
6890
5970
8190
1440
1370
11,550
APPROX .
QUANTITY
5090
L
UNIT IT
PRICE
9
10
11
12
13
14
;BID SCHEDULE I
.- -
ITEM
APPROX .
QUArn ITX
-
ITEM WITH UNIT PRICE WRITTEN IN WORDS
Air & Vacuum Valve Assemblies (175 ps'i in place
TOTAL
UNIT
PR ICE
EACH
Air & Vac~~um Valve Assemblies (300 psi) in place
EACH
Air & Vacuum Valve Enssemblies (300 psi, Type I)
in place at
EACH
Blow-of f -kssemblies (200 psi) i3n place at
EACH I
Blow-off Assemblies (400 psi) in place at
EACH
I
Linear feet of 4 1lT' OD x 10 ga. Steel Pipe I
(Blow-offs )in place at
PER LINEAR FOOT I
Santa Fe Valve & bieter Station complete, the lump
sum of
L,UMP
SUM
LUMP s UP4
BID SCHEDULE I
CmD "B" Rirl C~wm C
UNIT
PRICE
LUMP
SUN
LUMP
SUM
LUMP s Uhl
ITEM WITH UNIT PRICE IVRITTEN IN WORDS
Lineat feet of 16-20"-225 pipe (Santa Fe) in place
at
PER LINEAR FObT
Linear feet of 1C-24"-100 pipe (Santa Fe) in place
at
PER LINEAR FOOT
Point "Dn Valve Station complete, the lump sum of
Calavera Valve G Meter Station complete, the lump
sum of
, ..a
Linear feet of 1C-18"-275 pipe (Calavera ): in place
at
PER LINEAR FOOT
Linear feet of 1C-14"-275 pipe (Calavera) in place
at
PER LINE& FOOT
Ellery Reservoir Valve Station complete, the lump
-
-.
-
TOTAL
-
sum of
-
ITEM
22
23
/
24
25
26
2 7
APPROX.
QUANTITY
17
30
LUUP
SUM
LUMP
SUM
32
80
BID SCHEDULE I
Bid Form - 6
TOTAL ITEM
29
30
3 1
32
SCHEDULE I
TIME SCHEDULE "A"
UNIT
PRICE
LUMP surd
LUPIIP
Sun4
APPROX.
QUANTITY
LUPJIP
SUM
56
14
LUMP
SUM
ITEIbl WITH UNIT PRICE WRITTEN IN WORDS
Mutual No. 2 Reservoir Valve Station, complete, the
lump sum of
Linear feet of 1C-14"-250 pipe (Pilutual No. 2) in
place at
PER LINEAR FOOT
Linear feet of 14", 10 ga. Steel Pipe in place at
PER LINEAR FOOT
Supervisory Controls G Telemetering Equipment
complete, the lump sum of
TOTAL BASE BID
-
ITEM QUANT ITY
BID SCHEDULE I1
ITEM WITH UNIT PRICE WRITTEN IN WORDS
Linear Feet of 1s-14"-250 pipe in place at
"1"1- - --- --
PER LINEAR FOOT
Linear feet of 1s-16"-200 pipe in place at
--" -" "PER LINEAR FOOT
Linear feet of 1s-16"-225 pipe in place at
----- ---.------ PER LINEAR FOOT
Linear feet of 15-20"-175 pipe in place at
- - PER LINEAR FOOT
Linear feet of 1s-20"-200 pipe in place at
-- -
- - -
- PER LINEAR FOOT
Linear feet of 1s-20"-225 pipe in place at
c" 6 dh ----
- --- . ----
_-_
PER LINEAR FOGT
Linear feet of 1s-20"-250 pipe in place at
32) ,( - __- - - - --I -_--
6-0
/ '
PER LINEAR FOCT
PP UN
PREE I TOTAL
BID SCHEDULE I I
ITEM
APPROX,
QOANT ITY
5090
ITEM WITH UNIT PRICE WRITTEN IN VJCRDS
Linear feet of 1s-20"-275 pipe in place at
-_ I
,PER LINEAR FOOT
Linear feet of 1s-20"-300 pipe in place at
--- --- -- -
PER LINEAR FOOT
Linear feet of 1s-27"-100 pipe in place at
.-. -- __ - -k PER LINEAR FCCT
Linear feet of 1s-27"-125 pipe in place at
__1_ -- -- PER LINEAR FOGT
Linear feet of 1s-27"-150 pipe in place at
-- --- . _ _-_ _
PER LINEAR FOOT
Linear feet of 1s-27"-175 pipe in place at
PER LINEAR FOOT
Linear feet of Trench Resurfacing (Sta. 480-18 to
Sta. 5% # 60) complete at
__l____l_- - - PER LINE4R FOOT --
UNIT I
/.
ITEM
APPRCX.
QUANI' ITY
LUMP
SUM
"B"
BID SCHEDULE I1
ITEM WITH UNIT PRICE WRITTEN IN WORDS
Air G Vacuum Valve Assemblies (175 psi) in place
Air G Vacuum Valve ilssemblies (300 psi) in place
_.-_____A_-- EACH
Air G Vacuum Valve Assemblies (300 psi. Type I)
in place at ,
I . ..-.-- - - EACH
Blow-off Assemblies (200 psi) in place at
Blow-off Assemblies (400 psi) in place at
EACH
Linear feet of 4 1/2" OD x 10 ga. Steel Pipe
(Blow-offs) in place at 64-42
t/
d PER LINEAR FOCT
Santa Fe Valve & Meter Station complete, the lump
- UM IT
PRICE
1 /6fd,g
Bid For
TOTAL
BID SCHEDULE I1
ITEM
22
]UANT ITY
17
LUMP
SUM
LUFllP
SUM
LUMP
SUM
ITEM WITH UNIT PRICE WRIlTEN IN lllCRDS
- -
Linear feet of 1s-20"-225 pipe (Sante Fe) in place
.- - PER t INMR FOOT
Linear feet of IS-24"-100 pipe (Santa Fe) in place
L___I_ --- PER LINEAR FOOT
Point "D" Valve Station complete, the lump sum of
Calavera Valve G Meter Station complete, the lump
Linear feet of 1s-18"-275 pipe (Calavera) in place
-------I-.
---- -- --- -- PER LINEIR FOOT
Linear feet of 1s-14"-275 pipe (Calavera) in place
- PER LINEAR FOOT
Ellery Reservoir Valve Station complete, the lump
UNIT
PRICE
SUM
LUMP
SUM
c
; fd7 - I
Bid 1
TOTAL
ITEM
LUW
SUM
BID SCHEDULE 11 -
ITEM IVITH UNIT PRICE WRITTEN IN IWRDS
1
Mutual No. 2 EeSetvoir Valve Station complete, the
lump sum of
- -- - -
Linear feet of 1s-14"-250 pipe (Mutual No. 2) in
,------ place at /-wB PZ$L~~~ -
- . PER LINFAR FOOT
Linear feet of 14", 10 ga. Steel Pipe in place at
_-_--- PER LINEAR FOOT
Supervisory Controls & Telemetering Equipment
complete) the ldmp sum of ,-,
/ SCHEDULE 11 / TIME SCHEDULE *'A''
ON IT
PRICE
LU!.P
SUM
a 2' ,$h -
LUMP surn
TOTAL
Bid Form - 11
It is understood that the unit and lump sum prices shown in the foregoing
schedules are for completion under Time Schedule "A". For completionunder
Time Schedule "B", the following percent reduction shall apply to each and
every unit and lump sum price shown in said schedules:
Percent
Words
( d 96
Figures
ALTERNATE EQU IPMEW
It is understood that :
(1) The unit and lump sum prices stated in the foregoing schedules in-
cludes the furnishing and installat ion of equipment of the manufacture
listed as sub items (a) in the following tabulation.
(2) The District may select equipment of any manufacture as listed in
the following tabulation. The undersigned agrees to furnish and install
such equipment as selected for the unit or lump sum price stated. in the
foregoing schedules adjusted by the difference betweem the installed
price listed under sub item (a) and the installed price for the
equipment selected by the District.
(3) The installed price stated in the following tabulation on all
sub items includes the preparation and submission to the Engineer of
all detailed drawings necessary to accommodate the installation of
alternate equipment listed.
(4) The installed cost stated in the following tabulation on all sub
items includes a complete operating installation, including the
furnishing and installation of any and all changes or additions in
structures, pipiqg, buildings, electrical work, accessories, controls,
etc., necessary to accommodate the equipment.
EQUIPILIENT SUB ITEMS
Item
No. Description - Manufacturer
Installed
Price
21-1 Venturi Meter and (a) Builders-Providence $3600~~
Transmitter
(Santa Fe Valve
& Meter Station) (b). $
21-2 20" Plug Valve, 200 psi (a) Nordstrom
(Santa Fe Valve G
Meter Station) (b) $
CMWD - B
(c) $
Bid Form - 12
Item
No. -
EQUIPEdlEW. SUB ITEMS
I'nstalled
Description hnufacturer Price
. L. .
24" Plug Valve, 400 psi (a) Nordstrom
(Santa Fe Valve
G Meter Station) (b) $
Electric Motor Operators (a) Torkmaster
(Santa Fe Valve
& Meter Station) (b) $ ea;
(c $ ea.
18" Plug Valves, 200 psi (a) Nordstrom
(Point "D" Valve
s /"a ~~ea.
Station (b) $ ea.
Electric Motor Operators (a) Torkmaster $/(id@ @ ea.
(Point "D" Valve Station)
(b) $ ea;
(c) $ ea.
.6" Plug Valve, 200 psi (a) Nordstrom
(Calavera Valve and
Meter Station) (b) $
6" Plug Valve, 400 psi (a) Nordstrom
(Calavera Valve and
Meter Station) (b) $
12" Plug Valve, 200 psi (a) Nordstrom $ .z-:
(Calavera Valve and
Meter Station) (b) $
12"Plug Valve, 40C psi (a) Nordstrom
(Calavera Valve and
Meter Station) (b)
Bid Form - 13
EQUIPtiiENT SUE ITEMS
Item
No. Description - Manufacturer
25-5 14" Plug Valve, 400 psi (a) Ncrdstrom
(Calavera Valve and
Installed
Price
Meter Station) (b) $
25-6 14" Plug Valve, 481) psi, (a,) Nordstrom
with watertiche gear
horl sing 03)
(Calavera Valve G Meter
$
Stat ion) (c) $
25-7 18" Plug Valve, 400 psi (a) Nordstrom
(Calavera Valve G
Meter Station) (b) $
0 6
25-8 10" Plug Valves, 400 psi, (a) Mordstrom 3 /?B@ '- ea.
with watertight gear
housings (b) $ ea.
(Calavera Valve G
Meter Station) (c $ ea.
25-9 18" Check Valve, 400 psi (a) Rensselaer $ /a - d!
(Calavera Valve G
Meter Station)
25-10 Electric !.lotor Cperators (a) Torkmaster
(Calavera Valve G
Meter Station) (b) $ ea.
( c 1. $ ea.
25-11 6" Pressure Reducing G (a) Golden-Anderson $ ,42g(j ?L-?
check valve with strainer
(Calavera Valve & Meter (b)
Station)
$
25-12 12" Pressure Reducing G (a) Golden-Anderson $ daoa @? check valve with strainer
... (Calavera Valve & Meter (b)
Stat ion)
$
(c) $
Bid Form - 14
Item
No. Description -
EQUIPMENT SUB. ITEMS
Installed
Manufacturer Price
25-13 8" Pressure Relief Valve (a) Golden-Anderson
(Calavera Valve G Meter
Station)
25-14 Venturi Meter and
Transmitter
(a) Builders-Providence $ LJ0-u +*
(Calavera Valve G Meter (b)
Stat ion)
$
28-1 8" Plug Valve, 200 psi (a) Nordstrom
(Ellery Reservoir Valve
28-2 8" Plug Valve, 200 psi (8) Nordstrom
with watertight gear
housing (b)
(Ellery Reservoir Valve
$
Station) (c) $
28-3 Electric Motor Operator (a) Torkmaster
e c 28-4 8" Pressure Reducing G (a) Golden-Anderson $ /d Cl Cl -
check valve with strainer
(Ellery Reservoir Valve (b) $
Station)
28-5 Float Controls
(Ellery Reservoir
Valve Station)
(a) Autocon
(b)
29-1 6" Plug Valve, 200 psi (a) Nordstrom
(Mutual No. 2 Reservoir
Valve Station)
Bid Form - 15
Item
EQUIPMENT SUB ITEMS
Installed
No. Description - Menuf acturer Price
29-2 6" Plug Valve, 400 psi (a) Nordstrom
(Mutual N0.2 Reservoir
Valve Station) (b) $
29-3 12" Plug Valves, 200 psi (a) Nordstrom
(Mutual No. 2 Reservoir
Valve Station) (b) $ ea.
(a) $ ea.
29-4 12" Plug Valve, 400 psi ' (a) Nordstrom
(Ntual No. 2 Reservoir
Valve Station) (b)
29-5 Electric Motor Operator (a) Torkmaster
(Mutual No. 2 Reservoir
Valve Station) (b) $
u c
29-6 6" Pressure Reducing- (a) Golden-Anderson $/add -
Sustaining Valve with " strainer (b) $
(Fhtual No.2 Reservoir
Valve Station) (c $
29-7 12" Pressure Reducing- (a) Golden-Anderson
Sustaininn Valve with " strainer (b) $
(Mutual No. 2 Reservoir
Valve Station) (C $
29-8 Float Controls (a) Autocon $-2f==
-, - L'Q
32-1 Supervisory Controls G (a) Autocon $ /Jy3&c~
Telemetering Equipmnnt 1
(b) Builders-Providence $
(c) Spartan $
Bid Form - 16
It is understood that the quantities shown in the foreboihg schedules
are approximate only and are solely for the purpose of facilitating the
comparison of bids, and that the contractor's compensation will be computed
upon the basis of the actual quantities in the completed work, whether they
be more or less than those shown herein.
As required by the California State Law, the general contractor bidding
will hereinafter state the subcontractor who will be the subcontractor on the
job for each particular trade or subdivision of the work and will state the
firm name and principdle location of the mill, shop or office of each:
DIVISIGN OF VERK LCCATION OF MILL,
CR TRADE NAME CF FIRM GR CQFTLIKACTCR SHOP, CR OFFICE
ACCOPIIPANYING THIS PROPOSAL IS
(Insert the words "cash", "Bidder's bond", or "certified check", as the case
may be)
in an amount equal to at least ten percent (10%) of the total of the bid,
payable to the Carlsbad Municipal Water District.
The undersigned deposits the above named security as a proposal guaranty
and agrees that it shall be forfeited to the Carlsbad Municipal ?dater District
as liquidated damages in case this Proposal is accepted by the said Carlsbad
Municipal Water District, and the undersigned shall fail to contract as afore-
said, and to give the two (2) bonds in the form set forth in the Contract
Documents of the Carlsbad Municipal Water District in the sums to be determined
as aforesaid, with surety satisfactory to the District within seven (7) days
(not including Sundays) after the bidder has received notice from the District
that the Contract is ready for signature, otherwise said security shall be
returned to the undersigned.
Bid Form - 17
The names 05 all persons interested in the foregoing pro,posalV as princi-
pals are as follows:. (IWORTAm NCTICE - If Bidder or other interested person
is a corporation, state legal name of corporation, also names of the president,
secretary, treasurer and manager thereof; if a co-partnership, state true name
of firm, also name$ of all individual co-partners composing firm; if Bidder or
other interested person is an individual, state first and last names in full,)
Licensed in accordance with an act providing for the Registration of
Contractors, License NO. A -- /62'73-~-
Signature af Bidder: . .P
Dated: C d~~,, /7' , 195-g .
/' /
NOTE: If bidder is a corporation, the legal name of the corporation shall be
set forth above, together with the signature of the officer or officers
authorized to sign cantracts on behalf of the corporation; if bidder is a co-
partnership, the true name of the firm shall be set forth above, together with
the signature of the partner or partners authorized to sign contracts in
behalf of the co-partnership; and if bidder is an individual, his signature
shall be placed above.
Bid Form - 18
NON-COLLUSION ~FFIDAVIT
STATE OF CALIFORNIA 1
ss.
COUNTY OF SAN DIEGO
The undersigned being first duly sworn, deposes and says that he is
connection with a certain construction project by the Carlsbad Municipal
Water District identified as Arterial Water System For ImprovementDistrict
No. 1, Transmission Main From San Diego Aqueduct, Unit ; that he is
familiar with the circumstances affecting the preparation and making of such
bid, and is properly qualified to make this affidavit; that such bid is not
made in the interest of or on behalf of any undisclosed person, partnership,
company, association, organization, or corporation; that such bid is genuine
and not collusive or sham; that the Contractor has not directly or indirectly
induced or solicited any other bidder to put in a false or sham bid, and has
not directly or indirectly colluded, conspired, connived, or agreed with any
bidder or anyone else to put in a sham bid, or that anyone shall refrain from
bidding; that the Contractor has not in any manner directly or indirectly
sought by agreement, communication, or conference with anyone to fix the bid
price of the Contractor or of any other bidder, or to fix any overhead, profit*
or cost element, and such bid price, or of that of any other bidder, or to
secure any advantage against the Carlsbad Municipal Water District or anyone
interested in the proposed contract; that all statements contained in such
bid are true, and further, that the Contractor has not directly or indirectly
submitted his bid price or any breakdown thereof or the contents thereof, or
divulged information or data relative thereto, or paid and will not pay any
fee in connection therewith to any corporation, partnership, company,
association, organization, bid depository, or to any member or agent thereof
or to any other individual, except to such person or persons as have a
partnership or other financial interest within his general business.
Ed 17 d8/&' Signed
Title &vuh-
Subscribed and sworn before me
this day of 9- , 190
LL
~otaiy/ Public
My Commission expires -
(Seal)
Non-Collusion Affidavit - 1
DES IGW I., N OF SUBCONTRALTOIS
In compliance with the provisions of Sections 4100-4108 inclusive of
the Goverment Code of the State of California, and any amendment thereof,
each bidder shall set forth below the name and the location of the mill,
shop or office of each subcontractor who will perform work or labor, or
render service to the Contractor in or about the construction of the work
or improvement to be performed under the Specifications, and the portion
of the work which will be done by each subcontractor.
If the Contractor fails to specify a subcontractor for any portion of the
work to be performed under the contract, he shall be deemed to have agreed
to perform such portion himself, and he shall not be permitted to subcontract
that portion of the work except under the conditions hereinafter set forth.
Subletting or subcontracting of any portion of the work as to which no
subcontractor was designated in the original bid shall only be permitted
in case of public emergency or necessity, and then only after a finding
reduced to writing as a public record of the Board of 9irectors of the
Carlsbad Municipal Yater District.
Division of Work Subcontract or Address
Address
<
6
Designation of Subcontractors - 1
I P STATE OF CALIFORNIA
:, COUNTY OF ~~~~~~L.~~S~S~~SSS~S~S~S 13s: \ 17th On this ------------- day of ----- Ji%llUWX-- _--------- in the year one thousand nine hundred
and--~~z4&e~~ before me, ----- U~~~~-L%-~!%!!_IE!!!!! ---- - -- - - -----a Not- Public in
ad fw said County and State, reaiding therein, duly commitmiomd and sworn, lperaonally appsred
~~IiFI 3. CROWLgP known to me to be the duly anthorized Attorney-in-fact
af UNITED STATES FIDELITY AND GUARANTY COMPANY, and the same person whose name
Is rubscribed to the within imtrument as the Attorney-in-fact of mid Company and the said -- .. -
------- J.!!-d*--!= ------------I. duly admowled& to me that he subscribed the mme cif
UNITED STATES FIZ)ELITY AND GUARANTY COXPAW thereto as Surety and his own imn~
aa Attorney-in-fact.
I tn Witnar, Whareof, X have hereunto set my hand & adfxed my oflid d the dCIJr rpi& kt
this arsrt;ificab first above written.
f -- - t --.- --... -- -...-
*$
BID BOND
KNOQ ALL MEN SY THESE PRESENTS, that we
as Principal, and
, as Surety,
are held and firmlv bound unto the Carlsbad Munici~al Water District,
hereinafter called- the District, in the penal sum bf
Dollars ($ )I lawful money of the
United States, for the payment of which sum well and truly to be made, we
bind ourselves, our heirs, executors, administrators, and successors,
jointly and severally, firmly by these presents.
The condition of this obligation is such that whereas the Principal has
submitted the accompanying bid dated , 195-, for
Arterial Water System For Improv ment District No. 1, Transmission Main
From San Diego Aqueduct Unit for the Carlsbad Municipal Water
District, San Diego County, California.
NOW THEREFORE, if the Principal shall not withdraw said bids within thirty
(30) days after the opening of the same, and shall within seven (7) days
after the prescribed forms are presented to him for signature enter into a
written contract with the District in accordance with the bid as accepted,
and if the Principal shall give the required bond with good and sufficient
sureties, or sureties for the faithful performance and proper fulfillment
of such contract for the protection of laborers and materialmen, or in
the event of the withdrawal of said bid within the periods specified, or the
failure to enter into said contract, and give such bond within the time
specified, if the Principal shall within sixty (60) days after request by
the District pay the District the difference between the amount specified in
said bid and the amount for which the District may procure the required work
and/or supplies, if the latter amount be in excess of the former, then the
above obligation shall be void and of no effect, otherwise to remain in full
force and virtue.
IN WITNESS WHEREOF the above-bounden parties have executed this instrument
under their several seals this day of , 195-, the
name and corporate seal of each corporate party being hereto affixed and
these presents duly signed by its undersigned representative pursuant to
authority of its governing body.
Bid Bond - 1
Principal
Two litnesses (if individual ) By -
Title
ATTEST: (if corporation)
Titale
Corporate Seal
ATTEST :
Surety
Title
-- Title
Corporate Seal
Bid Bond - 2
THIS AGREEMENT, made and entered into this soU( dayof&-,
1957, by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a mnici~al wat&
districi organized and incorporated under the Municipal water ~istriEt Act of
1911, as amended, San Diego County, State of California, hereinafter referred
to as the "Districtn, and
*
a corporation organized and existing under the laws of the State of 9
a partnership consisting of
or an individu
of the City of
State of Califo
WITNESSETH: That the District and the Contractor, for the consideration
hereinafter named, agree as follows:
1. SCOPE OF THE WORK: The Contractor will furnish all materials and
will perform all of the work for the following:
Construction and completion of Arterial Water System For
Improvement District No. 1) Transmission blain From San Diego
Aqueduct, Unit 3 , in accordance with the Plans and
Specifications and other Contract Documents therefor appr~ved
by the Board of Directors of said District on the twelfth day
of December, 1956.
2. TIME OF COMPLETION: The work shall be cammenced within seventeen (17)
consecutive calendar days from aad after the date of the notice of award cf the
Contract and shall be completed within.
/#& CONSECUTIVE CALENDAR DAYS
ziz'
from and after said date ~f award.
3. THE CONTRACT SUM: The District will pay the Contractcr in current
funds for the quantities actually constructed and/or installed in accordance
with the unit drices shown in the Bid Form for the Time Schedule hereinabove
stated.
4. PROGRESS PAYIENICS: Monthly progress payments to be made in accordance
with Paragraph 17 of the Standard Provisions cf the Contract Documents.
The final payment of fifteen percent (15%) for value of the work dcne
under this contract, if unencumbered, shall be made thirty-five (35) days after
the acceptance of the completed contract by the District. The acceptance will
be made ~nly by an action of the Board of Directors of the District in session,
The acceptance by the Contractor of said final payment shall constitute
a waiver of all claims against the District arising under this contract.
CWD-A, B Agreement - 1
5. CONTRACT DOCUMENTS: The complete Contract includes all of the
Contract Documents set forth herein, to wit: The Notice to Contractors
Inviting Sealed Proposals (Bids), Information for Bidders, Bid Form, Non-
Collusion Affidavit? Designation of Subcontractors, Bid Bond, this Agreement,
Performance Bond, Labor and Material Bond, Standard Provisions, and Plans and
Specifications, and Addenda thereto,
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day
and year first above written,
--
Witness
' (Official Title)
Contractor's License No. A 1h.3
CORPORATE CERTIFICATE
1, , certify that I am the
Secretary of the Corporation named as Contractor in the foregoing contract;
that , who signed said contract on behalf
of th\ of said Corporation;
that said contract was duly signed for and in behalf of said Corporation by
authority of its governing bddy and is within the scope of its corporate
powers.
(Corporate Seal )
Agreement - 2
STATE OF CALIFORNIA (
COUNTY OF ------- -@-b!Gk!? -------------- jss:
20th On th~s ------------- day ~f---!!eB-mt~~x -------------- in the year one thousand nine hundred
ELIZABETH A. SH ERIDAN and_f_fe~~~~~e!L, before me ,------------------------------------ a Notary Public in
and for said County and State, residing therein, duly commissioned and sworn, personally appeared
---- h!~-BL-~n~%Q$B3iL --------------, known to me to be the duly authorized Attorney-in-fact
of UNITED STATES FIDELITY AND GUARANTY COMPANY, and the same person whose name
is subscribed to the within instrument as the Attorney-in-fact of said Company and the said-----------
---- ~C-BK-&%~~~D&~_~ amam--am--am duly acknowledged to me that he subscribed the name of
UNITED STATES FIDELITY AND GUARANTY COMPANY thereto as Surety and his own name
as Attorney-in-fact.
In Witness Whereof, I have hereunto set my hand and affixed my official seal the day and year in
this certificate first above written.
. . LBS ANGELES~ Notary Publlc in and for .......................... -------------County, State of California
KNOW ALL MEN BY THESE PRESENTS : That
WHEREAS, the
by Resolution
has awarded to
hereinafter the &dnstructj#on
of Arterial Water System $or In~provement District No. 1, ~ran&issio
Main from San Diego Aqueduct Unit for the Carlsbad Municipal Wate
District, San Diego. County, California, and
P
WHEREAS, said Principal is required under the terms of said contract to
furnish a bond for the faithful performance of said contract.
United Sates F'kklity and Guaranty Compa~y NOW, THEREFORE, wci, the Principal and
the Carlsbad
the penal sum of I
latvful money of the United States of America, for the payment of which sum
well and truly to be made, we bind ourselves, our heirs, executors, admin-
istrators, and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above-bounden Principal,
his or its heirs, execut.irrs, adnlinistrators, successors, or assigns shall
in all things stand to and abidc by, and well and truly keep and perform
the covenants, conditions, and agreements in the said contract, and any
alteration thereof made as therein provided, on his or 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 Obligee, its officers and agents, as therein stipulated,
then this obligation shall became null and void, otherwise, it shall be and
remain in full farce and virtues. And the said Surety, for value received,
hereby 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
thereunder, or the specifications accompanying the same, shall in any wise
affect its obligation on this bond, and it does hereby waive notice of any
such change, extension of time, alteration, or addition to the terms of the
contract, or to the work or to the specifications.
IN 'VdITNESS I4JHEREOF, four (4) identical counterparts of this instfurnent, each
of which shall for all purposes be deemed an original hereof, ha been duly
dl. 1954.
-@ executed by the Principal and Surety above named, on the 20 day of
I Y
&,&&-
Principal
UNLlED STATES FIDELITY ANB GUARANTY COW&
Suretv A
The Premium Qn This BoRd Is
ChMD-A, B Performance Bond - 1
LABOR AND I'UTERIAL BOND
KNC!q ALL MEN BY THESE PRESENTS : That
WHEREAS, the Board of Directors a1 Water District,
by Besolutio
awarded to
hereinafter designated as the "I f
Arterial
WHEREAS, said Principal is required to furnish a bond in connection with said
contract providing that if said Principal or any of his or its subcontractors
shall fail to pay for any materials, provisions, provender, or other supplies,
or teams used in, upon, for, or about the performance of the work contracted
to be done, or for any work or labor done thereon of any kind, or for amounts
due under the Unemployment 1nsu:rance Act, the Surety on this bond will pay
the same to the extent hereinafter set forth:
ity and Guaranty Corny
A Maryland Corpor*
as Surety, are held and firmly bound .unto the Cgr sbad i ipal W ter -4 -
b -dud wf%w&Dol 3 lars the United States of Amef-ica, for the
NOlnl THEREFORE, we, the Principa:l, and United Shies Fialelity and fiuannty brny
A Maryland Corpor*
as Surety, are held and unto tJe4Ci)r sbad i ipal W ter
District in the penal sum of ud 3 %w&Dollars
(3 7 Zrli 103. ~i), lawful money ozsited sf Amef-ica, for the
payment-of which sum well and t:ruly to be made, we bind ourselves, our heirs,
executors, administrators and successors, jointly and severally, firmly by
these presents,
THE CONDITION OF THIS OBLIGATI@I\I IS SUCH that if said Principal, his or its
subcontractors, heirs, executors, administrators, successors, or assigns
shall fail to pay for any materials, provisions, provender or other supplies
or teams used in, upon, for or about the performance of the work contracted
to be done, or for any work or :labor thereon of any kind, or for amounts due
under the Unemployment Insurance Act as required by the provisions of Section
4200-4208, inclusive, of the Government Code, then said Surety will pay the
samc in or to an amount not exceeding the amount hereinabove set forth, and
also will pay, in case suit is brought upon this bond, such reasonable
attorney's fees as shall be fixed by the court, awarded and taxed as in the
above mentioned statute provided.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 1192.1 of the California
Code of Civil Procedure, so as to give a right of action to them or their
assigns in any suit brought upon this bond, and the said Surety, for value
received, hereby stipulates and agrees that no change, extension of time,
alteration, or addition to the terms of the contract, Gr the work to be
performed thereunder, or the specifications accompanying the same, shall in
any wise affect its cbligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration, or addition to the terms
of the contract, or to the work or to the specifications.
Labor and Material Bond-1
IN !VITNESb ;l:iLLZOF four (4) identical counterparts of this instument ,
each of which shall for all purposes be dcemed an original thereof, have
been duly excted by the Principal and Surely above named, on the 1~~
day of R/t!Au&-~ / , 195q
- -- Principal
WIIED STATES FIDELITY AN3 GUARANTY COIdPm
Surety I
1. 9.A Qk ,'!,cu
rrfel-i n-f acfi
STATE OF CALIFORNIA (
20th February On this ------------- day of in the year one thousand nine hundred
GtlZABETH A. SHERIOAN andfi_ft!~g~~~-~, before me ,------------------------------------- a Notary Public in
and for said County and State, residing therein, duly commissioned and sworn, personally appeared
W. B. Oillingham ...................... -----------------, known to me to be the duly authorized Attorney-in-fact
of UNITED STATES FIDELITY AND GUARANTY COMPANY, and the same person whose name
is subscribed to the within instrument as the Attorney-in-fact of said Company and the said-----------
W, B* Gillitlgham ........................................ duly acknowledged to me that he subscribed the name of
UNITED STATES FIDELITY AND GUARANTY COMPANY thereto as Surety and his own name
as Attorney-in-fact.
In Witness MThereof, I have hereunto set my hand and affixed my official seal the day and year in
this certificate first above written.
- - - .- - - - - -
. . LO$ ANGEL& Notary Public in and for ............................ I/ ------------County, State of California
Labor and Material Bond - 2
IN !VITWESS ;i;iLl;ZOF four (4) identical counterparts of this instumcnt ,
each of which shall for all purposes be deemed an original thereof, havc
Surety above named, on the 20%
day of , 1957.
WI?ED STATES FIDELITY BYD GUWTY COldPANY
Surety I
No promiurn charged for this bnd
Premium charged on Faithful Pet-
brnwnee Bond under this cod~aert.
Labor and Material Bond - 2
1 (CERTIFIED COPY)
GENERAL POWER OF ATTORNEY
64173 No.. .......................................
Know all Men by these Presents:
That the UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of
the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and
appoint 14. B, Gillingham
of the City of Lo6 Angeles . State of ' Califor~ia
its true and lawful attorney in and for the State of Calf fornia
for the following purposes, to wit:
To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FlDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said
W. B. Gillfngham
may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary. this 13th day of
March , A. D. 140
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(SEAL)
(Signed) BY ................ J o... .... H 9 .......................................................... Bfbby
Vicc-President. . '.
(Signed) ............. rPhoma.4 ..J ., ..Pma913.~h~...... ..................... Azsisfanf Secretary.
STATE OF MARYLAND j ss:
BALTIMORE CITY,
On this 13th day of March , A. D. 195' , before me personally came
J, 8, Bibby . Vice-president of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and Thomas be R0ache . Assistant Secretary of said Company. with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they resided in the City of Baltimore. Maryland;
that they, the said 2. He Bibby and Thomar J. Roache were respectively
the Vice-President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY. the cor-
poration described in and which executed the foregoing Power of Attorney: that they each knew the seal of said corporation; that the
seal affixed to said Power of Attorney was such corporate seal, that it was so affixed by order of the Board of Directors of said corporation,
and that they signed their names thereto by like order as Vice-President and Assistant Secretary. respectively, of the Company.
My commission expires the first Monday in May. A. D. 1951
(Seal) (Signed) ................................ ..................................................................... M. G Lee
Notary Public.
STATE OF MARYLAND.
BALTIMORE CITY.
1, M, Luther Pittmn , Clerk of the Superior Court of Baltimore City, which Court is a
Court of Record, and has a seal, do hereby certify that Me G. Lee , Esquire, before
whom the annexed affidavits were made, and who has thereto subscribed his name. was at the time of so doing a Notary Public of the
State of Maryland, in and for the City of Baltimore. duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said
Notary, and verily believe the signature to be his genuine signature.
In Teskimony Whereof, 1 hereto set my hand and the seal of the Superior Court of Baltimore City. the same being a Court
of Record, this 13th day of March * , A. D. 140
(SEAL)
F. & S. Gen. 3 (11-5fi) <)
(Signed) ............... M. Luther Pfttman ...................................................................................
Clerk of the Superior Court of Baltimore City.
COPY OF RESOLUTION
That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power
and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces
of the Dominion of Canada and in the Colony of Newfoundland.
Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower ita President or either of its Vice-
Presidents in conjunction with its Secretary or one of its Assistant Secretaries. under its corporate seal, to appoint any person or persons
as attorney or attorneys-in-fact, or agent or agents of said Company. in its name and as its act, to execute and deliver any and all con-
tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other
than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or
by law allowed, and
Also, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all
bonds, recognizances. obligations. stipulations, undertakings or anything in the nature of either of the same, which are or may by law.
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the
Dominion of Canada or of the Colony of Newfoundland. or by the rules, regulations, orders, customs, practice or d:scretion of any board.
body, organization. office or oficer, local, municipal or otherwise, be allowed, required or permitted to be executed, made. taken, given.
tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation. Idy, office, interest.
municipality or other association or organization whatsoever, in any and all capacities whatsoever. conditioned for the doing or not doing
of anything or any conditions which may be provided for in any such bond, recognizance, obligation. stipulation, or undertaking, or
anything in the nature of either of the same.
It Ho (2. Saehse , an Assistant Secretary of the UNlTED STATES FIDELITY AND
GUARANTY COMPANY. do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given
by said Company to
W. B. Gfllfngham
of Lo8 Angeles, California . authorizing and empowering him to sign bonds as therein set
forth, which power of attorney has never been revoked and is still in full force and effect.
And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the
Board of Directors of said Company. duly called and held at the office of the Company in tke City of Baltimore, on the I l th day of
July. 1910. at which meeting a quorum of the Board of Directors was present. and that the foregoing is a true and correct copy of said
resolution, and the whole thereof as recorded in the minutes of said meeting.
In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY
COMPANY on February 20, 1957.
(Date)
CARLSBAD MUNICIPAL WATER DISTRICT
San Diego County, California
ARTERILAL WATER SYSTEM
FOR
1mROVEME:NT DISTRICT NO * 1
TRANSMISSION MAIN FROM SAN DIEGO AQUEDUCT, UNIT
STANDARD PROVISIONS
1. TIME FOR COMPLETICN--EXTENSION OF TIME:
(a) Time Schedule "A": The! work shall be commenced within seventeen
(17) consecutive calendar days from and after the date of the notice of
award of the contract and it shall be completed within
ONE HUNDRED FCRTY (140) CONSEXUTIVE CALENDAR DAYS
from and after said date of award.
If the work is not completed in accordance with the foregoing, it is under-
stood that the District will suffer damage, and it being impractical and
infeasible to determine the amount of actual damage, it is agreed that the
Contractor shall pay to the District, as fixed and liquidated damages and
not as a penalty, the sum of Two Hundred Dollars ($200) for each and every
calendar day of delay; and the Contractor and his Surety shall be liable
for the amount thereof, provided that the Contractor shall not be charged
liquidated damages because of any delays in the completion of the work due
to unforeseeable causes beyond the control and without the fault or negli-
gence of the Contractor (including but not restricted to acts of God, or of
the public enemy, acts of the Government, acts of the District, or acts of
another contractor in the performance of a contract with the District, fires,
floods, epidemics? quarantine restrictions, strikes, freight embargoes, and
unusually severe weather, or delays of subcontractors due to such causes),
The Conttactor shall within ten (10) days from the beginning of any such
delay (unless the District shall grant a further period of time prior to the
date of final settlement of the contract) notify the District in writing
of the cause of delay, whereupon the District shall ascertain the facts and
extent of the delay and extend the time for completing the work when in its
judgment the findings of fact justify such an extension, and its findings
of fact thereon shall be finis1 and conclusive on the parties hereto.
Standard Provisions -la
(b) Time Schedule "B": The work shall be commenced within seventeen (17)
consecutive calendar days from and after the date of the notice of award
of the contract, and it- shall be completed within
TWO HUNDRED (200 CONSECUT IVE CALENDAR DAYS
from and after said date of award.
If the work is not completed in accordance with the foregoing, it is under-
stood that the District will suffer damage, and it being impractical and
infeasible to determine the amount of actual damage, it is agreed that the
Contractor shall pay to the District, as fixed and liquidated damages and
not as a penalty, the sum of Two Hundred Dollars ($200) for each and every
calendar day of delay; and t.he Contractor and his Surety shall be liable
for the amount thereof, provided that the Contractor shall not be charged
liquidated damages because of any delays in the completion of the work due
to unforeseeable causes beyond the control and without the fault or
negligence of the Contractor (including but not restricted to acts of God,
or of the public enemy, acts of the Government, acts of the District, or
acts of another contractor in the performance of a contract with theDistrict:
fires, floodsp epidemics, quarantine restrictions, strikes, freight
embargoes, and unusually severe weather, or delays of subcontractors due
to such causes).
The Contractor shall within ten (10) days from the beginning of any such
delay (unless the District shall grant a further period of time prior to
the date of final settlement of the contract) notify the District in writing
of the cause of delay, whereupon the District shall ascertain the facts and
extent of the delay and extend the time for completing the work whcn in its
judgment the findings of fact justify such an extension, and its findings
of fact thereon shall be final and conclusive on the parties hereto.
2. CONTRACT SECURITY: Contractor shall furnish a surety bond in an amount
of one hundred percent (100%) of the contract price, as security for the
faithful performance of this contract, and shall furnish a separate bond in
an amount at least equal to fifty percent (50%) of the contract price as
security for the payment of all persons performing labor and furnishing
materials, in connection with this Contract. The aforesaid bond or bonds
shall be in form satisfactory to the District.
3. CONTRACTOR'S INSURANCE: The Contractor shall not commence work under
this contract until he has obtained all insurance required under this
Standard Provisions-lb
paragraph, and such insurance has been approved by the District, nor shall
the Contractor allow any subcontractor to commence work on his subcontract
until all similar insurance required of the subcontractor has been obtained
and approved.
(a) ldorkmenr s Compensation Insurance - : The Contractor shall take out and
maintain during the life of this contract workmen's compensation insurance
for all of his employees engaged on or at the site of the project, and in
case any of his work is sublet, the Contractor shall require the subc~ntractor
similarly to provide ~rorkmen's compensation insurance for all the latter's
employees, unless such employees are covered by the protection afforded by
the workmen's compensation insurance carried by the Contractor.
In case any class of employees engaged in hazardous work under this
contract, on or at the site of the project, is not pr~tected under the
Workmen's Compensation Statute, and in case any other class of employees is
not protected under the 1Vorkmen's Compensation Statute for any other reason,
the Contractor shall provide and shall cause each subcontractor to provide
adequate insurance coverage as shall be satisfactory to the District for the
protection of such employees not otherwise protected.
(b) Public Liability and Property Damage Insurance: - The Contractor shall
take out and maintain durinn the life of this contract such public liability
and property damage insurance as; shall protect him and the ~istrict from ali
claims for perscnal injury, including accidental death, as well as from all
claims for property damage arising from operations under this contract. The
amounts of such insurance shall be as hereinafter set forth, The Contractor
shall require the subcontractors, if any, to take out and maintain similar
public liability and property damage insurance, The amounts cf such insur-
ance shall be as hereinafter set forth. In case any of the work under this
contract is to be performed on or at the site of the project by a subcontractor,
the Contractor shall also take out and maintain such contractor's ccntingent
or protective insurance as will protect him and the District from damage
claims arising from the operations of any subcontractor. The amounts of
such insurance shall be as hereinafter set forth. If any subcontractors
shall subcontract any portion of his subcontract, the C~ntractor shall require
him to take out and maintain such contingent or protective insurance as will
protect such subccntractor from damage claims arising from operations of the
seoond subcontractor. Such contingent or protective insurance shall be in
the same amount as the primary subcontractor's public liability and property
damage insurance.
As provided above, the Contractor shall take out and maintain public
liability insurance for injuries, including accidental death tc any cne
person, in an amount not less than One Hundred Fifty Thousand Dcllars
($150,000.00) and subject to the same limit for each person; on account of
any one accident in an amount not less than Five Hundred Thousand Dollars
($500t000.00); and property damage insurance in an amount not less than
Twenty-five Th~usand Dollars ($25,000,00); contractor's contingent or
protective insurance for public liability and prGperty damage in amounts
not less than the respective amounts noted above. As provided above, the
Contractor shall require all subccntractors, whether primary or secondary,
if any, to take out and maintain public liability and property damage
insurance in amounts hereinbefore set forth for the Contractor.
(c) Insurance Covering Special Hazards: The following special hazards shall
be covered by rider or riders to the above mentioned public liability
CWD-ASBYR~S, Standard Provisions - 2
insurance or protective damage insurance policy or policies or by special
policies of insurance in amounts as follows: automotive and truck, where
operated, in amounts as above; material hoists, where used, in amounts as
above.
4. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the District
satisfact~ry proof of full compliance with all of the insurance requirements
herein prior to execution of the contract.
5. QUALIFLCATIONS FOR EMPLOYPENT: No person under the age of sixteen (16)
years and no person currently serving sentence in a penal or correctional
institution, and no inmate of an institution for mentally defectives, shall
be employed to perform any work under this contract. No person whose age
or physical condition is such as to make his employment dangerous as to his
health or safety or the health or safety of others shall be employed to
perform any work on the project under this contract, provided that this
sentence shall not operate against the employment of physically handicapped
persons otherwise employable where such persons may be safely assigned to
work which they can ably perform,.
6. WAGE. RATES:
(a) Pursuant to the statutes of the State ef California or local law
applicable thereto, the governing b~dy of the District has ascertained the
general prevailing rate of per diem wages in the locality in which the work
on the project is to be performed, for each craft or type of workman or
mechanic needed to execute this contract. The prevailing wages so determined
are as follows:
Hourly Fer Diem
Trade of Occupation W e Rate Wane Rate P---* P Y
A-Frame cr Winch Truck Operator 2.95 23.60
Air Compressor Pump or Generatcr Operator 2.54 20.32
Apprentice Engineer and Oiler 2.54 20.32
Asphalt Raker, Ironer, Spreader 2.51 20.08
Bootmen 2.585 20.68
Brush Painter 2.94 23.52
Carpenter 380 24 .OO
Cement Mason 2.925 23.40
Cribber or Shorer 2.66 21.28
Driller (Core, Diamond or Wagon) 2.75 22.00
Driller (All Others) 2.59 20.72
Drivers of Dump Trucks
Water Level less than 4 yards 2.405 19.24
4 yards but less than 8 yards 2.435 19.48
8 yards but less than 12 yards 2.485 19.88
12 yards but less than 16 yards 2.565 20.52
16 yards or more water level 2.785 22.28
Drivers of Road Oil Spreader Trucks 2.785 22 -26
Drivers of Transit Mix Trucks
Under 3 yards
3 yards or more
CMY D-A, B. Standard Previsions - 3
Hourly Per Diem
Trade or Occupation
Drivers of Trucks - Legal Payload Capacity
Less than 6 tons
Between 6 and 10 tons
Between 10 and 15 tons
Between 15 and 20 tons
20 tons or more
Drivers of Water Trucks
Under 2500 gallons
2500 to 4000 gallons
4000 gallons or more
Electrician, Journeyman
Equipment Greaser
Fence Erector
Flagman
Generator, Pump or Compressor Plant Operator
Generator, Pump or Ccmpressor Operator (2 or
more Portable units)
Gun Man, Gunite
Heavy Duty Repairman
Heavy Duty ~epairman's Helper
Laborer, General or Construction
Motor Patrol Operator (Any Type or Size)
Nozzle Man and Rod Man, Gunite
Operators and Tenders of Pneumatic and Electric
To~ls, Vibrating Machines and similar
mechanical tools not separately classified
herein
Pavement Breaker Operator
Plumber Journeyman
Powderman
Reinforcing Iron Workers
Rebou ndman, Guni t e
Road Oil Mixing Machine Operator
Roller Operator
Skip Loader Operator, Hough or Similar Type
Table Power Saw Operator
Tarman and Mortarman
Tractor Operator - Boom Attachment s
Tractor Operator - Scraper or Dragtype Shovel
Tandem
Trenching Machine Operator (7 foot depth capacity,
Manufacturer" Rating)
Trenching Machine Operator (over 7 foot depth
capacity, Manufacturer's Rating)
Truck Crain Oiler
Truck Greaser and Tireman
Truck Repairman or Welder
Truck Repairman or Welder's Helper
Universal Equipment Operator (Shovel, Back Hoe,
Dragline Derrick Barge, Clamshell, Crane or
Pile Driver)
Watchman
CMVD-AIB,R~S. Standard Provisions - 4
FOREMEN: All foremen nct herein separately classified shall be paid not
less than $2.00 per day more than the daily rate of the highest classification
over which he has supervision. APPREN'ICES may be employed in conformity
with Section 1777.5 of the California Labor Code.
WELDERS: Same wage scale as craft to which welding is incidental (except
as otherwise separately classified) .
OVERTIME AND HOLIDAY WORK: Not less than one and one-half (1%) times the
above prevailing rates of per diem wages shall be paid for overtime work and
for work on the following legal holidays: all Sundays, January 1, May 30,
July 4, Labor Day, November 11, 'Thanksgiving Day and December 25, with a
modification as to the enumerated holidays set forth as provided in Section
6701 of the Government Code.
It shall be mandatory on the Contractor to whom the contract is awarded and
upon any subcontractor under him, to pay not less than the said specified
rate to all laborers, workmen and mechanics employed by them in the
performance of the contract.
(b) The foregoing schedule of per diem wages is based on a working day cf
eight (8) hours. The wages of every laborer and mechanic engaged in work on
the project shall be computed on a basic day rate of eight (0) hours per
day; eight (8) hours of continuous employment, except for lunch period,
constituting a day's work when a single shift is employed and seven and cne-
half (74) hours of continuous employment, except for lunch period,
constituting a day's work when two (2) or more shifts are employed. Work in
excess of eight (8) hours per day shall be permitted upon compensaticn,
when a single shift is employed, at one and one-half (1%) times the basic
rate of pay for all hours worked in excess of eight (8) hours on any one (1)
day, or at any time during the interval from 5 o'clock p.m., Friday, to
7 o'clock a.m., Monday or on holidays, and when two (2) or more shifts are
employed, at one and one-half (15) times the basic rate of pay for all work
worked in excess of seven and one-half (7%) hours on any one (1) day or at
any time during the interval from Friday midnight to Sunday midnight.
(c) The mininun wage rates, if any, herein specified for apprenticcs shall
apply only to persons working with the tools of the trade thcy are learuing
under the direct supervision of journeyman mechanics, except as otherwise
required by law. The number of apprentices in each trade or occupation
employed by the Contractor or any subcontractor shall not exceed the number
permitted by the applicable standards cf the United States Department of
Labor, or in the absence of such standards, the number permitted under the
usual practice prevailing between the unicns and the employer's associations
of the respective trades or occupations.
(dl It shall be mandatory upon the Codtractor and upon any subcontractor
under him to pay hot less than the said specified rate to all laborers,
workmen, and mechanics employed by them in the execution of this contract,
regardless of any contractual relationship which may be alleged to exist
between the Contractor or any subcontractor and such laborers, workmen
and mechanics,
Standard Provisions - 5
(el Any laborer or mechanic employed ta perform work on the project
under this contract, which work 49 not covered by any of the foregoing
classifications, shall be paid not less than the minimum rate of wages
specified herein for the classification which most nearly corresponds to
the work to be performed by him* and such minimum wage rate shall be
retroactive to the time of initial employment of such person in such
classification. In the event any dispute on that question cannot be
adjusted by the District Engineer, the question and the information,
together with the recommendation of the District Engineer, shall be referred
for determination to the district:^ Board of Directors, whose decision on
the question shall be conclusive on the party to the contract with the same
effect as if the work performed by such laborer or mechanic had been
classified and the minimum rates specified herein,
(f) The foregoing specified wage rates are minimum only, and the
District will not consider any claims for additional compensation made by
the Contractor, because of payment by the Contractor of any wage rate in
excess of the applicable rate contained in this contract. All disputes in
regard to the payment of wages in excess of those specified in this
contract shall be adjusted by the Contractor.
(g) The Contractor agrees that in case of underpayment of wages to
any worker on the project under this contract by the Contractor or any
subcontractor, the District shal.1 withhold from the Contractor) out of pay-
ments due, an amount sufficient to pay such worker the difference between
the wages required to be paid under this contract and the wages actually
paid such worker for the total number of hours worked, and that the District
may disperse such amount so withheld by it for and on account of the
Contractor, to the employee to whom such amount is due. The Contractor
further agrees that the amounts to be withheld pursuant to this paragraph
may be in addition to the percentages to be retained by the District
pursuant to other provisions of this contract.
(h) The Contractor shall forfeit to the District as a penalty Ten
Dollars ($10.00) for each laborer, workman, or mechanic employed, for each
calendar day or portion thereof that such laborer, workman, or mechanic is
paid less than the said stipulated rates for any work done under this
contract by him or by any subcontractor under him. The Contractor and each
subcontractor shall keep or cause to be kept an accurate record of all
laborers, workmen and mechanics employed by him in connection with the
execution of this contract or any subcontracts thereunder, and showing also
the actual per diem wages paid to each of said workers, which record shall
be open at all reasonable hours to the inspection of the Board of Directors
of the District, its officers and agents, and to the Chief of the Division
of Labor Statistics and Law Enforcement of the State Department of
Industrial Relations, his deputies and agents.
In case the District orders the Contractor to perform extra or
additional work, which may make it necessary for the Contractor or any
subcontractor under the contract to employ in the performance of such work
any person in any trade or occupation for which no minimum wage rate is
herein specified, the District will include in the contract a change order
for such extra or additional work a minimum wage rate for such trade or
occupation, and insofar as such extra or additional work is concerned there
Standard Provisions - 6
shall be paid each employee engaged in the work in such trade or occupation
not less than the minimum wage rate so included.
7. HOURS OF WORK:
Eight (8) hours of labor shall constitute a legal day's work upon all work
done hereunder, and it is expressly stipulated that no workman employed at
any time by the Contractor or by any subcontractor or subcontractors under
this contract? upon the work or upon any part of the work contemplated by
this contract, shall be required or permitted to work thereon more than
eight (8) hours in any one calendar day? except as provided in Sections 1810-
1816, inclusive, of the Labor Code of California, all of the provisions
whereof are deemed to be incorporated herein, and except as provided in
Chapter 759, 1941 Statutes of the State of California (Section 1817 of the
Labor Code), and it is further expressly stipulated that for each and every
violation of said last named stipulation the Contractor shall forfeit to the
District as a penalty Ten Dollars ($10.00) for each workman employed in the
performance of this contract or by any subcontractor under this contract?
for each calendar day during which such workman is required or permitted to
labor more than eight (8) hours in violation of the provisions of said
Sections of the Labor Code,
In accordance with the applicable provisions of the Labor Code of the State
of California, within thirty (30) days after any laborer, workman, or
mechanic is permitted to work over eight (8) hours in any one calendar day
due to emergsncy: the Contractor doing the workz or his authorized agent,
shall file wiath the Boaxi of Directors of the District a report verified
by his oath, setting forth the nature of such emergency, which report shall
contain the name of said worker and the hours worked by him on the said day
and the Contractor and each subcontractor shall also keep an accurate record
showing the names and actual hours worked of all workers employed by him in
connection with the work contemplated by this contract, which record shall
be open at all reasonable hours to the inspection of the Board of Directors
of the District, its officers or agents, and to the Chief of the Division of
Labor Statistics and Law Enforcement of the Department of Industrial
Relations of the State of California, his deputies and agents. The
exceptions to Labor Code Sections 1810-1816, contained in Labor Code
Section 1817 is specifically as follows:
"181 7. Notwithstanding the provisions of Sections 1810-1816, inclusive,
of this Code, and notwithstanding any stipulations inserted in any contract
pursuaat to the recpi~eaents of said Sectians, work performed by employees
of coniracto~s in excess of eight (8) hours per day shall be permitted upon
publi2 work i?pon conpensation for all hours worked in excess of eight (8)
hoaxs per day at not. less than one and one-half (I*) times the basis rate
of pay. Ths verif~ed report required under Section 1813 need not include
any instances in w+ic4 sach compensation for the excess hours is paid,
This Section sh~ll remain in effect only until such time as the Governor
finds and procizims thzt the emergency in preparing for the national
defense no longer exists."
8, EMPLOYMENT OF ALIEb!S :
Pursuant to the provisions of Sections 1850-1854, inclusive, of the Labor
Standard Provisions - .7
Code of California, no c~ntractcr cr subcontractor or agent or representative
thereof, shall kncwingly employ or cause tc allow to be employed on public
work any alien, meaning thereby any person not a born or fully naturalized
citizen of the United States, except in cases of extraordinary emergency
caused by fire, flocds or danger to life or property, or except upon work
upon public, military, or naval defense, or work in time of war, Within
thirty (30) days after any alien is permitted to work upon public worlr due
to an extraordinary emergency, the Contractor shall file with the Board of
Directors of the District a verified report setting forth the nature of the
extraordinary emergency, the name of the alien, and each day he was permitted
to work. Failure to file the report within the thirty (30) day period shall
be prima facie evidence that no extraordinary emergency existed, Every
contractor and subcontractor shall keep an accurate record shcwing the name
and citizenship of each workman employed by him in connection with public
wcrk. The record shall be kept open at all reasonable hours to the inspecticn
of the Board of Directors of the District and the District's Engineer, and to
the Division of Labor Statistics and Law Enforcement. Fcr each viclation cf
the above stipulation, said Contractor shall forfeit to the District as a
penalty the sum of Ten Dollars ($10.00) for each alien knowingly employed in
the execution of this contract by him or by any subcontractor under him for
each calendar day or portion thereof during which such alien is permitted or
required to labor in violation of this stipulation and the provisions of
said Sections of the Labor Code.
9. POSTING h11NIhlUN WAGE RATE:
The Contractor shall post at appropriate, conspicuous points on the site cf
the project, a schedule showing all determined minimum wage rates and all
authorized deductions, if any, from unpaid wages actually earned.
CLSrIh" AND DISPUTES PERTAINING TO CLASSIFICATION OF LABOR:
Except where there is local law providing otherwise, claims and disputes
pertaining to classification of labor employed on thc project under this
contract shall be decided by the District.
PAYMENT OF EMPLOYEE :
The Ccntractor and each of his subcontractors shall pay each of his employees
engaged in work on the project under this contract in full (less deductions
made mandatory by law) in cash, and not less often than once each week,
provided that when circumstances render payment in cash infeasible or
impractical, the District may permit payment by check under consideration
that funds are made available at a local bank and checks may be cashed
without charge, trade requirements or inconvenience to the worker.
No materials manufactured or produced in a penal or correctional institution
shall be incorporated in the project under this contract.
Standard Provisions - 8
13. DOMESTIC ,AND. FOREIGN MATERIALS :
Only such unmanufactured articles, materials or supplies as have been mined
or produced in the United States of America, and only such manufactured
articles, materials or supplies that have been manufactured in the United
States of America substantially from such articles, materials and supplies
shall be employed under this contract in the construction of the project.
14. ACC IDEW PREVENT ION :
Precaution shall be exercised at all times for the protection of persons
(including employees) and property. The safety provisions of applicable
laws, building and construction codes shall be observed. Machinery,
equipment and other hazards shall be guarded or eliminated in accordance
with the applicable safety orders of the Industrial Accident Commission
of the State of California, The Contractor shall provide all necessary
barriers, signs, lights and watchmen. All damages during the progress of
the work from whatever cause shall be borne and sustained by the Contractor
and all work shall be solely at the Contractor's risk until it has been
finally approved and accepted by the District. The Contractor shall
furnish the District with the name, address and local telephone number of
the person responsible for the maintenance of barriers, signs, lights and
all other accident prevention devices,
CONSTRUCTION SCHEDULE:
Immediately after execution and delivery of the contract and before the
first partial payment is made, the Contractor shall deliver to the District
a construction progress schedule in form satisfactory to the District
showing the proposed dates of commencement and completion of each of the
various subdivisions of the work required under the contract documents, and
the anticipated amount of each ~onthly payment that will become due the
Contractor in accordance with the progress schedule.
16. PAYROLL OF COhTRACTORS AND SUB~O-NTRA~TO~ :
The Contractor shall not carry on his payroll any person not employed
by him. The Contractor shall not carry on his payroll employees of a
subcontractor, but such employees must be carried only on the payroll of
the employing subcontractor.
CMVD-A,B, Res. Standard Provisions - .9
1 7. PAY NiENfS AND PART IAL E!ST IMATES - ;
(a) Progress Payments. The District shall on or before the tenth (10th)
day of each calendar month after actual construction work is started, except
in- case of final estimate hereinafter provided, cause an estimate in writing
to be made by the Engineer of the total amount of the work done and materials
furnished by the Contractor and incorporated into the work to the first
(1st) day of the month in which the estimate is made. In estimating such
value, the Engineer may take into consideration, along with other facts and
conditions deemed by him to be proper, the ratio of the difficulty of the
worlr done to the probable difficulties of the work to be done. The District
shall retain fifteen percent (15%) of such estimated value as part security
for the fulfillment of the contract by the Contractor, and shall within
ten (10) days after the preparation of such estimate pay to the Contractor
the balance of such estimated value after deducting therefrom all previous
payments and all sums to be kept or retained under the terms of the
contract .
(b) Final Payment. The Engineer shall, after the satisfactory completion
of the work, makTa final estimate of the amount of work done thereunder
and the value of said work, and the District shall pay the entire sum so
found to be due after deducting therefrom all previous payments and all
amounts to be retained under the provisions of the contract. All prior
partial estimates and payments shall be subject to correction in the final
estimate and payment. The final payment shall not be due and payable until
the expiration of thirty-five (35) days from the date of acceptance of the
work by the District,
No certificate given or payments made under the contract, except the
final certificate or final payment, shall be conclusive evidence of the
performance of the contract, either wholly or in part, and no payment shall
be construed to be an acceptance of any defective work or improper materials,
(c) The Contractor shall pay:
(1) For all transportation and utility services, not later than the
twentieth (20th) day of the calendar month following that in which said
services are rendered.
(2) For all materials, tools and other expendable equipment to the
extent of eighty-five percent (85%) of the cost thereof, not later than the
twentieth (20th) day of the calendar month following that in which said
materials, tools and equipment are delivered at the site of the project, and
the balance of the cost thereof not later than the thirtieth (30th) day
following the completion of that part of the work in or on which such
materials, tools and equipment are incorporated or used,
(3) To each of his subcontractors not less than the fifth (5th) day
following each payment to the Contractor, the respective amount allowed the
Cohtractor on account of the work performed by his subcontractors, to the
extent of each subcontractor's interest therein.
Standard Provisions - '10
18. TERMINATION FOR BREACH : -
If the Contractor refuses or fails to prosecute the work or any separable
part thereof with such diligence as will insure its completion within the
time specified herein, or any extension thereof, or fails to complete such
work within such time, or if the Contractor should be adjudged a bankrupt,
or if he should make a general assignment for the benefit of his creditors,
or if a receiver should be appointed on account of his insolvency, or if
he or any of his subcontractors should violate any of the provisions of
this contract, the District may serve written notice upon the Contractor
and his Surety of its intention to terminate this contract, said notice to
contain the reasons for such intention to terminate this contract, and
unless ~ithin ten (10) days after the service of such notice such violations
shall cease and satisfactory arrangements for the corrections thereof be
made, this contract shall, upon the expiration of said ten (10) daysp cease
and terminate.
In the event of any such termination, the Distriat shall immediately serve
written notice thereof upon the Surety and the Contractor, and the Surety
shall have the right to take over and perform the contract, provided however,
that if the Surety within fifteen (15) days after the serving upon it of a
notice of termination does not give the District written notice of its
intention to take over and perform the contract, or does not commence
performance thereof within thirty (30) days from the date of serving said
notice, the District may take over the work and prosecute the same to
completion by contract or by any other method it may deem advisable for the
account and at the expense of the Contractor, and his Surety shall be liable
to the District for any excess cost or other damage occasioned the District
thereby, and in such event the District may, without liability for so doing,
take possession of and utilize in completing the work such materials,
appliances, plants and other property belonging to the Contractor that may
be on the site of the work and be necessary therefor,
The foregoing provisions are in addition to and not in limitation of any
other rights or remedies available to the District.
19. DISTRICT'S RIGHT TO WITHHOLD CERTAIN A~U~S AND
WI:E APPLICAT ICPT'THEREOF :
In addicion to the anount which the District may retain under the above
paragraph entitled "Payments and Partial Estimates", paragraph 17, the
Distr:rc may with5old a sufficient amount or amounts Qr any payment or
payaierrts otherwise due tc? the Contractor as in its judgment may be necessary
to COir6Pt
(a) Payments which may be past due and payable for just claims against
the Contractor or any subcontractors, for labor or materials furnished in
or about the performance of the work and on the project under this contract.
(b) For defective work not remedied.
(c) For failure of the Contractor to make proper payments to his
subcontractor.
Standard Provisions - 11
The District may apply such withheld amount or amounts to the payment of such
claims in its discretion. In so doing, the District shall be deemed the
agent of the Contractor and any payments so made by the District shall be
considered as a payment made under the contract by the District to the
Contractor, and the District shall not be liable to the Contractor for such
payment made in good faith. Such payments may be made without prior judicial
determination of the claim or claims. The District will render to the Con-
tractor a proper accounting of such funds disbursed in behalf of the Contractor.
20. EXTRA. ADDITIONAL OR OMITTED WORK:
Payment. The District upon proper action by its Board of Directors may
require changes in, additions to or deductions from the work to be performed
or to the materials to be furnished pursuant to the provisions of this
agreement or any other contract document. Adjustment, if any, in the amounts
to be paid tc the Contractor, by reason cf any such change, addition or
deduction, shall be determined by one or more of the following methcds:
fa) By an acceptable lump sum proposal from the Contractor.
(b) By unit prices contained En the Contractcr's original bid and
incorporated in the contract documents or fixed by subsequent agreement between
the District and the Contractor.
(c) By ordering the Contractor to proceed with the work sad to keep and
present in such form as the District may direct, a correct account of the cost
of the change, together with all vouchers therefor. The cost may include
allowance for overhead and profit not to exceed fifteen percent (15%) of the
net cost.
(dl No extra work shall be performed or change made unless in pursuance
of a written order from the District stating that the extra work or change
is authorized, and no claim for an addition to the ccintract sum shall be
valid unless so ordered, provided however, that nothing in this article shall
excuse the Contractor from proceeding with the prosecution of the work sc
changed. The Contractor shall, when required by the District, furnish an
itemized breakdown of the quantities and prices used in c~mputing the value
of any change that might be ordered.
(e) The Engineer may authorize extra work for single change ~rders not
exceeding $250.00 and up to an aggregate sum of $2500.00 for the total contract.
21. ASSIGNhENl' OF CONTRACT:
The Contractor shall not assign this contract or any part therecf nor any
monies due or to become due thereunder, without the prior written consent
of the District. No assignment of this contract shall be valid unless it
shall contain a provision that the funds to be paid to the assignee under
the assignment are subject to a prior lien for services rendered or materials
supplied for performance of the work called for under said contract in favcr
of all persons, firms or corporations rendering such services or supplying
such materials.
SUBCONTRACTING:
Specialty subcontractors shall be utilized for the performance of such part
of the work under this contract as under normal contract practices are
performed by specialty subcontractors, unless the District determines that
0-A, 0,Res. Standard Provisions - 12
the general Contractor has heretofore customarily performed such specialty
work with his own organization and is equipped to do sos or unless the
District determinesthat the performance of specialty work by specialty
contractors will result in increased cost or inordinate delays, provided
however, that the Contractor shall nothsubcontract any work to be performed
or any materials to be furnished in the performance of this contract without
the prior written consent of the District. If the Contractor shall sub-
contract any part of this contract, the contractor shall be as fully
responsible to the District for the acts and omissions of his subcontractor
and of the persons either directly or indirectly employed by his sub-
contractor as he is for the acts and omissions of persons directly employed
by himself. Nothing containtxl in the contract document shall create any
contractual relationship between any subcontractor and the District. The
Contractor shall bind every subcontractor (and every subcontractor of a
subcontractor) to be bound by the terms of the contract documents as
applicable to his work, unless specifically noted to the contrary in the
subcontract in question, approved in writing as satisfactory to the District.
23. COIVIPLIANCE WITH SPECIFICATIONS OF MATERIALS:
Unless otherwise specifically provided for in the Specifications, all work-
manship, equipment, ,Mterial and articles incorporated in the work covered
by the contract are to be of the best available grade of their respective
kind. Whenever in the Specifications any material, process or article is
indicated or specified by grade, patent or proprietary name, or by name of
manufacturer, such specification shall be deemed to be used for the purpose
of facilitating description of the materials, process or articles desired,
and shall be deemed to be followed by the wordo "or equal", and the
Contractor may offer any material or process which shall be substantially equal
or better in every respect to that so indicated or specified, provided,however,
that if the material, process or article offered by the Contractor is not, in
the opinion of the District's representative substantially equal or better
in every respect to that specified, then the Contractor must furnish the
material, process or article specified or one that in the opinion of the
District's representative is the substantial equal or better thereof in every
respect. In the event that the Contractor furnishes the material, process or
article better than that specified, the difference in cost of such material,
process or article so furnished shall be borne by the Contractor.
24 . PEnMITS - COMPLIANCE WITH LAN :
Except for the permit and inspection fees required by San Diego County Road
Department, the Contractor shall at his expense obtain all necessary permits
and Licenses for construction of the project and shall pay all fees required
by Law. The District will obtain the permit and pay inspection fees required
by the County Hoad Department. Contractor shall give all necessary notices
including those required by the permit issued by the County Road Department,
and shall comply with all laws, ordinances, rules and regulations relating to
the work and to the preservation of the public health and safety.
25. - INSPECTIUN BY THE DISTRICT:
The District and its representatives shall at all times have access to all
parts of the work and to the shops wherein the work is in preparation, for
the purpose of inspection, and the Contractor shall at all time maintain
proper facilities and provide safe access for such inspection. The District
shall have the right to reject materials and workmanship which are
CNFJID- A, 5, Hes . Standard Provisions - 13
defective, or to require their correction, Rejected workmanship shall be
satisfactorily corrected, and rejected material shall be removed from the
premises without charge to the District, If the Contractor does not
correct such rejected work within a reasonable time, fixed by written notice
from the District's representative, the District may correct same and charge
the expense to the Contractor. Should it be considered necessary or
advisable by the District at amy time before final acceptance of the entire
work, to make an examination of work already completed by removing or
tearing out the same, the Contractor shall upon request promptly furnish
all necessary facilities, labor and materials. If such work is found to be
defective in any respect due to fault of the Contractor or his subcontractor,
he shall defray all the expenses of such examination and of satisfactory
reconstruction. If, however, such work is found to meet the requirements of
the contract, the additional cost of labor and material necessarily involved
in the examination and replacement plus fifteen percent (15%) shall be
allowed the Contractor. Where the Specifications require work to be
specifically tested or approveti, it shall not be tested or covered up with-
out timely notice to the District's Engineer of its readiness for inspection,
and without the approval or consent thereto by the latter. Should any such
work be covered up without such notice, approval or consent, it must, if
required by the District, be uncovered for examination at the expense of
the Contractor,
26. OTHER PRCHIBITIVE INTERESTS :
No officer of the District who is authorized in such capacity and on behalf
of the District to negotiate, make, accept or approve, or to take part
in negotiating, making, accepting or approving any architectural, engineer-
ing? inspection, construct ion or material supply contract, or any subcontractor
in connection with the construc:tion of the project, shall become directly
or indirectly interested personally in this contract or any part thereof.
No officer, employee, architect., attorney, engineer or inspector of or for
the District who is authorized in such capacity and on behalf of the District
to exercise any executive, supervisory or other similar function in
connection with the constructian of the project, shall become directly or
indirectly interested personally in this contract or any part thereof.
The Contractor shall hold and save the District and its officersp agents,
servants and employees harmless from liability of any nature or kind,
including costs and expense for or on account of any patented or unpatented
invention, process, article or appliance manufactured or used in the
performance of the contract, including its use by the District# unless
otherwise specifically stipulated in the contract documents.
28. NCUTUAL RESPONSIBILITY OF CONTRACTORS :
If through acts of neglect on the part of the Contractor, any other
contractor or any subcontractor shall suffer loss or damage on the work, the
Contractor agrees to settle with such other contractor or subcontractor by
agreement or arbitrat ions if such other contractor or subcontractor will so
settle. If such other contractor or subcontractor shall assert any claim
against the District on account of any damage alleged to have been so
sustained, the District shall notify the Contractor, who shall indemnify
CMDSD- A,B, Res, Standard Provisions - 1:4
and save harmless the District against any such claim, The Contractor must
ascertain to his own satisfaction the scope of the project and the nature
of any other contracts that have been or may be awarded by the District in
the prosecution of the project, to the end that the Contractor may perform
this contract in the light of such other contracts, if any. Nothing herein
contained shall be interpreted as granting to the Contractor exclusive
occupancy of the site of the project. The Contractor shall not cause any
unnecessary hindrance or delay to any other contractor working on the project.
If the performance of any contract for the project is likely to be
interfered with by the simultaneous performance of some other contract or
contracts, the District shall decide which contractor shall cease work
temporarily and which contractor shall continue, or whether the work under
the contracts can be coordinated so that the contractors may proceed
simultaneously. The District shall not be responsible for any damages
suffered or extra costs incurred by the Contractor resulting directly or
indirectly from the award or performance or attempted performance of any
c other contract or contracts on the project, or caused by a decision or
omission of the District respecting the order of precedence in the perform-
ance of the contract.
29. NOTICE AND SERVICE THEREOF:
Any notice required or given by one party to the other under the contract
shall be in writing and shall be dated and signed by the party giving such
notice or by a duly authorized representative of such party. Any such
notices shall not be effective for any prupose whatsoever unless served in
the following manner, namely:
(a) If the notice is given to the District by personal delivery thereof
to the ~istrict's representative, or by depositing the same in the United
States mail, enclosed in a sealed envelope addressed to the District at
Post Office Box 265, Carlsbad, California, to the attention of the said
District's representative, postage prepaid and registered.
(b) If the notice is given to the Contractor by personal deliver thereof
to said Contractor or to his foreman at the site of the project, or by
depositing the same in the United States mail, enclosed in a sealed envelope
addressed to said Contractor at his regular place of business or such other
address as may have been established for the conduct of the work under this
contract, postage prepaid and registered.
(c) If the notice is given to the Surety or any other person by personal
delivery to said Surety or other person, or by depositing the same in the
United States mail, enclosed in a sealed envelope addressed to such Surety
or persons at the address of said Surety or persons last communicated by
him to the party giving the notice, postage prepaid and registered.
NIARTERIULS, SERVICES AND FACILITIES:
(a) It is understood that except as otherwise specifically stated in the
contract, the Contractor shall provide and pay for all materials, labor,
tools, equipment, water, light, power, transportation, superintendence,
temporary construction of every nature and all other services and facilities
of every nature whatsoever necessary to perform and complete the contract
within the specified time.
CWD-A, B,Res. Standard Provisions-15
(b) Any work necessary to be performed after regular working hours, on
Sundays or legal holidays, shall be performed without additional expense to
the District.
31. WARRANTY CF TITLE:
No materials, supplies or equipment for the work under this contract shall
be purchased subject to any chattel mortgage or under a conditional sale
contract or other agreement by which an interest therein or any part thereof
is retained by the seller or supplier. The Contractor warrants clear and
good title to all materials, supplies and equipment installed and incorpora-
ted in the work, and agrees upon completion of all work to deliver the
premises, together with all improvements and appurtenances constructed or
placed thereon by him to the District free from any claims, liens,
encumbrances or charges, and further agrees that neither he nor any persont
firm or corporation furnishing any material or labor for any work covered
by the contract shall have any right to a lien upon the premises or any
improvement or appurtenance thereon? provided that this shall not preclude
the Contractor from installing metering devices or other equipment of
utility companies or of municipalities, the title of which is commonly
retained by the utility company or the municipality. In the event of the
installation of any such metering device or equipment, the Contractor shall
advise the District as to the owner thereof, Nothing contained in this
article, however, shall defeat or impair the right of such persons furnishing
materials or labor under any bond given by the Contractor for their
protection, or any right under any law permitting such persons to look to
funds due the Contractor, in the hands of the District. The provisions of
this article shall be inserted in all subcontracts and material contracts,
and notices of its provisions shall be given to all persons furnishing
materials for the work when no formal contract is entered into for such
materials.
32. CARE OF WORK:
(a) The Contractor shall be responsible for all damages to persons or
property that occur as the result of his fault or negligence in connection
with the prosecution of the contract? and shall be responsible for the
proper care and protection of all materials delivered and work performed
until completion and final acceptance by the District.
(b) The Contractor shall provide such sheet covering and enclosures as
are necessary to protect all work and materials against damage by weather
conditions,
(c) The Contractor shall take adequate precautions in protecting existing
curbs, trees, sidewalks, pavements, utilities, adjoining property and
structures and avoid damage thereto, and he shall at his own expense
completely repair any damage thereto caused by his operations.
(d) As required by law, the Contractor shall shore up, brace, underpin and
protect as may be necessary all foundations and other parts of all existing
structures adjacent and adjoining the site of the project which are in any
way affected by the excavation or other operations connected with the
performance of the work under this contract. Whenever any notice is
CmJD- A, B, Res, Standard Provisions - 16
required to be given by the District or the Contractor to any adjacent or
adjoining landowner or other party before commencement of any work under
this contract, such notice shall be given by the Contractor. The Contractor
shall indemnify the District and save it harmless from any damages on
account of settlements or the loss of lateral support of adjoining property,
or from all loss and expense, and from all damages for which the District
may become liable in consequence of such injuries or damage to trees and to
adjoining and adjacent structures and their premises,
(ti') In an emergency affecting the safety of life or property, including
adjoining property, the Contractor, without special instructions or
authorizations, is authorized to act at his discretion to prevent such
threatened loss or injury, and he shall so act as though instructed to do
so by the District.
CGNTRACTGR'S AGENT :
Unless personally present on the premises where the work is done, the
Contractor shall designate and keep an agent or representative on the work
at all times during its progress, and any written or verbal directions or
requests of the ~istrict's representative delivered to such representative
shall have the same force and effect as if delivered to the Contractor
personally,
Any persons who may be in the employ of the Contractor and whom the District's
representative may deem incompetent or unfit shall be dismisk-ed from the
work and shall not again be employed on it except with the written cansent
of the District's representative.
PLANS AND SPEC IF ICAT IONS :
(a) Figured dimensions on the plans shall govern, but work not dimensioned
shall be as directed, Work not particularly shown or specified shall be
the same as similar parTs that are shown or specified, or as directed.
Full-size details shall take precedence over scale drawings as to shape and
details of construction, Specifications shall govern as to material.
Scale drawings, full-size details and specifications are intended to be fully
cooperative and to agree, but should any discrepancy or apparent difference
occur between plans and specifications, or should error occur in the works
of others affecting the work, the Contractor shall notify the District's
representative at once. If the Contractor proceeds with the work affected
without instructions from the District's representative, he shall make
good any resultant damage or defect,
(b) All misunderstandings of plans or specifications shall be c1ari;ied
by the District's Engineer, whose decisions shall be final.
(c) Any work aalled for by the plans, not mentioned in the specifications,
or vice versa, is to be furnished as though fully set forth by both. If
not specifically stated otherwise, all work and materials necessary for
each unit of construction, including special construction for any specific
brand or shape of materials called for, even though only briefly mentioned
or indicated, shall be furnished and installed fully and completely as a
part of the contract.
CWD-A, B, Res . Standard Provisions - 17
(dl Lists, rules and regulations referred to are recognized printed
standards and shall be considered as one and a part of these specifications
within the limits specified.
(el The District's representative may furnish details to fully explain the
work and the same shall be considered a part of the contract. Should any
details ber in the opinion of the Contractor, more elaborate than warranted,
written notice thereof must be given the District's representative within
five (5) days after receipt of the same. The District's representative
will then consider the claim andtif justified, the plans will be amended or
the extra work authorized.
GUARANTEES :
Besides guarantees required elsewhere, the Contractor shall and hereby does
guarantee all work for a period of one (1) year after the date of accept-
ance of the work by the District, and shall repair and replace any and all
such work3 together with any other work which may be displaced in so doing
that may prove defective in workmanship and/or materials within the one (1)
year period from date of acceptance, without expense whatsoever to the
District, ordinary wear and tear and unusual abuse or neglect excepted. In
the event of failure to comply with the above mentioned conditions within
a week after being notified in writing, the District is hereby authorized
to proceed to have the defects repaired and made good at the expense of the
Contractor, who hereby agrees to pay the cost and charges therefor
immediately on demand.
37. SHOP DRAIVINGS : -
The Contractor shall at his own expense furnish for the approval of the
Districtqs representative any and all shop drawings required by the
specifications.or that may be called for by the District's representative,
of any and all material, work and equipment he proposes to use. These
shop drawings shall be checked by the District's representative and
returned to the Contractor within five (5) working days of their receipt by
the District's repreasctative, All shop drawings shall be submitted in
quadruplicate, accompanied by a letter of transmittals and shall be
addressed to the District's representative for approval, The letter of
transmittal shall give a list of the numbers of the drawings submitted.
All drawings must be marked with the name of the project and the name of
the Contrastor and be numbered consecutively. All drawings must be complete
in every respect.
The Contractor shall make such corrections as shall be required by the
District's representative and receive the District9s representative stamp
of approval before commencing the work involved, If the shop drawings show
variations from the contract requirements because of standard shop practices
or other reasons, the Contractor shall make specific mention of such
variations in his letter of transmittal in order that (if acceptable)
suitable action may be taken for proper adjustment of the contract; other-
wise, the Contractor will not be relieved of the responsibility for
executing the work in accordance with the contrac:~ even though the shop
drawings have been approved. Approval of shop drawings will be general and
shall not relieve the Contractor from the responsibility for proper fitting
and construction of the work, nor from furnishing the material and work
-.
CMWD- A, B, 8es. Standard Provisiotis - 18
required by the contract which may not be indicated in the shop drawings
when approved; neither does it relieve him from responsibility for errors
in shop drawings,
CLEANING :
Debris, waste or unused construction material shall not be left under, in
or about the project, nor be used in bac!:-filling, Debris, waste or unused
construction material shall not be allowed to accumulate in the working
area. Just before the completion of the work, the Contractor shall fairly
clean the fixtures, equipment and rights of wayt and upon completion of the
work the Contractor shall remove all materials used in fencing, planking,
barricades or other appurtenant work from the site.
39. MATERIALS :
Materials shall be furnished in ample quantities and at such times to insure
uninterrupted progress of the work. The same shall be stored properly and
protected as required. The Contractor shall be entirely responsible for
damage or loss by weather or other causes as to work under the contract.
40. USE OF RIGHTS OF ?JAY AND PREMISES:
(a) The Contractor shall confine his apparatus, storage of materials and
construction operations to such limits as may be directed by the District,
and shall not unreasonably encumber the premises with his materials.
(b) The Contractor shall enforce any instructicns of the District regarding
signs, advertising, fires, danger signals, barricades and smoking, and
shall require all persons employed on the work to comply with all building,
post or institutional regulations while on the job.
41, DELIVERY OF MATERIALS :
All materials shall be delivered to the site of the property over a route
approved by the District's representative.
DEF INIT IONS :
The following terms, as used in these contract documents, are respectively
defined as follows:
(a) Contractor = The person, firm or corporation to whom the contract
of which these Standard Provisions are a part is awarded by the
District, who is subject to the terms thereof.
(b) Subcontractor = The person, firm or corporation* other than the
Contractor, supplying labor and material or labor at the site of
the project.
(c) This Contract = The contract of which the Standard Provisicns are
an integral part.
CWJD- A, B, Res. Standard Provisions - 19
(dl Project = The entire public improvement proposed by the District
to be constructed in whole or in part pursuant to the contract of
which these Standard Provisions are a part.
(el Surety = Any person, firm or corporation that executes as Surety
the Contractor's performance bond, the Contractor's labor and
material bond or the Contractor's bid bond.
(f) District = The Carlsbad Municipal SJater Dist'rict';
(g) Board of Directors or Governinq B& = The ~oard of Directors of
the Carlsbad Municipal Water District,
(h) Engineer, District's En,gineer, District's Renresentative = Boyle
Engineering, 3913 Ohio Street, San Diego 4, California.
(i) Inspector = The inspector employed by the Distri8ctts Engineer to
perform inspection during construction of the work.
CluFND-A, B, Res , Standard Provisions -20
CARLSBAD MUNICIPAL WATER DI STRICT
San 3iego County, California
DETAILED SPECIFICATIONS FOR
ARTEB IAL YATER SYSTEM
FOR
IMPROVEMENT DISTRICT NO. 1
PABT I
SPECIAL PROVISIONS
SECTION I SCOPE OF WOMK: --
A. Work to be Done: The work to be done under these Specifications ~Hall
include the furnishing of all materials, labor, services, equipment, methods
and processes necessary for or appurtenant to the construction and completion
of all work herein specified, in accordance with plans, profiles, cross-
sections and other drawings on file in the office of the Engineer.
B, Removal of Obstructions: The Contractor shall remove and dispose of all
structures, debris or other obstructions of any character to the construction
of the work.
Where such obstructions consist of improvements not required by law to
be removed by the owner thereof, all such improvements shall be removed,
maintained and permanently replaced by the Contractor at his expense.
C. Public Utilities: In case it should be necessary to move the property
of any owner of a public utility or franchise, the cost of which, because
of the terms of any franchise or for any other reason, must be borne by the
owner thereof, such owner will upon proper application by the Contractor
be notified by the Engineer to move such property within a specified reason-
able time, and the Contractor shall not interfere with said property until
after the expiration of the time specified,
In case it should be necessary to move or temporafily maintain the
property of any public utility or any other property, the cost of which is
not required to be borne by the owner thereof, the Contractor shall bear all
expenses incident to the removal or temporary maintenance of such property
in a manner satisfactory to the owner thereof; it being understood that in
such cases the owner has the option of doing such work with his own forces,
or permitting the work to be done by the Contractor.
The right is reserved to the State, County or District and to owners of
public utilities and franchises to enter at any time upon any street, alley,
right of way or easement for the purpose of making changes in their property
made necessary by the work, and for the purpose of maintaining and making
repairs to their property.
D. Final Clean-Up: Upon completion and before making application for
acceptance of the work, the Contractor shall clean the street, borrow pits
and all ground occupied by him in connection with the work of all rubbish,
excess materials, temporary structures and equipment, and all parts of the
work shall be left in a neat and presentable condition.
ChlMI-A, BsRes, Detail Specs - 1
SECTION 11, CONTROL OF THE WORK:
A, Authority of the Engineer: The Engineer shall have general supervision
and direction of the work and may be represented on the work by duly
authorized Resident Engineer or Assistant Engineer and by Inspectors. The
Engineer shall decide any and all questions which may arise as to the quality
or acceptability of materials ftiknished and work performed, and as to the
manner of performance and rate of progress of the work; all questions as to
the interpretation of the Plans Bnd Specifications; and all questicns as to
the acceptable fulfillment of the contract on the part of the Contractcr.
B. - Plans: The approved Plans shall be supplemented by such working
drawings as are necessary to control the work adequately. All such drawings
shall be ccnsistent with the contract documents, true developments therecf,
and reasonably inferable therefrom. All drawings signed by the Engineer and
delivered tc the Contractor shall be deemed written instructions to the
Contractor.
The Engineer will furnish to the Contractor, free of charge, all copies
of drawings and Specifications reasonably necessary for the execution of
the work. The Contractor shall keep cne set of drawings and Specifications
in good order available to the Engineer and to his representatives at the
site of the work.
The Plans for the work will show conditions as they are supposed cr be-
lieved by the Engineer to exist, but it is not intended or to be inferred
that the ccnditions as shown thereon constitute a representation by the
District cr its officers that such conditions are actually existent, nor
shall the District or any of its officers be liable for any loss sustained
by the Contractor as a result of any variance of the conditions as shown on
the Plans and the actual conditions revealed during the progress of the
work, or otherwise.
C. Conformity with Plans and Allowable Deviations: Finished surfaces in
all cases shall conform with the lines, elevations, grades, cross-sections,
and dimensicns shown on the approved Plans, or if no specific elevations
are shown on the Plans, the elevations and grades furnished by the Engineer
shall govern.
D. Plans, Specificaticns and Special Provisions: These Specifications,
Plans and Special Provisions and all supplementary documents are essential
parts of the contract and a requirement occurring in one is as binding as
though occurring in all. They are intended to be c~operative, to describe
and to provide for a complete wcrk, Plans shall govern Gver Specifications;
Special Provisions shall govern over both Specifications and Plans.
E. Supervision by Contractor: The Contractor shall give efficient
supervision to the work, using his best skill and attention, and shall provide
and keep on the work at all times during its prcigress a c~mpetent super-
intendent and any necessary assistants, all cf whom within reason shall be
satisfactory to the Engineer, All directions of the Engineer shall be given
in writing and shall be received and obeyed by the superintendent in charge
of the particular work, reference to which ~rders are given, and all such
directions given to the superintendent shall be as binding as if given to the
Contractor in person.
CWD-A,BtRes. Detail Speas - 2
F.. Supervision and Reference Points: The Engineer shall establish all
reference points and survey all lines and grades necessary for the execution
of the work. The Ccntractor shall carefully preserve all reference points,
bench marks and other survey points and, in case of wilful or careless
destruction, heshall be liable for and charged with the ccst of their
replacement, and of any expense resulting from their unnecessary loss Gr
disturbance. Stich surveys shall constitute instructions from the Engineer,
and the Contractor shall not prcceed with the work until he has made timely
demand upon the Enginaer for such surveys* and until all necessary points,
lines and grades have been established.
G. Inspection: -. The Engineer shall at all times have access to the work
during construction and shall be furnished with every reasonable facility
for ascertaining full knowledge respecting the progress, workmanship and
character of materials used and employed in the work.
Whenever the Contractor varies the period during which work is carried
on each day, he shall give due notice to the Engineer so that proper
inspection may be provided. Any work done in the absence of the Engineer
will be subject to rejection.
No valves, fittings or other materials shall be installed until
inspected and approved by the Engineer or his representative. All
installations which are to be backfilled shall be inspected and approved by
the Engineer prior to backfilling and the Contractor shall give due notice
in advance of backfilling to the Engineer so that proper inspection may be
provided.
The inspection of the work shall not relieve the Contractor of any of
his obligations to fulfill the contract as ptescribed, Defective work shall
be made good, and unsuitable materials may be rejected notwithstanding the
fact that such defective work and unsuitable materials have been previously
overlooked by the Engineer and accepted.
H. Errors or Discrepancies Noted 4y Contractor: If the Contractor, either
before commencing work or in the course of the work, finds any discrepancy
between the Specifications and the drawings, or between either and the
physical conditions at the site of the work, or finds any etror or omission
in any of the drawings or in any survey* he shall promptly notify the
Engineer in writing of such discrepancy, error or ouission. If the Contractor
observes that any drawings or Specifications are at variance with any
applicable law, ordinance, reghlationt order or decree, he shall promptly
notify the Engineer in wtiting of such conflict.
The Engineer, on receipt of any such notice, shall promptly investigate
the circumstances and give appropriate insthrctions to the Contractor.
Until such instructions are given, any work done by the Contractor, either
directly or indirectly after his discovery of such error* discrepancy or
conflict, will be at his own risk and he shall bear all costs arising
therefrom.
I. Equipment : The Contractor must furnish adequate equipment to perform
properly the work in a workmanlike manner in accordance with these
Specificatiods, Such equipment must be in a good state of repair and
maintained in such state during the progress of the work. No worn or
CWD-A,B,Res. Detail Specs - 3
obsolete equipment shall be used, and in no case shall the maker's rating of
capacity for any equipment be exceeded.
J. Temporary Suspension of Work: The Engineer shall have the authority to
suspend the work wholly or in part for such time as he may deem necessary
due.to the failure on the part of the Contractor to carry out orders given,
or to perform any provision of the contract, The Contractor shall
immediately comply with the written order of the Engineer to suspend the
work wholly or in part. The work shall be resumed when methods or defective
work are corrected as ordered or approved in writing by the Engineer.
In the event that a suspension of work is ordered as provided above, such
suspension of work shall not relieve the Contractor of his responsibility to
complete the work within the time limit set forth in Section 1 of the
Standard Provisions, and shall not be considered cause for extension of the
time for completion, and further such suspension of work shall not entitle
the Contractor to any additional compensation.
SECTION 111 CONTROL OF MTEi314&S:
A. Samples and Tests: At the ojption of the Engineer the source of supply of
each of the materials shall be epproved by the Engineer before delivery is
started and before such material is used in the work. Xepresentative
preliminary samples of the character and quality prescribed shall be
submitted by the Contractor or producer of all materials to be used in the
work for testing or examination as desired by the Engineer, All tests of
materials furnished by the Contractor shall be made in accordance with
commonly recognized standards o:P national organizations and such special
methods and tests as are prescribed in these Specifications. The Contractor
shall furnish such samples of materials as are requested by the Engineer
without charge, No material shall be used until it has been approved by the
Engineer. Samples will be seculred and tested whenever necessary to determine
the quality of material.
B. Defective Materials: All materials not conforming to the requirements of
these Specifications shall be considered as defective and all such materials,
whether in place or not, shall be rejected and shall be removed immediately
from the site of the work unless otherwise permitted by the Engineer. No.
rejected material, the defects of which have been subsequently corrected,
shall be used until approved in writing by the Engineer. Upon failure on the
part of the Contractor to comply with any order of the Engineer made under
the provisions of this article, the District shall have authority to remove
and replace defective material at the expense of the Contractor.
C. Storage of Materials: All materials for. use in the work shall be stored
by the Contractor in such a manner as to prevent damage from exposure to the
elements, admixture of foreign materials or from any other cause.
D. Quality of Materials: All equipment, materials and supplies to be
incorporated in the work shall be new unless otherwise specified.
SECTION IV RIGHTS OF \YAY:
A. Rights of Way: The rights of way for the work to be constructed will be
provided by the District,, The Contractor's attention is directed to the
widths of easement and rights of' way as shown on the Plans and to any
CUdLl-A, 3, iles . Detail Specs - 4
notations which may restrict the use of easements at various locations.
The Contractor shall make his own arrangements and pay all expenses for
additional area required by him outside of the limits of such rights of way.
SECT ION V LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBL.IC :
A. Patents: The Contractor shall assume all costs arising from the use of
patented materials, equipment, devices or processes used on or incorporated
in the work and agrees to indemnify and save harmless the District, the Board
of Directors, the Engineer and their duly authorized representative from
all suits of law, or actions of every nature for or on account of the use
of any patented materials, equipment, devices or processes,
B. Use of Explosives: When the use of explosives is necessary for the
prosecution of the work, the Contractor shall use the utmost care not to
endanger life or property. All explosives shall be stored in a secure mannet
in accordance with the provisions of Division XI of the Health and Safety
Code, Chapter 60, Statutes of 1939, as amended, and shall be used in
compliance with all State and County laws, ordinances and regulations
governing such use, and all such storage places shall be clearly marked
(DANGEROUS EXPLOSIVES 1.
CMVD-B, Res . Detail Specs - 5
CCNSTBUCTION SPEC IFICAT IGNS
SECTICM I DESCRIPTION CF THE I'JCR:!: -
The work to be done by the Contractor under these Specifications shall consist
of performing all operations and furnishing all materials necessary for the
construction of an arteriai water system shown on the plans entitled
"Carlsbad Municipal Water District, San Diego County, California, Construction
Plans For Arterial Water System For Improvement District No. 1, Transmission
Main from San Diego Aqueduct, Unit " ", prepared by Boyle Engineering.
SECTICM I1 GENEW CCNDITICNS :
A. Cover Over Pipe: Cover over pipe shall be a minimum of one and one-half
(I*) times the nominal pipe diameter but in no case less than two and one-
half feet (2*'), except at locations shown on the Plans or authorized by
the Engineer. In the absence of specific crades and elevations shown on the
Plans, the grades and elevations established by the Engineer and furnished
to the Contractor shall govern.
B. IYater to be Furnished by Contractor: Water for construction, sterili-
zation and testing shall be furnished by and at the expense of the Contractor.
C. Protection and Repair of Existing Pavement and Surfaces: The Contractor
shall take precautions to prevcnt damage to all pavement and other surfaces
outside the- limits of necessary excavation, whether in County or State
rights of way, District rights of way or private property. All damaged
pavement and surfaces within State or County rights of way shall be re-
placed in acccrdance with the conditions of the permits issued for the con-
struction within the respective rights of way. The Contractor shall bear
all expense resulting from compliance with any and all conditions of the
permits issued by the San Diego County Road Department and/or the State
Division of Highways. All damaged pavement or surfaces within District rights
of way shall be replaced in kind, and Portland cement concrete, asphaltic
concrete, plant mixed surfacin!;, bituminou s macadam, road mixed surf acing and
bituminous surface treatment sllall be replaced to the existing thickness plus
one inch (1").
D. Repair and Replacement cf Obstructions: All fences, walls, culverts, or
other obstructions which are removed, damaged or destroyed in the course of
the work shall be replaced or repaired to original condition and to the
satisfaction of the Engineer, by and at the expense of the Contractor.
E. Construction Within Railroad Right of Way: The Contractor's operations
within the railroad right of way must conform to the regttlaticins and
requirements of the Atchison, Topeka and Santa Fe ~ailwa~ Company. The
existing tracics shall nct be disturbed unless permission to do so is
specifically granted by the railroad.
F. Standard Specifications: The Standard Specifications he~ein referred
to are to be found at tho end cf these Construction Specifications.
Detail Specs - 6
SECTION I11 CONCRETE CYLINDEIi! PIPE idhTEi3 MAIN AND FITTINGS: SCHEDULE 1C.
A. General: Concrete cylinder pipe water main anf fittings shall be furnished
and installed as shown on the Plans, he work shall be done in accordance
with the Standard Specificatiorrs for Concrete Cylinder Pipe dater Liain and
Fittings and the Standard Specifications for Earthwork, except as herein
modified.
5. Special Requirements:
B-1. Pipe Diameters: The inside diameter of the pipe shall not be less
than the nominal diameter designated on the Plans,
8-2. Road Resurfacing, Station 480418 to Station 596460: The contract
unit price per lineal foot for 27" pipe installed between Station 480418
and Station 596460 shall include replacement of the existing D.G. base
material but shall not include removal and replacement of road oil mix
surfacing which may be constructed by the San Diego County Xoad
Department prior to the installation of the pipeline.
A special bid item has been provided for removal and replacement of this
surfacing, The unit price per lineal foot for Trench 2esurfacing,
Station 480418 to Station 596460, (29' thick road-oil mix) shall include
full compensation for furnishing all labor, materials, tools and equip-
ment and doing all the work involved in removing and replacing the
surfacing as herein specified and in accordance with the requirements
of the San Diego County Road Department,
SECTION IV STEEL PIPE WTER MAIN AND FITTINGS, SCHEDULES 1.S AND 2s.
A. General: Steel pipe water main and fittings shall be furnished and
installed in accordance with the Standard Specifications for Steel Fipe
Hater Main and Fittings and the Standard Specifications for Eertmrk.
except as herein modified.
3. Special Requirements:
3-1. Materials and Fabrication: The pipe to be installed at the various
locations is identified on the Plans by symbol indicating bidding
schedule, nominal diameter of pipe, and pressure class. For purposes
of the steel pipe alternate, the terms 1C and 2C of the pipe identifica-
tion symbol shall be deemed to mean and 2s respectively, For example,
pipe identified on the Plans as 1C-24"-150 would be the designation for
bidding Schedule lS, 24" nominal diameter pipe, 150 p,s.i, working
pressure class.
5hl.l. Design: The wall thickness of the steel cylinder shall
be computed on the basis of having a maximum stress of 13,508
p.s.i. in the steel at the specified working pressure with no
allowance for tensilt? strength of the concrete, except that the
following minimum gages shall prevail.
Detail Specs - 7
MINIMUM GAGE
The following formula shall be used to determine the stress in
the steel:
where :
s = 'stress, lbs. per sq. inch.
P = working pressure, lbs. per sq. inch.
D = inside diameter of steel' cylinder measured in the bell end
at the rubber gasket seat, inches.
t = wall thickness, inches.
B-1.2, Pipe Diameters: The inside diameter of the pipe measured
to the internal face of the cement mortar lining shall not be
less than the nominal diameter designated on the Plans.
8-1.3. Exterior Coating: The pipe exterior shall be cement mortar
coated.
8-1.4. Interior Cement Mortar Lining: The thickness of the cement
mortar lining shall be as shown in the following table:
NOMINAL DIAMETER LINING THICKNESS
B-2. Road Resurfacing, Station 400418 to Station 596460: The contract
unit priee per lineal foot for 2'9" pipe installed between Station 480#18
and Station 596460 shall include replacement of the existing D.G. base
material but shall not include removal and replacement of road oil mix
surfacing which may be constructed by the San Diego County Road
Department prior to the installation of the pipeline,
Detail Specs - 8
A special bid item has been provided for removal and replacement of this
surfacing. The unit pric'e per lineal foot for Trench Resurfacing,
Station 480j18 to Station 596+60r (2$' thick road-oil mix) shall
include full compensation for furnishing all labor, materials, tools
and equipment and doing all the work involved in removing and re-
placing the surfacing as lherein specified and in accordance with the
requirements of the San Diego County Road Department.
SECTION V BLOW-OFF ASSEMBLIES:
A, General: Blow-off assemblies shall be installed in accordance with
Standard Specifications for Blow-off Assemblies and Standard Specifications
for Earthwork.
SFXTIOM VI AIR AND VACUUM VALVE ASSEWLIES:
A. General: Air and vacuum valve assemblies shall be installed in
accordance with the Standard Specifications for Air and Vacuum Assemblies
and the Standard Specificationa for Earthwork.
Detail Specs - 9
SECTION VII VALVE STATICNS APID VALVE AND I\IIETER STATIONS:
A, General: The Contractor shall construct and equip valve stations and
valve and meter stations as shown on the Plans and herein specified.
B. Materials and 1"Jorltmanship:
B-1. Excavation and Backfill: Excavation and backfill shall be done - in accordance with the Standard Specifications for Earthwork.
8-2. Concrete: All concrete work shall conform to Sections 26 and 27
of the Standard Specifications of the California Division of Highways
dated August 1954. Concrete shall contain six (6) sacks of portland
cement per cubic yard. Portland cement shall be Type 11, A Class 1
Surface Finish will be required on all concrete surfaces above ground.
B-3. Reinforcing Steel: Reinforcing Steel shall be furnished and
placed in accordance with the provisions of Section 20 of the
Standard Specifications of the California Division of Highways dated
August 1954.
B-4. Membrane Waterproof 4: Membrane Waterproofing shall be applied
to the removable sections of the valve box tops as shown on the Plans.
Waterproofing shall consist of a firmly bonded membrane composed of two
layers of saturated cotton fabric and three (3) moppings of water-
proofing asphalt together with a coating of primer applied to the
surface of the concrete,
Waterproofing asphalt shall conform to the requirements for Asphalt
For Waterproofing of the ASTU designation D449, Type A. Fabric shall
conform to the raquiremenl;~ for Saturated Cotton Fabrics of the ASTM
designation D173.
All concrete surfaces shovvn on the Plans to be waterproofed shall be
reasonably smooth and free from holes and projections which might
puncture the membrane. The surface to be waterproofed shall be dry
and shall be thoroughly cleaned of dust and loose materials. No
waterproofing shall be done in wet weather, The primer shall be applied
to the concrete surface and allowed to dry before the first coat of
asphalt is applied. The membrane shall then be built up in the following
sequence: asphalt, fabric!, asphalt, fabric, and finally the entire
surface shall be mopped with asphalt. Each strip of fabric shall lap
at least two inches over the last strip and special care shall be taken
at all laps to see that they are thoroughly sealed down,
Detail Specs - 10
B-5. Piping: Pipe shall conform to the provisions of the Standard
Specifications for Steel Pipe and/or the provisions of the Standard
Specifications for Concrete Cylinder Pipe, and also to the provisions
of Sections I11 and IV of this Specification except that pipe and
fittings installed Nithin a vault shall be exterior painted rather than
cement mortar coated. Flanges shall conform to AWWA Tentative Standard
Specifications for Steel Pipe Flanges (C207-52).
B-6. Electrical: The Contractor shall furnish and install all
electrical equipment including service poles, meter mountingsr lights,
outlets, switches, motor panels for electric motor valve operators,
conduit and wiring complete as shown on the Plans and required by these
Specifications, and as required for a complete installation ready to
operate.
All electrical work shall be done in accordance with the Electrical
Safety Orders of the California State Industrial Safety Division,.
in accordance with San Diego County Ordinances and Electric Code,
and in accordance with the requirements of the San Diego Gas and Electric
Company for service connections.
Service will be two (2) wire 110 volts, one (1) phase, at all stations.
Service poles shall be furnished and installed in the location in-
dicated. These poles shall be creosoted, Class 6, and of suitable
length for clearances required above roads, buildings, etc. The poles
are available from the San Diego Gas & Electric Company at a nominal
cost, Meter and entrance switch shall be mounted on the service pole.
All wiring shall be installed in rigid hot-dipped galvanized metal
conduit of standard weight or heavier. All joints shall be water
tight, Motor control panelss'hall be suitable for use with the re-
versible electric drive motors to be installed on the plug valves. The
panel shall provide for local manual or remote automatic operation of
the valve. For local manual operation a three button push button
operated control switch shall be furnished and installed. The top push
button shall be for "open", the center for "off" and the bottom for
"close", and each button shall be so marked. The panel enclosures
shall be weather proof and shall be mounted as shown on the Plans.
Lights shall be installed where shown on the Plans and each light shall
be controlled by a weather proof switch mounted on the wail of the vault
near the entrance ladder.
Exhaust fans shall be furnished and installed as shown. These fans
shall be controlled by electric clock time switches which shall provide
for the operation of the fans for one hour in each twenty-four hours,
The electric timing device shall be enclosed in a weatherproof enclosure.
Detail Specs - 11
B-7. Plug Valves with Elt?ctri~.Jotc)r, Operators: Electric valve
operators shall be installed on the valves by the manufacturer. Valve
operators shall be Tork-Master, Limatorque or approved equal.
Operating time from fully open to fully closed shall be fifteen (15)
minutes. The entire electric valve operating unit shall be waterproof,
B-8. Water Level Controt!? at Ellery Station ,and Mutual No. 2 fitation:
The electric motor operated plug valves at the Ellery Reservoir Valve
and Meter Station and at 1;he Mutual No. 2 Reservoir Valve Station
shall be operated by water level control systems. These controls shall
consist of float operated transmitters to be installed at the Reservoirs
as shown on the Plans.
The float operated transmitter shall consist of a vitrified ceramic
float approximately six and one-half inches (6&") in diameter together
with a twenty foot long st,ainless steel tape, cast aluminum sheave
and counter weights. This control shall be for flat mounting atd
furnished in a NEW IV Weatherproof Enclosure, constructed of materials
basically aluminum and stainless steel with all ferrous parts protected
by plating or rust preventative coating. This control shall be
Automatic Control Company Type TSF-1 Single Step Transmitter, or
approved equal? requiring no power at the transmitter,
The receivers which are to be mounted in the valve vaults shall operate
on 110 Volts and shall receive "start" and "stopn actuation signals
from the remote transmitters at the reservoirs. This control shall
be complete with necessary power pack, sensitive relays, power relays,
and other electrical apparatus to convert tho received signals into
operation functions of "opening" and "closing" the electric motor
operated plug valves as required, This receiver control shall be
furnished in a NEW IV Weatherproof Enclosure and shall be Automatic
Control Company TSR-1 Single Step Telestep Receiver, or approved equal,
At the Ellery Reservoir Station, the signal is to be transmitted over
one pair of wires which the District will lease from the Pacific
Telephone and Telegraph Colmpany. The work involved in connecting the
transmitter and the receiver to the Telephone Company's facilities is
a part of the work to be done by the Contractor.
At the b~!utual No, 2 Reservoir? the signal is to be transmitted over
one pair of direct burial cable wires which are to be instatled as a
part of the work to be done at this Valve Station. The direct burial
cable shall be installed in the trench with the water main which
discharges into the reservoir,
Detail Specs - 12
Cable shall be three conductor No. 14 AVJG, General Electric Flamenal
Railway Signal Cable SI-58158 or approved equal, conforming to IPCEA
S-19-81 Appendicies I and J. The cable shall not be spliced except
at the connections to the transmitter and the receiver, The Contractor
shall excercise extreme care in backfilling around the cable in order
to avoid damage to the insulation. After the backfilling has been
completed, each conductor shall be tested by the Contractor with a
"meger" and the Contractor shall locate and repair at his expense any
breaks or defects in the cable.
B-9. Painting: All exposed metal surfaces both inside and outside
of the vaults shall be painted in accordance with the Standard
Specifications for painting,
B-10, Locks: The Contractor shall furnish to the District one dozen - padlocks and six master keys. These locks shall be Yale No. 840 MK
or approved equal.
-11 Meters: At Calavera Valve and Meter Station there shall be
furnished and installed en 18" Venturi insert nozzle meter (9. I.F.
Model NZIF, Nozzle No, 18D, or approved equal), a flow transmitter
with indicator (B,I.F, Model CTUA Chronoflo Transmitter, or approved
equaI),and all necessary piping and electrical hook-up required for
a complete installation ready to operate. The transmitter shall be
in a weatherproof enclosure and shaIl be mounted in the largest of
the three vaults at this station.
At the Sante Fe Valve and Meter Station there shall be furnished and
installed a 24" Venturi insert nozzle meter (B,I,F. Model NZIF, Nozzle
No. 24D, or approved equal), a flow transmitter with indicator (B.I.F.
Model CTUA Chronoflo Transmitter, or approved equal), and all necessary
piping and electrical hook-up required for a complete installation
ready to operate, The transmitter shall, be in a weatherproof enclosure
and shall be mounted in the same vault as the Venturi nozzle.
8-12. Discharge Pipe at Mutual No. 2 Reservoir: All of the work in-
volved in-constructing the pipeline from the concrete vault to the
Mutual No, 2 ~eservoi;, inciubing the concrete pier and modifications
to the timber roof framing, is a part of the P,htual No. 2 Reservoir
Valve Station.
C. Measurement and Payment :
C-1. Measurement: The quantity of pipe for which payment will be
made shall be the length actually installed by the Contractor within
the limits of the valve station or valve and meter station, Measurement
will be made to the nearest 0.1 foot along the centerline of the pipe
or pipe fitting from pipe end to valve flange, strainer flange, or
pressure reducing valve flange or to the centerline of intersecting
pipe, as the case may be.
CWD-B Detail Specs-13
C-2. Payment: The lump sum price paid for a valve station or a
valve and meter station and the price paid per linear foot for
pipe shall include full compensation for furnishing all labor,
material, tools and equipment and doing all the work involved in
furnishing and installing the valve station or the valve and meter
station complete in place as herein specified. Where no unit price
is provided in the Bid Form for piping, full compensation for
furnishing and installing the piping shall be considered to be in-
cluded in the lump price paid for the valve station or valve
and meter station.
SECT ION VII I SUPERV ISORY CONTROLS AND TELEMETERING EQUIPMENT :
A. General: It is the intent of this Specification to provide the District
with a complete integrated and workable supervisory control and telemetering
system that will perform the operational functions hereinafter described,
All controls and telemetering equipment shall be of one manufacture except
for the Venturi Meter Flow transmitters.
In general the control system is to provide for the automatic modulation
of certain valves in the system in order to maintain the regulating
reservoir water level within predetermined set limits. Also, to provide
for the remote nanual control of specified valves within the system from the
main control panel. Certain information of flow, water level, valve position,
power failure, etc., is to be telemetered to the main control panel, As
telemetered signals are to be transmitted over circuits leased from the
Pacific Telephone and Telegraph Company, the telemetering equipment shall
conform to the requirements of the Telephone Company.
A-1. Data to be Furnished by Contractor:
(1) The Contractor's proposal shall be accompanied by a letter from
the Pacific Telephone and Telegraph Company stating that the equip-
ment which he proposes to furnish is acceptable for the transmission
of signals over leased circuits of the Telephone Company.
(2) The Contractor shall accompany his proposal with a letter from
the equipment manufacturer stating the number and kind of leased
circuits required between the various control points.
(3) Subsequent to the award of the Contract and prior to the
fabrication of equipment, the Contractor shall obtain from the equip-
ment manufacturer and submit to the Engineer five (5) copies of
the detail drawings for all of the equipment to be furnished and
installed,
Detail Specs - 14
(4) The Contractor shall accompany his proposal with a letter from
the equipment manufacturer stating whether or not electric power
will be required at the float trahsmitter to be mounted on the
regulating reservoir.
(5) Prior to the acceptance of the work, Contractor shall obtain
from the manufacturer and furnish to the Engineer three (3) copies of
operating and maintenance instructions complete with all final "As
Built" drawings and prints,
B, Materials, Workmanship and Operational Functions:
B-1. Regulating Reservoir Transmitter: There shall be furnished
and installed on the Regulating Reservoir a float operated transmitter
suitable for flat mounting. ~6is unit shall be provided with a NEMA
IV weetherproof enclosure, Xts structure shall be basically aluminum
and stainless steel with all ferrous parts suitably treated to
prevent rusting. Thelfloat transmitter shall be equipped with a ceramic
float not less than 63 inches in diameter, suitable counterweights,
stainless steel tapes, and all other apprutenances necessary for a
complete installation ready to operate.
This transmitter shall transmit signals of reservoir water level for
recording at the main panel, for operatian of the modulating valve
at the Calavera Valve and Meter Station, and for operation of the
modulating valve and pumps at the future Mt. Hinton Valve Station.
As electric power is not readily available at this location, it is
desirable that this transmitter be of the type that can operate on
power available in the signal circuit between the reservoir and the
Santa Fe Valve and Meter Station.
B-2. Santa Fe Valve and Meter Station: There shall be furnished
and installed at this Station a receivinn-transmittina unit for
receiving remote manual "open" and "clos~" signals from the main
control panel to operate the two electric motor operated plug valves.
The operation of these valves is to be fully open or fully closed
and consequently, the control unit need not provide for the modulation
of these valves.
This unit shall provide for the transmission of signals to the main
control panel indicating "open", "closed", or "in operation" for each
of these two valves. These signals are to be received at the main
control panel and indicated on the board at that location, This
control unit shall also transmit the flow through Venturi insert nozzle
for receiving and recording on a circular chart at the main control
panel. The control shall also provide for signaling a power failure
condition to the main control panel for indication there,
Detail Specs - 15
As the plug valves are equipped with mechanical position indicators,
local position indicating lights will not be required. Control
switches shall be provided for each valve to allow local manual control.
The control unit shall be enclosed in a NEW IV enclosure and shall be
equipped with heaters for condensation protection. The unit shall
be mounted on galvanized channels as shown on the Plans, The en-
closure shall be painted with two coats of rust preventative under-
coating and one coat of metal finish paint.
B-3. Point "Dl' Valve Station: There shall be furnished and installed
at this Station a transmitting-receiving unit for receiving remote
manual "open" and "closed" signals from-the main control panel to
operate the two electric motor driven plbg valves. These valves are
to operate fully open or fully closed and the control need not provide
for the modulation of these valves, The unit shall transmit signals
for each of these valves indicating "open", "closed", or "in operation"
conditions. These signals are to be received and indicated at the
main control panel, As the plug valves are equipped with mechanical
position indicators, local position indicating lights are not re-
quired. Control switches shall be provided for each valve to allow
manual control .
The unit shall be enclosed in a NEhU IV enclosure and shall be equipped
with heaters for condensation protection, The unit shall be mounted
on galvanized channels as shown on the Plans. The enclosure shall be
painted with two coats of rust preventative undercoating and one
coat of metal finish paint.
8-4. Pilt. Hinton Valve Station (Future): At future date and not as
a part of this contract, there is to be installed a receivina-trans-
miiting unit for receiving remote manual "open and close" signals from
the main control panel to operate two electric motor driven plug valves.
The operation of these valves is to be fully open or fully closed and
consequently, this control unit will not provide for the modulation of
these valves. This unit will also provide for the transmission of
signals to the main control panel for indicating "open", "closed" and
"in operation" positions for each of the two valves,
At the time the Hinton Valve Station is constructed the modulating
valve operation at the Calavera Valve and Meter Station will be
discontinued. A modulating valve similar to the one at Calavera
will be installed at the !.!aunt Hinton Station to operate in the same
manner as the one Calavera had been operating,
Also to be constructed near the Mount Hinton Station at a later date
f s a six (6) unit pumping station. This pumping station is for the
purpose of pumping water back into the system from a future terminal
storage facility. The pumps are to be operated on a set program which
is to be controlled by the water lever in the 2* Million Gallon
Regulating Reservoir.
Detail Specs - 16
Control units are not to be installed at the Hinton Station at this
time, however, the entire supervisory control and telemetering system
which is to be installed under this contract shall be designed to
permit the addition of the Hinton Station control described above
without requiring modifications in any of the equipment to be in-
stalled hereunder, except for additions at the main control panel.
B-5. Calavera Valve and Meter Station: There shall be furnished and
installed at this station a receiving-transmitting anit for receiving
remote manual "open" and "close'' signals from the-main control panel -
to operate the electric motor driven 18-inch plug valve, The operation
of this valve is to be fully open or fully closed and consequently#
the control need not provide for modulation of this valve, The
control unit shall provide for the transmission of signals to the
main control panel. indicating "open", "closed" and "in operation"
positions of the valve. These signals are to be indicated on the
board at the main control panel.
The unit at this station shall also transmit the flow through the
Venturi insert nozzel for receiving and recording on a circular
chart at the main control panel,
This control shall also provide for automatically positioning the
electric motor operated 14-inch plug modulatfng valve to maintain
the predetermined water level range in the 2~ Million Gallon Regulating
Reservoir. Modulation of this valve shall be proportional to the
water level departure from the set level and the control shall be
equipped with the necessary adjustable timing devices to prevent
hunting, In addition to the automatic modulation of this valve, the
control shall also receive remote manual "open" and "close" signals
from the main control panel which will be superior to the automatic
modulation signals. The control unit shall also transmit signals
indicating the position of the modulating valve in percent of fully
open. These signals shall be for receiving and indicating at the main
control panel.
The control shall also provide for signaling a power failure condition
to the main control panel for indication there.
Control switches shall be provided for each of the electric motor driven
plug valves at this station to allow local manual control,
The cantrol unit shall be enclosed in a MEMA IV enclosure and shall be
equipped with heaters for condensation protection. The unit shall be
mounted in the lar~est of the three vaults as shown on the Plans. The
enclosure shall be painted with two coats of rust preventive under-
coating and one coat of metal finish paint,
Detail Specs - 17
B-6. Main Control Panel: The main control panel shall be installed
in the building at 1185 Laguna Drive, Carlsbad, Califcrnia. This
control panel shall be a free standing floor mounted control cubical,
NEW I Standard Enclosure for 100 volts, 60 cycle operation. This
main control panel shall collect all indicating and recording signals
hereinabove described and shall provide for the manual opening and
closing of all designated valves in the system from the operating
headquarters.
Flush mounted on the upper section of the control panel shall be
recording instruments to record water level in the 2* Million Gallon
Regulating Reservoir, flow at the Santa Fe Valve and Meter Stati~n,
and flow at the Calavera Valve and Meter Station.
The recording instruments for the Calavera Meter shall totalize
thousands of cubic feet, indicate in cubic feet per second with a
range of 0 to 20, and record the flow in cubic feet per second on a
seven (7) day circular chart.
The recording instruments for the Santa Fe Station Meter shall totalize
in thousands of cubic feet, indicate in cubic feet per second with
a range of 0 to 35, and record the flow in cubic feet per second on
a seven (7) day circular chart.
The water level recorder for the Regulating Reservoir shall indicate
the water level in feet with a range 0 to 40 feet and shall record
the water level on a seven (7) day circular chart,
An indicating valve calibrated in percent from 0 to LOO for indicating
the valve position of the modulating valve at the Calavera Valve and
Meter Station shall he surface mounted on the control panel.
Also surface mounted on this panel shall be the indicating lights and
manual control switches for each of the specified electric motor
operated plug valves, These indicating light$ shall be designed to
indicate "open", "closed", and "in operation" conditions.
There shall also be installed on the face of the panel lights
to indicate a power failure at the Santa Fe Valve and Meter Station
and/or the Regulating Reservoir and a light to indicate a power failure
at the Calavera Valve and Meter Station. These lights shall be mounted
in a prominent position and shall be larger in diameter than the other
indicating lights,
The panel shall have sufficient surplus space to provide for the
installation at a later date of all of the equipment necessary for
the operations described for the future Mt. Hinton Valve and
Pumping Station.
Detail Specs - 18
All indicating lights, switches and recording instruaents shall be
clearly labeled with the name of the station at which the vavle or
meter is installed together with consecutive numbers for each of
the valves within any one station.
B-7. Incidental Wprk: All wiring, electrical hook-up and other work
including the cohnections to the Telephone Company's facilities,
necessary to place the entire supervisory oontrol and telemetering
system into operation is part of the work to be performed hereunder.
All wiring shall be installed in rigid galvanized steel conduit of
standard weight or heavier. Joints shall be watertight and all conduit
outside of the vaults shall be buried to a minimum depth of 18".
8-8. Testing: After the equipment has been installed, each function
of the system shall be tested and operated in the presence of the
Engineer. All defects shall be corrected and retested and the system
will not be accepted until it has been demonstrated that it will
perform all of the functions specified.
B-9, Service Engineer: After the equipment has been tested as
above specified, and when the District is ready to place the complete
~rteriai Water System for Improvement ~istrict-NO. i into operation,
the manufacturer shall provide the services of a factory trained
service engineer to instruct the District's operating personnel on
the operation and maintenance of the supervisory controls and
telemetering equipment. These services shall be provided for two (2)
full days at no cost to the District.
C. Payment: The lump sum price paid for superlisory controls and
telemetering equipment shall inclbde full compensation for furnishing all
labor, materials, tools and equipment add doing all of the work involved
in furnishing and installing the entire system complete in place as herein
specified, including the services of the manufacturer's service engineer
for the two day period stipulated.
Detail Specs - 19
STHNDARD SPECIFICATIONS
FOR
EHBTHWORK
A. General-@+ndi tions
A-1. Earthwork Defined: Earthwork shall consist of performingdl
operations to excavate and backfill for the installation of pipelines
and appurtenances and for the construction of foundations, strilctures,
roads, reservoirs and pumping stations; all as shown on the Plans and
herein specified.
A-2, Earthwork in County and State Rights of Nay: Earthwork within the - rights of way of the State Division of Highways and the County Road
Department shall be done in accordance with requirements and provisions
of the permits issued by these agencies for the construction within
their respective rights of way.
6-3. Scope of No&: The Contractor shall provide all labor, materials,
tools, and equipment necessary to complete all of the earthwork as shown
on the Plans and herein specified. Excavation shall include the removal
of water and all material of whatever nature. Excavation shall also
include clearing of the site. A11 water used in compacting backfill
shall be furnished by and at the expense of the Contractor.
A-4. Safety Precautions: ~ll excavations shall be protected and supported
as required for safety and in the manner set forth in the rules, orders,
and regulations prescribed by the Industrial Accident Commission of the
State of California, Barriers shall be placed at each end of all excava-
tions, and at such places as may be necessary along excavations to prevent
accidents. Lights shall also be placed along excavations Erom sunset
each day to sunrise of the next day until such excavation is entirely
refilled.
-5. Obstructions: The Contractor's attention is directed to the
possible existence of pipe and other underground improvements which may
or may not be shown on the plans. All reasonable precautions shall be
taken to preserve and protect any such improvements whether shown on the
plabs or not. Where it is necessary to remove and replace or to relocate
such improvements in order to prosecute the work, they shall be removed,
maintained, and permanently replaced by the Contractor at his expense.
B. Materials and Workmanship
B-1. Trench Excavation and B,ckfif 1
-1 1 Trench Excavation: Excavation for pipelines, fittings,
valves, and appurtenances shall be open trench to the depth and
in the direction necessary for the proper installation of the same
as shown on the contract drawings or as otherwise directed by the
Engineer,
Earthwork Std. - 1
-1. Limit of Excavation: Trenches shall be excavated not more
than 4,000 feet in advance of pipe laying, unless permitted other-
wise in writing by the Engineer, The trenches shall be braced and
drained so that workmen may work therein safely and efficiently.
B-1,12. Trench WidtJ: The minimum width of unsheeted trenches shall
conform to the following tabulation:
Nominal Inside Pipe Diameter Trench Width
4" through 12" Outside Diameter plus 12"
14" through 24" Outside Iliameter plus 16"
26" through 36" Outside Diameter plus 20"
B-1.13. Correction of Fzlty Grades: Should the excavation for the
pipeiine be carried below grade without instruction from the Engineer
it shall be refilled to proper grade with approved material which
shall be furnished and tamped firm and unyielding at the expense
of the Contractor.
8-1.14. Foundation in Good Soil: The trench shall have a flat or
semi-circular bottom conforming to the grade to which the pipe is
to be laid. The bottom of the trench for steel pipe and concrete
cylinder pipe shall be graded and prepared to provide a firm and a
uniform bearing throughout the entire length of each joint of pipe.
Steel pipe and concrete cylinder pipe shall not be laid on earth
mounds. Asbestos cement pipe shall be Md on earth mounds located
at one-fifth of the pipe length from each end.
8-1.15. Foundations in Poor Soil: All soft, spongy, or unstable
material in the bottom of the trench shall be removed to a depth as
determined in the field by the Engineer. Payment for the removal
of material to a depth of two feet (2') below ->he grade shown on
the plans shall be considered to be includedinthe contract prices
paid for the various items of work and no additional allowance will
be made therefor. The removal of material from depths greater than
two feet (2') below the grade shown on the plans will be paid for
as Extra Nork.
B-1.16. Foundations in dock: Where rock is encountered, it shall
be removed below grade and the trench backfilled with suitable
material to provide a compacted earth cushion with a thickness under
the pipe of not less than one-half inch (1/2") per inch of nominal
diameter of the pipe to be installed with a minimum allowable
thickness of six inches (6") .
E3-1.17, Shorinq, Sheetina and aracing of Trenches: Whenever it is
necessary to prevent caving, trenches shall be adequately sheeted
and braced, dhere sheeting and bracing are used, trench widths shall
be increased accordingly. Sheeting shall remain in place until the
pipe has been placed, tested for defects and repaired if necessary,
and the backfill has been completed to a depth of one foot (1' )
over the top of the pipe,
Earthwork 3td. - 2
3-1.2. Trench Backfill: dl1 trenches shall be backfilled after pipe,
fittings, valves, and appurtenances have been installed.
3-1.21. Procedure at Pipe Zone: Selected backfill material
consisting of loose earth or sand free from stones, clods, or
other deleterious material shall be placed in the trench
simultaneously on each side of the pipe for the full width of the
trench in layers of about six inches (6") in depth, Each layer
shall be thoroughly compacted by tamping or, where the material is
sufficiently granular in nature as determined by the Engineer, by
water settling. Particular attention is to be given to the
underside of the pipe and fittings to provide a firm support along
the full length of the pipe. Care shall be exercised in backfilling
to avoid damage to the pipe covering. The pipe zone shall be
considered to extend six inches (6") above the top of steel pipe and
concrete cylinder pipe and twelve inches (12") above the top of
asbestos cement pipe.
3-1.22. Procedure above Pipe Zone: From the top of the selected
backfill to ground surface, the material for backfill may contsin
stones ranging in size up to eight inches in diameter, in quantity
not exceeding forty percent (40%) of the volume when said course
materials are well distributed throughout the finer material and the
specified compaction can be ettained,
8-1.221. Compaction Yhere Settlement is Important: Where it
is important that the backfill be made safe for vehicular
traffic or for the support of structures, the backfill above
the "pipe zone" shall be thoroughly compacted to a density
equal to that of the adjacent original material, The Con-
tractor's attention is directed to paragraph d-2. Earthwork
in County and State Rights of Way.
8-1.222. Compaction Where Settlemnt . is Unimportant: In
open terrain or wherever, in tho opinion of the Engineer,
settlement is not important, tamping or water settling may
be omitted in the backfill above the "Pipe Zone". ~fter
filling to the top of trench, the backfill shall be rolled
with the wheels of a truck loaded to five tons or with other
equivalent equipment.
B-1-23. wing Method: When the tamping method is used, properly
mogstened fill material, in uniform layers not exceeding six inches
(6") in maximum thickness shall be tamped until compacted to a
density equal to that of the adjacent original material or to
a relative density of 90%, as determined by the Ir.S.T.M,Standard
Method of Test D 698-42T, whichever is the lesser.
3-1.24, Water Settling Method: Jhen the water settlin~ method is
used, the trench shall be backfilled in uniform layers not exceeding
eighteen inches (10") in thickness. Each layer shall be diked across
at suitable intervals and the trench between the dikes sh311 be kept
Earthwork Std. - 3
filled with water during and after the deposit of backfill material
until sufficient time has elapsed for the layer to become saturated~
This method shall not be used when in the opinion of the Engineeri
the backfill material is not sufficiently granular in nature to
consolidate properly by such methods,
9-1-3. Excess Excavated Material: The Contractor shall make the
necessary arrangements for, and shall remove and dispose of a11 excess
excavated material. In open terrain, surplus material may be disposed
of within the right of way by spreading, provided that such surplus
material does not contain any rocks or lumps which cannot be readily
covered by spreading.
B-1.4. Imported Backfill Material: Whenever the excavated material is
not suitable for backfill, the Contractor shall arrange for and furnish
suitable imported backfill material at his expense. Ile shall dispose of
the excess trench excavation as specified in the proceding paragraph. The
backfilling shall be done in accordance with the methods described above.
8-1.5, Final Clean-Up: 'dfter backfill has been completed, the right of
way shall be dressed smooth and left in a neat and presentable condition,
On slopes where in the opinion of the Engineer rainfall runoff would
create an erosion problem, the Contractor shall excavate at approximately
two hundred foot (200') intervals, V-type interception ditches to collect
and carry runoff to the low side of the right of way. The interception
ditches shall be approximately one foot (1') deep and shall be skewed
approximately forty-five degrees (45.O) with the centerline of the right
of way.
8-2. Structure Excavaticn and Backfill
6-2.1. Structure Excavation: Structure excavation shall include the
removal of all material of whatever nature necessary for the construction
of structures and foundations in accordance with the plans and specifica-
tions. It shall include the fcrnishing of all labor, materials, tools,
and equipment and doing all of the work involved in the installation and
subsequent removal of all shoring, sheeting, bracing, and other details
which may be necessary.
B-2.2. Structure Backfill: hfter structures and foundations are in
place, backfill shall be placed to the original ground line or to the
limits designated on the plans. No material shall be deposited against
the walls of concrete structures for a period of fourteen (14) days
following pouring of the concrete.
B-2.21. Compaction: Backfill shall be placed in horizontal layers
not exceeding six inches (6") in depth and shall be moistened and
thoroughly tamped, rolled, or otherwise compacted until the relative
density is equal to that of the adjacent native material. Nater
settling will not be permitted.
B-2-22 Material: Sackfill material shall consist of loose earth or
sand free from stones, clods, or other deleterious material. When
material from the excavstion is unsuitable for use in backfill, it
Earthwork Std. - 4
shall be disposed of as specified in paragraph 3-1.3. above, and suit-
able material shall be arranged for and furnished by the Contractor
at his expense.
2-2.3. Surplus Excavated Material: Surplus material from the excavation
remaining after backfilling shall be disposed of as specified in paragraph
B-1.3. above.
3-3. Excavation and Embankment for Roads, Reservoir Sites, Chlorination Sites.
Pumping Station Sites, and Other Structure Sites
8-3.1. Excavation: Excavation shall include the performance of all
operations necessary to clear the right of way or site and to excavate
all materials of whatever nature necessary for the construction of
reservoir sites, chlorination station sites, pumping station sites,
structure sites, parking areas, ditches and roadways to the lines and
grades shwon on the plans or required by these specifications.
5-3-11. sock Excavation: In solid rock excavation, or other
material which cannot be readily plowed, the material shall be
loosened and broken up so that any ribs or solid projections will
be at least six (6) inches below finished grade.
8-3.12, Water Channels: Water channels and ditches shall be
excavated at the locations shown on the plans and/or as staked
in the field by the Engineer.
8-3.2. wackment: It is the intent of the plans and specifications that
all excavated material be plased in embankments, or disposal areas
designated on the plans, Finished contours and grades shown on the plans
are subject to modification in the field by the Engineer if necessary to
accomplish this balance between excavation and embankment.
B-3.21, Origina1,Ground Preparation: Areas over which embankments
are to be cor~structed shall first be cleared of all deleterious
materials, plowed, scarified, or otherwise broken up to allow
new fill material to unite with the old earth.
9-3.22, Compaction: Embankment shall be carried up in layers not
exceeding one (1) foot in thickness, and equipment shall be driven
as evenly as possible over the whole surface of each layer, both
coming and going.
B3.23. End or Side Dumping: Where hillside slopes are steeper than
a ratio of 4:1, the construction of embankments thereon by end or
side dumping will be permitted, The original ground shall be
scarified or benched before filling is commenced.
8-3.3 Slopes: Excavations and embankments shs1.l be finished with all
slopes in conformity with the lines snd grades ehown on the plans and/or
staked in the field.
Earthwork Std. - 5
8-3.4. Finish Grade: After the roadbed or site has been constructed to
the line and grade as herein specified, the entire area shall be watered
and shaped to provide a finish surface that is true to grade and cross-
section and free from bumps and irregularities.
D. Payment
Payment for earthwork and for conforming to all of the provisions of these
Specifications shall be considered to be included in the contract unit or
lump sum prices paid for the various items of work and no additional allowance
wi 11 be made therefor.
Earthwork Std. - 6
STANDARD SPECIFICATIONS
CONCRETE CYLINDEP, PIPE NATE3 WIN AND FITTINGS
A. General
Concrete cylinder pipe water main and fittings shall be installed at the
locations and to the lines and grades shown on the plans and es herein
specified. The pipe diameters shall be considered to be nominal diameters.
B. Materials and Fabrication
The materials and fabrication shall be in accordance with the requirements of
Federal Specificationfor Pipe; Pressure, ileinforced Concrete, Pretensioned
Aeinforcement (Sgeel Cylinder Type) SS-P-381, September 14, 1955,
The pipe to be installed at the various locations is identified on the plans
by symbol indicating bidding schedule, nominal diameter of pipe, and pressure
class. For example, pipe identified as 1C-24"-150 would be the designation
for bidding schedule lC, 24" nominal diameter pipe, 150 p.s.i. working pressure.
C. Installation
C-1. Excavation and Backfill: Excavation and backfill shall conform to
the Standard Specifications for Earthwork.
C-2. Installation Procedures and YJorkmanship: Prior to laying the pipe,
the bottom of the Srench shall be graded and prepared to provide a firm
and uniform bearing throughout the entire length of each joint of pipe.
Bell holes of ample dimension shall be dug in the bottom of the trench
at the location of each joint to facilitate the joining. The trench shall
have a flat or semi-circular bottom conforming to the grade to which the
pipe is to be laid. Pipe shall not be laid on earth mounds.
Nhen the pipe is being laid, the ends of the pipe shall be thoroughly
cleaned and the gasket placed in the groove on the spigot ring and the
spigot end of the pipe shall then be entered into the bell of the adjoining
pipe and forced into position. The gasket and the inside surface of the
bell shall be lubricated with a suitable vegetable soap compound which
will facilitate the telescoping of the joints. Just prior to joining the
two ends together, each end of the pipe shall be "buttered" with cement
mortar in such a manner and in sufficient quantity to completely fill the
space between the respective mortar linings. After the joining is com-
pleted the pipe interior shall be swabbed to remove all excess mortar
by drawing an approved type swab or squeegie through the pipe. For pipe
twenty-four inches (24") in nominal diameter and larger, the inside of
the joints shall be pointed by hand,
The outside joint recess shall be poured with grout after a felt sheet or
other suitable material has first been placed around the pipes at the joints
and held securelyin place to prevent leaksge while the joint is being
poured. The grout shall consist of one part cement to one and one-half
Concrete Cylinder Pipe Std, - 1
parts sand and be mixed to the consistency of thick cream. The joints
shall be poured and rodded from one side only until the grout shows on
the other side. Care shall be used to fill the joint completely.
Approximately two hours subsequent to the pouring of the joint, the joint
shall be rechecked and if any settlementr leakage, or shrinkage has taken
place, the joint shall be refilled with grout,
C-3. Field Welded Joints: Where welded joints are designated on the plans,
the pipe shall first be joined with rubber gaskets as above described.
The outside recess between the bell and spigot may then be filled with
wire to facilitate the welding, The weld shall be continuous for the full
circumference of the joint.
C-4. Concrete Thrust Blocks: Concrete thrust blocks shall be placed as
shown on the plans and shall consist of Class B,,Portland Cement Concrete
containing not less than five (5) sacks of Portland Cement per cubic yard
and shall conform to the applicable provisions of Sections 26 and 27 of
the State of California, Department of Public Works, 3ivision of Highways
Standard Specifications dated nugust 1954r except that the cement used
shall conform to GTM Specifications C 150-49, Type 11. Concrete blocks
shall be placed between the undisturbed ground and the fitting to be
anchored. guantity of concrete and the area of bearing on the pipe and
undisturbed soil shall be as shown on the plans or directed by the
Engineer. The concrete shall be so placed, unless specifically shown
otherwise on the plans, that the pipe joints and fittings will be
accessible to repairs.
C-5. prevent in^ Foreign Matter From enter in^ the Pipes: At times when
the pipe laying is not in progress, the open ends of the pipe shall be
closed by a wooden plug or by other means approved by the Engineer. This
provision shall apply during the noon hour as well as over night.
C-6. Testing: ~fter the pipe has beenlaid, the pipeline or any valved
section of it shall be subjected to a hydrostatic pressure test of fifty
pounds per square inch (50 p.s.i.1 in excess of the designated working
pressure for the Class of pipe being tested.
Sefore applying the specified test pressure, all air shall be expelled
from the pipe, To accomplish this, if air valves, or hydrants or other
outlets are not available, taps shall be made at the point of highest
elevation to expel1 the air and these taps shall be tightly plugged
afterwards.
The duration of the pressure test shall be four hours. The water necessary
to maintain this pressure shall be measured through a meter or by other
means satisfactory to the Engineer. The leakage shall be considered as
the total amount of water entering the pipe and no allowance will be made
for leakage through valves, bulkheads or other openings. Leakage shall
not exceed the rate of twenty (20) gallons per inch of diameter per
twenty-four (24) hours per mile of pipe. Any noticeable leak shall be
stopped and any defective pipe shall be repaired or replaced with new
sections and retested as specified above before final approval and
acceptance of the work. A11 labor, materials, tools and equipment for the
test, including water, shall be furnished by and at the expense of the
Contractor.
Concrete Cylinder Pipe Std, - 2
All defective fittings, valves and other accessories discovered in
consequence of the test, shall be removed and replaced by the Contractor
with sound material and the tests shall be r52eated until the total
leakage during a test of four (4) hours duration, does not exceed the
rate specified above,
All concrete anchor blocks shall be allowed to cure for at least five (2)
days prior to testing and all mortared joints shall be allowed to cure for
not less than three (3) days prior to testing.
Pv-7. Sterilization: Subsequent to the pressure tests and prior to
acceptance of the work, the entire pipeline including all valves, fittings
and other accessories shall be sterilized in accordance with American
Water ':iorks Association "Standard Procedure for Disinfecting dater Maine
AJNA C601-54".
Treated water shall be retained in the pipes for at least twenty-four (24)
hours and a residule at not less than five (5) ppm shall be produced in
all parts of the line after the twenty-four (24) hour period has elapsed.
During the sterilization process all valves and other accessories shall
be operated. After chlorination, the water shall be flushed from the
line at its extremities until the replacement water tests are equal
chemically and bacteriologically to those of the permanent source of
supply
The water required for sterilization and flushing shall be furnished by
and at the expense of the Contractor.
D . DIea s uremen t and Payment
Measurement and payment for concrete cylinder pipe and fittings will be made
along the centerline of the pipe from pipe end to valve flange or to centerline
of intercepting pipe as the case may be as actually constructed complete in
place and in accordance with the plans and these specifications.
The price paid per linear foot for concrete cylinder pipe shall include full
compensation for furnishing all labor, materials, tools and equipment, and
doing all the work involved in furnishing and installing concrete cylinder
pipe complete in place as herein specified.
Concrete Cylinder Pipe ~td, - 3
STANDARD SPEC IFICATICNS
STEEL PIPE WATER WIN AND FITTINGS
General Requirements;
A-1. General: This Specificaticn designates the requirements for the
manufacture, installation, measurement and payment for steel pipe
intended for use in supply lines and distribution systemswhich carry
water under pressure.
A-2. Additional Requirements : Materials and workmanship in the
manufacture and installation of steel water mains shall conform to the
applicable requirements of the following specifications, or the latest
revision thereof, which are hereby included and made a part of this
Specification,
(1) American Society of Testing Materials Specification A-134
(2) American Society of Testing Materials Specification A-139
(3) American Scciety of Testing Materials Specification A-211
(4) American Water Works Association C-201
(5) Americas,.Water Works Assacistion C-202
(6) Diaensioni for Steel Mttter Pipe Fittings AWWA C-208-55T
A-3. Scope of Irilork: The Contractor performing the work under this
Specification shall furnish all labor, materials, tools and equipment
not specifically provided by others which are necessary to install
complete and ready for operation the steel water mains as herein
specified.
B. Materials and Fabrication:
B-1. Steel Pipe: Steel pipe shall be automatic electric fusion welded
steel pipe with centrifugally-spun cement mortar lining as herein
specified, The pipe shall be cement mortar coated or asphalt coated
and wrapped outside as called for on the contract dra~ings and in the
Detail Specifications, All workmanship and materials shall conform to
the provisions of this Specification, except as noted in the Detail
Specifications.
B-1 Quality of Steel: Steel plates or sheets used in the manufacture
of the pipe shall co-nform to the physical pr~perties of ASTM Specifica-
tion A-283, Grade B (for plates), or Specification A-245, Commercial
Grade (for sheets), both of the latest revision. The pipe fabricated
for and installed at any specific location shall have a wall thickness
not less than that shown on the Plans or specified in the Detail
Specifications.
B-1.2. Fabricaticn: The diameter of pipe shown on the Plans refers
to the ncminal diameter. The steel cylinders shall be fabricated with
the diameters specified in the Detail Specifications.
Steel Pipe Std, - 1
The pipe shall be manufactured in sections not less than 18 feet nor
more than 40 feet in length and having not more than one (1) longitudinal
welded seam per section, except where Shorter lengths or more than one
(1) longitudinal welded seam are required by special conditions.
Pipe manufactured in sections of 20 feet or less in length shall have
not more than one (1) circumferential seam, sect ions .more
than 20 feet, but less than 30 feet in length shall have not more than
two (2) circumferential seams; and sections 30 feet or more in length
shall have not more than three (3) circumferential seams, except where
it is necessary to increase the number of such seams because of special
conditions.
All seams, both longitudinal and circumferential, shall be butt-welded
against copper-faced mandrels on electric welding machines in such a
manner as to build up a full oval bead on the outside; and tc effect
complete penetration, perfect fusion of the welding rod with the parent
metal and a smooth interior. Imperfecticns in the weld, if any, shall
be immediately repaired by rewelding.
B-1.3, Ends of Pipe Sections: All field joints shall be 0-Ring rubber
gasketed slip-joints (PresSeal or approved equal) except where welded
or flanged joints are shown on the contract drawings. The C~ntractor
shall furnish to the District a written certification and guarantee from
the pipe fabricator stating that the 0-Ring rubber gasketed slip-joints,
when properly jointed in the field, have a safe working pressure equal
to the safe working pressure for steel pipe of correspcuding size and
gauge .
B-1.31. Ends for 0-Ring Rubber Gasketed Field Joints: One (1)
end of each section shall be swaged approximately 4 inches deep
with a flared lip to form the bell. The spigot end shall have a
groove formed by rolling or other suitable means, Both ends shall
be formed in such a manner as to assure perfect roundness of the
ends with a groove of uniform dimensions. Each side of the groove
shall be beaded or "shouldered" to help form the ring gasket
recess.
B-1.32. Ends for Welded Field Joints: Cne (1) end of each section
shall be swaged out to form a female or bell end, which shall
permit the male or spigot end to enter approximately one (1) inch
with a clearance of approximately 1/32 inch. The spigot end shall
be "sized" to permit it to enter the bell end of the adjacent
section and the weld bead shall be ground flush for the distance
it is to enter the bell end,
B-1.33. Ends for Flanges: Pipe section ends required to be fitted
with flanges for special fittings and ccnnections, as shown cn the
contract drawings, shall have the weld bead ground flush for the
distance the flange is to slip over the end.
B-1.331. Flanges: Flanges shall be machine faced steel and shall
be welded to the pipe ends with full circumferential fillet welds
both inside and outside, All flanges shall be suitable for the
specified operating pressures and shall be designed to fit the
valve or fitting to which they connect. Flanges shall cc;nform to
AWWA Tentative Standard Specification for Steel Pipe Flanges
(C-207-52 1.
Steel pipe Std. -2
B-1.332. - Flange Bolts: Bolts shall be standard square head machine
bolts, conforming to ASTM Specification A-107. Nuts shall be
hexagonal , cold-pressed, semi-finished steel, manufactured in
accordance with ASTM Specificaticjn A-194, Class "0". All bolt
threads shall be lubricated with graphite and oil. All bolts
installed underground shall be thoroughly coated with asphalt after
installation.
B-1.333. Gaskets: A11 gaskets, unless otherwise specified, shall
be of duck inserted rubber, in sheets or cut, Garlock Nos. 19 and
219 or approved equal9 and capable of withstanding the maximum
operating or test pressure of the particular location at which
installed.
B-1.4. Hydrostatic Test: Each section of pipe shall be shop tested
under an internal pressure of not less than that computed from the
following formula:
where P = test pressure, pounds per square inch;
t = minimum thickness of plate course in
pipe section tested, in inches,
D = internal diameter of steel pipe, in inches.
While under this pressure the pipe shall be sharply struck at six (6)
inch intervals along the weld with a 1$ pound hammer with blows
equivalent to dr~pping the hammer a distance of two (2) feet. The blows
shall be struck in such a manner as to jar thoroughly the weld.
Immediately after the hammer test has been completed, the pressure
shall be maintained a sufficient length of time to allow for the
inspecti~n of the section for tightness. All leaks shall be repaired
by chipping to sound metal, hand welding and the section then re-tested,
8-2. Interior Cement Mortar Lining:
8-2.1. Preparation of Surfaces: Pri~r to lining, the pipe shall be
cleaned of all lcose mill scale, moisture, rust, sand, dust, oilr grease
and/or other ~bjectionable matter on both inside and cjutside.
B-2.2, Materials: The mortar shall consist of one (1) part portland
cement to 2$ parts, by volumet of clean sharp send. Cement used for
cement mortar shall conform to the latest revision of ASTM Specification
C 150-49, Type XI. Sand shall consist of clean, inert, sharp durable
material of a size so that 100 percent will pass a sieve having clear
openings of the size nearest to one-half the specified minimum
thickness of the lining. Mortar shall be thoroughly mixed and made
workable with a minimum quantity of clear, potable water, All cement
mortar shall develop an ultimate compressive strength of 3,000 - 4,000
psi at 28 days as determined by paragraphs 19 and 20 of ASTM Specifica-
tion C 39, or the latest revision thereof.
B-2.3. 4#ppiication and Treatment: The mortar shall be applied to the
interior surface of the pipe by means of equipment specifically
Steel Pipe Std. - 3
designed for the purpose, using a trough or troughs or a retracting
feed line or lines in such a manner that uniform distribution through~ut
the length of pipe is attained. The pipe shall be slowly rotated with
its axis in a horizontal position while the mortar is being introduced
to assist in uniformity of distributicn. Both ends shall be prcvided
with suitable ead dams during the spinning operation. These dams shall
assist in controlling the thickness of the mortar coating being applied
and shall provide a square-finished end for the lining at the bell and
spigot ends.
After application of the mortar the rate of rotation of the pipe shall
be uniformly increased to a speed that will compact the mortar. This
speed shall be maintained until all excess water has been forced to the
surfaee. During tbe spinning operation surplus water shall be expel led
from the pipe by means of a blower or other suitable means. The
peripheral speed and the length of spinning time shall be sufficient to
obtain a dense, well-ccmpacted lining with a smooth surface free from
all defects. The thickness of the lining shall be in accordance with
the table given in the Detail Specifications.
Immediately after ccmpletion of the above operation, the pipe shall be
water cured without being disturbed for at least 7 days in a manner
that will prevent loss of moisture. This curing time may be reduced to
a minimum of four (4) days if an exterior cement mcrtar coating is to
be applied tc the pipe.
B-3. Exterior Ccating: Steel pipe lines shall receive an exterior
coating cf the type specified cn the contract drawings and in the
Detail Specificaticns, Mcrkmanship and materials shall conform to the
provisions cf the following paragraphs: (B-3.1, through B-3.21.9 as
applicable, )
8-3.1. Cement krtar Exterior Coating:
8-3.11 Materials: Materials for the exterior cement mortar
coating shall be the same as those used f~r the interior cement
mortar lining as specified in paragraph B-2.2., above.
8-3.12. Applicaticn and Treatment: After the interior of the pipe
has been lined, a cement mortar coating shall be applied to the
outside of each section cf pipe by means of a nozzle cr nozzles,
through which the mortar is forcibly expelled against the outside
surface of the pipe in such a manner as to form an even, dense and
tightly adhering coating. During the ccating operation, the pipe
shall be rotated and moved in a longitudinal direction beneath the
nozzles. The rotation and longitudinal travel of the pipe shall
be uniform and at the proper rate to provide a coating having a
minimum thickness cf 3/4 inch cr as ctherwise specified in the
Detail Specificaticns. The standard reinforcing for the cement
mortar coating shall be spirally wound steel reinforcing wire
embedded in the center of the c~ating. The wire shall be a bright
basic wire of lcw carbon, open hearth steel, nct annealed after the
last draw, with an approximate ultimate tensile strength of 80,000
psi and shall be No. 1& gauge at a pitch of one (1) inch,
Steel Pipe Std. - 4
Immediately after the coating has been completed, the cutside cf
each end of each section shall be cleansed to bare metal, and shall
have the mortar trowelled and shaped tc suit the type of joint
being used. All bare metal exposed at the ends of each section of
pipe shall be cleaned and prctected against cor,rosion. Each day's
production of cement mortar lined and coated pipe shall be plainly
identified by indelible markings inside of cne (1) cf each joint.
The pipe shall then be water cured for at least seven (7) days
without being disturbed.
B-3.2. Asphalt Exteri~r Coating and Wrapping:
B-3.21. Materials, Application and Testix: Before applicaticn
cf the exterior asphalt ccating, the pipe shall be thcroughly
cleaned and coated with a suitable asphaltic primer for cold
applicaticn, after which it shall receive twc (2) applications of
the best grade air-blown Califcrnia Asphalt Pipe Dip maintained at
a temperature cf between 385O and 415' Fr and of proper
ccnsistency to fcrm a ccating on the pipe of not less than 1/32
inch in thickness.
After the exterior cf the pipe has been doublt-ccated, it shall be
spirally wrapped with mica-surfaced, rag felt pipe covering
weighing not less than 40 pounds per hundred square feet, under
sufficient tensicn to be free ~f wrinkles and buckles, and in such
a manner as to lap apprcximately 3/4 inch at the edge. The
wrapping shall be cemented tc the pipe with hot asphalt, sufficient
asphalt being used tc form a bead on the exposed edge cf the
wrapping strip.
IVhen dry, the coating shall be thoroughly tested by the manufac-
turer for detectifin of holidays and cther flaws or imperfections.
All such flaws and imperfections in the coating material shall be
immediately repaired.
B-4. Fabricated Fittings: All bends, ells, tees, crosses, reducers
and other special fittings, except as specifically noted to the
contrary on-the contract-drawingst shali be constructed of cement
mortar lined steel pipe with asphalt coating and wrapping or cement
mortar coating as specified for pipe mains and shall be fabricated at
the plant for delivery and installation in the work in accordance with
the applicable provisions and requirements of Section B-1.3. through
B-1.332, above, and in accordance with the Tentative Standard
Specifications for Dimensions for Steel !Ilater Pipe Fittings, AWA C 208-
55 T. No field fabrication of fittings will be permitted except for
butt closure joints which shall conform to the requirements of
Section B-4.3., below.
Design and fabrication drawings of fittings and the joining thereof to
the abutting pipe sections shall have the approval of the Engineer
prior to fabrication,
Steel Pipe Std. - 5
8-4.1, Elbows: The minimum number of circumferential welds for each
elbow shall be as follows:
For O0 to 30e Elbows - 1 Weld
For 31' to 60° Elbows - 2 Welds
For 616 to 90' Elbows - 3 Welds
8-4.2, Tapers: Each taper shall be provided at each end with a stub
of pipe six (6) inches in length and of the same size and gauge as the
connecting pipe. The tapered section shall be of the same gauge as
the larger diameter pipe and shall be approximately 12 inches at length
for each reduction of two (2) inches in the nominal pipe diameter,
B-4.3. Butt Closure Joints: Butt closure joints shall conform to the
detailed requirements set forth on the contract drawinus and shall be
installed at the locations as specified herein, as indicated on the
contract drawings or at any point where a butt closure is made. The
butt straps shall be of the same thickness as the pipe wall, at least
two (2) inches wide, and rolled to fit the outside diameter, and shall
be centered over the ends of the pipe sections they are to join. They
shall be field welded to the outside of the pipe along both edges by
full circumferential fillet welds, or one (1) of the edges may be shop
welded and other field welded. In addition the joint shall be coated
with the same material used to coat the pipe.
B-5. Ins,pection: The Engineer or his authorized representative shall
at all times have the right to inspect the work and materials in the
course of manufacture. The manufacturer shall furnish the Engineer
reasonable facility for obtaining such information as he may desire
regarding the progress and manner of the work and the character and
quality of materials used.
0-6. Loading and Transporting Pipe: After the pipe has been properly
cured as set forth above, it shall be loaded on trucks or railroad cars,
adequately supported and chocked with sawdust bags or by other methods
approved by the Engineer. During loading and unloading operations the
pipe shall be moved with slings of sufficient width to prevent damage to
the exterior coating and in such a manner to prevent injury to the
cement mortar lining.
Unloading shall be accomplished in a workmanlike manner by the
Contractor who lays the pipe, and every precaution shall be taken to
prevent damage to the pipe. Under no circumstances are pipe sections
to be dropped or bumped in handling.
C, Installation:
C-1. Excavation and Backfill: Excavation and compacted backfill shall
conform to the provisions of the Earthwork Section of the Detailed
Specifications and to the applicable provisions of the Earthwork
Standard Specifications.
Steel Pipe Std, - 6
C-2. Installation Procedures and !Qorkmanship: The pipe shall be laid
true to line and grade and at the locations as herein specified or as
indicated on the contract drawings,
Circumferential field joints shall be made in a substantial and workman-
like manner, using approved materials for the type of joint specified.
Special care shall be taken to avoid damaging the interior lining and
exterior coating during the lowering of the pipe into the trench and the
making of the field joi~ts, Just prior to j~ining the two (2) ends
together, each end of the pipe shall be "buttered" with cement mortar
in such a manner and in sufficient quantity to fill completely the
space between the respective mortar linings. After the jointing is
completed the pipe interior shall be swabbed to remove all excess
mortar by drawing an approved type swab or squeegee through the pipe.
For pipe 24 inches in dfamter and larger the inside of the joint shall
be hand pointed. After the field joints have been completed and
inspected, ohe (1) of the following coatings shall be applied as
appropriate :
(a) Cement mortar coating shall be applied over the joint and lapped
and bonded with the existing coating on the pipe in such a manner as to
insure a continuo~s uc!form protection over the entire pipeline. Each
section shall be shaded with backfill material immediately after
installation to prevene any contraction at the joint from temperature
change; or
(b) The j~in? exterior shall be thoroughly cleaned and a prime coat
of Union Bituminous Primer or approved equal shall be applied. After
the prime coat has dried (* to 2 hours), a hot sling ccat (350° to
400° F.) of Union Pipe Dip or approved equal shall be applied, and the
joint space shall be filled with the bituminous material. The joints
shall then be wrapped as provided herein for pipe coating.
C-3. Concrete .--.- Thnst Blocks: Concrete thrust blocks shall be placed
as shown on the Eislns and shall consist of Class "B"9 portland cement
concrete contaiti!.f,g not less than five (5) sacks of ~ortland cement
per cubic yardp and shall conform to the applicable provisions of
Sections 26 and 27 of the State of Californias Department of Public
Worksp Division of Highways Standard Specificationst dated August 1954,
exec$ eke; - .;$,P ?n.: v seci shell sonform to AS'fNI Specif icst ions C 150-49,
Type 11, Concrete blocks shall be placed between the undisturbed
ground and the fitting to be anchored. Quantity of concrete and the
area of bearing cn the pipe and undisturbed soil shall be as shown on
the Plans or directed by the Engineer. The concrete shall be so placed,
unless specifically shown otherwise on the Plans, that the pipe joints
and fittings will be accessible to repairs.
C-4. Testing: After the pipe has been laid, the pipeline or any
valved section of it shall be subjected to a hydrostatic pressure test
of fifty pounds per square inch (50 psi) in excess of the designated
working pressure for the class of pipe being tested.
Before applying the specified test pressure, all air shall be expelled
from the pipe, To accomplish this if air valves or hydrants or other
outlets are not available, taps shall be made at the point of highest
elevation to expel1 the air and these taps shall be tightly plugged
afterwards,
Steel Pipe Std, - 7
The duration of the pressure test shall be four (4) hours. The water
necessary to maintain this pressure shall be measured through a meter
or by other means satisfactory to the Engineer. The leakage shall be
considered as the total amount of water entering the pipe and no
allowance will be made for leakage through valves, bulkheads or other
openings. Leakage shall not exceed the rate of twenty (20) gallons per
inch of diameter per twenty-four (24) hours per mile of pipe. Any noticeable leak shall be stopped and any defective pipe shall be
repaired or replaced with new sections and retested as specified above
before final approval and acceptance of the work. All labor, materials,
tools and equipment for thetest> including water, shall be furnished by
and at the expense of the Contractor.
All defective fittings, valves and other accessories discovered in
consequence of the test shall be removed and replaced by the Contractor
with sound material and the tests shall be repeated until the total
leakage during a test of four (4) hours duration does not exceed the
rate specified above.
All concrete anchor blocks shall be allowed to cure for at least five
(5) days prior to testing and all mortared joints shall be allowed to
cure for nct less than three (3) days prior to testing.
C-5. Sterilization: Subsequent to the pressure tests and prior to
acceptance of the work, the entire pipeline including all valves,
fittings and other accessories shall be sterilized in accordance with
American Water Works Association "Standard Procedure for Disinfecting
Water Mains AMnfJA C 601-54".
Treated water shall be retained in the pipes for at least twenty-four
(24) hours and a residual at not less than five (5) ppm shall be
produced in all parts of the line after thetwenty-four (24) hour period
has elapsed.
During the sterilization process all valves and other accessories shall
be operated. After chlorination, the water shall be flushed from the
line at its extremities until the replacement water tests are equal
chemically and bacteriologically to those of the permanent source of
supply
The water required for sterilization and flushing shall be furnished
by and at the expense of the Contractor.
D. Measu rement and Payment :
D-1, Measurement : The quantity of steel pipe water main and fittings
for which payment shall be made shall be the length actually installed
by the contractor complete in place and ready fo; operationVin accord-
ance with the contract drawings and Specifications. Measurement will
be made along the centerline of the pipe from pipe end to valve flange
or to centerline of intersecting piper as the case may be,
D-2. Payment: The price paid per linear foot for steel pipe water main
and fittings shall include full compensation for furnishing all labor,
materials, tools and equipment and doing all the work involved in
furnishing and installing the pipe complete in place as herein specified.
Steel Pipe Std. - 8
STANDARD SPEC IF ICAT ICNS
FOR
BLOW-OFF ASSEMBLIES
A. General:
Blow-off assemblies shall be furnished and installed by the Contractor at
the locations shown on the Plans and/or as established in the field by the
Engineer,
A-1. Scope of Work: The work shall include the fabrication and
installation of the complete assembly including water main tap and
nozzle, flanges, valves, gate wells, pipe and fittings, marker posts ard
pipe sleeves and covers,
B. Materials and Workmanship:
Materials used in blow-off assemblies shall be as indicated on the Plans and
herein specified.
8-1. Gate Valves: Gate valves for 200 psi assemblies shall be one (1)
of the following:
Rensselaer List 13-A
Crane No. 481
O.I.C. No. 158
Rich No. 202
Gate valves for 400 psi assemblies shall be one (1) of the following:
Rensselaer List 15-A
Crane No. 341-E
O.I.C. No. 1058
Rich No, 602
B-2. Pipe and Fittingsz Pipe and fittings shall conform to the
~rovisions of the Standard Soecifications for Steel Pipe Water Main and
Fittings. The pipe shall be- 4&' OD, 10 gauge, with cement mortar
coating and lining. The lining shall be 1/4" in thickness. Field
joints on the water main side of the gate valve shall be flanged; field
joints on the outlet side of the gate valve may be flanged or welded.
0-3. Gate Wells: Gate wells shall conform in every respect to the
details shown on the Plans. The steel pipe shall be coated with the
best grade of air blown California asphalt pipe dip, Gate well covers
shall be cast iron Alhambra Foundry Co, No. A-29607 or approved equal,
and shall be marked "WATER",
B-4. Marker Posts: Each blow-off assembly shall be marked with a
marker post to be located as directed by the Engineer in the field.
Timber for guard posts shall be dense, structural grade redwood graded
according to the current standards of the California Redwood Association.
Blom~off Assem. Std. - 1
Posts shall be 4" x 4" x 5' - 4" surfaced on four sides and chamfered.
The posts shall be painted in accordance with the Standard Specifications
for painting. On the side facing the water main or roadway, the word
"WATER" shall be stenciled in black in letters two inches (2") high.
The distance in feet from the post to the gate valve shall also be
stenciled on the post.
B-5. Painting: The top side of the gate well covers shall be painted
with one (1) coat of Dutch Boy Nalco Synthetic Finish Paint No. 20-53
or approved equal,
C. Measurement and Payment :
C-1. Measurement: The linear feet of steel pipe to be paid for will
be determined from measurements taken alonq the center of the pipe or
pipe fitting from face of water main nozzle flange to face of iaive
inlet flange and from face of valve outlet flange to end of pipe.
C-2. Payment: The unit price paid for blow-off assemblies and the
price paid per linear foot for steel pipe shall include full compensation
for furnishing all labor, materials, tools and equipment and doing all
the work involved in furnishing and installing blow-off assemblies
complete in place as herein specified.
Blow-off Assem? Std, - 2
STANDARD SPEC IF ICATICNS
FG R
AIR AND VACUUM VALVE ASSEMBLIES
A. General:
Air and vacuum valve assemblies shall be furnished and installed by the
Contractor at the locations shown on the Plans and/or as established in the
field by the Engineer.
A-1. Scope of Work: The work shall include the fabrication and
installation of the complete assembly including water main tap, pipe
and fittings, gate valve, air and vacuum and air release valver manhole,
manhole cover, and marker post.
B. IL~Iaterials and !Yorkmanship:
Materials used in air and vacuum valve assemblies shall be as shown on the
plans and herein specified.
B-1. Earthwork: Earthwork shall be done in accordance with the
Standard Specifications for Earthwork.
B-2. Gate Valves: Gate valves for 175 p.s.i. assemblies shall be one
of the following:
Rensselaer 13-A
Crane No. 480
0.I.C. No. 157
Rich No. 201
Gate valves for 300 p.s.i. assemblies shall he one of the following:
Rensselaer 15-A
Crane No, 340-E
C:. I.C, No. 1057
B-3. Air and Vacuum Valves: Valves shall be standard float actuated air
and vacuum and air release valves,
B-3.1. Class 175 P.S.I.: Valves for assemblies designated 175
p.s.i. shall be one of the following:
Rensselaer Fig. 372
Apco No. 144/65
Simplex Type AV
McCracken Standard
B-3.2. Class 300 P.S.I.: Valves for assemblies designated 300
p.s.i. shall be Apco No. 144/200-A or approved equal.
Air and Vacuum Valve Assem,Std.-1
8-4. Pipe and Fittings: Pipe shall be standard steel galvanized. Fittings shall be malleable iron banded and galvanized, Crane 150-pound
or equa 1 .
B-5, Painting: All pipe, valves, and fittings, and steel plate manhole
covers shall be painted in accordance with the Standard Specifications
for Painting. Cast iron manhole covers shall not be painted.
B-6. Marker Posts: Each air and vacuum valve assembly shall be marked
with a marker post to be located as directed by the Engineer in the
field, timber for guard posts shall be dense, structural grade redwood
graded according to the current standards of the California Redwood
Association.
Fosts shall be 4" x 4" x 5' - 4" surfaced on four sides and chamfered,
The posts shall be painted in accordance with the Standard Specificatiors
for painting. On the side facing the water main or roadway, the word
"iUATE2" shall be stenciled in black in letters two inches (2") high.
C. Payment:
The unit price paid for air and vacuum valve assemblies shall include full
compensation for furnishing all labors materials, tools, and equipment and
doing all the work involved in furnishing and installing the air and vacuum
valve assemblies complete in place as herein specified.
Air and Vacuum Valve Assem. Std.-.2
STANDARD SPEC IF ICAT IONS
EOR
PA IIW ING
A. General:
All surfaces which are to be painted shall be cleaned and painted in
accordance with the applicable sections of this Specification.
A-1. Scope of Work: The work shall include all labor, materials,
equipment and scaffolding for the cleaning and preparation of surfaces
to receive the paint and for all painting and enameling as herein
speci f ied.
B. Materials and Workmanship:
B-1. General Requirements: All materials shall be unadulterated and
shall be delivered to the jobsite in original, unbroken packages
bearing the braad and manufacturert s name. They shall be opened and
mixed at the jobsite,.
All work shall be done by skilled and experienced painters. All work-
manship shall be of a kind and quality meeting the requirements of the
best standards recognized by the painting industry. Spray painting
will not be permitted. Each coat shall be applied in such a manner as
to insure an even? smooth, uniform coat free from dirt, runs, brush
marks and laps and must be applied during favorable weather.
B-2, Painting Steel Surfaces: All surfaces to be painted shall first
be thoroughly cleaned to remove dirt, loose scale, rust, oil and grease
and other foreign matter before painting. Cleaning shall be done with
abrasives, scrapers, wire brushes or other means approved by the Engineer.
Unless otherwise required on the Plans or in the Detail Specifications,
the paints to be applied to steel surfaces shall consist of two (2)
coats of red lead paint and one (1) coat of aluminum finish paint. Red
lead paint shall conform to Federal Specification TTP-86Av Type I11 and
shall be Dutch Boy, Quick-drying Red Lead Primer No. 052 or approved
equal. Aluminum finish paint shall be Dutch Boy No. 29-07 Siloertone
or approved equal. Paint shall be allowed to dry thoroughly between
successive coats.
B-3. Painting Exteri~r Wcod Surfaces: All exterior wood surfaces to be
painted shall be thoroughly cleaned of all dirt, oil, grease and other
fcreign substances,
Unless otherwise required on the Plans or in the Detail Specifications?
the paint to be applied to exterior wood surfaces shall consist of one
(1) coat of wood primer and two (2) coats of exterior wood finish
paint. IrJood primer shall be Dutch Boy Exterior Wood Primer No. 010 or
approved equal. Finish paint shall be Dutch Boy Exterior House Paint
Painting Std. - 1
or approved equal, color to be selected.
8-4, Painting Masonry Surfaces: All masonry surfaces to be painted
shall be free' from dirt, dustl oil or other foreign matter that might
prevent adhesion of the paint.
Unless otherwise required on the Plans or in the Detail Specifications,
the paint to be applied to masonry surfaces shall consist of one (1)
coat of Dutch Boy Malcrete Masonry Paint, color to be selected.
C. Payment:
Payment for paint and for conforming to all of the provisions of this
Specification shall be considered to be included in the contract unit or
lump sum prices paid for the various items of work and no additional
allowance will be made therefor.
Painting Std. - 2