HomeMy WebLinkAboutJW Contracting Corporation; 1996-10-28; 3388_n "?-?f.7.i--. "2 2 ig --b-: ., FY = F, 2-y 2>--1 23 y - _= --= 9-E -.c=--> =, .& .--s
a
L. $-=s 8 g :fz
RECORDED REQUESTED BY
CITY OF CARLSBAD
AND WHEN RECORDED,
1.23Q
: L.L"i
', PLEASE MAIL TO
~~1~~~~~~~~~~~~~~1~~~~~~ Secretary
Carlsbad Municipal Water District
1200 Carlsbad Village Drive
Carlsbad, California 92008 1996.061 2225
Space above this line for Record
NOTlCE OF COMPLETION
Notice is hereby given thi&
1.
2.
3.
4.
5.
6.
7.
8.
The undersigned is owner of the interest or estate stated below in the property hereinafter described.
The full name of the undersigned is Carlsbad Municipal Water District, a municipal corporation.
The full address of the undersigned is 5950 El Camino Real, Carlsbad, California 92008.
The nature of the title of the undersigned is: In fee.
A work or improvement on the property hereinafter described was complete on July 23, 1998.
The name of the contractor, if any, for such work or improvement is J. W. Contracting Corporation.
The property on which said work or improvement was completed is in the City of Carlsbad, County of S
State of California, and is described as follows: Maerkle Reservoir, Cover & Liner, Project 3388.
The street addre.ss of said property is within the limits of the City of Carlsbad.
District Engineer
VERIFICATION OF SECRETARY
I, the undersigned, say:
I am the Secretary of the Board of Directors, Carlsbad Municipal Water District, 5950 El Can
Carlsbad, California, 92008; the Board of Directors of said District on Auqust 4
accepted the above described work as completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on August 6 , 1998, at Carlsbad, California.
CARLSBAD MUNICIPAL WATER DIS' 1 r) CMWD 90-109 dhG%,kd d /T &AZAI2dTK<
1 ALETHA L. RAUTE~KRANZ
Secretary
0 61
CARLSBAD MUNICIPAL WATER DISTRICT
CARLSBAD, CALIFORNIA
San Diego County
California
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
FOR
MAERKLE RESERVOIR - COVER AND LINER
CMWD PROJECT NO. 90-109
CONTRACT NO. 3388
CARLSBAD MUNICIPAL WATER DISTRICT
5950 ELCAMINO REAL
CARLSBAD, CALIFORNIA 92008
(619) 438-3367
l/29/96
INFORMATION FOR BIDDERS
A. TO OBTAIN COPY OF CURRENT PLAN HOLDERS LIST:
a
PHONE (619) 438-3367
6. QUESTIONS PERTAINING TO PLANS AND CONTRACT DOCUMENTS:
4lSsaG’”T’!=- w€ww. -
DISTRICT ENGINEER
PHONE: (619) 438-3367 EXT. 126 3 ‘7 5Wd \jLI;.c
a
*
1/29/<
L
TABLE OF CONTENTS
Pa - - item
NOTICE INVITING BIDS ................................................................................................
CONTRACTORS PROPOSAL..
EQUIPMENT/MATERIAL SOURCE INFORMATION .................................................... 1
BIDDER'S BOND TO ACCOMPANY PROPOSAL ....................................................... 1 ~
DESIGNATION OF SUBCONTRACTORS ................................................................... 11
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY ...................................... 1
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ..................... 1
BIDDER'S CE.RTIFICATE OF INSURANCE ................................................................. 21
BIDDER'S STATEMENT OF DEBARMENT ................................................................. 2
0
.....................................................................................
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMllTED WITH BID ................................................................... 2
CONTRACT -- PUBLIC WORKS ................................................................................. 2
LABOR AND MATERIALS BOND ................................................................................ 3
P E R F 0 RM ANI C E B 0 N D ............................................................................................... 3'
REPRESENTATION AND CERTIFICATION ................................................................ 3
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN1 LIEU OF RETENTION .......................................................................... 4
RELEASE FORM .......................................................................................................... 4
S P ECl AL P ROVlSlO N S
@
1. ADDITIONS AND AMENDMENTS TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION ............................................................... 4
2. TECHNICAL SPECIFICATIONS ...............................................................................
APPENDIX
APPENDIX A - GEOTECHNICAL STUDY
APPENDIX B - DIVISION OF SAFETY OF DAMS PERMIT
APPENDIX C - DEPARTMENT OF HEALTH SERVICES PERMIT
APPENDIX D - OPEN SPACE CONSERVATION EASEMENT
0
1/29/<
' w
CARLSBAD MUNICIPAL WATER DISTRICT e CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 120
Carlsbad Villlage Drive (formerly Elm Avenue), Carlsbad, California, until 4:C
P.M. on the 1lth day of September , 19 96 , at which time they will t:
opened and read, for performing the work as follows:
MAERKLE RESERVOIR - COVER AND LINER
CMWD PROJECT NO. 90-109
CONTRACT NO. 3488
The work shall be performed in strict conformity with the specifications as approved t
the Carlsbad IMunicipal Water District of the City of Carlsbad on file with the Distric
Enqineerinq Department. The specifications for the work include &e-I&e
-&the Special Provisions
, and Standard Specifications for Pub1
Works Construction, (SSPWC), 1994 Edition, and the latest supplement, hereinafti
designated "SSPWC", as issued by the Southern California Chapter of the AmericE
Public Works Association and as amended by the special provisions sections of th
contract. Reference is hereby made to the specifications for full particulars ar
description of the work.
The Carlsbacl Municipal Water District encourages the participation of minority ar
women-owned businesses.
The Carlsbad Municipal Water District encourages all bidders, supplier
manufacturer!;, fabricators and contractors to utilize recycled and recyclable materia
when available and where appropriate.
The Carlsbacl Municipal Water District may disqualify a contractor or subcontract1
from participating in bidding when a contractor or subcontractor has been debarred t
another jurisdiction in California as an irresponsible bidder.
No bid will tie received unless it is made on a proposal form furnished by tt
Purchasing Dlepartment. Each bid must be accompanied by security in a form ar
amount required by law. The bidder's security of the second and third next lowe
responsive bidders may be withheld until the Contract has been fully executed. Tt
security submitted by all other unsuccessful bidders shall be returned to them,
deemed void, within ten (IO) days after the Contract is awarded. Pursuant to tt
provisions of law (Public Contract Code Section 10263), appropriate securities may t
substituted for any obligation required by this notice or for any monies withheld by tt
0
I /29/!
2
District to ensure performance under this Contract. Section 10263 of the Pub1
Contract Code requires monies or securities to be deposited with the District or a sta
or federally chartered bank in California as the escrow agent. The escrow agent sh:
maintain insurance to cover negligent acts and omissions of the agent in connectic
with the handling of retentions under this section in an amount not less than $lOO,OC
per contract.
The documerits which must be completed, properly executed, and notarized are:
@
1. Contractor's Proposal 8. Bidder's Statement of Technical
2. Bidder's Bond Ability and Experience
3. Non-Collusion Affidavit 9. Certificate of Insurance
4. Contract 10. Bidder's Statement of Debarment
5. Designation of Subcontractors 11. Purchasing Department
6. Amount of Subcontractors' Bid Representation and Certification
7. Bidder's Statement of Financial 12. Escrow Agreement for Security
Responsibility Deposits (optional)
All bids will lie compared on the basis of the Engineer's Estimate. The estimate
quantities are approximate and serve solely as a basis for the comparison of bids.
The Engineer's Estimate is $7,800,000
No bid shall be accepted from a contractor who is not licensed in accordance with th
provisions of California state law. The contractor shall state their license numbei
expiration date and classification in the proposal, under penalty of perjury. Th
following classifications are acceptable for this contract: Class "A" General
Enqineerinq Contractor License in accordance with the provisions of state law.
If the Contractor intends to utilize the escrow agreement included in the contrac
documents in lieu of the usual 10% retention from each payment, these document
must be completed and submitted with the signed contract. The escrow agreemer
may not be substituted at a later date.
Sets of plans, special provisions, and Contract documents may be obtained at th
Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue
Carlsbad, Ca,lifornia, for a non-refundable fee of $50.00 per set. If plans an
specifications, are to be mailed, the cost for postage should be added.
per set
The Carlsbadl Municipal Water District reserves the right to reject any or all bids and t
waive any mitior irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed t
execute the Contract shall be those as determined by the Director of Industrii
Relations pursuant to the Sections 1770, 1773, and 1773.1 of the Labor Codt
Pursuant to Section 1773.2 of the Labor Code, a current copy of applicable wage rate
is on file in the Office of the City Engineer. The Contractor to whom the Contract I
NIA
are available for a non-refundable fee of
a
1 I291
3
awarded shall not pay less than the said specified prevailing rates of wages to al
workers employed by him or her in the execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions o
Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contract:
Code, "Subletting and Subcontracting Fair Practices Act." The District Engineer is thc
District's "duly authorized officer" for the purposes of Section 41 07 and 41 07.5.
The provisions of Part 7, Chapter 1 , of the Labor Code commencing with Section 172(
shall apply to the Contract for work.
A pre-bid meeting and tour of the project site will XX be held. Thc
meeting will be held On date:Auaust 22.1996 time:10:00 A.M. location: At the District Office o
Carlsbad MuniciiDal Water District. 5950 El Camino Real, Carlsbad. Ck From the District office
the Contractors will be directed to the site
All bids are to be computed on the basis of the given estimated quantities of work, as
indicated in this proposal, times the unit price as submitted by the bidder. In case of E
discrepancy between words and figures, the words shall prevail. In case of an error ir
the extension of a unit price, the corrected extension shall be calculated and the bids
will be compiited as indicated above and compared on the basis of the correctec
totals.
All prices must be in ink or typewritten. Changes or corrections may be crossed ou
and typed or written in with ink and must be initialed in ink by a person authorized tc
sign for the Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one da)
prior to bidding. Submission of bids without acknowledgment of addenda may be
cause of rejection of bid.
Bonds to secure faithful performance and warranty of the work and payment o
laborers and materials suppliers, in an amount equal to one hundred percent (100%
and fifty percent (50%), respectively, of the Contract price will be required for work or,
this project. These bonds shall be kept in full force and effect during the course of this
project, and shall extend in full force and effect and be retained by the District until
they are released as stated in the Special Provisions section of this contract. All
bonds are to be placed with a surety insurance carrier admitted and authorized tc
transact the business of insurance in California and whose assets exceed their
liabilities in an amount equal to or in excess of the amount of the bond. The bonds are
to contain the following documents:
0
,will not
1) An original, or a certified copy, of the unrevoked appointment, power oi
attorney, by laws, or other instrument entitling or authorizing the person whc
executed the bond to do so. a
112919
4
2)A certified copy of the certificate of authority of the insurer issued by the
insurance commissioner.
If the bid is accepted,the District may require copies of the insurer's most recent
annual statement and quarterly statement filed with the Department of Insurance
pursuant to Article 10 (commencing with Section 900)of Chapter 1 of Part 2 of
Division 1 of the Insurance Code,within 10 calendar days of the insurer's receipt of a
request to submit the statements.
Insurance is to be placed with insurers that have (1)a rating in the most recent Best's
Key Rating Guide of at least A-V,and (2)are admitted and authorized to transact the
business of insurance in the State of California by the Insurance Commissioner.Auto
policies offered to meet the specification of this contract must:(1)meet the conditions
stated above for all insurance companies and (2)cover any vehicle used in the
performance of the contract,used onsite or offsite,whether owned,non-owned or
hired,and whether scheduled or non-scheduled.The auto insurance certificate must
state the coverage is for "any auto"and cannot be limited in any manner.
Workers'compensation insurance required under this contract must be offered by a
company meeting the above standards with the exception that the Best's rating
condition is waived.The District does accept policies issued by the State
Compensation Fund meeting the requirement for workers'compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract.
Any additional cost of said insurance shall be included in the bid price.
The award of the contract by the Board of Directors is contingent upon the Contractor
submitting the required bonds and insurance,as described in the contract,within
twenty days.If the Contractor fails to comply with these requirements,the District may
award the contract to the second or third lowest bidder and the bid security of the
lowest bidder may be forfeited.
The prime contractor and all subcontractors are required to have and maintain a valid
City of Carlsbad Business License for the duration of the contract.
Approved by the Board of Directors of the Carlsbad Municipal Water District of
Carlsbad,California,by Resolution No.941 ,adopted on the 11TH day of
June ,19~.
D~Aletha L.Rautenkranz,Secretary
1/29/96
,< * -
e
July 24, 1996
ADDENDUM NO. 1
6IC:’pROJECT NO. 3388 - CONSTRUCTION OF MAERKLE RESERVOIR COVER
AND LINER, CMWD PROJECT 90-109
Please include the attached addendum in the Notice to BiddedRequest for Bids yo[
have for the atlove project.
This addendum-receipt acknowledged--must be attached to your Proposal Form/Bic
when your bid is submitted.
0 RUTH q&&Gr& LETCI-iER
Purchasing Officer
RF:jk
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
Bidder‘s Sign zit ure
i.
1200 Carlsbad Village Drive Carlsbad, CA 92008-1 989 (61 9) 434-2803 FAX (61 9) 434-1 !
w,.*
e
ADDENDLWNO. 1
to the
CONTRACT DOCUMENTS FOR CONSTRUCTION OF
MAERKLE RESERVOIR COVER AND LINER
CMWD PROJECT 90-109
CONTRACT NO. 3388
The following modifications, additions, and/or deletions are hereby made part of the
Contract Documents for Construction of the Maerkle Reservoir Cover and Liner Project,
CMWD Project No. 90-109.
Bidders art: advised to verify the issuance of all addenda and receipt thereof one day prior
to bidding. Submission of bids without acknowledgment of addenda may be cause of
rejection of bid.
Item 1.
e
The Contract No. for this project is 3388. Any other Contract No. listed
in the Specifications shall be changed to 3388.
End of Addendum No. 1
a
1
1 e
September 3, 1996
ADDENDUM NO. 2
BID PROJECT NO. 3388 * CONSTRUCTION OF MAERKLE RESERVOIR COVER
AND LINER, CMWD PROJECT 90-109
Please include the attached addendum in the Notice to BiddedRequest for Bids yo^
have for the above referenced project.
This addendum-receipt acknowledged-must be attached to your Proposal Form/Bic
when your bid IIS submitted.
e
&3- RUTH FLETCHER ,&yj
Purchasing Officer
RF:sjs
attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2
Bidder's Signature
0
0
e NOTICE TO BIDDERS
ADDENDUM NO. 2
(PAGE 1 OF 11 PAGES)
AUGUST 29,1996
CONTRACT DOCUMENT FOR
MAERKLE RESERVOIR - COVER AND LINER
CMWD PROJECT NO. 90-109
CONTRACT NO. 3388
The following modifications, additions, and/or deletions are hereby made a part of th
contract documents for construction of Maerkle Reservoir - Cover and Liner, CMW
Project No. 90-1 09, Contract 3388.
Bidders are advised to verify the issuance of all addenda and receipt thereof one dz
prior to bidding. Submission of bids without acknowledgment of addenda may k
cause for rejection of bid.
ITEM 1. Delete Page 16, DESIGNATION OF SUBCONTRACTOR & AMOUNT C
SUBCONTRACTORS BID. Add the following replacement page 16 (F
CONTRACTORS 81 D” :
Contractor shall list each sub-contractor‘s work responsibility and their toq
bid amount for their work with the bid package.
e
“DESIGNATION OF SUB-CONTRACTORS ANQ AMOUNT OF SU
a
1
4
ITEM 2. The work required in furnishing and installing the hypalon or polypropylene
cover shall be a “Special Item” for bidding purposes. If a subcontractor i:
used to perform this work, the name of the subcontractor shall be enteret
on page 16 (a) attached.
e
ITEM 3. Add the following section:
64.1.1 Baseline Construction Schedule Submittal, The Contract0
shall submit the Baseline Construction Schedule per the submittz
requirements of section 2-5.3 The submittal of the Baseline Constructioi
Schedule shall include each item and element of sections 6-1.2 through f
1.2.9 and shall be on hard (paper) copy and electronic media conforming t
section 6-1.3.3 Electronic Media.
6-1.2 Preparation and Review of the Baseline Construction Schedulf
The Contractor shall prepare the Baseline Construction Schedule as
Critical Path Method (CPM) Schedule in the precedence diagram metho
(activity-on-node) format. The Baseline Construction Schedule shall depii
a workable plan showing the sequence, duration, and interdependence (
all activities required to represent the complete performance of all pro@
work. The Baseline Construction Schedule shall begin with the projecte
date of issuance of the notice to proceed and conclude with the date of fin
completion per the contract duration. The Baseline Construction Schedu
shall include detail of all project phasing, staging, and sequencinl
including all milestones necessary to define beginning and ending of ea1
phase or stage.
6-1.2.1 Time-Scaled Network Diagram, As a part of the Baselit
Clonstruction Schedule] the Contractor shall prepare and submit to tl
Engineer a complete time-scaled network diagram showing all of tl
activities , I og i c re I at i on s h i p s , and m i I est o n e s com p r i si n g the sc h e d u I e.
6-1.2.2 Tabular Listing, As a part of the Baseline Construction Schedu
the Contractor shall prepare and submit to the Engineer a tabular listing
all of the activities, showing for each activity the identification number, t
description, the duration, the early start, the early finish, the late start, t
late finish, the total float, and all predecessor and successor activities .
the activity described.
6-1.2.3 Bar Chart, As a part of the Baseline Construction Schedule, 1
Contractor shall prepare and submit to the Engineer a bar chart show
individual tasks and their durations on the horizontal axis. The bar ct-
shall use differing texture patterns or distinctive line types to show 1
critical path.
0
e
2
I
6-1 ,.2.4 Schedule Software, The Contractor shall use commercially
available software equal to the Suretrak program by Primavera to prepare
the Baseline Construction Schedule and all updates thereto. The
Contractor shall submit to the Agency a 3.5” data disk with all network
infcrmation contained thereon, in a format readable by a DOS system. The
District will use a Suretrak or equal software program for review of the
Contractor’s schedule. Should the Contractor elect to use a scheduling
program other than the Suretrak program by Primavera, the Contractor
shall provide the Engineer three copies of the substituted program that are
fu!ly licensed to the Agency and 32 class hours of on-site training by the
program publisher for up to eight District staff members. The on-site
training shall be held at 2075 Las Palmas Drive, Carlsbad, California.
6-1.2.5 Schedule Activities, Except for submittal activities, activity
durations shall not be shorter that 1 working day nor longer than 15 workins
days, unless specifically and individually allowed by the Engineer. The
Baseline Construction Schedule shall include between I00 and 50C
activities, including submittals, interfaces between utility companies anc
other agencies, project milestones and equipment and material deliveries
The number of activities will be sufficient, in the judgment of the Engineer
to communicate the Contractor’s plan for project execution, to accuratelj
describe the project work, and to allow monitoring and evaluation o
progress and of time impacts. Each activity’s description shall accuratelj
define the work planned for the activity and each activity shall havc
recognizable beginning and end points.
6-11.2.6 Float, Float or slack time within the schedule is available withoL
charge or compensation to whatever party or contingency first exhausts it.
6-11.2.7 Restraints to Activities, Any submittals, utility interfaces, or an
furnishing of District supplied materials, equipment, or services, which ma
impact any activity’s construction shall be shown as a restraint to thos
activities. Time periods to accommodate the review and correction (
sulbmittals shall be included in the schedule.
6-1 -2.8 Late Completion, A Baseline Construction Schedule showing
project duration longer that the specified contract duration will not 0
acceptable and will be grounds for default by Contractor, per section 6-4.
6-‘1.2.9 Early Completion, The Baseline Construction Schedule will shc
the Contractor’s plan to support and maintain the project for the enti
contractual timespan of the project. Should the Contractor propose
project duration shorter than the contract duration, a complete Baselir
Construction Schedule must be submitted, reflecting the shorter duratio
Baseline Construction Schedule in complete accordance with all schedu
0
0
a
3
requirements of section 6-1. The Engineer may choose to accept the
Contractor’s proposal of a project duration shorter that the duratior
specified; provided the District is satisfied the shortened Baseline
Construction Schedule is reasonable and the District and all other entities,
public and private, which interface with the project are able to support the
provisions of the shortened Baseline Construction Schedule. The District’:
aclceptance of a shortened duration project will be confirmed through thf
exlecution of a contract change order revising the project duration an(
imlplementing all contractual requirements including liquidated damages ii
accordance with the revised duration.
6-1.2.10 Engineer‘s Review, The Construction Schedule is subject to thc
review of the Engineer. The Engineer’s determination that the Baselinc
Ccrnstruction Schedule proposed by the Contractor complies with thc
requirements of these special provisions shall be a condition precedent ti
issuance of the Notice to Proceed by the Engineer. If the Engine€
determines that the Construction Schedule does not meet the requirement
of these specifications, the Contractor shall correct the Constructio
Schedule to meet these specifications and resubmit it to the Enginee
Failure of the Contractor to obtain the Engineer’s determination that th
initial Construction Schedule proposed by the Contractor complies with th
requirements of these special provisions within thirty (30) working dab
after the date of the preconstruction meeting shall be grounds fc
tei-minatior! of the contract per section 6-4. Days used by the Engineer 1
review the initial Construction Schedule will not be included in the c
working days. The Engineer will review and return to the Contractor, wi
ariy comments, the Baseline Construction Schedule within 15 working da:
of submittal. The Baseline Construction Schedule will be returned markt
as per sections 6-1.2.10.1 through 6-1.2.10.3
6-1.2.1 0.1 “Accepted”, The Contractor may proceed with the project wo
upon issuance of the Notice to Proceed, and will receive payment for tt
schedule in accordance with section 6-1.8.1.
6-1.2.1 0.2 “Accepted with Comments”, The Contractor may proce
with the project work upon issuance of the Notice to Proceed. T
Clontractor must resubmit the schedule incorporating the comments prior
receipt of payment section 6-1.8.1.
6-1.2.1 0.3 “Not Accepted” The Contractor must resubmit the schedi
incorporating the corrections and changes of the comments prior to rece
of payment per section 6-1.8.1. The Notice to Proceed will not be issu
by the Engineer if the changes of the comments are not submitted
required hereinbefore and marked “Accepted” or “Accepted v
Comments” by the Engineer. The Contractor, at the sole option of
0
0
0
4
Engineer, may be considered as having defaulted the contract under the
provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of
the comments are not submitted as required hereinbefore and marked
“Ac:ce pted” by the Engineer.
6-1.3 Preparation of Schedule Updates and Revisions, The Contractoi
shall meet with the Engineer during the last week of each month to agree
upon each activity’s schedule status and shall submit monthly updates 01
the Baseline Construction Schedule confirming the agreements no latei
thain the fifth working day of the following month. The monthly update wil
be submitted on hard (paper) copy and electronic media conforming tc
section 6-1.3.3 Electronic Media per the submittal requirements of sectior
2-5.3 and will include each item and element of sections 6-1.2.9 and 6
1.31 through 6-1.3.7.
6-11.3.1 Actual Activity Dates, The actual dates each activity was startec
and/or completed during the month. After first reporting an actual date, thl
Cclntractor shall not change that actual date in later updates withoc
splecific notification to the Engineer with the update.
6-’1.3.2 Activity Percent Complete, For each activity underway at the en
of the month, the Contractor shall report the percentage determined by th
Enlgineer as complete for the activity.
6-’1.3.3 Electron Media, The schedule data disk shall be a 3%’’ hig
density diskette, labeled with the project name and number, th
Contractor’s name and the date of preparation of the schedule data disl
Thie schedule data disk shall be readable by the software specified i
section 6-1.2.2 Schedule Software and shall be free of file lockin(
encryption or any other protocol that would impede full access of all dat
stored on it.
6-1.3.4 List of Changes, A list of all changes made to the activities or 1
the interconnecting logic, with an explanation for each change.
6-1.3.5 Change Orders, Each monthly update will include the addition
the network revisions will be as agreed upon during the review ar
acceptance of the Contractor’s change orders.
6-1.3.6 Bar Chart, Each monthly update will include a chart showir
individual tasks and their duration arranged with the tasks on the vertic
axis and duration on the horizontal axis. The bar chart shall use differii
texture patterns or distinctive line types to show the critical path.
a
e
e
5
6-11.4 Engineer‘s Review of Updated Construction Schedule, The
Engineer will review and return the Updated Construction Schedule to the
Colntractor, with any comments, within 5 working days of submittal. The
Updated Construction Schedule will be returned as marked as per section5
6-’I .4.1 through 6-1.4.3. Any Updated Construction Schedule markec
“Accepted with Comments” or “Not Accepted” by the Engineer will bc
returned to the Contractor for correction. Upon resubmittal, the Enginee
will review and return the resubmittal Updated Construction Schedule to thc
Cclntractor with any comments, within 5 working days. Failure of th<
Contractor to submit a monthly updated construction schedule will invokt
the same consequences as the Engineer returning a monthly update(
coinstruction schedule marked “Not Accepted”.
6-‘1.4.1 “Accepted”, The Contractor may proceed with the project worl
and will receive payment for the schedule in accordance with section 6
1.8.2.
6-‘1.4.2 “Accepted with Comments”, The Contractor may proceed wit
the project work. The Contractor must resubmit the Updated Constructio
Schedule to the Engineer incorporating the corrections and changes note
in the Engineer’s comments prior to receipt of payment per section 6-1.8.2
6-01.4.3 “Not Accepted”, The Contractor must resubmit the update
Construction Schedule to the Engineer incorporating the corrections an
changes noted in the Engineer’s comments prior to receipt of payment pr
section 6-1.8.2. The Contractor, at the sole option of the Engineer, may i:
considered as having defaulted the contract under the provisions of sectic
6-4 DEFAULT BY CONTRACTOR if the changes of the comments are nc
submitted and marked “Accepted by the Engineer before the last day (
the month in which the Updated Construction Schedule is due. If ti-
Contractor fails to submit the corrected Updated Construction Schedule i
relquired herein the Contractor may elect to proceed with the project at i
own risk. Should the Contractor elect not to proceed with the project, ar
resulting delay, impact, or disruption to the project will be the Contractoi
responsibility.
6-1.5 Late Completion or Milestone Dates, Should the Schedule Upda
indicate a completion or contractually required milestone date later than tl
properly adjusted contract or milestone duration, the District may withhc
Liquidated Damages for the number of days late. Should a subseqm
“Accepted” Schedule Update remove all or a portion of the delay, all or tl
allocated portion of the previously held Liquidated Damages shall I
released in the monthly payment to the Contractor immediately followi
the “Accepted” sc hedu le.
0
0
e
6
6-‘1.6 Interim Revisions, Should the actual or project progress of thc
work become substantially different from that depicted in the Projec
Schedule, independently of and prior to the next monthly update, thc
Contractor will submit a revised Baseline Construction Schedule, with a lis
and explanation of each change made to the schedule. The Revise(
Construction Schedule will be submitted per the submittal requirements c
section 2-5.3 and per the schedule review and acceptance requirements c
section 6-1, including but not limited to the acceptance and paymer
provisions.
6-1.7 Final Schedule Update, The Contractor shall prepare and submit
finial schedule update when one hundred percent of the construction work i
colmpleted. The Contractor’s Final Schedule Update must accurate1
represent the actual dates of all activities. The final schedule shall b
prepared and reviewed per sections 6-1.3 Preparation of Schedule Update
arid Revisions and 6-1.4 Engineer’s Review of Updated Constructio
Schedule. Acceptance of the final schedule update is required fc
completion of the project and release of any and all funds retained PC
section 9-3.2.
6-1.8 Measurement and Payment, Construction Schedule will be paid fc
at the stipulated lump sum price of seven thousand, two hundred dollai
($7,200.00). The stipulated lump sum price paid for the Constructic
Schedule shall include full compensation for furnishing all labor, materia
including, but not limited to, the computer hardware and software, tool
equipment, and incidentals; and for doing all work involved in attendir
meetings, preparing, furnishing, updating, revising the tabular, bar and flc
chart Construction Schedules and narrative reports required by the:
special provisions and as directed by the Engineer. The Engineei
determination that each and any construction schedule proposed by tt
Contractor complies with the requirements of these special provision sh
be precedent to each and any payment for the Construction Schedu
P\ayments for Construction Schedule will be made as per sections 6-l.f
0
0
thlrough 6-1.8.3.
6-1.8.1 Initial Payment, Two thousand, one hundred sixty dolk
($2,160.00) of the stipulated lump sum bid for the Construction Schedi
will be made when the Engineer has accepted a Construction Schedule
this project.
6-1.8.2 Monthly Updated Construction Schedule Payments, Mont
Updated Construction Schedule Payments of two hundred doll;
($200.00) will be made subsequent to the initial payment for 1
Construction Schedule for each monthly Construction Schedule, updai
as required herein, that the Engineer has accepted as sufficient within * .,
7
month that the monthly progress payment pertains. No payment shall be
made, nor shall any payment accrue, for any monthly updated construction
schedule that is not marked “Accepted” by the Engineer on or before the
twentieth working day of the month such monthly updated construction
schedule is due per section 6-1.3 Preparation of Schedule Updates anc
Revisions. The sum of the amounts paid for the Construction Schedulc
during the initial and subsequent payment periods, or extensions to thf
contract, shall not exceed the stipulated lump sum price for thc
Construction Schedule.
6-’1.8.3 Concluding Payment, A Final Payment of one thousand, fou
hundred forty dollars ($1,440.00) for the Construction Schedule will br
made when both one hundred percent of the contract work is complete(
and the Engineer has accepted a final construction schedule updatt
prepared and submitted by the Contractor as required herein that show
the actual beginning and ending dates and all other data that is required fc
baseline and update schedules for each activity shown on the baselin
construction schedule and updates thereto that the Engineer accepted fc
this project.
6-’l .l Measurement and Payment of Construction Schedule. Tt
Contractor’s preparation, revision and maintenance of the Constructic
Schedule are incidental to the work and no separate payment will be mac
0
0 therefor.
ITEM 4. Add the following:
MAERKLE RESERVOlR PRE-BID MEETING
AUGUST 23,1996
RESPONSES AND CLARIFICATIONS TO BIDDERS’ QUESTIONS
1. Regarding Detail 1 on Sheet C-3, a sleeve may be provided for the chain 11
fence polsts when placing the concrete ring wall and chain link fence support. TI
will allow installation of the chain-link fence posts at a later date.
In reference to Storm Drain Line B on Sheet C-4, the concrete cradle shall exte
from the headwall to the second angle point located at N 360,003.04,
691,129.69.
In reference to Detail 5 on Sheet C-8, the mortar channel lining shall extend frl
the overflow structure to the energy dissipater (see Sheet C-1).
In reference to Detail 1 on Sheet C-6, the air and vacuum valve assemblies ar
inches in size. (Detail 3 on Sheet C-8 incorrectly shows them as 1 inch).
2.
3.
4. 0
8
5.
6.
7.
8.
In references to Profiles A and B on Sheet C-6, the asphalt liner is placed over the
cement slurry. This is shown on Detail 6 on Sheet C-7.
In reference to Detail 1 on Sheet C-7 and Section 4 on Sheet S-2, “duckbill” type
flap gates are to be used.
In refererice to Detail 3 on Sheet C-IO, field heat seams on the floating cover ma\
be 2 inches in width, scrim over scrim.
In reference to Specifications Sections 14000 1.3 B (page 14000-2) and 14011
1.7 A (page 1401 0-6, the warranty for the floating cover is a 20 year pro-ratel
warranty)l.
In reference to Specifications Sections 14000 3.5 A (page 14000-13) and 1401
3.4 A 7d. (page 1401 0-22) field tensiometers are the specified method for testin
the strength of the floating cover field seams.
10. Record drawings for the construction of Squires Dam are available for review r
the District’s office.
11. The locations of the seismic traverses described in the geotechnical report ai
shown on the attached drawing.
12. In referelice to Specifications Section 14010, page 15, paragraph 3, the intent 1
the requirement for the geotextile strip is to require the contractor to protect tt
floating cover from abrasion during installation. The Contractor may subrr
alternate methods of protection of the floating cover to the Engineer for approval. o ~ 13. The contractor has the option to use one of two specified materials for the cove
Contractor shall indicate the type of material to be used on page 10 of tl
specifications “EQUIPMENT/MATERIAL SOURCE INFORMATION”.
14. Reference is made to Section 14000 Part 3.8 of the Specifications. Delete the fii
sentence in the second paragraph beginning with the words “The District sh
provide the ventilation.. . . . . ;” Add the following: The Contractor shall provide tl
ventilation equipment and electrical power.
15. The 60-foot wide access road described in Section 101 0 Part 1 .I b will be modifi
by the property owner with the construction of a block wall on the north si
parallel with the easement.
addition, contractor shall protect the existing manways and appurtenances local
on the access road.
16. A no fee blasting permit is required to be obtained from the City of Carlsbac
blasting is to be performed on this project. Contact the City Engineer’s Off
located (at 2075 Las Palmas Drive in Carlsbad, California.
17. In reference to Detail 5 on Sheet C-7 remove the “delete”.
18. The surveying work will be performed by the District as follows:
Reference is made to Section 2-9 SURVEYING on page 49 of the specification!
0
9.
This new block wall shall be protected in place.
0
9
r
0
MAERKLE RESERVOIR COVER AND LINES
SURVEYS
DISTRICT PROVIDED SERVICES
1. ROUGH GRADE SLOPE STAKES FOR PERIMETER ROAD ANC
PERIMETER DITCH AT 50 FOOT INTERVALSl B.C.’S, E.C.’S AND GRADE
BREAKS.
ROlJGH GRADE SLOPE STAKES FOR ACCESS ROAD, RING WALL ANC
DITCHES A, B AND C AT 50 FOOT INTERVALS , B.C.’S, E.C.’S AN[
GRADE BREAKS.
ROlJGH GRADE SLOPE STAKES ALONG PERIMETER OF RESERVOlf
FOF! GRADING OF RESERVOIR AT 50 FOOT INTERVALS B.C.’S ANI
E.C.’S.
4. STA.KE STORM DRAIN (DOWNSTREAM OF DAM). STAKING SHALL BI
AT 25 FOOT INTERVALSl GRADE BREAKS, CLEANOUTS, INLET ANI
OUTLET STRUCTURES.
5. FLAG OUT AREAS OF COASTAL SAGE PROTECTION LIMITS ANI
OTHER AREAS DEEMED ENVIRONMENTALLY SENSITIVE. STAKING T
BE AT 250 FOOT INTERVALS.
VEFllFY SLOPE FINISH GRADE PRIOR TO PAVING. VERIFICATION T
CONSIST OF ONE FINISH GRADE STAKE AND/OR BLUE TOP AT TO
AND ONE AT TOE OF SLOPE IN INTERIOR OF RESERVOII
INTERMEDIATE POINTS ALONG SLOPE WILL BE VERIFIED
REQUESTED BY INSPECTOR. BLUE TOPS TO BE SET AT 50 FOC
INTERVALS, GRADE BREAKS AND CHANGES OF ALIGNMENT.
7. STAKE FINISH GRADE RING WALL, ACCESS ROAD AND DlTC
STAKES TO BE PLACED AT 25 FOOT INTERVALS.
8. STAKE FINISH GRADE PERIMETER ROAD AND DITCH. STAKES TO E
PLACED AT 50 FOOT AND 25 FOOT INTERVALS AS REQUIRED E
TERRAIN AND GRADE.
9. STAKE AND GRADE 6” STEEL WATER MAIN, STAKES TO BE PLACED 1
50 FOOT INTERVALS, GRADE BREAKS AND CHANGE OF ALINGNMEN-
10. STAKE LOCATION AND GRADE OF WASHDOWN HYDRANTS, VAUL1
INLET AND OUTLET STRUCTURES AND PIPING.
2.
3.
0
6. STAKE FINISH GRADE CONTOURS IN BOTTOM OF RESERVOIR AN
e
10
11. STAKE LOCATION OF INFLATION HATCHES AT PLAN COORDINATE
LO C,AT IO N .
12. THE DISTRICT WILL PROVIDE ONE (1) SET OF OFFSET STAKES FOF
LINE: AND GRADE AS DESCRIBED ABOVE. OFFSET TO BE
DETERMINED AT A LATER DATE.
0
CONTRACTOR PROVIDED SERVICES
THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING SAID SURVE'
STAKES AND WILL BE BACKCHARGED FOR ANY RESTAKING.
THE CONTR4CTOR SHALL BE RESPONSIBLE FOR TRANSFER OF LINE ANI
GRADE FROM SAID SURVEY STAKES INCLUDING BUT NOT LIMITED Tc
CONSTRUCTION OF SLOPE WITHIN INTERIOR OF RESERVOIR.
ALL SURVEY REQUESTS SHALL BE SUBMITTED TO AND AUTHORIZED BY TH
DISTRICT.
END OF ADDENDUM NO. 2
0
0
11
-
C81&7. Ned corp.
Sincc 1967
Sprcial,iit.s In Gcamonhrane Contdnment 0
\
\ C. W. NEAL COWR.T%CN
Floatirig Covers Partial Job List
___.
Customtr Name Telephone D~~ptiOIl
AddKVS Contract Amount Contact.Person
Otay Watw District 619f67 0-2242 36,000,000 Gal
10595 ,Jma&i Blpd.4 S 2,523,000.00 Revoc* Cover 45 Mil
Spring Valley, CtP 92074 SO Mif H.D.P.E. Liner
James Peasley, P.E. '; 233,000 Sq, Ft.
'3 City of CNuicofhe 6141773-2191 3.8 M.G. Rev.
35 South hint St. $206,842.00 Rehab, 45MM
Chillicothe, QH Hppdon Liner
130,W Sq. Ft. Mr. Km& Dl. Dum, R.E.
Valley Center MWD 6 19 1749 -1608 cool Vdilley Res.
29300 Vdky Center Rd. 5 555.,134.80 50 Million Gttls
Valley Center, CA 92082 45 mil Bypaion Mr. Airmond Mieau Burke cover
Pro@ t Malager 350,000 Sq. I't
Kev& Wgdtion District 916j273-6185 Banner Reservoirs 10876 Rough R! Ready Hwy
Grass '\alley, C A 95945 Mr. Tim McCail, f.G,
Senior CivlI Eqgineer
0
s 6a3,~5.00 36 Mil Linen X:
45 Mil HypdiDn
Burke Coven
508,QQO Sq. El.
* Calum!bia Gssystems 453/27 3-5152 3 each Specialized
Wer Word Site S 652,045 .00 WDPE Revoc@ I415 28th Street MWc#lly Tefisiond
Calgary, Mlberta T2A 2P6 Mr. Nid McLead 330,ow sq, F't,
Fl'iostiq Covers 60 mil VLDFE
* Otag Plater District 619/6780-2242 15,000,OQO Gat 1:
105% ,Jamacha BI9d. 51,533,363.00 RwoP Cover 60 mil Spring \alley, C:a 92078
Mr. James lpeaslley, P.E.
Ogden City Public Works Dept. 801/621?-8980 Reservoir ifc 3
23rd Sit. Reservoir $1,Q53,332.00 45 Mil Poiypropylene 2454 Vcia&.ingtoin Blvd #211
@den!, Utah 84401 Lym GoottfredSoa P.2,
$0 mi1 Cow ,Sed Liner
151,6OcD sq. P't.
LinPrlCover Kevoc System
304,000 Sq. I%. Cover
304,000 Sq. R, Liner e
VOLl fiIOWG~WJOB EFmXCESIJOB RF-0 1
8625 Argent StreCt Saone, CA 92071-2556 Telephone 619j562*1200 Fax 619/562*1150 Coni. Lit. Class A W0931
623 +1:rU ci P.c;.,:ltd Parlc-
- _._ ."1 A*"*, r . I' 1 .\C.%L C[JRP.
*-
C. W. NEAL COI-WOMTXBN
floating Covers :Partial Job List 0
-1
Customer Nme Telephone Description
Address Contract Amount Contact ICmn
CSty of ChWis 206/6641-5733 Ciiy of Chehalis Reservoir
P/O arox 871 $288,305.00 Reservoir Coverniner Chghaliis, Washlington 98532
John B;wm, Rroject Mgr. Combination of &vo@ Meshanid
Tensioned and, Defined Sump Cover System
62,100 Sy, Ft. 60 Mil Tan Hypalon C
62,100 Sq. Ft. 45 Mil Slack Hypalon
Mekerot Water Co. LTD 01 1-972-3-208-788 Pedaya-B Reservoir
41201 "el-Aviv, WE 20128
Ismel 193,000 Sq. Ft. Aharon Ran, St~wctures Engr.
9 Lincoln Skeet $ 457,075.m Install cover system
60 MI1 Tan Pokypcopylene
Ogden City Public Works Dapt. 801/629-8980 23rd St. Reservoir #1
2454 Washingtoit Blvd, a11 $484,2&4.00 New CoverLiner Qgden, Utah $4401 45 hail Polyprc,pyIene 0 LY~ Gottfrehm P.E. 148,000 Sq. Ft . Ltner,White/Black
148,oM) Sq. Ft. Cover TadWhite
Ogden CiQ hblic Works Dept. 801/629-8980 Resmoir # 2
Ogden, Utah 84401
Lynn Gottfredsan B. E,
2484 Waslitidgtorli EIvd, $211 9 28Z,7'03.00 45 Mi1 Polypropylene !
LineriCover Revoc System
221,856 Sq. Ft. Cover
221,856 Sq. Ft. Liner
Los Alamos Nati~~d Lab 505/667-3635 Mllagro Xfiflzthbie FIt Cover
Bushes!; Opmtion S~~~tstems $281,392.00 so Mil PI? - 39,575 SF 1
ltos Alarnos, NM S754$
Mr. Todd Haiines, P-23 M/S P274
1%. Linda Mer, M/S H846
Po Box 16630 45 Mil PP - 96,5$1 SF
TOTAL SWABS FOOT: 2,820,712
*indicates hazardms waste, radioactive, sewage or US JLlltly Corp of Engineers projects.
1 e
g:home:gc?neral:j~b.,~f:~o~~8~ 20f2
11 96 10;54 'a619 562 1150 C,W,NEAL CORP.f$ll 004/00
DAiE ~
CFl"PS Elastomer cs 0 P.''w :-;h I'"arufactvad.sold as first quality und
!.·'),o~und/o'con!rc':(1)'0..,8 froo 01 3-r dfi!5c;1s 'n mater als af'1dJor workmanship,0 d !s 0'ace plan ,0 for a par'od of ~t~_Y ar undor the normal
et red 'n ary c tema w a hor wh:ch r'l'ay bel e"countored and which is not
I cas'~lty O'cataslr ~phe sue as (but not limited to)earthquake,flood,piercing
n .,.ner thing:>,the OXPC'l JOE)of tl,o ;·..•ar to !'armful c,",eiTlicals,mechanicl'll fbuseaors~resses fro ,I any sou'ca.
JPS CLASTOMtmC$CO P.
JPS ELASTOMERICS CORP.
CM/ninment Membrana DivIsion
395 preasant Street
QT'hamr~'on.to.Oi060
(413'586·8750
PYLE,'.:.1EM RJ\NE W'RRANTY FOR PO W/PIT liNERS AND COVERS
f ho ;,OVO we a ty occur,JP:i '-!as!orrerics C rp.will supply repair or
.,'e e 'r.s".~m r no :3 '0 .a Q e cu~toml1r only ror that portiDn o!t"o
~a S neo e pwchased I e ate,'a'.To 9r-ab a PS Elastomerics Corp.'s
o d de 'e •a""d t'-ake approp,'ate staps to aHact time'y corredj'Je rneasuros
reac'l of rranty '1'\!..lstbo Made and presMled 10 JPS Elastomorics Corp.
g'l t:)the atte,ron 0 rep'S ntative of tre owne"or all warrant'as will be
r ~C p',or is i ,sla!!od ~y ol'lor th n -~tlr a contractor undor supervision and/or
I,roil/"or lh.s w3~rar:ty nor any o~hor warranty shall bG in oftoct or ertiorcGab!e.
t I rr",nl ':;a~~9i,cn fer i Ic.~,dLJallnslalJalion:.and 10becomE!atfactivo JPS Elastom6~i~Corp.must have a certificate of [f1stalla~ion
"Ia n,d to .:1s!i:ll\ad.sups,/ilior 01 insta!lulion,locatio ,and identification coda of JPS Elas:omorlcs Corp.'s product,
',orr~nt )S l\uroj"nr1 glIJOiI ir,liot!or a:1o!har possiblo warr<\'ltlOs,o):prElss.iMplied,statutory or otherwise,and by accopting doEvGry
o!tho fT'::'.O,)':>,Ir.e f'",r-h::-s r vos£ly waivos i:lH olhof such possfblo warrantios oxcopt thosa specifically givan heroin and purchaser
ackr.'.'lIe cs h robi th tho ••••:wanl.os Givan horoin aro accllpled proferenco 10 any all such other possiblo warranties.
This warranty IS limited 10 instu!lalions for commarcial and/or industria!uses only and does not apply to consumer uses as deiinod by Ihe
Magnuson-Moss Warranty Act or any similar Stato consumer warranty staMa,The parties expressly agree that the sale her(lundar is
for commorcial or industria!use only.
Containment Membrano Division
JPS Elaslomerics Corp.
Tille
(PhllDsa cut olf and roturn IOWor portion to JPS E!e:~tomorlcs Corp.,395 PIOPSllnt St.,Northampton,MA 01060
w ~rr{-No.
ThlsJPS ELASTOMEAICS CORP.LIMITED WAARPJ.JlY
FOR POLYPROPYLENE LININGS AND COVERS is
accopted by the below sIgned Purchasor·Usor:
STEVENS ELASTOMERICS
JP5 Elastomarlcs Corp.
Containment Membrana Division
3g!5 Pleasant Stroot
Northamp!on,MA 01060 .
(413}S86·8750 '
(Signatute,PurchasElr,US(lr)
(Name-Please Print)
(Address)
Ad001S38
(City,Stata,Zip Code)
.~
II E
11
I
I1
II
11
I
II
11 0
11 m
IB
II
I1
IR
I1 I.
1
CARLSBAD MUNICIPAL WATER DISTRICT
CONTRACT NO,
CONTRACT0 R'S PROPOSAL
f
Board of Directors
Carlsbad Municipal Water District
5950 El Camino Real
Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work
read the Notice Inviting Bids, examined the Plans and Specifications, and hereb
proposes to furnish all labor, materials, equipment, transportation, and service
required to do all the work to complete Contract No. 3388 in accordance with thc
Plans and Specifications of the Carlsbad Municipal Water District, and the Speck
Provisions and that he/she will take in full payment therefor the following unit prices fc
each item complete, to wit:
MAERKLE RESERVOIR - COVER AND LINER
CMWD PROJECT NO. 90-109 - CONTRACT 3488
Approximate
Item Quantity Unit -- No. Description and unit Price Total
1. The work consists of furnishing all labor, material, tools, equipment and incidenta
necessary for the construction, complete in place of a cover and liner on tt-
District's Pdaerkle Reservoir complete with all other appurtenant work as specifie
and shown.
For the lump sum price of $
(Price in Figures?
1 /29/9
II E
Approxi mate
II
11
11 *
I1
I1
II
II
11.
I1
0
ID
II
II
Item Quantity Unit -- No. Description and unit Price Total I?
Total amount of bid in words:
Total amount of bid in numbers: $
Price(s) given above are firm for 90 days after date of bid opening. Prices quoted i the Proposal shall include all taxes, including sales and use taxes.
Addendum(a)l No(s). I f2
this proposal.
The Undersigned has checked carefully all of the above figures and understands th:
the District will not be responsible for any error or omission on the part of th
Undersigned in preparing this bid.
The Undersigined agrees that in case of default in executing the required Contract wit
necessary bonds and insurance policies within twenty (20) days from the date c
award of Contract by the Board of Directors of the Carlsbad Municipal Water Distric
hadhave been received and islare included i
11
'I
q*d
LY /i"Mc55cla 1/29/!
IE
He4 ID - =
II 7
11
It
It
II
II
II
II
I10
It
II
II
II
1
4 ... 1 ...
P
I ’I
the District may administratively authorize award of the contract to the second or thin
lowest bidder and the bid security of the lowest bidder may be forfeited.
The Undersigned bidder declares, under penalty of perjury, that the undersigned ic
licensed to do business or act in the capacity of a contractor within the State o
California, validly licensed under license number 67 3645 , classification a
which expires on F’EBNJARY 28, 1937 , and that this statement i!
true and correct and has the legal effect of an affidavit.
A bid submitted to the District by a Contractor who is not licensed as a contract0
pursuant to the Business and Professions Code shall be considered nonresponsivt
and shall be rejected by the District. § 7028.15(e). In all contracts where feders
funds are involved, no bid submitted shall be invalidated by the failure of the bidder tc
be licensed in accordance with California law. However, at the time the contract i
awarded, the contractor shall be properly licensed. Public Contract Code § 201 04.
The Undersigned bidder hereby represents as follows:
Ili
1. That no Board of Directors member, officer agent, or employee of the Carlsbac
Municiipal Water District is personally interested, directly or indirectly, in thi
Contract, or the compensation to be paid hereunder; that no representatior
oral or in writing, of the Board of Directors, its officers, agents, or employee
has inducted him/her to enter into this Contract, excepting only those containec
in this form of Contract and the papers made a part hereof by its terms; and
2. That this bid is made without connection with any person, firm, or corporatioi
making a bid for the same work, and is in all respects fair and without collusioi
or fraud.
Accompanying this proposal is A RID Kji\m
(Cash, Certified Check, Bond or Cashier’s Check
for ten percent (1 0%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the Labor Code whic
requires every employer to be insured against liability for workers’ compensation or t
undertake self-insurance in accordance with the provisions of that code, and agrees t
comply with $such provisions before commencing the performance of the work of thi
Contract and continue to comply until the contract is complete.
...
I
11291
E
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1
Article 2, relative to the general prevailing rate of wages for each craft or type c
worker needed to execute the Contract and agrees to comply with its provisions. e
IF A SOLE O’WNER OR SOLE CONTRACTOR SIGN HERE:
Name under which business is conducted
Signature (given and surname) of proprietor
(1 )
(2)
(3) Place of Business
(Street and Number
City and State
Zip Code Telephone No
IF A PARTNE.RSHIP. SIGN HERE:
(1)
(2)
Narne under which business is conducted
Siglnature (given and surname and character of partner) (Note: Signature
must be made by a general partner) a
-
(3) Place of Business
(Street and Number)
City and State
(4) Zip Code Telephone No.
e
112919
s II
II IF A CORPORATION, SIGN HERE:
(1 ) Naime under which business is conducted
JW cT>TW??A~'IiYG COP,POP?TION I? "
I1
ll
II
I1
11.
I1
II
II
II
ll
II
ID
il
Title PPTtXDENT
I1 Impress Corporate Seal he
(3) incorporated under the laws of the State of CAI;1mpJT1A --
(4) Place of Business 1785 ~~soT'l .- Am,
(Street and Number)
City and State cyRoNA cA ' __ _. II (5) Zip 91719
Telephone No. 909 278-1500
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUS'
BE ATTACHIED
List below names of president, vice president, secretary and assistant secretary, if
corporation; if a partnership, list names of all general partners, and managin
partners:
PAT WATSIi PrnSID'ENT
JIM PIEXANTS VIm PrnSIDENT
VIRGINIA CJAISH smmy
11291
IB a
CKLtFOkNIA All,-PURPOSE ACKNOWLEDGMENT
St at e of ~~-JIFO~~A
CINDY BANTA - NOTARY PUBLIC before me, on Smm IO, 1996
DATE NAME, TITLE OF OFFICER - E.G , "JANE DOE. NOTARY PUB-IC'
p e rs o n al I y a p p'ea red PAT WALSII
NAME(S) OF SIGNER(S) n personally known to me - OR - proved to me on the basis of satisfactor! evide
to be the person(s) whose name(s) is/
subscribed to the within instrument and
knowledged to me thai he/she/they execu
the same in his/her/their authori;
capacity(ies), and that by hislheritt
signature(s) on the instrument the person
or the entity upon behalf of which
person(s) acted, executed the instrumc
WiTNESS my hand and official seal.
&NATURE OF NOTARY
Though the data below is not required by law, it may prove valuable to persons relying on the document and could pri
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMEI
[7 CORPORATE C'FFICER
TITLE OR TYPE OF DOCUMENT TITLE(Sj
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON@) OR ENflTY(1ESj
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION - 8236 Rernrnet Ave., P.O. Box 7184 * Canoga Park, CA
ll 10
II
II
II
II
II
11
II 0
I1
I1
I1
1
ID
I 'I
I 'I
B
EQUIPMENTIMATERIAL SOURCE INFORMATION I? (TO ACCOMPANY PROPOSAL)
The Bidder shall indicate opposite each item of equipment or material listed below, tht
name of the one supplier and manufacturer of each item of equipment or materie
proposed to be furnished under the bid. Awarding of a contract under this bid will nc
imply approval by District of the manufacturers listed by the Bidder:
EquipmentlMaterial II 1. Polypropylene or Hypalon
I
2. L LdJ )&c\ i:
( Man ufact u fer)
3.
(Manufacturer)
1 /29/!
I I.
II 11
II
II
II -
II
II
II
II
II
II
II
II
II
ID
ID
ID
ID -
BID SECURITY FORM
(Check to Accompany Bid)
(NOTE: The following form shall be used if check accompanies bid.)
I?
Accompanying this proposal is a *Certified *Cashiers check payable to the orde
of CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of
dollars (a- >.
this amount being ten percent (10%) of the total amount of the bid. The proceeds c
this check shall become the property of the District provided this proposal shall bc
accepted by the District through action of its legally constituted contracting authoritie
and the undlersigned shall fail to execute a contract and furnish the require1
Performance, Warranty and Payment Bonds and proof of insurance coverage withii
the stipulated time; otherwise, the check shall be returned to the undersigned. Thl
proceeds of this check shall also become the property of the District if thl
undersigned shall withdraw his bid within the period of fifteen (1 5) days after the datl
set for the opening thereof, unless otherwise required by law, and notwithstanding thl
award of the contract to another bidder.
11 0
BIDDER
*Delete the inaplplicable word.
(Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shz
be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.' @
1 /291'
II 1;
II BIDDERS BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, J.W. CONTRACTING CORP. , as Principal, and RELIANCE INSURANCE COMPOM
li'
Surety are held and firmly bound unto the Carlsbad Municipal Water District Carlsbac
California, in an amount as follows: (must be at least ten percent (10%) of the bi
amountrENERCENT OF AMOUNT BID- for which payment, well and truly made, we bin
ourselves, our heirs, executors and administrators, successors or assigns, jointly an
severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the propos:
of the above-bounden Principal for:
I1
I1
II
II
II
II
II
II ....
I1
II
II
II
II ....
II
MAERKLE RESERVOIR - COVER AND LINER
CMWD PROJECT NO. 90-109
CONTRACT NO. 3388
in the City of Carlsbad, is accepted by the Carlsbad Municipal Water District, and if th
Principal shall duly enter into and execute a Contract including required bonds an
insurance policies within twenty (20) days from the date of award of Contract by thl
Carlsbad Municipal Water District of the City of Carlsbad, being duly notified of saic
award, then this obligation shall become null and void; otherwise, it shall be ani
remain in full force and effect, and the amount specified herein shall be forfeited to thc
said District.
11 0
....
....
....
....
....
....
1 /29/!
11.
II ' 13
I1 In the event Principal executed this bond as an individual, it is agreed that the death c
Principal shall not exonerate the Surety from its obligations under this bond.
Executed by SURETY this 5TH
Executed by PRINCIPAL this 1 OnT day of SEPTEMBER ,I9 96 .
II
II
II
II
I
day of s~~rnvrnrn~ , 1996 .
SURETY:
PRl NC IPAL:
RELIANCE INSURANCE COMPANY
(name of Surety) J . W. CONTRACT1 NG CORP.
505 N. BRAND BLVD., 4770, GLENDALE
(address of Surety)
(909) 941-6699
(telephone number of Surety)
PFt?ISIDW I .@mi$ifmmG;w-- BY
.- / k2h&i JAY P. FREEMAN
(printed name of Attorney-in-Fact)
VIRGINIA b71\Jty;S€I
(Attach corporate resolution showin
sF:m&T'ARY current power of attorney.)
(title and organization of signatory) IB
1
iB
!D
D
(Proper notarial acknowledge of execution by PRINCIPAL and SURETY must b
attached.)
(President oir vice-president and secretary or assistant secretary must sign fc
corporations. If only one officer signs, the corporation must attach a resolutio
certified by the secretary or assistant secretary under corporate seal empowering thz
officer lo bincl the corporation.)
APPROVED ,AS TO FORM:
RONALD R. I3ALL 1 General Counsel
B By:*g<z'
11291
in*
9
CALEiFBRNEA ALLPURPOSE ACKNOWLEDGMENT
State of CNLIFOWIA _____-
On SEPTEPffER 10, 1996 before me, CINDY RANTA - bJGTAXY PUBLIC
3ATE NAME TITLE OF OFFICER E G "JANE DOE NOTARY PUBLIC
personally appeared PAT WALSII ANTI VIRGINIA WALSfI
NAME(S) OF SIGNER(S)
D personally known to me - OR - 0 proved to me on the basis of satisfactory evide
to be the person(s) whose name(s) is/
subscribed to the within instrument and
knowledged to me that he/she/they execu
the same in his/her/their authoriz
capacity(ies), and that by his/her/th
signature(s) on the instrument the person
or the entity upon behalf of which 1
person(s) acted, executed the instrume
WITNESS my hand and official seal.
SIGNATURE OF NOTARY
Though the data below IS not required by law, it may prove valuable to persons relying on the document and could prc
fraudulent reattachment of this form
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED mumr
PP?SIDrniT mJD %-my --____
TITLE OR TYPE OF DOCUMENT TITLE(S)
0 GENERAL
ATTORNEY-IN-FACT NUMBER OF PAGES
0 GUARDIAN/COP.ISERVATOR
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave , P 0 Box 71 84 Canoga Park CA
ALL PURPOSE ACKNOWLEDGEMENT
S.S.
STATE OF CALIIFORNIA 1 1
On ~/s-S/ before me,
FRANCES LEF~RY PUBLIC
0 COUNTY OF San Bernardino 1
f personally appeared DI RK T. DEGIWW, ATTORNEY-IN-FACT r xx personally known to me; or proved to me on the basis of satisfactory evidence to b
person(4) whose name(=) is/- subscribed to the within instrumen acknowledged to me that (he/-) executed the sam his/kq&ke+r authorized capacity( w, and that the entity behalf of which the person(+ acted, executed the instrument.
WITNESS my hand and official seal.
( SEXI 1
9~~gr99nSBF~a~X~bXQS~~~~~~~~~, x &a *g 2&%vi- Le& +
S-ignature of Notary kublic *************************************************************
CaPacrTy CLB~D BY srGNw:
Though statute does not require the notary to fill in the data b doing so may prove invaluable to persons relying on the document.
- Individual ( s ) 0
Corporate Officer(s) and Tit Les and Partner ( s ) Limited General
A? torney-in-Fact
Trustee ( s )
Guardian/Conservator - Other: -
Signer is representing:
+ff~fff*f*tfkff*tfff*******************f***~***********f*f*
ATTENTION NOTARY: Although the information requested belo1
optional, it could prevent fraudulent attachment of this certif to unauthorized document.
Title of ty-pe of document:
Number of pages:
Signer (s) other than named above:
THIS CERTZFI(3TE MUST BE AmA-D To TBE - DESCRIBED Bw)vE
Date of document:
;. -/1-
ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA -1) POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the 5 aware, and that RELIANCE INSLIRANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized unc of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the State of Wisconsin (herein collectively called “the Companies“) and that the Companies by virtue of signature and seals do ht constitute and appoint Dirk T. DeGraw, of Ontario, California their true and lawful Attorney(s)-in-Fact, to make, execute, seal and de on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as full same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive 01 Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fa( pursuance hereof.
RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPi provisions are now in full force and effect, reading as follows:
I
This Power of Attorney is granted under and by the authority of Article VI1 of the By-Laws of RELIANCE SURETY
I1 14
GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR &
AMOUNT OF SUBCONTRACTORS BID" AND "DESIGNATION OF OWNER
OPEFWTORS 4% AMOUNT OF OWNER OPERATOR WORK'' FORMS
I1
I1
II
JI
II
I1
It
11
It
II
ll)
IO
It
I
B
REFERENCES Prior to preparation of the following Subcontractor and Owne
Operator disclosure forms Bidders are urged to review tht
definitions in Section 1-2 SSPWC especially, "Bid," "Bidder,
"Con tract, I' "Contractor, I' "Contract Price, I' "Contract Unit Price,
"Engineer," "Subcontractor" and "Work" and the definitions ii
Section 1-2 of the Special Provisions especially "Owt
Organization" and "Owner Operator/Lessee." Bidders are furthe
urged to review the following sections of the Special Provisions 2
3.1 "General," 2-3.3 "Subcontractor Items of Work," 2-3.4 "Owne
Operators" and 2-3.5 "Penalties and Remedies."
Bidders are cautioned that failure to provide complete and correc
information may result in rejection of the bid as non-responsive
Bids that propose performance of more than 50 percent of thc
work by other than the Contractor's own organization will bc
rejected as non-responsive.
I? "
CAU TI0 N S
INSTRUCTIONS Bidders shall use separate disclosure forms for eacl
Subcontractor or Owner Operator (O+O)/Lease of manpower am
equipment that is proposed to be used to complete the Work.
All items of information must be completely filled out.
Where the bid item will be installed by more than on(
Subcontractor or Owner Operator/Lessee the percentage of thc
bid item installed by the Subcontractor or Owner OperatodLessec
being listed in the line of the form must be entered under thc
column "O/O of Item by Sub" or "O/O of Item by O+O" as applicable
If a Subcontractor or Owner Operator/Lessee installs or construct
any portion of a bid item the entire amount of the Contract Un
Price shall be multiplied by the Quantity of the bid item that thc
Subcontractor or Owner Operator/Lessee installed.
Suppliers of materials from sources outside the limits of work arl
not subcontractors. The value of materials and transport fc
materials from sources outside the limits of work, as shown on thl
plans, shall be assigned to the Contractor or to the Subcontractoi
as the case may be, installing them.
The item number from the "CONTRACTORS PROPOSAL'' (Bi
Sheets) shall be entered in the "Bid Item No." column.
!I 0
I
1 /29/!
!Bo
II If
II
111
II;
I1
II
I
ut
1 e
1
1
1
ID
\ I
11
1
'1
When a Subcontractor has a Carlsbad business license th
number must be entered on the form. If the Subcontractor doe
not have a valid business license enter "NONE" in the appropriat
space.
Bidders shall make any additional copies of the disclosure forrr
as may be necessary to provide the required information. Th
number of additional form pages shall be entered on the first fori
page of each type so duplicated.
Bidder may, at its option, combine bid items on a single row in th
chart on the disclosure forms. If using this option the Bidder mu:
indicate the bid item numbers to which the information in the ro\
pertains. This option may not be used where the subcontractor c
owner operator is constructing or installing less than 100 percer
of a bid item. The percentages and dollar amounts may be th
sums of the bid items listed in that row.
When the Bidder proposes using a subcontractor or own€
operator/lessee to construct or install less than 100 percent of
bid item the Bidder must attach an explanation sheet to th
designation of subcontractor or designation of own€
operator/lessee forms as applicable. The explanation sheet mu!
clearly apprise the Agency of the specific tasks, materials and/c
equipment that are proposed to be so supplied.
I?
1 /29/!
;I.
16 (#
DESIGNATDN OF SUB-CONTRACTORS AND AMOUNT OF SUB-CONTRACTOR
The Bidder IVUST complete each information field on this form for each subcontract
that it proposes to use. Additional copies of this form may be attached if required. Tt
form must be submitted as a part of the Bidder's sealed bid. Failure to provic
complete and correct information may result in rejection of the bid as non-responsive
The Bidder icertifies that it has used the sub-bid of the following listed subcontractc
in preparing this bid for the Work and that the listed subcontractors will be used
perform the portions of the Work 2s designated in the list in accordance w
applicable provisions of the specifications and Section 4100 et seq. of the Pub
Contracts Code- "Subletting and Subcontracting Fair Practices Act." The Bidc
further certifies that no additional subcontractor will be allowed to perform any porti
of the Work and that no changes in the subcontractors listed work will be made exce
upon the prior approval of the Agency.
Full Compariy Name:
C om p I et e Address :
e
clai NrnG
1150 I L,M6 bb f
Street . (dOwSRT [ &
City State Zi
Telephone Number plus Area Code:
%q 3j7 Ai Lei e
California State Contractors License No. & Classification:
Carlsbad Bcsiness License No.:
This project does X does not - have bid items designated as "SPECIALITY ITEM
Page - of - pages of this form 0
ITEM OF WORK LUMP SUM AMOUNT
BY SUBCClNTWCTOR OF SUBCONTRACTOR'S WORK
% OF TOTAL
CONTRACT
~- -___ LUMP SUM AMOUNT I
r d j1dLL ! +~5?siS"ci ,'
ITEM OF WORK
BY SUECONTRACTOR OF SUBCONTRACTOR'S WORK ! ;-i 1 I
'/o OF TOTAL
CONTRACT
J y;
16
DESIGNATION OF SUB-CONTRACTORS AND AMOUNT OF SUB-CONTRACTOF
The Bidder MUST complete each information field on this form for each subcontrac
that i! propctses to use. Additional copies of this form may be attached if required. T
form must be submitted as a part of the Bidder's sealed bid. Failure to prov
complete and correct information may result in rejection of the bid as non-responsivc
The Bidder certifies that it has used the sub-bid of the following listed subcontract
in preparing this bid for the Work and that the listed subcontractors will be used
perform the portions of the Work as designated in the list in accordance v
applicable provisions of the specifications and Section 4100 et seq. of the Pul
Contracts Code- "Subletting and Subcontracting Fair Practices Act." The Bid
further certifies that no additional subcontractor will be allowed to perform any port
of the Work and that no changes in !he subcontractors listed work will be made exc
0
upon the prior approval of the Agency. - fuIIILE --/-/dcoRPoa.m
17qso L.tSK%x& &e Full Company Name:
C om p I et e Add res s :
QZ Street RluLmiRr ( b
City State Z
Telephone Number plus Area Code:
California State Contractors License No. & Classification:
40Q- 351 - t3qs
//- 3S287 0
Csrlsbad Business License No.:
This project does - XX does not - have bid items designated as "SPECIALITY ITEN
pages of this form Page - of - e
ITEM OF WORK LUMP SUM AMOUNT
BY SUBCONTRACTOR OF SUBCONTRACTOR'S WORK
% OF TOTAL
CONTRACT
16
DESlGNATllON OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTORS BID
The Bidder MUST complete each information field on this form for each subcontracto
that it proposes to use. Additional copies of this form may be attached if required. Thii
form must be submitted as a part of the Bidder's sealed bid. Failure to providc
complete and correct information may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractor:
in preparing this bid for the Work and that the listed subcontractors will be used tc
perform the portions of the Work as designated in the list in accordance witt
applicable provisions of the specifications and Section 4100 et seq. of the Public
Contracts Colde- "Subletting and Subcontracting Fair Practices Act." The Bidde
further certifies that no additional subcontractor will be allowed to perform any portior
of the Work and that no changes in the subcontractors listed work will be made excep
upon the prior approval of the Agency.
Full Company Name:
Complete Address:
e
Street
City State Zip
@ Telephone Number plus Area Code:
California State Contractors License No. & Classification:
Carlsbad Business License No.:
This project dloes does not have bid items designated as "SPECIALITY ITEMS
Page of pages of this form a
112911
Bid Bid Price %of % of Bid Bid
Item of item item by Total item Price of
No. 0+0 Contract No. Item
11
11
I
I1
It
% of % of
Item by Total
0+0 Contract
II 18
BIDDERS STATEMENT OF FINANCIAL RESPONSIBILITY
(To Accompany Proposal) II
I!
I1
II
1
It
11
11.
ID
11
ID
ID
ID
!I
ID
I !I
Copies of the latest Annual Report, audited financial statements or Balance Sheet
may be submitted under separate cover marked “CONFIDENTIAL.JJ
I?
SEE ATI’ACFED
ino 1 /29/!
" WNP 1 WTI gL$il
c - 4
J.W. CONTRACTING CORPORATION
BALANCE SHEET 0 September 30, 1995
ASSETS
Estin
Value
(!Jxau
cost Comr
B2sis (Not€
Cash (Note 2) $ 38,822 $ 3 Accounts Receivable - Trade (Notes 1 & 3):
2,420,279 2,421
-- - CURRENT ASSETS, (NOTE 5):
Regular
Retentions 996,932 99( UnbilIed Work in :Progress (Notes 1 & 4)
Account Receivabke - Other
Account Receivable - Employee 3.080 0 Total Current Assets
1,452,63 1 1,45:
70,088 7(
4.981.832 4,98:
PROPERTY Alc'D EQUIPMENT, AT COST (NOTES 1,5,6 & 11):
1,3 1 I Machinery and Equipment 1,266,907
Transportation Equipment 381,741 301 2c Office Furniture and Equipment 85,874 1 , 734,522 1,632
Less: Accumulated Depreciation 935.648
Net Property and Equipment 798.874 1.632
36
Total Assets S 5.817,688 ____f___ $ 6.651
DEPOSITS 36.982
a
See Accompanying Notes to Financial Statements
and Accountant's Review Report
i
J.W. CONTRACTING CORPORATION
BALAX’CE SHEET
September 30, 1995
LIABILITIES AND STOCKHOLDERS EOUITY
-0
Esti
Valul
(Una
cost con
Basis (No CURRENT LIABILTTIES :
Note Payable - Bank (Note 5) $ 600,000 $ 6
Accounts Payable - Trade (Including Retentions
Project Receivables Billed in Advance (Notes 1 & 4)
Deferred Lncome Tax (Note 1)
Contracts Payable - Current Portion (Note 6) 107,983 1
of $398,025) (Note 7) 3,168,989 3,1
Accrued Payroll arid Related Expenses 146,924 1
4,97 1
23,234
0 Total Current Liabilities 4,052,lO 1 4,O
LONG-TERM DEBT:
Contracts Payable -. Net of Current Portion (Note 6) 196,683 1
Total Long-Term Debt 196,683 2
Deferred Income Tu (Note 11)
Total Liabilities 4,248,784 4.2
COMMITMENTS AND CONTINGENCIES (NOTE 9)
STOCKHOLDER’S EQUITY:
Common Stock (Note 8) 1,000
Retained Earnings 1,567,904 175 Revaluation Equity (Note 11) 8
Total StolAholder’s Equity 1,568,904 2.3
Total Liabilities and Stockholder’s Equity $817,688 S 6,6
See Accompanying Notes to Finanri2l %+pm-+-
f
J 0
I
i 1.
I
I
ID u
I
I
Date Name and Phone Amount
Completed of the Employer to Contract Work Contract
Contract Name and Address No. of Person Type of of
SEE A'ITACTIE3
- -
c
- - - - - v
- P : F" 'L e 0
c.
-
I
E
(1 c
F
E-
ci
212 z.0- V_TXCS 60 32 $2 20 zsgsg, ~2 ~2 -?e7 scz x-.
mmr
no0 -=z
x r, V)Zh ff><< ET gpg mP
FP7 bo'?
-a
??$ ;Eg :+> q2 ~ crF6r iTz $2 $2 <s $5 rG'c.0x5x: z:: "fg ;,&gg 2$ :,z %m?g$sZ:: 15% moKs z; 25; 'Z" u $5 $$ ;g$oIn5x E ;& ,ge" i?P$
z =k? 8~s;~ 02 3: rp &g%??:Lzm z: .2 p-g%?$<z: c
gr5 25%
0 *?E' ?15 pgp iF SI. E 2s va2m:a .@ 2 P z
@8;srg$ t z!j 4- 2$2 2:" 1z 2 p s 2 0, $9
kg: "0 =x s$$ p-1 5:. ;-6 ?% mx ;,; LC 1 X o 0 pd$L $: v._ m n
"f&$" 5; ;e xm < v, x
t z 0 -c W m. k i p, z.2 2
z
prv. :gs
P p p
i)
-zgc mm 2; @ a5rE - tn?
$2 w;
rn- v, nI <
>X5 zz pso ?i5 06s 2, 8 5' iiz
gi 5* o(ii ; g$ vr
5 o* :E 3 z
Y, 71
X
D
0 7 - X
D
wc r, m
P j :p $VI -
w>t
-IT 5z W "n
2 a0 5'
2 2 0, 2 4
z !?E 9 9 4 5 5:
I c
e 4.7
0
- VI -. c,
w m w
D
.# c nu 10 hl VI
Y a. uu--m.-
VI YO 0. c Orno..OYIYI
- u e c
-2
n - - n .. - ..-ne_-.. ... w z - -QIoIo-.co w .* rn N .a F YO a.
Y w - kV
0 0 0 0 8 ggggsgg rnC 8 S88 8 8
-c*
P -ul,no-u-
c,
+-* t'rn i3 E2Z s E
E w 0 .z
W. 0
0
- X L - m - r " v X 5 ep P K
;I vi* - n
3 0-0 Y - c 20 5 -8 a.
g ;$ m 5 <
9 F
%
6
D 2g -4 ?
'E
om
%$ 12 "2 ;
2 - - 0 0
m + m - - c
z 9
> v, F F E $ 2 5
li p i: 5
m W 9
nr i @
5: -_
VI m
", % VI-
D
3 n
3
vi C -
0
C
3 W - d i
X r
0
0 - ).
7 -
X <
2
0 0
v)
c m 7 71
0 cc 7 c 0
m < - m C C
0 F x ? W
0 I
6 P
L m r
c
Lo T $ 5
$ r: P'c 2, I zv TT C
< vi - x P 6 z ji
h
8
DW 11 Fr
e
7
i - W 5 2 $2 f g 6% ZN <
c) -.
4.
N VI ..
VI
- * - - - - - - - GZ 'C
E am
I
c - 00 -
m, a
b m * 'G
a
VI w -4
u cn
0. VI
- - N
w
v)
0
m A
Y e
e
w m D rn " L
N - N O. ww Or Nm YA uc 00 - 0
- - - I * I - - I I
VI
Ls
- - N VI - v 0 . - a 0 u
P ?
^^ YY
&.. VI* 3 -- --
?? g
2
e?
W
n c m 5 9 - 4
s
- m m P
). m v)
5
v,
v 0 p< 5 $ 5 ? ii g 9
F
P
m -
- Y m
m m w w I
31 f
2 ! E VI t: i *i
rr r n rn < 2
L- r ili g
g 5
a
rn
2 Y) f f 0
B j
-
(c
01
- (c
D
- Q
oi li
xpu l?Fg m?-G gq $5 q RSg ;;E $&
7W g.s$ mog "ZSC
v .? ggz ?.,< E:Gi pri f9: , x fn>5 a$ 0 ggz $$ 2 ". 3 ZQ
$P 2$ ; $? m so a$ ;: f
WZ ; K2 5 $2 ?v
mi-0 our
p r' x00 a
$ W'U P
my,
6% $1 " $ ::
0% f5
mE PX
.. 01
u
rn m
u
u)
Ln
... u "
a -. 1 0 2
In .I 0
ou v - g D E
" ; 2 8
e : 5 2 2, 2
2 P P 3 m r 9 9 m
0 yl
m
7
x - F 9
I: 2 L! - >
n 0
C
X 3 x rn $ 2 c s
e 1
e
<
m W XI
- - I w
2. .-. m Q m c 0 v
w v VI -4 (T m *
,..
I - - - g
0 *
. Y e 2 " -
0 .. m
D 2
r g s
(D F g f $E 8' $ 0
B
2
m
0
- gj 2 e ;I
t OL? =P 0
0 0
X H ?
$ $ i 3 5
m $ z ?
-2
c -. 0, Y 0.
a ID (L, c" 8 E ?
u 01 $ rn a 9 .e g 1 u Y
20
BIDDERS CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY,
EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’
COMPENSATION
(To Accompany Proposal)
e
e
0
112919
Bowsrmaster St Associates
insurance Agency, Inc.
310-923-9631 IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR
ALTER THE COVERAGE AFFORDED .BY THE POtIClES BELOW.
8 10631 Paramount Blvd. -
Dcrwney, CA 902.41-0100
COMPANIES AFFORDING COVERAGE
COMPANY A CNA Inswxmce Co.
SURED
J.W. Contracting Carp COMPANY
I I3
1785 Sampson Avenue
Corona CA, 91719 ! c COMPANY
,
1 COMPANY
THIS IS TO CERTIFY TfiT THE POLICIES OF INSURANCE USTED 8ELOW HAVE BEEN tSSUED TO THE INSURED NAM&D ABOVE FOR THE POLICY PERIOD
INCXATED. NOTWITHSTANDING ANY REQUIREMENT, TEAM CJR CONDlTlON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
ORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CERTlFlCAfE MAY BE ISSUED OF
EXCLUSIONS AND CONDITIONS~
IAY PERTAIN, THE INSURANCE AFF
;UCH POLICIES. UMITS SHOWN MAY CE HAVE BEEN REDll
+
POLICY EFFECTIVE DATE (MM/DD(YY)
10/01/95
iD BY PAID CLAIMS.
1 ‘OLICY EXPIRATION i DATE (MMIDDIYYI / LIMITS
I
1 o/o1 /96 I GENERAL AGGREGATI I8 2000000
[ PRODUG _ COMP!QP ACG I ? 10000#D
i PERSONAL 8 AD’/ INJURY !a 1 imD000
; EACH OCCURPSNCS ‘9 1000000
FIRE DAMAGE iAny ooe fir4 8 50000
MED EXP (Any one wsen) 0 5000
TYPE OF tN6URANCE
, -
A GENERAL LIARIL!TY
POLICY N’JMBER
Cl 10473216
x 1 COMMERCIAL GENERAL LIABILITY
CLAIMS MADE x OCCIJR El l-l OWNER’S & CONTRACTOR’5 PROT
A / AUTOMOBltE LIABILITY
1 x ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
x , HIRED AUTOS
1 NON-OWNED .AUTC)$
I I -
I
1 C/O1 I96 COMBINED SINGLE i.I~ll? S 1000000
lO/Oli95 Cl10473229
i 8ODU.V INJURY I (Par perscn,
I i BODILY INJURV j (Par mcidnnt) I a
!
I I I
PaOPERTY D4M4GE iq
-
A ZXCE$$ LIAGILITY Cl 1 C873232
WCC1 44290862 / 2/01/96
’ OTHER
Et EACH ACCIDENT 6 1000000
EL D&EASE * POLICY LIMIT S 1000000
EL DISEASE. EA EMPLOYEE 9 1 aaaaaa
tE$CRiFTICN OF OPE~TIONSILOCATIONS~V CLEBISP~C11L ITBMS
CERTIFICATE HOLDER IS WE% Y ADDED AS ADDITIONAL INSURED BUT ONLY AS
THEIR INTEREST MAY APPEAR IN: THE OPERATIONS OF THE INSURED
WATER DISTRICT
5950 Et CAMtNO REAL
SHOULD ANY OF THE ABOVE DESCRlBED POLICIES BE CANFELLED BEFORE THE
EXPIRATION DA-@ THEREOF, THE BSUING COMPANY WILL ENDE4VOR TO MAIL
30 DAYS WRllTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE I&T,
BUT FAtLURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLtOATlON OR LIABILITY
CARLSBAD, CA 92008 OF ANY] KINP NON p-15 COMPANY. ITS AG@TS OR REPRESENTATIVE&
B 2
I
I
R.
I
BIDDERS STATEMENT RE DEBARMENT
(To Accompany Proposal)
1. Have you or any of your subcontractors ever been debarred as an irresponsib
bidder by another jurisdiction in the State of California?
I*
x
Yes no
2. If yes, what was the name of the agency and what was the period of debarment?
E party debarred
1 agency
period of debarment 1
I.
I:
:I
:I
:I
1 'I
I 'I
m I
1 -
signature of bidder
PAT LJATSII
print name
I
1 /29/!
I,
:I 2:
'I
I
t
1
0
I
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
PUBLIC CONTRACT CODE SECTION 7106 'e
State of California 1
County Of R3VERSIDE 1
) ss.
PAT VWH * __ Y being first duly sworn, deposes
and says that he &W% is
of JW OON'I'RACTIDTG CCEWORATION
I (Name of Bidder)
PREXDENT
(Title)
(Name of Firm)
the party making the foregoing bid that the bid is not made in the interest of, or o
behalf of, any undisclosed person, partnership, company, association, organization, c
corporation; that the bid is genuine and not collusive or sham; that the bidder has nc
directly or indirectly induced or solicited any other bidder to put in a false or sham bic
and has not directly or indirectly colluded, conspired, connived, or agreed with ar
bidder or anyone else to put in a sham bid, or that anyone shall refrain from biddin!
that the bidder has not in any manner, directly or indirectly, sought by agreemen
communication, or conference with anyone to fix the bid price of the bidder or ar
other bidder, or to fix any overhead, profit, or cost element of the bid price, or e# that c
any other bidder, or to secure any advantage against the public body awarding th
contract of anyone interested in the proposed contract; that all statements contained ii
the bid are true; and, further, that the bidder has not, directly or indirectly, submittel
his or her bid price or any breakdown thereof, or the contents thereof, or divulge
information or data relative thereto, or paid, and will not pay, any fee to an
corporation, partnership, company association, organization, bid depository, or to an
member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true and correct and that thi
m a@
I
:I
:I
I affidavit was executed on the lm~ , day of m?-mm~ 19 96 .
NOTARY PUELtC CAtlFORNlA I
m
F 1 /29/<
I !I
2:
CONTRACT- PUBLlC WORKS a
, 19 sk , by at- This agreement is made this ulBd day of @-
between the Carlsbad Municipal Water District, Carlsbad, California, a municipl
corporation, (hereinafter called "District"),AND JW CONTRACTING CORPORATION
CORONA CA 91x9
District and Contractor agree as follows:
whose principal place of business is 1785 SAMPSON AVENUE
(hereinafter MI led "Contractor". )
1. Description of Work. Contractor shall perform all work specified in the Contra1
documents for:
MAERKLE RESERVOIR - COVER AND LINER
CMWD PROJECT NO. 90-109
CONTRACT NO. 3388
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor, material!
tools, equipment, and personnel to perform the work specified by the Contra(
Documents.
Contract Documents. The Contract Documents consist of this Contract, Notic
Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation c
Subcontractors, Bidder's Statements of Financial Responsibility, Technical Abilit
and Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Forrr
the Plans and Specifications, the Special Provisions, and all proper amendment
and changes made thereto in accordance with this Contract or the Plans anr
Specifications, and all bonds for the project; all of which are incorporated hereii
by this reference.
Contractor, herlhis subcontractors, and materials suppliers shall provide anc
install the work as indicated, specified, and implied by the Contract Documents
Any items of work not indicated or specified, but which are essential to thc
completion of the work, shall be provided at the Contractor's expense to fulfill thc
intent of said documents. In all instances through the life of the Contract, thc
District will be the interpreter of the intent of the Contract Documents, and thc
District's decision relative to said intent will be final and binding. Failure of thc
Contractor to apprise subcontractors and materials suppliers of this condition c
the Contract will not relieve responsibility of compliance.
@
3.
1/29/$
*
24
4.
.
Payment. For all compensation for Contractor's performance of work under thii
Contract, District shall make payment to the Contractor per Section 9-3 of thc
Standard Specifications for Public Works Construction (SSPWC) 1994 Edition
and the latest supplement, hereinafter designated "SSPWC", as issued by thi
Southern California Chapter of the American Public Works Association, and a:
amended by the Special Provisions section of this contract. The closure date fo
each morithly invoice will be the 30th of each month. Invoices from the Contract0
shall be submitted according to the required District format to the District assignec
project manager no later than the 5th day of each month. Payments will bc
delayed if invoices are received after the 5th of each month. The final retentioi
amount shall not be released until the expiration of thirty-five (35) days followin!
the recording of the Notice of Completion pursuant to California Civil Cod(
Section 31 84.
Public Ccrntract Code section 20104.50 requires a summary of its contents to bc
set forth in the terms of the contract. However
contractoir should refer to Public Contract Code section 20104.50 for a completc
statement of the law.
The District shall make progress payments within 30 days after receipt of ar
undisputed and properly submitted payment request from a contractor on i
construction contract. If payment is not made within 30 days after receipt of ar
undisputed and properly submitted payment request, then the District shall pa!
interest to the contractor equivalent to the legal rate set forth in subdivision (a) o
section 6135.010 of the Code of Civil Procedure.
Upon receipt of a payment request, the District shall, as soon as practicable afte
receipt, determine whether the payment request is a proper payment request. I
the District determines that the payment request is not proper, then the reques
shall be rleturned to the contractor as soon as practicable but not later than sevet
(7) days after receipt. The returned request shall be accompanied by a documen
setting foith in writing the reasons why the payment request was not proper.
If the District fails to return the denied request within the seven (7) day time limit
then the number of days available to the District to make payment withou
incurring interest shall be reduced by the number of days by which the Distric
exceeds the seven (7) day return requirement.
"Progress payment" includes all payments due contractors except that portion o
the final payment designated by the contract as "retention earnings".
A completed and executed release form in the form described in this contrac
(hereinafter "Release Form") shall be submitted prior to approval of each progres!
payment. The contractor shall list all disputed claims or potentially disputed claim!
1/29/s
Below is such a summary.
a
0
25
which arise during the pay period. The purpose of the Release Form is to brin
timely attention to areas of dispute or potential dispute between the contractor an
the District for the pay period. Failure of the contractor to submit a completed an
executed Release Form shall constitute the contractor's acknowledgment that n
disputes of any type have arisen that pay period or remain from previous pa
periods and the contractor waives all future rights in making claims for dispute
arising in those pay periods. All previous and new disputed claims or potentiall
disputed claims shall be listed on the Release Form until such time as th
disputed claims are resolved. The contractor shall not modify the Release Form i
any way.
5. lndepenclent Investiaation. Contractor has made an independent investigation (
the jobsite, the soil conditions at the jobsite, and all other conditions that migt
affect the progress of the work, and is aware of those conditions. The Contrac
price includes payment for all work that may be done by Contractor, whethc
anticipated or not, in order to overcome underground conditions. Any informatioi
that may have been furnished to Contractor by District about undergrounl
conditions or other job conditions is for Contractor's convenience only, and Distric
does not warrant that the conditions are as thus indicated. Contractor is satisfie1
with all job conditions, including underground conditions and has not relied o
information furnished by District.
0
6. Contractor Responsible for Unforeseen Conditions. Contractor shall b
responsible for all loss or damage arising out of the nature of the work or from th
action of the elements or from any unforeseen difficulties which may arise or bl
encountered in the prosecution of the work until its acceptance by the District.
Contractor shall also be responsible for expenses incurred in the suspension c
discontinuance of the work. However, Contractor shall not be responsible fc
reasonablle delays in the completion of the work caused by acts of God, storm
weather, extra work, or matters which the specifications expressly stipulate will b
borne by District.
7. Hazardous Waste or Other Unusual Conditions. If the contract involves diggin
trenches or other excavations that extend deeper than four feet below the surfacc
Contractor shall promptly, and before the following conditions are disturbed, notif
District, in writing, of any:
A. Material that Contractor believes may be material that is hazardous waste, a
defined in Section 251 17 of the Health and Safety Code, that is required to. bc
removed to a Class I, Class Ill or Class Ill disposal site in accordance wit1
provisions of existing law.
e
B. Subsurface or latent physical conditions at. the site differing from thosl
indicated.
1 /291$
a
26
C. Unknown physical conditions at the site of any unusual nature, differer
materially from those ordinarily encountered and generally recognized a
inherent in work of the character provided for in the contract.
a
District shall promptly investigate the conditions, and if it finds that the condition
do materially so differ, or do involve hazardous waste, and cause a decrease c
increase in contractor's costs of, or the time required for, performance of any pai
of the work shall issue a change order under the procedures described in thi
contract.
In the event that a dispute arises between District and Contractor whether thl
conditions materially differ, or involve hazardous waste, or cause a decrease c
increase in the contractor's cost of, or time required for, performance of any part c
the work, contractor shall not be excused from any scheduled completion dat
provided for by the contract, but shall proceed with all work to be performed unde
the contriact. Contractor shall retain any and all rights provided either by contrac or by law which pertain to the resolution of disputes and protests between th
contracting parties.
8. Change Orders. District may, without affecting the validity of the Contract, ordc
changes, modifications and extra work by issuance of written change orders.
Contractor shall make no change in the work without the issuance of a writte
change order, and Contractor shall not be entitled to compensation for any extr
work performed unless the District has issued a written change order designatin
in advance the amount of additional compensation to be paid for the work. If
change order deletes any work, the Contract price shall be reduced by a fair an
reasonable amount. If the parties are unable to agree on the amount of reductior
the work shall nevertheless proceed and the amount shall be determined b
litigation. The only person authorized to order changes or extra work is th
Project Manager. The written change order must be executed by the Executiv
Manager or the Board of Directors pursuant to Carlsbad Municipal Code Sectio
3.28.1 72.
0
9. lmmiqration Reform and Control Act. Contractor certifies he is aware of th
requirements of the Immigration Reform and Control Act of 1986 (8 USC Section
1 101 -1 525) and has complied and will comply with these requirements, includinc
but not liinited to, verifying the eligibility for employment of all agents, employee!
subcontractors, and consultants that are included in this Contract.
10. Prevailing Wage. Pursuant to the California Labor Code, the director of th
Department of Industrial Relations has determined the general prevailing rate (
per diem wages in accordance with California Labor Code, Section 1773 and
copy of ai schedule of said general prevailing wage rates is on file in the office (
the City EEngineer, and is incorporated by reference herein. Pursuant to Californi
Labor Code, Section 1775, Contractor shall pay prevailing wages. Contract(
11291
a
27
shall post copies of all applicable prevailing wages on the job site.
11. Indemnification. Contractor shall assume the defense of, pay all expenses c
defense, and indemnify and hold harmless the District, and its officers an
employees, from all claims, loss, damage, injury and liability of every kind, natur
and description, directly or indirectly arising from or in connection with th
performance of the Contractor or work; or from any failure or alleged failure (
Contractor to comply with any applicable law, rules or regulations including thos
relating tlo safety and health; except for loss or damage which was caused solel
by the active negligence of the District; and from any and all claims, 10s:
damages, injury and liability, howsoever the same may be caused, resultin
directly or indirectly from the nature of the work covered by the Contract, unles
the loss or damage was caused solely by the active negligence of the District
The expenses of defense include all costs and expenses including attorneys fee
for litigation, arbitration, or other dispute resolution method.
Contractor shall also defend and indemnify the District against any challenges tl
the award of the contract to Contractor, and Contractor will pay all costs, includinl
defense costs for the District. Defense costs include the cost of separate counse
for Distric:t, if District requests separate counsel.
a
12. Insurancg. Contractor shall procure and maintain for the duration of the contrac
insurance against claims for injuries to persons or damage to property which ma
arise from or in connection with the performance of the work hereunder by th
Contractor, his agents, representatives, employees or subcontractors. Sai
insurance shall meet the District policy for insurance as stated in Resolution Nc
772.
(A) COVERAGES AND LIMITS - Contractor shall maintain the types c
a
coverages and minimum limits indicted herein:
1. Comprehensive General Liability Insurance:
$1,000,000 combined single limit per occurrence for bodily injury an
property damage. If the policy has an aggregate limit, a separatc
aggregate in the amounts specified shall be established for the risks fo
which the District or its agents, officers or employees are addition2
insured.
2. Automobile Liability Insurance:
$1,000,000 combined single limit per accident for bodily injury ani
property damage. In addition, the auto policy must cover any vehicle use1
ini the performance of the contract, used onsite or offsite, whether ownec
non-owned or hired, and whether scheduled or non-scheduled. The aut1
irisurance certificate must state the coverage is for "any auto" and cannc
be limited in any manner.
1 /29/!
e
21
3. 1Vorkers' Compensation and Employers' Liability Insurance:
Workers' compensation limits as required by the Labor Code of the Stai
of California and Employers' Liability limits of $1,000,000 per incident
Workers' compensation offered by the State Compensation lnsuranc
Fund is acceptable to the District.
a
(B) ADCllTlONAL PROVISIONS - Contractor shall ensure that the policies I
insuirance required under this agreement contain, or are endorsed to contaii
the following provisions. General Liability, Employers' Liability ar
Autclmobi le Liabi I ity Coverages:
1. lhe District, its officials, employees and volunteers are to be covered i
a,dditional insured as respects: liability arising out of activities performe
bly or on behalf of the Contractor; products and completed operations I
the contractor; premises owned, leased, hired or borrowed by tt
contractor. The coverage shall contain no special limitations on the SCOF
clf protection afforded to the District, its officials, employees or volunteer
AI additional insured endorsements must be evidenced using separa
documents attached to the certificate of insurance; one for each compar
affording general liability, employers' liability and auto liability coverage.
2. T'he Contractor's insurance coverage shall be primary insurance i
respects the District, its officials, employees and volunteers. Ar
insurance or self-insurance maintained by the District, its official
employees or volunteers shall be in excess of the contractor's insuranc
and shall not contribute with it.
3. Any failure to comply with reporting provisions of the policies shall nl
affect coverage provided to the District, its officials, employees (
volunteers.
4. Coverage shall state that the contractor's insurance shall apply separate
to each insured against whom claim is made or suit is brought, except wi
respect to the limits of the insurer's liability.
a
(C) "CLAIMS MADE" POLICIES - If the insurance is provided on a Wain
made" basis, coverage shall be maintained for a period of three yea
following the date of completion of the work.
(D) NOT'ICE OF CANCELLATION - Each insurance policy required by th
agreement shall be endorsed to state that coverage shall not be nonrenewe
suspended, voided, canceled, or reduced in coverage or limits except aft
thirty (30) days' prior written notice has been given to the District by certific
mail return receipt requested.
11291
a
29
(E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - An
deductibles or self-insured retention levels must be declared to and approve1
by the District. At the option of the District, either: the insurer shall reduce c
eliminate such deductibles or self-insured retention levels as respects thl
District, its officials and employees; or the contractor shall procure a bonl
guaranteeing payment of losses and related investigation, clair
administration and defense expenses.
a
(F) WAI\/ER OF SUBROGATION - All policies of insurance required under thi
agreement shall contain a waiver of all rights of subrogation the insurer ma!
have or may acquire against the District or any off its officials or employees.
(G) SUBCONTRACTORS - Contractor shall include all subcontractors a:
insurled under its policies or shall furnish separate certificates an(
endorsements for each subcontractor. Coverages for subcontractors shall bc
subject to all of the requirements stated herein.
(H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurer:
that have a rating in Best's Key Rating Guide of at least A-:V. Insurers mus
also be authorized to transact the business sf insurance by the State c
California Insurance Commissioner as admitted carriers as evidenced by i
listing in the official publication of the Department of Insurance of the State c
California and/or under the standards specified by the Board of Directors ii
Resolution No. 772.
(I) VERIFICATION OF COVERAGE - Contractor shall furnish the District witt
certifiicates of insurance and original endorsements affecting coverage
required by this clause. The certificates and endorsements for eact
insurance policy are to be signed by a person authorized by that insurer tc
bind coverage on its behalf. The certificates and endorsements are to be ir
forms approved by the District and are to be received and approved by thc
District before work commences.
(J) COST OF INSURANCE - The Cost of all insurance required under thi!
agreement shall be included in the Contractor's bid.
a
13. Claims aind Lawsuits. All claims by contractor for $375,000 or less shall be
resolved in accordance with the provisions in the Public Contract Code, Divisior
2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which arc
incorporated by reference. A copy of Article 1.5 is included in the Specia
Provisions Section 1. The contractor shall initially submit all claims over $375,00C
to the District using the informal dispute resolution process described in Public
Contract (Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions o
this section of the contract, all claims shall comply with the Government Tort Claim
112919
.@e
3c
Act (section 900 et seq., of the California Government Code) for any claim c
cause of action for money or damages prior to filing any lawsuit for breach of thi
agreement.
(A) Contractor hereby agrees that any contract claim submitted to the Distric
must be asserted as part of the contract process as set forth in this agreemer
and not in anticipation of litigation or in conjunction with litigation.
0
(B) Contractor acknowledges that if a false claim is submitted to the District,
may be considered fraud and the Contractor may be subject to crimin:
prosecution.
Contractor acknowledges that California Government Code sections 12650 j
seq., the False Claims Act, provides for civil penalties where a perso
knowingly submits a false claim to a public entity. These provisions includ,
false claims made with deliberate ignorance of the false information or il
reckless disregard of the truth or falsity of the information.
0
(D) If the Carlsbad Municipal Water District seeks to recover penalties pursuant t
the False Claims Act, it is entitled to recover its litigation costs, includin
attorney's fees.
(E) Contractor hereby acknowledges that the filing of a false claim may subjec
the Contractor to an administrative debarment proceeding wherein th
Contractor may be prevented from further bidding on public contracts for
periomd of up to five years.
a
(F) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.02€
3.32.027 and 3.32.028 pertaining to false claims are incorporated herein b
reference,
(G) Contractor hereby acknowledges that debarment by another jurisdiction i
grounds for the Carlsbad Municipal Water District to disqualify the Contractc
or subcontractor from participating in contract bidding.
I have read aind understand all provisions of Section 13 above.
14. Maintenance of Records. contractor shall maintain and make available at no co
to the District, upon request, records in accordance with Sections 1776 and 181
of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does n
maintain the records at Contractor's principal place of business as specified abov
Contractor shall so inform the District by certified letter accompanying the return
this Contract. Contractor shall notify the District by certified mail of any change
address of such records.
1 /29/!
a
31
15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing w a Section 11720 of the Labor Code are incorporated herein by reference.
16. Security. Securities in the form of cash, cashier's check, or certified check may I
substituted for any monies withheld by the District to secure performance of tt-
contract for any obligation established by this contract. Any other security that
mutually agreed to by the Contractor and the District may be substituted for monii
withheld to ensure performance under this Contract.
17. Provisioris Required by Law Deemed Inserted. Each and every provision of I:
and clause required by law to be inserted in this Contract shall be deemed to I
inserted lierein and included herein, and if, through mistake or otherwise, any su
provision is not inserted, or is not correctly inserted, then upon application of eitl-
party, the Contract shall forthwith be physically amended to make such insertion
correction.
....
....
....
.... a ....
....
....
....
....
....
...
...
...
...
...
1/29/!
e
32
18. Additional Provisions. Any additional provisions of this agreement are set forth I
the "Genleral Provisions" or "Special Provisions" attached hereto and made a pa
hereof. a
NOTARIAL ACKNOWLEDGMENT OF
EXECUTION BY ALL SIGNATORIES
MUST BE ATTACHED
(CORPORATE SEAL)
CONTRACTOR: CARLSBAD MUNICIPAL WATE DISTRICT, a municipal corporation I ail a3NTRTICI'INC CDRPORATION
(name of Contract0
9;.
(sing here)
PAT WAI;SH - PRESIDEliT
(print name here) ATTEST: a -*g-!A-&2
VIRGINIA WALSH - SEaTmY
(print namehitle)
President or vice-president and secretary or assistant secretary must sign fi
corporations. If only one officer signs, the corporation must attach a resolution certific
by the secretary or assistant secretary under the corporate seal empowering that officc
to bind the corporation.
APPROVED AS TO FORM:
RONALD R. E3ALL
General Courisel
By: -T#Mdd D puty MOBALDI General Counsel
f-
1 /29/1
@
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
RIlLFE3IDE
CIJll3Y I”’I’A - hJGTZ!RY PlJl3LIC
NAME, TITLE OF OFFICER - E G
before me, On rloRm, 9, 1996
[)ATE ‘JANE DOE NOTARY PUBLIC‘
personally appeared FAT WNJSH AND VIRGINIA F?ATSB
NAME(S) OF SIGNER(S) H personally known to me - OR - proved to me on the basis of satisfactory eviden
to be the person(s) whose name(s) is/a
subscribed to the within instrument and i
knowledged to me that he/she/they execut
the same in his/her/their authoriz
capacity(ies), and that by his/her/th(
signature(s) on the instrument the person(
or the entity upon behalf of which t
person(s) acted, executed the instrume
WITNESS my hand and official seal.
Though the data below IS not required by law, it may prove valuable to persons relying on the document and could prc
fraudulent reattachment of this form
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMED
comm l33cuMmJTS CORPORATE OFFICER
Pr!!SIDrnJT mm LsEmmy TITLE OR TYPE OF DOCUMENT TITLE(S)
c] ATTORNEY-IN-FACT NUMBER OF PAGES
0 GUARDIANKONSERVATOR
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave , P 0 Box 7184 - Canoga Park, Ci
EXeCUTED IN TRIPLl CATE BOND NUMBER: B2721363 f
PREMIUM INCLUDED IN PERFC
LABOR AND MATERIALS BOND
WHEREAS, the Board of Directors of the Carlsbad Municipal Water District
Carisbad, State of California, by Resolution No. 958
has awarded to JW CONTRACTING CORPORATION
(hereinafter designated as the "Principal"), a Contract for:
a
, adopted OCTOBER 1, 1996
MAERKLE RESERVOIR - COVER AND LINER
CMWD PROJECT NO. 90-109
CONTRACT NO. 3388
in the Carlsbad Municipal Water District, in strict conformity with the drawings a
specifications, and other Contract Documents now on file in the Office of the Secret;
of the Carlsbad Municipal Water District (City Clerk of the City of Carlsbad) and all
which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the teri
thereof require the furnishing of a bond, providing that if Principal or any of th
subcontractors shall fail to pay for any materials, provisions, provender or ott
supplies or tleams used in, upon or about the performance of the work agreed to
done, or for 'any work or labor done thereon of any kind, the Surety on this bond v
pay the same to the extent hereinafter set forth.
NOW, THEREFORE, WE, JW CONTRACTING CORPORATION , as Princip
(hereinafter designated as the "Contractor"), and RELIANCE INSURANCE COMPANY
Surety, are hleld firmly bound unto the Carlsbad Munici al Water District in the sum c
said sum being fifty percent (50%) of the estimated amount payable by the Carlsb
Municipal Water District under the terms of the Contract, for which payment well a1
truly to be made we bind ourselves, our heirs, executors and administrato
successors, c)r assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/h
subcontractors fail to pay for any materials, provisions, provender, supplies, or tean
used in, upon, for, or about the performance of the work contracted to be done, or f
any other work or labor thereon of any kind, or for amounts due under tt
Unemploymeiit Insurance Code with respect to such work or labor, or for any amoun
required to be deducted, withheld, and paid over to the Employment Developme
Department from the wages of employees of the contractor and subcontracto
pursuant to Section 13020 of the Unemployment Insurance Code with respect to su(
work and labor that the Surety will pay for the same, not to exceed the sum specified
the bond, and, also, in case suit is brought upon the bond, costs and reasonab
expenses and fees, including reasonable attorney's fees, to be fixed by the court, i
required by the provisions of Section 3248 of the California Civil Code.
This bond shall inure to the benefit of any and all persons, companies and corporatior
1/29/5
0
TWO MILLION,TWO HUNDRED EIGHTY ONE THOUSAND ,FIVE HUNDRED a@&#s ($2,281,500.00
m
entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil C
(commencing with Section 3082).
- Surety stipulates and agrees that no change, extension of time, alteration or additio
the terms of the Contract, or to the work to be performed thereunder or
specificatioris accompanying the same shall affect its obligations on this bond, ar
does herebly waive notice of any change, extension of time, alterations or additio
the terms of the contract or to the work or to the specifications.
In the event that Contractor is an individual, it is agreed that the death of any s
Contractor shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this Executed b SURETY this mi
a
day of > 19-. day of JTOBER t 192
CONTRACTOR: SURETY:
JW COJTLTACTING CDRFOJ?ATION
(name of Contractor)
RELIANCE INSURANCE COMPANY
(name of Surety) 505 N. BRAND BLVD., 4770
GLENDALE, CA 91203
By: (address of Surety)
(909) 941-6699
(telephone number of Surety) PAT WALSH
(print name here)
PRESIDENT By:
(title and organization of signatory)
DIRK T. DEGW, ATTORNEY-IN-FACT
(printed name of Attorney-in-Fact)
(attach corporate resolution show
current power of attorney)
VIRGINIA WALSH
(print name here)
SECRETAF:Y
(title and organization of signatory)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attache
(President or vice-president and secretary or assistant secretary must sign for corporations. only one officer signs, the corporation must attach a resolution certified by the secretary
assistant secrletary under corporate seal empowering that officer to bind the corporation.) a
11291
3! .
APPROVED AS TO FORM:
RONALD R. f3ALL
General Courisel
a
By:
eneral Counsel
a
e
1 129191
CAL:FORKeA ALL-IPURPGSE ACKNOWLEDGMENT
State of CALEWUUA
County of R-LSIDE
CINDY BANTA - NOTARY PUBLIC before me, on OCTOBEX 9, 1996
DATE NAME TITLE OF OFFICER ~ E G “JANE DOE NOTARY PUBLIC
PAT WAa;SH AND VIRGINIA WNSEI personally appeared
personally known to me - OR - 0 proved to me on the basis of satisfactory eviden
to be the person(s) whose name(s) is/a
subscribed to the within instrument and i
knowledged to me that he/she/they execut
the same in his/her/their authoriz
capacity(ies), and that by his/her/th
signature(s) on the instrument the person(
or the entity upon behalf of which t
person(s) acted, executed the instrume
WITNESS my hand and official seal.
NAME(S) OF SIGNER(S)
- ~GNATURE OF NOTARY
j
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prf
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMEE
N CORPORATE OF FlCER
TITLE OR TYPE OF DOCUMENT PJ3ESIDEX” AND SECRETARY
TITLE(S)
0 AlTORN EY-IN-F,4CT
c] GUARDIANlCONSERVATOR
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR EMITY(IES)
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION 8236 Rernmet Ave , P 0 Box 71 84 - Canoga Park, CI
ALL PURPOSE ACKNOWLEDGEMENT
S.S.
STATE OF CALIFORNIA 1
I
On /C.-~-YC before me,
xx personally known to me;
0 COUNTY OF San Bernardino 1
FRANCES LEF-LER, NOTARY PUBLIC , personally appeared
DIRK T. DEGRAW, ATTORNEY-IN-FACT I
or proved to me on the basis of satisfactory evidence to person(e) whose name(*) is/- subscribed to the within instrume acknowledgecf to me that (he/&qkkq) executed the sa his/herfthms authorized capacity( i-e?r), and that the entity behalf of which the person(-+ acted, executed the instrument.
WITNESS my hand and official seal.
( SEAL 1
;s %$M!L
Signature oii ~o$&ry public
CBPACITP CLAIMED BY SIGNW:
Though statute does not require the doing so may prove invaluable to persons relying on the document
*ff*f**tttff*ttt***f*******************x**~***********x******
notary to fill in the data
Individual ( s ) Corporate Officer ( s 1
Partner ( s ) Limited General
Attorney-in-Fact Trustee ( s )
Guardian/Cons ervator
and Tit: les and
e
Other: -
Signer is representing:
**tf*t**f**tf*f*ft***~**********~**************************
ATTENTION NOTARY : Although the information requested bell
optional, i-t could prevent fraudulent attachment of this certi to unauthori-zed document.
Title of type of document:
Number of pages:
Signer(s) ot:her than named above:
THIS CERTIFICATE HUST BE ATTACKED TO TEE - DESCRIBEII ABOV
Date of document:
B -11-
EXECUTED IN -lRIPLICATE BOND NUMBER: B2721363 '
PREMIUM: $36,441.00
FAITHFUL PERFORMANCUWARMNTY BOND
WHEREAS, the Board of Directors of the Carlsbad Municipal Water District OCTOBER I, 19 Carlsbad, State of California, by Resolution No. 958
has awarded to JW CONTRACTING CORPORATION
(hereinafter designated as the "Principal"), a Contract for:
a
, adopted ,
MAERKLE RESERVOIR - COVER AND LINER
CMWD PROJECT NO. 90-109
CONTRACT NO. 3388
in the Carlsbad Municipal Water District, in strict conformity with the contract,
drawings and specifications, and other Contract Documents now on file in the Office
the Secretary of the Carlsbad Municipal Water District (City Clerk of the City
Carlsbad), all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the ter
thereof require the furnishing of a bond for the faithful performance and warranty
said Contract;
, as Princip NOW THEREFORE WE JW CONTRACTING CORPORATION
(hereinafter designated as the "Contractor"), and RELIANCE INSURANCE COMPANY
as Surety, are held and firmly bound unto the Carlsbad Munici ai Water District, in 1
>, said sum being equal to c
hundred percent (-loo%) of the estimated amount of the Contract, to be paid
Carlsbad Muinicipal Water District or its certain attorney, its successors and assigns;
which payment, well and truly to be made, we bind ourselves, our heirs, executors a
administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bound
Contractor, their heirs, executors, administrators, successors or assigns, shall in
things stand to and abide by, and well and truly keep and perform the covenan
conditions, arid agreements in the Contract and any alteration thereof made as therf
provided on {heir part, to be kept and performed at the time and in the manner therc
specified, and in all respects according to their true intent and meaning, and sh
indemnify arid save harmless the Carisbad Municipal Water District, its office
employees and agents, as therein stipulated, then this obligation shall become null a
void; otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specifi
therefor, there shall be included costs and reasonable expenses and fees, includi
reasonable attorney's fees, incurred by the District in successfully enforcing su
obligation, all to be taxed as costs and included in any judgment rendered.
a sumof FOUR MILLION FIVE HUNDRED SIXTY THREE THOUSAND AN E OO/lOO
Dollars ($4,563.o00.00
e
11291
3'
.*
Surety stipulates and agrees that no change, extension of time, alteration or addition
the terms of the Contract, or to the work to be performed thereunder or t
specifications accompanying the same shall affect its obligations on this bond, anc
does hereby waive notice of any change, extension of time, alterations or addition
the terms of the contract or to the work or to the specifications. In the event tt
Contractor is an individual, it is agreed that the death of any such Contractor shall r
exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this
@
Executed by SUREN this 7TH
day of 119 . day of OCTOBER ~ 19%
CO NTRACTC) R: SURETY:
JW CONTRACT1 NG CORPORATI ON RELIANCE INSURANCE COMPANY
(name of Suret 505 N. BR&D BLVD., 4770 GLENDALE, CA 91203
(address of Surety)
(sign here) (909) 941-6699
PAT WXSH (telephone number of Surety)
(print name here)
PRESIDENT By: (Title and Organization of Signatory)
DIRK T. DEGRAW, ATTORNEY-IN-FACT
- 7[&?(&2 ?&, (printed name of Attorney-in-Fact) (3 (sign here) BY-
(Attach corporate resolution showir
current power of attorney.)
VIRGINIA WALSH
(print name here)
SmmY
(Title and Organization of signatory)
(Proper notarlial acknowledge of execution by CONTRACTOR and SURETY must t
attached.)
(President or vice-president and secretary or assistant secretary must sign fc
corporations. If only one officer signs, the corporation must attach a resolution certifie
by the secretary or assistant secretary under corporate seal empowering that officer 1
bind the corporation.) *
1/29/$
3t
APPROVED AS TO FORM:
RONALD R. t3ALL
Generai Counsel
e
e
1 /29/!
CWL:FdRK!R ALL-PLJRIW2SE ACKNOWLEDGMENT NO
CALIFoRhTL4
CINDY BANTA - NOTARY PUBLIC
DATE NAME TITLE OF OFFICER. E G *JANE DOE. NOTARY PUBLIC
PAT WALSH RNn VIRGINIA WAJSIi personally appeared I
to me - OR - D proved to me on the basis of satisfactory evidence
to be the person(s) whose namefs) idare
subscribed to the within instrument and ac-
knowledged to me that he/she/the) executed
the same in his!her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
personjs) acted, executed the instrument.
NAME(S) OF SIGNER(S1
J
Though the data below IS not required by law, it may prove valuable to persons relying on the document and could prevent
frauauient reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
CORPORATE OFFICER
- ?XTSIDF3V ANrl SErnYrnY TITLE OR TYPE OF DOCUMENT nr-E(s)
0 ATTORNEY-IN-FACT NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSONfS) OR EMITY(IES)
SIGNER(S) OTHER THAN NAMED ABOVE
Q1993 NATiONAL NOTARY ASSOCIATION 8236 Rernmet Re., P.G. Box 71 84 -, Canogz Park, CA %30%
ALL PURPOSE ACKNOWLEDGEMENT
S.S.
STATE OF CALIFORNIA 1
1
On 10. 7-66 before me,
xx personally known to me;
0 COUNTY OF Sari Bernardino 1
FRANCES LEFLER, NOTARY PUBLIC I personally appeared
DIRK T. DEGRAW, ATTORNEY-IN-FACT I
or proved to me on the basis of satisfactory evidence to personp) whose name(s-) is/- subscribed to the within instrume acknowledged to me that (he/-) executed the sa
his/-& authorized capacity( m, and that the entity behalf of which the person(++ acted, executed the instrument.
WITNESS my hand and official seal.
( SEAL 1
L?, /[X -afd M PYA 7Yl Signature of Not& Public
***f*******t***x****************~**************************** CBpacrTp CL~UXED BY SI=:
Though statute does not require the doing so may prove invaluable to persons relying on the document
- Individual ( s )
notary to fill in the data
Corporate Officer ( s )
Partner ( s ] Limited General
Attorney-in-Fact Trustee ( s )
Guardian/Cons ervator
and T i 1: les and
0
- Other: -
S i gner is r E? p r es ent ing :
*f***f***t*tf***f**********************~*******************
ATTENTION NOTARY : Although the information requested bel(
optional, J-t could prevent fraudulent attachment of this certi to unauthori-zed document.
Title of type of document:
Number of pages:
Signer(s) other than named above:
TEIS CERTIFICATE MUST BE A'I!!Y!AmD TO THE - DESCRIBED ABOV
Date of document:
@ -/I-
- - ___ - 7
-___I_ --_- CE SURETY CORWANY
PACIFIC INSURANCE COMPANY
RELIANCE INSURANCE (
RELIANCE NATIONAL INDEMNITY (
ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the !
1 aware, and that RELIANCE INSLJRANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized un of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the State of Wisconsin (herein collectively called "the Companies") and that the Companies by virtue of signature and seals do h constitute and appoint Dirk T. DeGraw. of Ontario, California their true and lawful Attorney(s)-in-Fact, to make, execute, seal and de I on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as full 1 same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive 0 Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fa pursuance hereof.
This Power of Attoiney is granted under and by the authority of Article VI1 of the By-Laws of RELIANCE SURETY RELIANCE tNSURANCE COMPANY, UNITED PAClFtC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMP ovisions are now in full force and effect, reading as follows:
ARTICLE VI1 - EXECUTION OF BONDS AN0 UNDERTAKINGS
I havfs power and authority. subject to the terms and limitations of the Power of Attorney issued to them, to execute deliver on behalf of the (
tracts of indemnity and other writings obligatory in the nature thereof. The corporate seal IS not necessary for the validity of any bonds a1
and other writings obligatory in the nature thereof.
Committee of the Board of Directors of Reliance Surety Company by Unanimous Consent dated as of March 31, 1994
"Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating th
facsirnile.and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such P
executed and certified by facsimile signatures and facsimrle seal shall be valid and binding upon the Company. in the future with respect to any bond or undertaking to wl
RELIANCE SURETY RELIANCE INSURANCE UNITED PACIFIC INSURANCE RELIANCE NATIONAL INDEMNITY
by himself as its duly authorized officer.
eunto set my hand and official seal.
I
Assistant Secretary
Bowermaster & Associates
Insurance Agency, Inc.
J.W. Contracting Corp
1785 Sampson Avenue
C.A 91719
ER'S & CONTRACTOR'S PROT I
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
THE PROPRIETOR/
1200 CARLSBAD VILLAGE DRIVE CE SHALL IMPOSE NO OBLIGATI
CARLSBAD, CA 92008-1 969
PBflCY NLBMELER: C% 10873716 @OMhI;IERCBAL GENERAL liability e WAMEP INSUBLED: J.W. CONTRACTING GORP
THIS ~~~~~~~~~~~ CHANGES THE PbLlEl', P1 FASE READ IT CAREFULLY.
ADsDiTIQNAL INSURED -- ~~~~~~~ LESSEES OR
NTRAGTBRS (F w
Phis endorsement morPifiiSR insurance provided under tho fo!low!ng:
COMMEFlCViL GENERAL L145JLiTY CQWERAQE PART.
SCH€D LJ LE
Mame of Person or OrganlzaOi~n:
CARLSBAD MUK:lCIPAl WATER OlsTRlCT
?2QQ i=AFahSBAD VILLAGE DRIVE
CARLSBAD, 614 92608- ! %9
Its Owicers, agents and employees
(if +iu trritry apyvarrb above, the Infoormatian requ!reU to complete this endorsernenrwid be shown in the Declaratrons
as applicable to this endorsement,) WHO S: AN 'NSljRED (%&on I!) IS smerdcd to rnclclde a9 an insured the permn 01 orgsniratbn showm 11) tl-c Schedule but mi'i with respect to i; sblllfy arisiig out of "your work" for that hsured by or for you. 0
co P$39 1'8 851 Copyright., insurance $ewices Office, Ilnc., 1984
a
._ JOSSY '8 E!LStjWd3'108 Z€%+/Z-Z38-BTL-t 96 -el: 96 6 iTZ 123 LBd ZEi
” ___ r - ------ -_ -1 ” _- ,, I
POLICY HirMBER: CE 10473229
NAMED INSURETbz 5.W- CONTRBCTxNt caw
AOBIF163NAf. JWSU I)
’Bis rPndsesmcmE mtM?ler ilr)aamnEe prmddml un6ar %Be ~~~~~~~~
W8iNS38 AMlrQ GOvERAGE FORM Gmsf cmBv1s FQAM ‘kRUCrgER8 eBwEwAaE mw
SCHEDULE
me QP P4fkal Wbd .&era CITY 8P CARLSBAD, its B;Eficersr agents, & emplo
par a wwmd am.
*mag& mrasad Whi& Bhl ad2111
AM msu*Ea k ehsnafed b Snelude SI an k8Und tkrp sta
, . mmedabe~airr k The i~~hdulad s$d?tioRai% bruwd ir PCI kxud br eat and mu8tn E”8 me QwnrmlRip, rr,;rfsr$inmro QP Y bn ha kSM B 1 permit
0
a
. JnSSd ‘y ~~~SUW~~P\OFI Z,8VT-Z38-0T2+ TB:~T ‘j5& F,T 133 ZQd 288
ETHNIC CODES MALE FEMALE
Caucasian 1 1
Black
Hispanic 1
Asian-Pacific
Native-American
Asian- Indian
Mark all applicable blanks. This offeror represents
part of this offer that:
This firm is-, is notL a minority business.
This firm is-, is not& a woman-owned bushes:
WOMAN-OWNED BUSINESS: A woman-owned
ness is a business of which at least 51 percent is 01
controlled and operated by a woman or won,
Controlled is defined as exercising the power to I
policy decisions. Operation is defined as actually inv
in the day-to-day management.
4(
OPTIONAL
ESCROW AGREEMENT FOR SECURITY
DEPOSITS IN LIEU OF RETENTION
a
This Escrow Agreement is made and entered into by and between the Carlsb
Municipal Water District whose address is 5950 El Camino Real, Carlsbad, Californ
92008, hereiinafter called "District" and
whose address is
hereinafter called "Contractor" and
whose address is
hereinafter called "Escrow Ageni
For the consideration hereinafter set forth, the District, Contractor and Escrow Agc
agree as follows:
1. Pursuant to Sections 22300 and 10263 of the Public Contract Code of the State
California, the contractor has the option to deposit securities with the Escrow Agc
as a substitute for retention earnings required to be withheld by the District pursuz
to the Colnstruction Contract entered into between the District and Contractor i
dated in the amount of
(hereinafter referred to as the "Contract"). Alternatively, on written request of t
contractor, the District shall make payments of the retention earnings directly to t
escrow algent. When the Contractor deposits the securities as a substitute '
Contract earnings, the Escrow Agent shall notify the District within 10 days of t
deposit. The Escrow Agent shall maintain insurance to cover negligent acts a
omissions; of the escrow agent in connection with the handling of retentions unc
these sections in an amount not less than $100,000 per contract. The market val
of the securities at the time of the substitution shall be at least equal to the ca
amount then required to be withheld as retention under the terms of the contr:
between the District and Contractor. Securities shall be held in the name oft
, and shall designate the Contractor as t
beneficial owner.
a
2. The District shall make progress p32ayments to the Contractor for such funds whi
otherwise would be withheld from progress payments pursuant to the Contn
provisions, provided that the Escrow Agent holds securities in the form and amoi
specified above.
3. When the District makes payment of retentions earned directly to the escrow age
the escrow agent shall hold them for the benefit of the contractor until such time a 11291
41
the escrow created under this contract is terminated. The contractor may direct tl
investment of the payments into securities. All terms and conditions of tt
agreemerit and the rights and responsibilities of the parties shall be equa
applicable and binding when the District pays the escrow agent directly.
4. The contractor shall be responsible for paying all fees for the expenses incurred I
the Escrclw Agent in administering the Escrow Account and all expenses of tl
District. 'These expenses and payment terms shall be determined by the Distri
Contractor and Escrow Agent.
a
5. The interest earned on the securities or the money market accounts held in escrc
and all interest earned on that interest shall be for the sole account of Contraci
and shall be subject to withdrawal by Contractor at any time and from time to tir
without notice to the District.
6. Contractor shall have the right to withdraw all or any part of the principal in tt
Escrow Account only by written notice to Escrow Agent accompanied by writtt
authorization from District to the Escrow Agent that District consents to tt
withdrawal of the amount sought to be withdrawn by Contractor.
7. The District shall have a right to draw upon the securities in the event of default I
the Contractor. Upon seven days' written notice to the Escrow Agent from tl
District of the default, the Escrow Agent shall immediately convert the securities
cash and shall distribute the cash as instructed by the District.
8. Upon receipt of written notification from the District certifying that the Contract
final and lcomplete and that the Contractor has complied with all requirements ai
procedures applicable to the Contract, the Escrow Agent shall release to Contract
all securities and interest on deposit less escrow fees and charges of the Escrc
Account. The escrow shall be closed immediately upon disbursement of all mone
and securities on deposit and payments of fees and charges.
0
9. The Escrow Agent shall rely on the written notifications from the District and tl
contractor pursuant to Sections (1) to (8), inclusive, of this agreement and tt
District and Contractor shall hold Escrow Agent harmless from Escrow Agenl
release, conversion and disbursement of the securities and interest as set for
above.
...
...
... a 1 /29/!
4;
0 10. The names of the persons who are authorized to give written notices or to recei\
written notice on behalf of the District and on behalf of Contractor in connectic
with the foregoing, and exemplars of their respective signatures are as follows:
For Distriict: Title
Name
Signature
Address
For Contractor: Title
Name
Signature
Address a
For Escrow Agent: Title
Name
Signature
Address
At the time the Escrow Account is opened, the District and Contractor shall deliver
the Escrow Algent a fully executed counterpart of this Agreement.
a 1 /29/!
43
IN WITNESSl WHEREOF, the parties have executed this Agreement by their prop1
officers on the date first set forth above.
For District: Title
Name
Signature
Address
Escrow Agent: Title
Name
Signature
Address
a
Title
Name
For Contractor:
Signature
Address
a 1 I2919
44
m RELEASE FORM
THIS FORM SHALL BE SUBMITTED PRIOR TO APPROVAL OF MONTHL
PROGRESS PAYMENTS.
NAME OF CONTRACTOR:
PROJECT DE; SCRI PTION:
PERIOD WORK PERFORMED:
RETENTION AMOUNT FOR THIS PERIOD: $
DISPUTED WORWCLAIMS
DESCRlPTlOlN OF DISPUTED WORWCLAIM AMOUNT CLAIMED
/OR ESTIMATE)
e
Contractor further expressly waives and releases any claim Contractor may have,
whatever type or nature, for the period specified which is not shown as disputc
work/claim on this form. This release and waiver has been made voluntarily I
Contractor without any fraud, duress or undue influence by any person or entii
Contractor is referred to paragraph 4 of the Public Works Contract.
Contractor acknowledges full cognizance of the California False Claims P
Government Code Sections 12650-1 2655 and Carlsbad Municipal Code Sectioi
3.32.025 to 3.32.028 implementing the California False Claims Act and certifies that
claims submitted to the District shall be subject to the provisions of said codes ai
regulations.
0 11291
45
Contractor further certifies, warrants, and represents that all bills for labor, material
and work due Subcontractors for the specified period will be paid according to Pub
Contract Codle Section 201 04.50 and Business and Professions Code Section 71 08
and that the parties signing below on behalf of Contractor have express authority
execute this release.
0
DATED: JW OONTRACTING aORpopsiTION
PRINT NAME OF CONTRACTOR
CORPORATIOPT
DESCRIBE ENTITY (Partnership, Corporatic
etc.)
By:
PRESIDENT
Title
By: --
SECRETARY
Title
a
a 11291
e
SPECIAL e PROVl S IONS
a -
4E
SPECIAL PROVISIONS a
I. ADDITIONS AND AMENDMENTS TO
STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION
1-1 TERMS
To Section 1-1 , add:
A. Reference to Drawings:
Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of simil
import are used, it shall be understood that reference is made to the plar
accompanying these provisions, unless stated otherwise.
B. Directions:
Where words "directed," "designated," "selected," or words of similar import are used,
shall be understood that the direction, designation or selection of the Engineer
intended, unless stated otherwise. The word "required" and words of similar imp(
shall be understood to mean "as required to properly complete the work as requirc
and as approved by the District Engineer,Ib unless stated otherwise.
C. Equals and Approvals:
Where the words "equal," "approved equal," "equivalent," and such words of simil
import are used, it shall be understood such words are followed by the expression I
the opinion of the Engineer," unless otherwise stated. Where the words "approve(
"approval," "acceptance," or words of similar import are used, it shall be understoc
that the approval, acceptance, or similar import of the Engineer is intended.
D. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at herlh
expense, shall perform all operations, labor, tools and equipment, and further, includir
the furnishing and installing of materials that are indicated, specified or required
mean that the Contractor, at herlhis expense, shall furnish and install the wor
complete in place and ready to use, including furnishing of necessary labor, material
tools, equipment, and transportation.
@
1 /29/!
0
4'
0 1-2 DEFlNlTllONS
Modify Section 1-2 as follows:
Agency - the Carlsbad Municipal Water District of Carlsbad, California
Engineer - the District Engineer for the Carlsbad Municipal Water District or t
approved representative
2-4 CONTFWCT BONDS
Delete the third sentence of the first paragraph having to do with a surety being list
in the latest revision of U.S. Department of Treasury Circular 570.
Modify Paragraphs three and four to read:
The Contractor shall provide a faithful performancelwarranty bond and payment boi
(labor and materials bond) for this contract. The faithful performance/warranty boi
shall be in the amount of 1100 percent of the contract price and the payment bond sh
be in the amount of 50 percent of the contract price. Both bonds shall extend in f
force and effect and be retained by the District during the course of this project ur
they are released according to the provisions of this section.
The faithful performance/warranty bond will be reduced to 25 percent of the origir
amount 35 days after recordation of the Notice of Completion and will remain in f
force and efFect for the one year warranty period and until all warranty repairs e
completed to the satisfaction of the District Engineer.
The payment bond shall be released six months plus 35 days after recordation oft
Notice of Completion if all claims have been paid.
Add the following:
All bonds are to be placed with a surety insurance carrier admitted and authorized
transact the business of insurance in California and whose assets exceed the
liabilities in an amount equal to or in excess of the amount of the bond. The bonds a
to contain the following documents:
1) An original, or a certified copy , of the unrevoked appointment, power of attorn€
by laws, or other instrument entitling or authorizing the person who executed ti
bond to do so.
0
11291
0
4;
2) A certified copy of the certificate of authority of the insurer issued by the insuran commissioner.
If the bid is accepted, the District may require a financial statement of the assets a
liabilities of lhe insurer at the end of the quarter calendar year prior to 30 days nc
preceding the date of the execution of the bond. The financial statement shall be ma
by an officer's certificate as defined in Section 173 of the Corporations Code. In t
case of a foireign insurer, the financial statement may be verified by the oath of t
principal officer or manager residing within the United States.
e
2-5 PLANS AND SPECIFICATIONS
To Section 2-5.1, General, add:
The specifications for the work include the Special Provisions
and the Standard Specifications for Public Works Constructic
(SSPWC), 1994 Edition, and the latest supplement, hereinafter designated "SSPW(
as issued by the Southern California Chapter of the American Public Wor
Association, and as amended by the Special Provisions section of this contract.
The Construction Plans consist of 22 sheet(s) designated as Carlsbad MuniciF
Water District Drawing No. 90-109. The standard drawings utilized for this project a
the latest edition of the San Dieao Area Reaional Standard Drawinas, hereinafl
designated SDRS, as issued by the San Diego County Department of Public WorC
together with the NIA
. Copies of pertinent standard drawings 2
enclosed with these documents.
All plans and specifications, including a Traffic Control Plan if applicable, shall I
approved by the District as a condition precedent to issuance of a Notice to Proceed.
To Section 2-53, Shop Drawings and Submittals, add:
Where installation of work is required in accordance with the product manufacture1
direction, the Contractor shall obtain and distribute the necessary copies of su(
instruction, iricluding two (2) copies to the District.
To Section 2-5, add:
2-5.4 Record Drawinqs:
The Contractor shall provide and keep up-to-date a complete "as-built'' record set
transparent sepias, which shall be corrected daily and show every change from tl
original drawings and specifications and the exact "as-built" locations, sizes and kin(
of equipment, underground piping, valves, and all other work not visible at surfat
1 /29/!
0
0
4(
grade. Prints for this purpose may be obtained from the District at cost. This set
drawings shall be kept on the job and shall be used only as a record set and shall I
delivered to the Engineer upon completion of the work. 0
2-8 RIGHT-OF-WAY
To Section 2-8, add the following:
Contractor’s attention is directed to Appendix D showing two areas labeled Parcel
and Parcel B. These two areas are open space conservation easements. These are
will be flagged in the field. Contractor’s equipment and personnel shall not enter the
two areas of the District property.
2-9 SURVEYW
To Section 2.9 Survey Service, add the following:
District Engineer will establish a system of surveyed horizontal control points at
twenty-five (25’) foot intervals, curb returns at BCR, X, X, %, and ECR header
storm drains, pipelines, structures (4 corners min.) throughout the project. Tt
Contractor shall establish all intermediate lines and grades through the use
appropriate equipment.
To Section 2.9-1 Permanent Survey Markers, add the following:
Where bench marks or other permanent markers must be disturbed or removed
construction of the Project, carefully preserve each item until a reference has bec
made for its relocation, notify the District Engineer in sufficient time for each item to I
relocated without causing delay in the Work, and pay all costs related to SUI
relocation.
The Contracior shall pay double time for surveying work that he request to be dol
prior to 7:OO P.M. or after 3:OO P.M., MONDAY THROUGH FRIDAY, OR ON HOLIDAYS (
WEEKENDS
2-1 1 INSPECTION
Add the following:
Contractor shall refer to Appendix B for notification requirements of the Field Engine
for the Divisi’on of Safety of Dams. The designated Field Engineer will be inspectir
certain portions of the work.
1 /29/!
a
5c
3-5 DISPUTED WORK
To Section 3-5 DISPUTED WORK, add the following:
All claims by the contractor for $375,000 or less shall be resolved in accordance w
the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1
(commencing with Section 201 04) which is set forth below:
Article 1.5 Resolution of Construction Claims
20104. (a)i:l) This article applies to all public works claims of three hundred seveni
five thousand dollars ($375,000) or less which arise between a contractor and a loc
agency.
(2) This airticle shall not apply to any claims resulting from a contract between
contractor arid a public agency when the public agency has elected to resolve ai
disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of PC
2.
(b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Cis
Code, except that "public work" does not include any work or improvement contractc
for by the state or the Regents of the University of California.
(2) "Claim'" means a separate demand by the contractor for (A) a time extension, (
payment of money or damages arising from work done by, or on behalf of, tt
contractor pursuant to the contract for a public work and payment of which is n
otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) ;
amount the payment of which is disputed by the local agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plai
or specifications for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1 , 1991.
20104.2 For any claim subject to this article, the following requirements apply:
(a) The c:laim shall be in writing and include the documents necessary
substantiate the claim. Claims must be filed on or before the date of final paymer
Nothing in this subdivision is intended to extend the time limit or supersede notic
requirements otherwise provided by contract for the filing of claims.
(b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency sh:
respond in writing to any written claim within 45 days of receipt of the claim, or mi
request, in wiriting, within 30 days of receipt of the claim, any additional documentatic
supporting the claim or relating to defenses to the claim the local agency may ha\
against the claimant.
(2) If additional information is thereafter required, it shall be requested and providg
pursuant to this subdivision, upon mutual agreement of the local agency and tt
claimant.
(3) The local agency's written response to the claim, as further documented, shall 0:
submitted to the claimant within 15 days after receipt of the further documentation
within a period of time no greater than that taken by the claimant in producing tt
1 /29/!
a
5'
additional infiormation, whichever is greater,
(c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal
three hundred seventy-five thousand dollars ($375,000), the local agency shall respo
- in writing to all written claims within 60 days of receipt of the claim, or may request,
writing, within 30 days of receipt of the claim, any additional documentation supporti
the claim or relating to defenses to the claim the local agency may have against ti
claimant.
(2) If additional information is thereafter required, it shall be requested and providl
pursuant to this subdivision, upon mutual agreement of the local agency and t
claimant.
(3) The local agency's written response to the claim, as further documented, shall L
submitted to the claimant within 30 days after receipt of the further documentation,
within a perilod of time no greater than that taken by the claimant in producing tt
additional information or requested documentation, whichever is greater.
(d) If the claimant disputes the local agency's written response, or the local agen(
fails to respond within the time prescribed, the claimant may so notify the local agenc
in writing, either within 15 days of receipt of the local agency's response or within '
days of the llocal agency's failure to respond within the time prescribed, respective
and demand an informal conference to meet and confer for settlement of the issues
dispute. Upon a demand, the local agency shall schedule a meet and conf
conference within 30 days for settlement of the dispute.
(e) Following the meet and confer conference, if the claim or any portion remains
dispute, the claimant may file a claim as provided in Chapter 1 (commencing WI
Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6
Title 1 of the Government Code. For purposes of those provisions, the running of tt
period of time within which a claim must be filed shall be tolled from the time tt
claimant submits his or her written claim pursuant to subdivision (a) until the time th
claim is denied as a result of the meet and confer process, including any period of tin
utilized by the meet and confer process.
(f) This artiicle does not apply to tort claims and nothing in this article is intended nf
shall be construed to change the time periods for filing tort claims or actions specific
by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Sectic
910) of Part 3 of Division 3.6 of Title 1 of the Government Code.
20104.4. The following procedures are established for all civil actions filed to resoh
claims subject to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsir
pleadings, the court shall submit the matter to nonbinding mediation unless waived I
mutual stipulation of both parties. The mediation process shall provide for the selectic
within 15 days by both parties of a disinterested third person as mediator, shall t
commenced within 30 days of the submittal, and shall be concluded within 15 days fro
the commencement of the mediation unless a time requirement is extended upon
good cause showing to the court or by stipulation of both parties. If the parties fail
select a medi,ator within the 15-day period, any party may petition the court to appoir
the mediator.
(b)(l) If the matter remains in dispute, the case shall be submitted to judici
1 i29K
a
@
@
5;
arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3
Part 3 of the Code of Civil Procedure, notwithstanding Section 11 41.1 1 of that COC
The Civil Discovery Act of 1986 (Article 3 (commencing with Section 201 6) of Chaptei
of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceedi
brought under the subdivision consistent with the rules pertaining to judicial arbitratioi
(2) Notwithstanding any other provision of law, upon stipulation of the partic
arbitrators appointed for purposes of this article shall be experienced in constructi
law, and, upon stipulation of the parties, mediators and arbitrators shall be pi
necessary arid reasonable hourly rates of pay not to exceed their customary rate, a
such fees arid expenses shall be paid equally by the parties, except in the case
arbitration where the arbitrator, for good cause, determines a different division. In
event shall these fees or expenses be paid by state or county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3
the Code of Civil Procedure, any party who after receiving an arbitration awc
requests a trial de novo but does not obtain a more favorable judgment shall,
addition to payment of costs and fees under that chapter, pay the attorney's fees of tl
other party arising out of the trial de novo.
(c) The court may, upon request by any party, order any witnesses to participate
the mediation or arbitration process.
20104.6. (a) No local agency shall fail to pay money as to any portion of a cla
which is undisputed except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at tl
legal rate on any arbitration award or judgment. The interest shall begin to accrue (
the date the suit is filed in a court of law.
@
I)
4-1 MATERIALS AND WORKMANSHIP
To Section 4-1.3.1, Inspection Requirements, General, add:
All work shall be under the observation of the Engineer or his appointed representatit
The Engineer shall have free access to any or all parts of work at any time. Contracl
shall furnish Engineer with such information as may be necessary to keep her/him fu
informed regarding progress and manner of work and character of materials
Inspection of work shall not relieve Contractor from any obligation to fulfill this Contra(
Modify Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency will bear the cost of testit
materials and/or workmanship where the results of such tests meet or exceed tl
requirements indicated in the Standard Specifications and the Special Provisions. Tt
cost of all other tests shall be borne by the Contractors.
At the option] of the Engineer, the source of supply of each of he materials shall I
approved by him before the delivery is started. All materials proposed for use may I
inspected or tested at any time during their preparation and use. If, after trial, it
1 /29/'
a
5:
found that sources of supply which have been approved do not furnish a unifoi
product, or if the product from any source proves unacceptable at any time, tl
Contractor shall furnish approved material from other approved sources. Material tt-
fails to meet specifications after-improper storage, handling or any other reason sh
be rejected.
All backfill arid subgrade shall be compacted in accordance with the notes on the plai
and the SSP’WC. Compaction tests may be made by the District and all costs for tes
that meet or exceed the requirements of the specifications shall be borne by tl
District .
Said tests may be made at any place along the work as deemed necessary by tl
Engineer. The costs of any retests made necessary by noncompliance with tl
specifications shall be borne by the Contractor.
Add the following section:
4-1.9 Nonconforminq Work
The contractor shall remove and replace any work not conforming to the plans
specifications upon written order by the Engineer. Any cost caused by reason of tt
nonconforming work shall be borne by the Contractor.
0
5-1 LBCATICU
Add the following:
The Carlsbad Municipal Water District and affected utility companies have, by a sear
of known records, endeavored to locate and indicate on the Plans, all utilities whi
exist within Ihe limits of the work. However, the accuracy of completeness of t
utilities indicated on the Plans is not guaranteed.
5-4 RELOCATION
Add the following:
The temporary or permanent relocation or alteration of utilities, including servi
connection, desired by the Contractor for hidher own convenience shall be t
Contractor’s own responsibility, and he/she shall make all arrangements regardi
such work at no cost to the District. If delays occur due to utilities relocations whi
were not shown on the Plans, it will be solely the District’s option to extend t
com p I e t i o n d (a t e.
In order to minimize delays to the Contractor caused by the failure of other parties
relocate utilities which interfere with the construction, the Contractor, upon request
e
11291
a
51
the District, may be permitted to temporarily omit the portion of work affected by tl
utility. The portion thus omitted shall be constructed by the Contractor immediate
following the relocation of the utility involved unless otherwise directed by the District.
6-1 CBNSTALUCTION SCHEDULE AND COMMENCEMENT OF WORK
Modify this section as follows:
A construction schedule is to be submitted by the Contractor per the following:
1. The prime contractor is required to prepare in advance and submit at the time
the project preconstruction meeting a detailed critical path method (CPM) projc
schedde. This schedule is subject to the review and approval of the District ai
such approval shall be a condition precedent to issuance of the Notice
Proceed by District.
2. The schedule shall show a complete sequence of construction activitic
identifiying work for the complete project in addition to work requiring separe
stages, as well as any other logically grouped activities. The schedule sh
indicate the early and late start, early and late finish, 50% and 90% completic
and any other major construction milestones, materials and equipme
manuf'acture and delivery, logic ties, float dates, and duration.
3. The prime contractor shall revise and resubmit for approval the schedule
required by District when progress is not in compliance with the origir
schedule. The prime contractor shall submit revised project schedules with ea
and every application for monthly progress payment identifying changes sin
the previous version of the schedule.
4. The schedule shall indicate estimated percentage of completion for each item
work at each and every submission.
m
5. The failure of the prime contractor to submit, maintain, or revise tl
aforementioned schedule (s) shall enable District, at its sole election, to withhc
up to 10% of the monthly progress payment otherwise due and payable to ti
contractor until the schedule has been submitted by the prime contractor ai
approved by District as to completeness and conformance with tl
aforementioned provisions.
No changes shall be made to the construction schedule without the prior writtl
approval of the Engineer. Any progress payments made after the schedull
completion date shall not constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal or relocation of conflicti
utilities shall be requirements prior to commencement of work by the Contractor.
11291
0
5:
6-5 TERMINATION OF CONTRACT
Add the following:
Grounds for termination of the contract by the District include failure of the District
Contractor to obtain necessary permits from other governmental agencies,
unreasonable delay caused by enforcement of laws and regulations by other pub
agencies, inchding but not limited to, enforcement of the Endangered Species Act ai
other similar laws.
6-6.3 PAYMENT FOR DELAYS TO CONTRACTOR
Add the follovving:
The District shall not be liable for delay caused by the enforcement of laws ai
regulations by other public agencies, including but not limited to, enforcement of tl
Endangered Species Act and other similar laws.
6-7 TIME OF COMPLETION
Add the following:
The Contractor shall begin work within ten (10) calendar days after receipt of tl
"Notice to Proceed" and shall diligently prosecute the work to completion within five
hundred forlv (5401 consecutive days after the date of the Notice to Proceed.
To Section 6-7.2, Working Day, add:
Hours of work - All work shall normally be performed between the hours of 7:OO A.1
and sunset, from Mondays through Fridays. The contractor shall obtain the approval
the Engineer if he/she desires to work outside the hours state herein.
Contractor may work during Saturdays and holidays only with the written permission
the Engineer. This written permission must be obtained at least 48 hours prior to su
work. The Contractor shall pay the inspection costs of such work.
0
6-8 COMPLETION AND ACCEPTANCE
Add the following:
All work shall1 be guaranteed for one (1) year after the filing of a "Notice of Completic
and any faulty work or materials discovered during the guarantee period shall
repaired or replaced by the Contractor, at his expense. Twenty-five percent of t
faithful performance bond shall be retained as a warranty bond for the one ye
11291
a
5f
warranty period.
6-9 LIQUIDATED DAMAGES
Modify this section as follows:
If the completion date is not met, the contractor will be assessed the sum of $ 2,000
per day for each day beyond the completion date as liquidated damages for the dela
Any progress payments made after the specified completion date shall not constitute
waiver of this paragraph or of any damages.
7-3 LIABILITY INSURANCE
Add the following:
All insurance is to be placed with insurers that have a rating in Best's Key Rating Gui
of at least A-:V and are admitted and authorized to conduct business in the state
California anld are listed in the official publication of the Department of Insurance of tl
State of California.
7-4 WORKERS' COMPENSATION INSURANCE
Add the following:
All insurance is to be placed with insurers that are admitted and authorized to condi
business in the state of California and are listed in the official publication of tl
Department of Insurance of the State of California. Policies issued by the St2
Compensaticln Fund meet the requirement for workers' compensation insurance.
II)
7-5 PERMITZL
Modify the first sentence to read:
The agency will obtain, at no cost to the Contractor, all encroachment, right-of-w:
grading, and building permits necessary to perform work for this contract on C
property, in 'streets, highways (except State highway right-of-way), railways or 0th
rights-of-way.
Add the following:
Contractor shall secure and pay for all County or State permits, fees and licensl
necessary for proper execution and completion of work as applicable at time of recei
of bids. The District has obtained the permit from the Division of Safety of Dams ai
the Department of Health Services. Refer to Appendixes B and C.
Contractor shall not begin work until all permits incidental to the work are obtained.
11291
e
57
Contractor shall obtain approval for haul routes. Haul route approvals shall be issuc
by the City Engineer.
7-8 PROJECT AND SITE MANAGEMENT
To Section 7-8.1 , Cleanup and Dust Control, add:
Cleanup and dust control shall be executed even on weekends and other non-workir
days at the District's request.
7.8.5 TemDor(ary Light, Power, and Water
Add the following:
The Contractor shall obtain a construction meter for water utilized during tt
construction under this contract. The Contractor shall contact the Water District fc
requirements, phone (619) 438-2722 ext. 109. The Contractor shall include the cost 1
water and meter rental within appropriate items of the proposal. No separate payme
will be made.
Add the following to Section 7-8:
7.87 Drainage Control 0 Add the following:
The District has drained the Maerkle Reservoir to allow for construction of tt
improvements. However, the Contractor shall be responsible to remove all nuisanc
water as a result of rain or ground water seepage. The nuisance water shall t
pumped to the spillway for discharge. The Contractor shall furnish, install and opera
pumps, pipes, appliances, and equipment of sufficient capacity to keep all excavatior
and accesses; free from water until completion of the liner and cover. The Contract1
shall provide all means or facilities necessary to conduct water to the pumps. Whc
required by the Engineer, a means shall be provided for desilting the water befoi
discharging it to the spillway.
7-8.8 Noise Control
All internal combustion engines used in the construction shall be equipped wi
mufflers in good repair when in use on the project with special attention to City Noi:
Control Ordinance No. 31 09, Carlsbad Municipal Code, Chapter 8.48.
7-10 PUBLIC CONVENIENCE AND SAFETY
Add the following to Section 7-1 0.4, Public Safety:
I /29/<
a
5t
0 7-10.4.4 Safety and Protection of Workers and Public
The Contractor shall take all necessary precautions for the safety of employees on tl
work and shall comply with all applicable provisions of Federal, State and Municip
safety laws and building codes to prevent accidents or injury to persons on, about,
adjacent to the premises where the work is being performed. Helshe shall erect ai
properly maintain at all time, as required by the conditions and progress of the work,
necessary safeguards for the protection of workers and public, and shall use danc
signs warning against hazards created by such features of construction as protrudii
nails, hoists, well holes, and falling materials.
7-13 LAWS TO BE OBSERVED
Add the following:
Municipal ordinances which affect this work include Chapter 11.06. Excavation ar
Grading.
If this notice specifies locations or possible materials, such as borrow pits or grab
beds, for use in the proposed construction project which would be subject to Sectic
1601 or Section 1603 of the Fish and Game Code, such conditions or modificatioi
established pursuant to Section 1601 of the Fish and Game Code shall becon 0 conditions of the contract.
8 FACILITIES FOR AGENCY PERSONNEL
Add the follovving:
1. General. Field office facilities shall be Class A field offices. The Contractor sh:
provide field office facilities, equipment, and services specified herein for tt
Engineer or Owner at the project site during the entire time of constructic
beginning at the Commencement date stated in the Notice to Proceed until tt
acceptance of the work by the Owner.
2. General Field Office Requirements. The required field office, equipped as specific
here, shall be provided at the site indicated, ready for use by the Engineer within ’
days after the commencement date stated in the Notice to Proceed. Tt
Contractor’s attention is directed to the condition that no initial payments fc
mobilization will be approved for payment for any such work done under tl-
Contract mtil all field office facilities specified herein, have been provided.
Unless released earlier by the Engineer in writing, said field office shall k
maintained in full operation at the site with all utilities connected and operable un
the Notice of Completion has been executed or recorded. Upon execution (
recordation of the Notice of Completion, or upon early release of the field office(:
1129lE
a
5c
by the Engineer, the Contractor shall remove the field office(s) within 14 days frc
said date, and shall restore the site occupied by said field office(s) to the conditic
3. Field Teleohone Service. Within 14 days after the commencement date stated
the Notice to Proceed, the Contractor shall provide in each of the field offici
provided as specified herein, for the use of the Owner’s or Engineer’s employees
connection with performance of the work hereunder, one telephone, in good ordc
at each desk required hereunder.
e indicated.
4. Office Facilities.
a) General: The Contractor shall provide all necessary electrical wiring, plumbin
toilet and lavatory fixtures, air conditioning and heating equipment, and shelvin
and shall furnish all necessary light, heat, water, and daily janitorial services
connection with all field offices specified herein, for the duration of the work; ai
shall remove said offices and appurtenant facilities within 14 days after tt
execution or recordation of the Certificate of Substantial Completion of Notice
Completion.
b) Primary Field Office: The Contractor shall provide and maintain for tt
exclusive use of the Engineer and the Owner‘s representative and personnel,
a point convenient to the construction operations, one separate, well lighted, c
conditioned, electrically heated field office with a toilet room, containing a wat
closet and lavatory partitioned off from the working area. The water closet m:
be of the chemical type; provided, that it is a flush type with an approved holdir
tank. The toilet room door shall be provided with a latch set. The Contract
shall provide all furnishings, services, and equipment specified herein. Tt
office shall have an outside door lock. The area of said field office shall not t
less than 168 square feet, exclusive of toilet room area. The office shall t
located close to the Contractor’s field office. Said office shall be of the portab
trailer type unless otherwise specifically authorized by the Engineer in writir
and shall be a separate unit, not attached or connected to any other structures.
0
5. Field Office Furnishinqs:
a) The Contractor shall provide the following listed items in good condition for tt
primary field office:
2 each - Standard 30 x 60 inch desk(s) with not less that
drawers.
Plan table 36 x 72-inch top; 36 inches high. 1- each -
112915
0
61
1 each - Plan rack (all metal [plan-hold type) capable of holdi
six sets of plans, complete with six standard all me
plan-hold clamps.
File cabinet, legal size, four-five drawer with lock a
three keys, double suspension, complete w
Pendaflex suspension racks for each drawer.
2 each - Office chair(s), standard arm rest type, adjustab
swivel, tilt-back with casters.
a
1 each -
1 each - Office chair(s), stiff-leg type, no arm rest.
1 each - Drafting stool.
1 each - Waste basket(s).
1 each - Tack board 36 x 42 inches.
1 each - Bookshelves.
1 each - a supply of paper cups.
Bottled water dispenser unit (supplying both hot ai
cold water) and bottled water service and continuoi
7. Copv Machine.
a) The Contractor shall provide, for the exclusive use of the Engineer, one offic
copy machine in each of the Engineer’s field offices. The copy machine shall t
a Xerax model 5019, or equal.
b) Said copy machine shall be a dry, electrostatic process, capable of reproducir
original 8% x 11, 8% x 14, and 1 1 x 17 originals on either 8% x 1 1 or 8% x 14 pla
bond paper. The machine must have a stack-feed capacity.
c) The Contractor shall obtain and pay for a service contract with a loc
representative of the copy machine vendor or manufacturer for daily on-si
availability of a service representative for on-site service and repair. Tt
Contractor shall furnish all necessary powders, chemicals, or other materiz
required for proper operation of the copy machine, exclusive of bond paper. Tt
Engineer will supply all bond reproduction paper required.
8. Facsimile Machine.
1 /29/E
a
6
a) General: The Contractor shall provide, for the exclusive use of the Engine
one facsimile machine Xerox model 2012, or equal, with a service contract,
the Engineer's primary field office.
b) Facsiimile Machine: The facsimile machine shall conform to CClTT Groq
and Group 3 standard and shall be capable of receiving and sending documet
to other machines compatible with the same standards. The facsimile machi
shall be equipped with the following features:
1. Automatic document feeder
2. 16-digit dot matrix display
3. Automatic cutter mechanism
4. Allshabetical dialing
5. Delayed transmission
6. Automatic radial
a
c) Senrice Contract: The Contractor shall obtain and pay for a service contr:
with local representative of the dealer or manufacturer for daily, on-s
availability of a service engineer for on-site service and repair.
9 Telephone Answerinq Machine 0
a) General: The Contractor shall provide, for the exclusive use of the Engineer, 01
telephone answering machine in the Engineer's primary field off ice.
9-3 PAYMENE
Modify Section 9-3.2, Partial and Final Payment, as follows:
Delete the second sentence of the third paragraph having to do with reductions
amount of retention.
11291'
a
*
0
*
I
TECHNICAL
S PEC I F ICATIONS
MAERKLE RESERVOIR
** TABLE OF CONTENTS
TECHNICAL SPECIFICATIONS PAGE 1 a
NDMBER SECTION NAME
mON l-G€NERAL.RE QUIREMENTS
SECTION oiario smmw OF RORK
1.1 Location and Description of Work . . . . o 01010 J 1 1.2 Contracts . . . . . . . - . . . - . . I) . . 01010 s 1
1.3 Work by Others o + o . o ;I 2 o o o 2 D . o 01010 - 1 1.4 Salvage . . . . . o o . o . . . . , . o , 01010 e- I 1.5 Contract Method e - . * O . . . . o . . o . 01010 - 2 1.6 NotUsed . .. . . . . . . . . . o . . . . 01010-2
1.7 Contractor's Use of Premises . * . . . 01010 - 2
1.8 Owner's Use of the Project . . a . . . e 01010 9 2
1.9 NotUsed . . e e . . . . . . . . . . . . 01010-~% 1.10 Operation of Existing Water System Ptohib. 01010 - 2
1.11 Contract Termination . o . . . . . . - o . 01010 ' 3 1.12 Owner's Right to Stop Work . . . . . . . 01010 -' 3
1.13 Hazardous Waste o . . . . . . . . . e . . 01010 s 3
1.14 Not Used . e . . . . . . . . \. . . . * . . 01010 -* 3
1.15 Water Conservation -. . . . . . . L . . e 01010 - 4
SECTION 01043 COORDINAtION WITH ORNER'S OPERATIONS
1.1 Maintenance of Plant Operation . . . 01043 - 1 1.2 Ordler of the Work . a . . . . . . . . . e . 01043 - 1 1.3 Shutdowns e . o o . . . . . . . . . . . . o 01043 - 1 1.4 Sequent-e of Construction e . . . . o . . 01043 4 2
-. -_ - -- -
SECTION 01045 CUTTXNG AND PATCHING
1.1 General eo . *.. . . o . . . . . . . . 01845-1
SECTION 010'70 ABBREWATXONS AND SXMBOLS
1.1 Abbreviations . . . . . . . e . a . . . . . 01070 - 1 1.2 Organi2ation Abbreviations . - . . * . . 01070 - 1 1.3 Legend- . . . . . . . . . . . . . . s . . 01070 - 2
SECTION 010!90 k$iY?ERDlCE S'dZWDWS
1.1 General . o . . O . o a . c * . o o . . . 01090 - f 1.2 Reference Specifications,Codes and Standards 01090 - 2
1.3 Trade Names and Alternatives - a e . . . o 01090 - 4
SECTION 011!50 MEASUREMENT AN0 PAYMENT
\
Description . e . * . a o . e . e c o . . o 01150 - 1 Scope . . . . . . . t . . . . . . . . . o 01150 * 1 Breakdown of Contract Price of Lump Sure . 01150 - 1
Csnt r ac t s
0::: 1-3 .
a
mRKLE RESERVOIR TABLE OF CONTENTS PAGI
1.4 Pay Items . a . . . . . . o . . .) . e . . - 01150 - 2
SECTZX 01201 PRECONSTRUCTION CONFERENCE
1.1 General . . . . . . . O . e . . . o . . . . 01201 - 1 1.2 Requited Attendance . e o . . . . e . . . . 01201 - 1 1-3 Agenda . . . * . . . a . e . Q a o . a . 01201 - 1
SECTXLZS 01202 PROGRESS MEETSNGS
1.1 General . . o . - . . e . . . . a e p . a . 01202 - 1 1.2 Minimum Attendance o .I o e . . . e e a e . 01202 - 1 1-3 Agenda * e . . . e. e.. o e o . e e o o 01202-1
-- - SECTXOT 01300 SUBMITTALS
1.1 General. e . e. o e o e o o e o a o o a. 01300-1 1.2 Section Includes e e e o e e ., e o . o a 01300 - 1 1.3 Related Sections . . . s s o e u . e e . e 01300 - 1 1.4 Submittal Procedures o . w e o p ., . * . . 01300 - 1 1.5 Proposed Products List o . e o . . . e o . 01300 - 4 1.6 Shop Drawings o e a . . . . * e . . a . e . 01300 - 4
1-7 Product Data a " e a . I. . m o * . e a . . 01300 - 4 1-8 Manufacturer's Instructions m . . . e . e . 01300 - 5 - 1.9 Manufacturer's Certifications a . . e o I o 01300 - 5
SECTIQT 013 LO CONSTRUCTION SCHEDUUS - --I-
1.1 Section Includes . e . . o . . . . e . o . 01310 - 1 1.2 Related Sections . ,, e o . e e . e o a b . 01310 - 1 1-3 FoWt'* o Om . e . (. o D p *. . e a e. 011310-1 1.4 Content * e . . s o . e . . . . . . , . e . Ol310 - 2 1.5 Revisions to Schedules e . . e a e - . e 01310 - 2
SECTIQ€ 01342 SAMPLES
1.1 General . a e. o e o . . e- B . - . o 01342-1 1*2 Procedure . . a . . e e . . . e m e (. (. . e 01342 - 1 1-3 Not Used e . .i . . a . . o . . - . . e 01342 - 1 1.4 Samples. for Tests e - e a . o o e e * e . . 01342 - 1
SECbIQF
1.1 Gener?al . * . . a . . e s . o . . e e . . 01.370 - 1. 1.2 Preparation o * . . . . . * . e e 01370 - 1 1.3 Submittals e . . . a . . o . e o o a . . . 01370 - 2
SXCXI[B 01400 QUALITY CONTROL
1.1 Quality Assurance/Control of Installation e 03.400 - 1 3. .2 Inspection of the Work . . . . e a . . . . 01400 - 1 1-3 Sampling and Testing . . . . . a ., . . . . 01400 2
01370 SCXEDULE OF VALUES 1
*
ii
ELAERKLE RESERVOIR
TABLE OF CONTENTS PAG @ SECTION 01410 TESTING LABORATORY SERVICES
1.1 General . . . . . . . . . c e o o e a * . . 01410 - 1
1.2 Qualifications of Laboratory . . - (D . . . 01410 - 1 1.3 Laboratory Duties . . . e e . . . . . . e 01410 - 2 1.4 Contractor's Responsibilities e . . . e . o 01410 - 3
SECTION 02510 TEMPORARY CONSTRUCTION FACILITIES
1.1 General . o . . . . . . a * . . e . . - 01510 - 1 1*2 General . . D . . . . . . . a . . . . - . 01510 - 2
SECTION 01545 PROTECTION OF THE WORK AND PROPmTY _- - 1-1 General . . . . . . . . . . . . . s . e e 01545 - 1 1.2 Protection of Existing Structures . e . . . 01545 - 2 1.3 Protection of Installed Products . o . . . 01545 - 3
SECTION 01550 SITE ACCESS
1.1 Highway Limitations . . . o . c . * . . . 01550 - 1 1.2 Temporary Crossing * . e . o e o . . . . . 01550 - 1
SECTION 01560 'PEMPORARY CONTROLS
General .- . e . . . c . c . . . .- --.01560 - 1 1.2 Noise Control. c . e . e . e . . * . . . e . 01560 - 1 1.3 Dust Control a c . - . e e . . e . o . D 01560 - 1 1.4 Pest and Rodent Control * e . . ,, . . o . . 01560 - 1 1.5 Water qontrol . . . . . . . . . o . . . . . 01560 - 1 1.6 Pollution Control . . . . . . G . . . . 01560 - 2 1.7 Erosion Control e . * . e . . m . . . . m 01560 - 3
SECTION 01610 TRANSPORTATION AND HANDLING OF
1.1 General.~~e*..~..e~~...,. 01610-1 1.2 Delivery . * . e o . . e . o . . . . 01610 - 1 1-3 Product Handling . . . . t . m a e * . 01610 - 2
SECTION 01620 ST9RAGE OB MATERIAL
1.1 General.. . . *. e c . e e a e e e e.. 01620- 1 1.2 Uncovered Storage e . e . o e e e . o . e o 01620 - 2 1.3 Covered Storage - . . c . . e o o . . . - 01620 - 2 1.4 E'ully Protected Storage s o - . . . - . . 01620 - 2 1.5 Maintenance of Storage e e o . . o . . e . 01620 - 3
SECTION 101630 SWSTXTUTIONS
1.. 1
MATERIALSANDEQUIPMENT
I -
General . e o a . . . . . . e * o o e . o 01638 - f Contractor's Options e . * . . . . . . 01630 - 1 1.3 Substitutions . . . t . * a . . . . o . . - 01630 - 1
iii
a lel 1.2
MAERKLE RESERVOIR
TABLE OF CONTENTS PAGE
SECTION 01710 CLEANING
1-1 General . . . . - . . . * o e . . . o . . . 01710 - 1
SECTION 01720 RECORD DOCUMENTS
1-1 General * . . . e * * e . . e . * . . . 01720 - I
SECTION 01730 OPERATION AND MAINTENANCE DATA
1.1 General.. . . a . . a o a . ,, o c e e e 01730-1
SECTION 01760 SPARE PARTS AND MAINTENANCE MATERIALS
1.1 General . e e a . . a . . m * a e . . o 01760 - 1
SECTION 02050 DEMOLITION AND REMOVALS
1.1 General . . . * . e m . a o e . . w o - e 02050 - 1 1-2 Related Sections * o . . ,, o a * . * . o e 02050 - 1 1-3 Submittals e a o * e . o . D c . e c o e 02050 - 1
- 3.1 Pre-Bid Site Visit e . D * . e . e e a . . 02050 - 1 3.2 Salvage by Owner - . . e . o a e o . . a . 02050 - 2
3.3 NotUsed . a e. .. . . o a. e. e o e 02050-2 3-4 Isolation of Reservoir From Distrib. SysLen~.02050 - 2 3-5 Protection of Items to Remain . - . e e e . 02050 - 2 3.6 Demolition and Removal o e e . . e . . e e 02050 - 3 3-7 Disposal and Recycling a . e a . e . D C e 02050 - 3 3.8 NotUsed . o o o e * o e e e . . . ,, e e 02050-3
02110 SITE CLEARING
1.1 Section Includes . . . * e s a . o . e . 02110 - 1
1.2 Related Sections o . e . . . o . . o . a 02110 - 1 1.3 Specifications I Codes, and Standards e . 02110 - 1 1.4 References e e . e o e . a o . a o * o 02110 - 1
3-1 Preparation . . . . e e . . . . a 02110 - 1 3.2 Protection . e a . . m e . o e * . e * 02110 - 1 3-3 Clearing & Grubbing a . . . . - . . o a . 02110 - 2 3*4 NotUsed . . .I . . . o o . e - e . e e 02110-2 3.5 Notyseh e * *.. e. . c a a o e - . e e 02110-*2
SECTION 02200 EARTHFJORK
1.1 Sections Includes o o e . . . . . . - e * . 02200 - 1 1.2 The Requirement . . 4 . . . . . o . * . . 02200 - 1 1.3 Contractor's Submittals . .I . . . . * * * 02200 - 1
1.4 Reference Specifications, Codes, & Standards 02200 - 4 1.5 Quality Assurance . e . . . . . . . . a 02200 - 5
2*1 Section Includes . * e . . . . . . 02200 - 6
-- c
..
iv
MBLERKLE RESERVOIR
TABLE OF CONTENTS PAGE
Suitable Fill 6 Backfill Material Req . o . 02200 - 6 Unsuitable Material . . a . . D . . . - . . 02200 - 8 2.3
2.4 Use of Fill, Backfill,& Embankment Mat.Types 02200 - 9
3.1 !Section Includes . . e . . . . e . . . . . 02200 - 11 3.2 Structure, Roadway, & Embankment Excavation 02000 - 11 3.3 l?ipeline and Utility Trench Excavation . e 02200 - 1: 3.4 Over-Excavation Not Ordered, Specified, . . 02200 - 14
3.5 Excavation in Vicinity of Trees a . . . . . 02200 - 14 3.6 Not Used o . e e . e o * . e . . . . e . . 02200 - 15 3.7 Not Used e . . . . . . . . . . . . . . . . 02200 - 15 3.8 Ilisposal of Excess Excavated Materials . . 02200 - 21 3.9 Uackfill-General e . . . . . . . . . . . . -02200 - 21 3.10 Placing and Spreading of Backfill Materials 02200 - 21 3.11 Compaction of Fill, Backfill, & E'hbankment Materials . e . . . . . e . . e 02200 - 22 3.12 E'ipe and Utility Trench Backfill . . . . . 02200 - 25 3.13 Edankment Construction . . . o - . . . . . 02200 - 26 3.14 Ekosion Control e . . . . . - . . . . o . 02200 - 27 3.15 Borrow Site Materials . . . . . . . . . . . 02200 - 27 3.16 Imported Fill . . m . . o e . e . . . . . . 02200 - 27 - 3.17 Niot Used . . e . . . . e o a e e e . o . . 02200 - 28
SECTION 02275 RIP PAP
2.2
or Shown
- -- - Section Includes . o o . e a o . e . . . 02275 - 1 Related Sections . . . . e . . . e . . . e 02275 - 1 1.2 1.3 References . . m . a e . e . e o . e . . e 02275 - 1
2.1 Materia'ls . - . - . o . a s . a . . e o . . 02275 - 1
3.1 Placement e .) . . e . . . . e e . . a - . . 02275 . 1
SECTION 02510 ASPBALTIC CONCRETE PAVING AND BERMS
1.1 Section Includes a . o . e . . . . . . o . 02510 - 1 1.2 Related Sections . . . . o . e . o . a . . 02510 - 1 1.3 References . e . . e . . . . e . . . . . . 02510 - 1 1.4 Contractor's Submittals o a . e . e . . . . 02510 - 1 1.5 Quality Assurance . . m a . o . . - . q D 02510 - 2
2.1 Asphaltic Concrete for New Pavement e . - a 02510 - 2 2.2 Asphiltic Concrete for Berm Construction o 02510 - 3 2.3 T,ack Coat . . e . e . . e e a e - . e e o . 02510 - 3 2.4 Sand Seal Coat . e . a . e - . o e o e - o 02510 - 3 2.5 .Notused e - *.. -. . . a e e o o o e e 02510-3 2.6 Pavement Reinforcing Fabric o a e . 9 a e e 02510 - 3 2.7 Notused . e e . e e. . e- e . . e e . o 02510-3
2.8 NotUsed . e. a. . . o . . . e -. o e. 02510-3 2.9 Herbicide or Weed Killer . . . e e o . . . 02510 - 3 Redwood Header o . . . o c e e e . . . a . 02510 - 3
1-1
2.10 .
V
MAE- RESERVOIR
TABLE OF CONTENTS PAGE
3.1 Examination . o - . . . - . . D . o . . e . 02510 - 4
3.2 Subbase . . . . . . . . . . . . . o . . . o 02510 - 4 3.3 Preparation - Primer . . e . . . . . . . p 02510 - 4 3.4 Preparation - Tack Coat . . , . . . . . . . 02510 - 4 3.5 Preparation - Filling of Cracks . . . . . e 02510 - 4 3.6 Preparation - Tack Coat . . . . . . . . e . 02510 - 4 3.7 Not Used . * . ., . . e . . . . - . . . . . 02510 - 5 3.8 Not Used - . a u . . . . o . . o a . . . . 02510 - 5 3.9 NotUsed . .. . o a . *. e. u e . o - o 0%510-5 3.10 NotUsed . . . . . . . . a o . o . . D . . 02510-6 3.11 Asphaltic Concreke Paving . . a o . a . . . 02510 - 6 3.12 Asphaltic Concrete Berm e o . a . e . e e 02510 - 7 3.13 Protection of Pavement o e . . . . e . . e 02510 - 7 3.14 Asphaltic Concrete Berms D o o a a . . . . -02510 - 7 3-15 NotUsed . . e o o a e o. e - e. e. e. 02510-7
SECTION 02530 ADJUSTING UIGILITY ACCESS COVERS
1.1 Section Includes a e . . e o o - e c e e . 02530 - 1 1.2 Related Sections o . . . e o . . e . . . . 02530 - 1 1-3 References . . . . . . o . . a a . . . e e 02530 - 1 1.4 Submittals . . . a : . e e - o a . a . * ., 02530 - 1
2.1 Materials . e . . - o D e . . e e a - . . e 02530 - 1
3.1 General .- . o . . e . e e D a o e .-.. ,-.-02530 - 1
3.2 Installation of New Survey Monument Covers 02530 - 2
4-1 General. *. . a c e e e e e o o a a o a e 02530-2
SECTION 02535 I%JU'FIC STRXPES
1-1 Section Includes . e . o . . a . e . o a e 02535 - 1 1.2 Related Sections . . . e a a a . e . D o . 02535 - 1 1.3 References e . . e . . o e e e . e o . e . 02535 - 1 1.4 Submittals o . p e o e . e o e a e e - . 02535 - 1
2.1 Paint. . o e e o o e o o . e e e - o 0.. 02535-2 2.2 NotUsed . D a. . . e e . e o . e e. e o 02535-2 2.3 NotUsed . o o - . . o e- . . . . o.. . 02535-2
. 2.4 Not Used . e . . . . . . e . e . . . . . . 02535 - 2 2.5 NotUseQ . . . . . . a - e * o . o. o. 02535-2
..
3.1 Alihent and Layout of Traffic Stripes o o 02535 - 2
3.2 Traf-fic Control e . . . e . . . . . * . . . 02535 - 2 3.3 Application of Traffic Stripes e . . . o a 02535 - 3
SECTION 02540 ASPHALT CONCaETE ICESERVOXR LPHXNG
1.1 Section Includes tP . . e a - . ' . . e . . 02540 - P
1.2 Related Sections 4B e e . . e . . . . . . . 02540 - 1 1.3 References . . . Ib . . a . . a . . - . a 02540 - 1 1.4 Submittals . . . u . . e w . . e . . 02540 - 1 8
vi
MAERKLE RESERVOIR TABLE OF CONTENTS PAGE
2.1 Ma.terials o . . . . e o . e . o e . . o o o 02540 - 2
3.1 Preparation of Subgrade . . . o e o . e e 5 02540 - 3 3.2 Proportioning and Mixing . e e . . . ., . e 02540 - 3 3.3 Transporting and Placing . . . . . - . . o 02540 - 3 3,4 Rcdling . a . . . s . . . . . o . e e e . o 02540 - 4
SECTION OZ,SQl BCTRIED PIPING AND INSTALLATION
1.1 Section Includes . . . . . . a . . . a e . 02610 - 1 1.2 Related Sections . . . o . . o . . e . . . 02610 - 1 1.3 References . . . . . . . . . . . - . . . . 02610 - 1 1.4 Contractor's Submittals . . . . . e . . . o 02610 - 2 1.5 Quality Assurance . . . . . . o . . . e o o -02610 - 2 1.6 Requirement . . e . o . a . e . . . . . . . 02610 - 3
2.1 Not Used o . . . . . . . - . . Q o . e . . 02610 - 3 2.2 Not Used . . . . . . . . . . . a m . . . . 02610 - 3 2.3 Not Used , . . . . . . . e . . e .. . . . . 02610 - 4
3.1 Installation . . . . . . e . . a .. o o . a 02610 - 4 3.2 Alignment of Piping . . . . . . o o . e . o 02610 - 5 3.3 Connection to Existing Pipelines m . e . o 02610 - 5 3.4 NotUsed a . . e . . . e e e . e o . 0.. 02610-6 3.5 Concrete Thrust Anchorage e . . . o e a . . 02610 - 6 Crossing-of Water and Sewer Mains D .- ---am 02610 - 7 NotUsed . . e . . . . . * . . o o . a e e 02610-7 '@ 3.6 3.7 3.8 Insulation of Connections . . . . D . o . e 02610 - 7 3.9 Prevention of Pipe Uplift . . . e n . m . e 02610 - 7 3.10 Abandorpent of Existing Piping and Appurtenances . . . . . o . . . . o . a . . 02610 - 7 3.11 Product Delivery, Storage, and Handling . . 02610 - 9 3.12 NotUsed e . . . . . . . o .. . o . . .. 02610-9 3.13 Maintaining Water Services . . . o . a e . 02610 - 9 3.14 Shut-down of Existing Hater Mains a . . . . 02610 - 10 3.15 Temporary Resurfacing . e e . . . e e * . . 02610 - 10 3.16 NotUsed . . . e . . . . . . . . o . e . e 02610-10
SECTSON 02617 'REINFORCED CONCRETE PXPE
1.1 Selction Includes e . . . . . . o o e o . . 02617 - 1 1.2 Related,!Sections . . . e . . . . n 1 a . . 02617 - 1 1.3 Reference Specifications, Codes & Standards 02617 - 1
2.1 Pipe Materials e . o e o a e . e o s e . m 02617 - 1
3.1 Installation . e . o o e . e a o o e D . e 02617 - 2
SECTION 02646 PLASTIC (PVC) PRESSURE PIPE (ARRA C900)
Section Includes . . . * . .I e - t . o o e 02646 - P 1.2 Related Section . . . . . . . . o o o o o e 02646 - I
1.3 References . . e . . . e . . o e ,, a e * e 02646 - 1
t
1.1
*
vii
MAERKLE RESERVOIR
TABLE OF CONTENTS PAGE
1.4 Submittals . . . . . o . a . . . . e s . . 02646 - 1 1.5 Quality Assurance . o a . e . . e . . . . . 02646 - 1
2.0 General . . . . . . * . . . . s . . . . o 02646 - 2 2-1 Plastic (PVC) Pressure Pipe . * . . . . . . 02646 - 2 2.2 Cement Mortar Lined Ductile or Cast Iron Fittings . . . . . o o . . e . - . e e a . 02646 - 3
2.3 Double Bell Deflection Couplings e - e e . 02646 - 3 2.4 Restraining Devices . e e . . o e . a o . 02646 - 3 2.5 Repair Couplings a . . . . e . e . . - . . 02646 - 3
3.1 Installation a . a a a e . a a . . o e . 02646 - 3 3.2 NotUsed . e e a e . . . o . a. * . 02646-6 3.3 NotUsed o e rn e. o . e . e -. e e . *. -02646-6 3.4 Bearing a .. a . . . - o o - . a o * . . 02646 - 6 3.5 Cleaning e e . e . a . e e a . . o e e e . 02646 - 6 3.6 Casing for Polyvinyl Chloride Pipe o . o ., 82646 - 7 3*7 Installation of Polyvinyl Chloride Pipe inaCasing o e o - o * e e ., . . e o o e e 82646-7
SECTION 02651 'STEEL PIPE, MORTAR-LINED AND MORTAR-COATED
1.1 The Requirement . . e . . . . . - e o . a 82651 - 1 1.2 Related Work Specified Elsewhere . . . . e 02651 - 1 1.3 Reference Specifications, Codes, h Standards 02651 - 1 1.4 Contractor Submittals . . . o o e . .-. - 02651 - 3 1.5 Quality Assurance . e . * e e a . e o o a 02651 - 5
2.1 General e . . . . a o . . ., -. oa o e e 02651-7 2.2 Pipe Design Criteria o . - * . . . . m a o 02651 - 9 2.3 Materials . - - . . . . . e . o . o . e e o 02651 - 9 2-4 Materials . . . e . . t a e o o . e e - o . 02651 - 10 2.5 Design of Pipe - . e e e a . o . a o . . o 02651 - 10 2.6 Cement-Mortar Lining o a o o a - . e . o 02651 - 11 2.7 Exterior Coating of Pipe a . e . o e e . 02651 - 13 2.8 Pipe Appurtenances . . o e a . . . rn . a . 02651 - 13
3.1 Installation of I?ipe . e o . . . o o o o 02651 - 16
3.2 Welded Joints Q #. . e . a e . . D e a e . 02651 - 18
3.4 Joint Coating and Lining . . e a a a - . 02651 - 20
- 3.5 Install$tion of Pipe Appurtenances . a . . 02651 - 21
SECTION 02691 STZXL PIPE F-RICATE.9 SPECIULS
1.1 The Requirement * . . . a e . u . a a . . 02653 - 1 1.2 Related Work Specified Elsewhere . . a . . 02653 - 1 1.3 . Reference Specifications, Codes, h Standards 02653 - 1 1.4 Contractor Submittals - . . . . o o a o e . 02653 - 2
1.5 Quality Ihsurance e a . . e e e D - o . - 02653 - 2
3.3 Not Used 0 . o o a e e a e * 02651 - 20
viii
WERKLE RESERVOIR
'I TABLE OF CONTENTS PAGE
2.1 General o . . . e . . - . . e e e n e . . e 02653 - 3
2.2 Design o . . . e o . . . o . q o e . . . . 02653 - 3 2.3 Fabrication and Materials . e . . . . a e . 02653 - 4
3.2 Laying . . . e . . e . . . . . . . . . . . 02653 - 9
a
3.1 General . .. -. . . -. . . o.. -. . . . 02653-8
SECTION 02!666 WATER PIPELINE TESTING AND DISINFECTION
1.1 The Requirement . . . Q * . . . . o . e . o 02666 - 1 1.2 Contractor Submittals . . . . . . . . . e . 02666 - 1
2.1 Materials Requirement . . . . o . . a e . . 02666 - 1
3.1 General . . . . . . . . . . . . . . . e . e 02666 - 1
3.2 Testing and Disinfection of Pipelines m o a 02666 - 2 3.3 Disposal and Dechlorination of Water . . . 02666 - 2
SECTION Of!900 HPDROSEED
1.1 General Conditions . . e . . . . e . . p o 02900 - 1 1.2 Execution . . e . . o o . . . o . o e . . . 02900 - 1 1.3 Hydroseeding o . : . . . e o e . . . . . . 02900 - 1 1.4 Quality Assurance . . . . . e . e o . o . e 02900 - 1 Stbmittals . a . . . . . . . . . . . . a . 02900 - 2
1-6 Delivery,- Storage, and Handling . . e_ -- 02900 - 2 1.7 Required Observations c . o a . . . . . . . 02900 - 2
2,1 Seed Mix . . . e . . . . . o . . . . a . . 02900 - 2
3.1 Applicition . . . . . o . . . . . . . . o . 02900 - 4
SECTION 03100 CONCRETE E'ORMHORK
1.1 The Requirement . . . . . . . . . . . o . e 03100 - 1 1.2 Related Work Specified Elsewhere . . . e . 03100 - 1
1.3 Reference Specifications, Codes & Standards 03100 - 1 1.4 Contractor Submittals c . . o o . o . o . . 03100 - 2 1.5 Quality Assurance . o o . . - . . . . . . e 03100 - 2
2.1 General . . . . . D . e . . * . . . . a . o 03100 - 2 2.2 Form an9 Falsework Materials . e e - D . . 03100 - 2
2.3 Form,Ties . . . e . . o , e . o e e a o . . 03100 - 3 2.4 Epoxy Adhesive . a e . . . o o o . e o e e 03100 - 3
3.1 General . a a , e e o e . . a e e e . e . - 03100 - 3 3.2 Form Design . . a o . e a . . . o e o e e . 03100 - 4 .3.3 Construction . o e e e o a . e o o . e . e 03100 - 5 3.4 Reuse of Forms . - . o a o * . . e e . e o 03100 - 6 Removal of Forms . o . . . . e e . - . e a 03100 - 6
3.6 Maintenance of Forms . . . . . . . - o e . 03100 - 6 3.7 Falsework e . . m o . * . o o - e D o a . . 03108 - 6
--. c
1.5
-
@ 3.5
ix
MAE- RESERVOIR
TABlLE OF CONTENTS PAGE
SECTION 03200 REINFORCEMEEJT STEEL
1.1 The Requirement . . . e . e . o e . . e . . 03200 - 1 1.2 Related Work Specified Elsewhere . . . - 03200 - 1 1.3 Reference Specifications, Codes & Standzr2 03200 - 1
1.4 Contractor Submittals . . . * . . . . . - - 83200 - 2
1.5 Factory Testing . . e . a m . . . . . * . a 83200 - 3
2.1 Reinforcing Steel . . . . . m o . a . . m - 013200 - 3 2.2 Mechanical Couplers D . o . . m e a - * - 03200 - 4
3-1 General.. . . *.. e . -. . . . . . oI 03200-4 3.2 Furnishing . * a . . . . e o e a . . . e - 03200 - 4 3.3 Fabrication . e * . . o a o e . . e . . . - 83200 - 5 3.4 Placing. o o s e .. . *. o e . . . o .- 03200-5 3.5 Spacing of Bars o - o D - e - . a a . e e - 03200 - 6 3.6 Splicing a . . e o . o a . a . a o e ,. . - 03200 - 7 3.7 Cleaning and Protection . . . e . e o . . - 03200 - 8 3.8 NotUsed . o o -.. D e. . e . e e e e. 03200-8 3-9 Epoxy Coated Reinforcing Steel . e . e o - 03200 - 8
SECTION 03305 MINOR CONCRETE
1.1 The Requirement e e . . . . . . . . o e . - 03305 - 1 1.2 Reference Specifications, Codes c StandxS 03305 - 1
1.4 Contractor Submittals . . . ., e rn . a . . . 03305 - 1 1.5 Quality Assurance u . . e e . o . . o . . - 03305 - 1
2.1 Materiqls . e . . .I ., . e . . . o o e . - . 84305 - 1
3.1 General. e e * o o . . . e o . . o . * .. 03305-2 3.2 Production . a . . o . . . . e . . . e a - 03305 - 2 3.3 Curing Concrete . . . o . . . . . . . . . D 03305 - 4 3.4 Protecting Concrete . e o . . . e - . e o - 03305 - 4
SECTION 05500 MISCELLANEOUS METALWORK
1.1 The Re'quirement . . . . . . . e . o e e rn . 05500 - 1 1.2 Related Work Specified Elsewhere D . . a - 05500 - 1 1.3 Reference Specifications, Codes 6: Stan&& 05500 - 1
1.4 Contract@ Submittals . . o o .) * a . e . - 05500 - 1
2.1 General Requirements a o . . e e a e . . - 05500 - 2 2.2 Not Used . . . . . . a . . . . . . e a . - 05500 - 2 2-3 Steel Pipe Handrails e s m * . . e . . . - 05500 - 2 2.4 Not Used * . o . e . e e D e . . . ., e . . 05500 - 2 2-5 NotUsed *e e. . . . . . . . . * o. -- 05500-2 2.6 Roof Hatches . . o . . . e o e o . . . . . 05500 - 2 2.7 Pipe Columns . . o . . o e e - . . . c o - 05500 - 2 2.8 Not Used o . . . . . m . . - . . . . . . . 05500 - 2 2.9 Iron Castings a . . . o e . . . m . rn - . - 05500 - 2 2.10 Not Used . . . . - p . . e c . e o * . . m 05500 - 2,
1-3 Related Work Specified Elsewhere . .- - - 03305 - 1
\
X
MAERKLE RESERVOIR
TABLE OF CONTENTS PAGE
Not Used . . . . . . . - . e . . . a e . . 05500 - 2 Bolts and Anchors . . . . . s . D . . e . o 05500 - 3 2-12
2.13 Power-Driven Pins . . . . o . e . . . . . . 05500 - 3
3-1 Fabrication and Installation Requirements . 05500 - 4 3-2 Wlelding . . e . . o . . . . . . . . e . 05500 - 4 3.3 G4alvanizing . e e . . . o . * . . . . e e . 05500 - 5
a 2.11
SECTION 0!5532 FIBERGLASS REINFORCED PLASTIC (FRP) ASSEMBLIES
1.1 Quality Assurance . - D . e . e - o . . e 05532 - 1 1.2 Submittals a - . . e . . . . . . . e . . 05532 - 1 1.3 Picoduct Handling . e o . . . . . . . m . Q 05532 - 1
2.1 Materials . . . . e s . . o . . . a e e 05532 - 1 2-2 Design . . o . o . . . . . . . . . . 05532 - 3
3-1 Irispection . . e . . . e e . . . . . a 05532 - 3 3.2 Installation - a - - . . e . . . . . o e . 05532 - 4
SECTION 09800 PROTECTIVE COATINGS
1.1 The Requirement . . a 9 . . . . . . . . . . 09800 - 1 1.2 Reference Specifications, Codes & Standards 09800 - 1 1.3 Contractor Submittals . e - . o . e . . e . 09800 - 2 Quality Assurance a . . . . . . e e .-. -09800 - 4 Manufacturer Representative . O . ., e a e e 09800 - 5 Safety and Health Requirements - D . . . a 09800 - 6 1-6 1.7 Maintenance e a . . . . . a . * . . a 09800 - 7
2.1 Generai . e - . - . . . . . . e o . . . a 09800 - 7 2-2 Industrial Coating Systems . . e . e . 09800 - 10 2-3 Submerged and Severe Service Coating Systems 09800 - 11
2.4 Special Coating Systems . . . . . . . 09800 - 11
3.1 Safety Requirements . e . . . . . . . 09800 - 12 3-2 Storage, Mixing and Thinning of Materials 09800 - 13 3.3 Prleparation for Coating . . e D . . . . e 09800 - 13 3.4 Surface Preparation Standards . . . Q . e 09800 - 14 3.5 Metal Surface Preparation (Ungalvanized) e 09800 - 15 3-6 AliJminym Surface Preparation . . . - . . . 09800 - 16 3.7 Concrete Surface Preparation . . a . . e 09800 - 17 3.8 Nolt Vsed m e e e . . . . * . . e . e . a 09800 - 17 3-9 Woickmanship o . e . - . . e . * e e e e . . 09800 - 17 3.10 Shop Coating Requirements . . . - o o . e . 09800 - 17 3.11 Application of Coatings . . . o . . . . 09800 - 19 3-12 Curing of Coatings . . . o o . e . . . . o 09800 - 20 3-13 Not Used . e . . . . o . . . (. . . . o 09800 - 20 3-14 Coating System Schedules - Ferrous Metals D 09800 - 20 3.15 Not Used e o . . . o * . o . . . . . . a e 09800 - 21 Coating System Schedule - Concrete . . . - 09800 - 21
_-. *
a ;:;
a 3-16
xi
WRKLE RESERVOIR
TABLE OF CONTENTS PAGE
SECTION 10900 MISCELLANEOUS SPECIALTIES
1.1 The Requirement . . . . . . . . . . . . . - 10900 - 1 1.2 Related Work Specified Elsewhere . . . . . 10900 - 1
2.1 Ventilation Fan . . . . . o . . . . e . e . 10900 - 1 2.2 Seismic Controller e e . a . e e . . e e c 10900 - 1 2.2.1 Seismic Actuator e . o . o . e . . e . . . 10900 - 1 2.3 Exterior Liquid Level Indicator a e e a o . 10900 - 1 2.4 Cathodic Protection e . . a . (. . . e e o e 10900 - 2 2.5 NotUsed o -. . a- a. *. o s . * . . 10900-2 2.6 Safe-T-Climb e e - . . . o . . o e e e e o 10900 - 2 2.7 Davit Base Flange . . e e . . . . o e . . e 10900 - 2 2.8 *Pressure Gages e . . - o o o o . e a e e e -18900 - 2 2.9 Ladder Gate o a o e . . . e D e e e e o a o 10900 - 3 2.10 Notused e a o a e e o e . . . . e o e a o 10900-3
SECTION 14000 HYPALON FLOATING COVER
1.1 Section Includes . e . . o . o . . o e o e 14000 - 1
1.2 Quality Assurance * . . . e * . . . o ., e . 14000 - 1 1-3 NotUsed . . . o . e . . o e o - e e e o e 14000-2 1.4 General Requirements e - e e . . * e o e e 14000 - 2
- 2.1 Cover Material -. General a s o o o e e . a 14000 - 3 2.2 Rubber Membrane Material o e o e o ad --14000 - 3 2.3 Fabric e . . . . . . a e o e a o o o *. o 14000-4 2.4 Composite Cover Material o o . .) e (. e . e 14000 - 4 2.5 Factory Fabrication e . e o Q . o o o a e . X4000 - 5 2.6 Adhesiy,es e . o e e o o . o e . . e o . e o 14000 - 6 2.7 Solvent e . a e . o e e . * e o . . e . . e 14000 - 6 2.8 Miscellaneous Materials for Cover a a m o e 14000 - 6
3.1 Installation of Cover . . o o . . e . o . . 84000 - 8 3.2 Field Joints . . e e a . a . . . . * . . e 94000 - 10 3.3 Field Patching . . . o e . . . e . . . e . 114000 - 12
3.4 Laburatory Testing o . o e . . . o . . e . ll4000 - 12 3.5 Field Joint Testing . . . . . . . . . e e . 14000 - 13 3.6 Alteniate On-Site Seam Inspection o o . . . 114000 - 15 3.7 Clean-up . e . . . . e . . . o . . . . . . 114000 - 15 3.8 Ventilgtion & Inflation Testing . a . . e . 14000 - 15 - 3.9 Disinfeption of ]Reservoir e . . o . . o . . 14000 - 16
SECTION 14020 POLYPROPYLENE FLOATING COVER
1.1 Section Includes o e o e . . . . . e o e . 14010 - 1 1.2 References o e e a e o * * o o . o e . . . 14010 - 1 1.3 Submittals . o e e . . . . . . . . a . . e 14010 - 2 1.4 Regulatory Requirements . . . . * o e . . . 14010 - 4 1.5 Quality Assurance . . . . . . e o e e . . e 14010 - 5 1.6 Delivery, Storage, and Handling * e . . . . 14010 - 6 1.7 Warranty . . e ,, a (. . e . . . . . e . . . 14010 - 6
f
xii
MAERKLE RESERVOIR TABLE OF CONTENTS PAGE ..
2.1 Manufacturers ............... 14010 . 7 2.2 Materials ................. 14010 . 7 2.3 Fabrication ................ 14010 . 12
3.1 Preparation ................ 14010 . 14 3.2 Iinstallation ............... 14010 . 15 3.3 Repairs .................. 14010 . 20 3.4 Testing .................. 14010 . 21 3-5 C.Leanup .................. 14010 . 24 3-6 Operational and Water Quality Testing . e . 14010 . 24 3.7 Post-Construction Repairs . . o . . e e . e 14010 . 24
SECTION 1!5020 VALVES AND APPURTENANCES
1.1 The Requirement .............. 15020 . 1 1.2 Related Work Specified Elsewhere . e . . e 15020 . 1 1-3 Reference Specifications, Codes & Standards 15020 . 1
1.4 Contractor Submittals ........... 15020 . 2 1-5 Quality Assurance ............. 15020 . 2
2-1 Valves, General .............. 15020 . 2 2.2 air Vacuum and Air Release Valves ..... 15020 . 5 2-3 Not Used .................. 15020 . 6 2-4 Not Used ................. 15020 . 6 Ball Valves, Under 4 Inches ........ 15020 . 6 Not Used .............. .-. .-.-. 15020 . 6 2.7 Butterfly Valves .............. 15020 . 6 2.8 Check Valves for Water Service ...... 15020 . 11 2.9 Corporation Stops ............. 15020 . 11 2-10 Not Used .................. 15020 . 11 2.11 FlLap Gates ................ 15020 . 11 2-12 Gate Valves ................ 15020 . 11 2.13 Not Used ................. 15020 . 11 2.14 Hose Gate Valves ............. 15020 . 12 2.15 Not Used ................. 15020 . 12 2-16 Pilot Operated Control Valves, Globe Pattern 15020 . 12
2.17 Not Used ................. 15020 . 12 2.18 Not Used e . . o e . s . o . * e . . e . . 15020 . 12 2-19 Not Used ................. 15020 . 12 2-20 Not Used ................. 15020 . 12
. 2.21 Fire Hydrant ............... 15020 . 12 2-22 Undesigqated Small Valves . e . . e e . e . 15020 . 13
0
-*I
e $2
.
L 3-1 Valve Installation ............ 15020 . 13 3-2 Epoxy Application ............. 15020 . 13
3.3 Testing of Epoxy Coating . o o o o q D . . 15020 . 14
SECTION 15120 PIPING SPECIALTIES
The Requirement .............. 15120 . 1
Related Work Specified Elsewhere ..... 15120 . 1 Contractor Submittals . . * . . e o e . e D 15120 . 1 ::; 1.3 .
xiii
MAERKLE RESERVOIR
TABLE OF CONTEXTS PAGE
2.1 Small Steel Pipe o e . o e . . . . o . . a 15120 - 1 2.2 Red Brass Pipe . . . . . . . - . . . . . . 15120 - 1
2.3 Copper Tubing o a . . . . - . * . . e . . . 15120 - 2
2.4 PVC (Polyvinyl Chloride) Pipe . . . . . . . 15120 - 2
2.5 Mechanical-Type Couplings (Grooved End) . . 15120 - 2
2.6 Sleeve-Type Couplings o o o o . . e . a o . 15120 - 2 2.7 Gaskets and Bolts . . o - . . . . a o o a . 15120 - 3 2.8 Insulating Connections . . e . . e . a . . 15120 - 3
2.9 Stainless Steel Pipe c . . . . e . . . o . 15120 - 3 2.10 Flexible Expansion Joints * . o o a e e - e 15120 - 3
3.1 General . . . o e . o D e . . o o . a o e . . 15120 - 4 3.2 Installation - b . . o e Q . Q fr a . o o o 15120 - 4 3.3 Continuity Bonds - e . e a e . o a e e e . -15120 - 4
-
-. - c -
.
1
\ ..
xiv
SECTION 01010 - SUMMARY OF WORK
1.1 LWATIobT AND DESCRIPTION OF WORK
a
A, The WORK consists of the construction of improvements '
the existing Maerkle Reservoir. The existing earthc
reservoir will be regraded, lined with a pourous aspha concrete liner, and provided with a hypalon (
polypropylene floating cover. Additional, related ai
appurtenant improvements will also be constructed .
accordance with the contract documents.
B. The site of work is located at the northeast dead end (
Sunny Creek Road. Sunny Creek Road can be accessed frc
El Camino Real. The work site is within the- Carlsbi
Municipal Water District, within the City of Carlsbac:
within the County of San Diego, within the State (
California, Actual access to the site for a:
construction work shall be from the east via Shadowridc
Drive in Vista or Oceanside. A 60-foot wide roi
easement will be utilized.
1.2 CONTRACTS
A. The WORK shall be constructed under one prime contract.
WORK BY OTHERS
A. Work by OWNER:
- --- a __
1.3
- 1. The OWNER will drain the existing reservoir to tl
extent possible by utilizing the existing outlc
piping facilities. The CONTRACTOR shall 1
responsible for performing any necessary removal (
remaining water. The CONTRACTOR shall also f responsible for preparing the earthen floor of tl
reservoir for regrading, compaction and lining :
accordance with the specification.
1.4 SALVAGE
The OWNER may desire to salvage certain items of existing equipmer
which are to' be dismantled and removed during the course (
construction, Prior to removal of any existing equipment from tl
site of. th,e WORK, the CONTRACTOR shall ascertain from the ENGINE1
whether or not the particular item or items are to be salvaged.
Items to he salvaged shall be stockpiled on the site in a locatic
as directed by the ENGINEER. All other items of equipment shall f:
disposed of off-site by the CONTRACTOR at his own expense.
I -
a
082895 SUMMARY OF WOI
MAERKLE RESERVOIR PAGE 01010 -
SECTION 01010 - SUMMARY OF WORK
1.5 CONTRACT METHOD1
A. The WORK hereunder will be constructed under a sing1
B. The CONTRACTOR shall include the General Conditions an
lump sum contract.
Supplementary General Conditions of the Contract as
part of all its subcontract agreements.
1.6 NOT USED
1.7 CONTRACTOR'S USE OF ]PREMISES
A. CONTRACTOR'S use of the premises shall be confined t
the areas shown on the Drawings.
B, CONTRACTOR shall:
1. Assume full responsibility for protection an1
safekeeping of products stored on or off premises.
2. Move stored products that interfere with thl
operations of OWNER or other contractor.
,- -_ 3. Obtain and pay for all additional- storage or wor areas required for his operations.
1.0 OWNER'S USE OF THE PROJECT - A. The CONTRACTOR shall cooperate with the OWNER tc
minimize interference with the CONTRACTOR'S operatior
and to facilita.te the OWNER'S Operations in accordanct
with Section 01043 of this specification.
1.9 NOT USED
1.10 OPERATION OF EXISTING WATER SYSTEM PROHIBITED
A. Operation of Existing Water System Prohibited
1. ,The CONTRACTOR shall at no time undertake to close . off any lines, open any valves or take any othei
action which would affect the operation of the
existing water system, except as specificall\ required by the Contract Documents and aftei
I' -
082895 SUMMARY OF W0R.F
MAERKLE RESERVOIR PAGE 01010 - 2
SECTION 01010 - SUMMARY OF WORK
approval is granted by the District. Reque approval two (2) working days in advance of t time that interruption of the existing system required.
a
2. Work on existing structures and facilities shall 1
performed on a schedule and in a manner that wi.
permit the existing facility to opera1
continuously, unless otherwise approved in writii
by the District of the existing utility and/( facility affected.
1.11 CONTRACT TERMINATION
-. -~
The OWNER may terminate this Contract without cause by giving sew
(7) days prior written notice to the CONTRACTOR. In event of
contract termination the OWNER will pay the CONTRACTOR for thi
portion of the Contract completed as of the date of terminatior
less the (aggregate of previous payments already disbursed. TI OWNER will also reimburse the CONTRACTOR for all costs necessari:
incurred for organizing and carrying out the stoppage of the WOI
and paid directly by the CONTRACTOR, not including overheac
general expenses and profit.
OWNER'S RIGHT TO STOP WORK -. - - @ 1.12 __
The OWNER reserves the right to stop the WORK for any reason, t
any time. The CONTRACTOR'S claim for compensation shall only app. to an adjustment in the completion time of the project only. AI
additional costs -incurred due to any stop work order, shall 1
incurred by the CONTRACTOR.
1.13 HAZARDOUS WASTE
The CONTRACTOR shall perform WORK in such a manner that there wi.
be no hazardous wastes (fuel, oil, chemical, etc.) generated (
left on the site. Should the generation of hazardous waste 1
necessary in order to complete the WORK, it shall be tl
CONTRACTOR'S responsibility to take all necessary steps to legal.
dispose of the wqste and any contaminated soil or material. A.
hazardous waste aqd/or contaminated soil found on the site whic
has been left hy the CONTRACTOR shall be properly disposed of 1
the CONTRACTOR', All necessary documentation of the disposal sha:
be obtained by the CONTRACTOR and shall be submitted to the OWNER.
Note: It is unacceptable to store fuels and/or oils on site. TI
CONTRACTOR and SUBCONTRACTORS must make provisions to fuc
equipment on a mobile basis oxily.
-
@ 1.14 (NOT USED)
082895 SLJMMARY OF WOI
MAERKLE RESERVOIR PAGE 01010 -
SECTION 01010 - SUMMARY OF WORK
1.15 WATER CONSERVATION
Water resources shall be utilized in a manner which promote
maximum efficiency in the conservation of water. Water storac
facilities, transport vehicles or systems shall not be permitted t operate in a faulty/leaky condition. Drop tanks, highlines, othe
water handling or water-use facilities shall be kept out of publi
view, whenever possible.
The CONTRACTOR shall coordinate his flushing activities with th
OWNER to insure clear communication and coordination of thos
activities.
When "Wayne Ball" operations are in progress, consideration shal:
be given to plugging a down stream manhole so that flushing watei
may be recovered. This may require the use of water pump at thc
"Down Stream" manhole and a transport system to a storage pond 01
tank.
When "Flushing" new water systems, in preparation for agenc!
bacteria testing, a conscientious effort shall be made to recover,
store or reuse the water. This may require the use of temporarq "High Line" or "Fire Hose" to transport the used water to a
temporary holding pond or tank, -. - L
Water waste, in site preparation, storm drain, sewer, water ana
miscellaneous operations, is no longer acceptable in any form. The
CONTRACTOR shall adjust operations, as required, to meet
conservation goals noted herein. If excessive waste occurs, the
OWNER will direct the CONTRACTOR in writing to make the necessary
changes within twenty four (24) hours to conserve water. If water
waste continues the Contract may be terminated.
-. --
- -_
END OF SECTION
1 -
\
082895 SUMMARY OF WORK'
MAERKLE RESERVOIR PAGE 01010 - 4
SEICTION 01043 - COORDINATION WITH OWNER'S OPERATIONS m
1.1 MAINTENANCE OF PLANT OPERATION
A. The CONTRACTOR will be performing work adjacent to
existing 10 million gallon raw water storage reservo
and chlorination facility. Under these condition precautions will be necessary to assure that no damat
or unscheduled shutdowns occur to any facilitie:
including piping, utilities, roadsI and structures, th,
are to remain in operation and are not to be modified (
replaced. Any temporary facilities, material: equipment and labor required to achieve this objecti7
shall be provided by the CONTRACTOR at his own- expens
At the completion of WORK, all such tempora facilities, materials and equipment remaining shall 1
removed from the site.
B, Regarding connection to existing buried piping ai facilities at or adjacent to the site, it shall be tl
responsibility of the CONTRACTOR to uncover and veri;
their locations, elevations, materials, and dimensior
prior to beginning construction or fabrication of ar
new materials or facilities which are dependent on tl e location of existing facilities. ---
1.2 ORDER OF THE WORK
A. The WORK shall be carried on at such places on tk
projecf and also in such order or precedence as may k
found necessary by the ENGINEER to expedite th
completion of the project. After WORK has begun on an
portion or designated part of the project, it shall k
carried forward to its final completion.
1.3 SHUTDOWNS
A. Any proposed shutdowns must be indicated on tk CONTRACTOR'S preliminary schedule to be submitted fc review'4y the ENGINEER at the Pre-Construction Confer
- ence. The actual allowable durations of the shutdowr will ' be determined during the preparation of th
detailed construction schedule,
082895 COORDINATION WITH OWNER'S OPERATION
MAERKLE RESERVOIR PAGE 01043 -
a
SECTION 01043 - COORDINATION WITH QWNER'S QPEREnTIONS
B. The CONTRACTOR shall compile a detailed list of a1
items of WORK which must be accomplished during an
shutdown.
The CONTRACTOR shall coordinate his WORK to minimize th
required number of shutdowns by accomplishing as man Thr tasks as possible during each shutdown period. CONTRACTOR shall submit this list of items to thc
ENGINEER for his review as a part of the constructio~
Th( schedule required defined within Section 01310.
schedule shall indicate the period and duration of eacl
proposed shutdown and the items of work which will bc
accomplished during each shutdown. The CONTRACTOR shal:
make specific written requests for all shtttdowns 1(
working days in advance of the proposed shutdown foi
review and approval by the ENGINEER. The writ t er request shall include a complete detailed plan of the
CONTRACTOR'S proposed activities including schedule, manpower, equipment, materials and methods which will be
utilized to perform the required work during the
proposed shutdown. Should the ENGINEER feel that the
CONTRACTOR'S proposed plan insufficient to successfully
complete the required work during the period of the
shutdown, the CONTRACTOR shall make the appropriate
the ENGINEER. -- > revisions in his proposed plan to the satisfaction of
1.4 SEQUENCE OF CONSTRUCTION
A. The WOplK under the Contract shall be scheduled and
performed in such a manner as to result in the least
possible disruption to the operation of the existing
facilities.
B. Not Used.
END OF SECTION
I I -
\
082895 COORDINATION WITH OWNER'S OPERATIONS' MAERKLE RESERVOIR PAGE 01043 - 2
SECTION 01045 - CUTTING AND PATCHING
1.1 GENERAL
m
A. The Section includes all cutting and patching of a WORK under construction, completed WORK and existi
facilities in order to accommodate the coordination WORK, install other WORK, uncover WORK for acces
inspection or testing, or similar purposes. Execute a
cutting and patching, including excavation, backfill a
fitting required to:
1. Remove and replace defective WORK or WORK n
conforming to requirements of the Contra
Documents a
2. Remove samples of installed WORK as required f
3. Remove all construction required to provide f
specified alteration or addition to existing WORK.
4. Uncover WORK to provide for the ENGINEER
inspection of covered WORK or inspection
regulatory agencies having jurisdiction.
Connect to completed WORK that was not accomplish
in the proper sequence.
6. Remove or relocate existing utilities and pip
which obstruct the WORK to which connections mu
be made.
7. Make connections or alterations to existing or n
Restore all existing WORK to a state equal to that whi
it was in prior to cutting and restore new WORK to t
standards of these Specifications.
_- -
testing.
5, -_ -- - .- 0
facilities.
B.
C. Submitt-als:
1. Pr$or to cutting which may affect integrity a ,design function of Project, OWNER'S operations,
' work of another contractor, submit written noti
to ENGINEER, requesting consent to proceed wi
cutting, including:
a. Identification of Project.
b. Description of affected work of CONTRACTOR a
082895 CUTTING AND PATCH1
MAERKLE RI2SERVOIR PAGE 01045 -
-
work of others. a
SECTION 01045 - CUTTING AND PATCHING
c. Necessity for cutting.
d. Effect on other work and on structura
integrity of Project.
e. Description of Proposed WORK. Designate:
1)
2) CONTRACTOR, Subcontractor or trade tc
3)
4) Extent of refinishing.
5) Schedule of operations.
Alternatives to cutting and patching, if any.
cutting and patching.
Scope of cutting and patching.
execute WORK.
Products proposed to be used.
_-A
f.
g. Designation of party responsible for cost of
2. Should conditions of WORK, or schedule, indicate - change of materials or methods, submit written
recommendation to ENGINEER, inc1ud';nC -
a. Conditions indicating change.
b.' Recormnendations for alternative materials or
methods.
c. Submittals as required for substitutions.
Submit written notice to ENGINEER, designating time to provide for observation.
Do not begin cutting or patching operations until
authorized by the ENGINEER.
D. Provide ,shoring, bracing and support as required to
- maintairl' structural integrity of Project and protect adjacent WORK from damage during cutting and patching.
Conform to all applicable Specifications for application
and installation of materials used for patching.
3.
'WORK will be uncovered,
E.
END OF SECTION
082895 CUTTING AND PATCHING' MAERKLE RESERVOIR PAGE 01045 - 2
SECTION 01070 - ABBREVIATIONS AND SYMBOLS e
1.1 ABBREVIATIONS
A, Interpret abbreviations used on the Contract Documen
as defined in ANSI Y1.l.
1.2 ORGANIZATION ABBREVIATIONS
A. Abbreviations of organizations which may be used
these Specifications are:
ACS American Chemical Society AC I American Concrete Institute --A
AGMA American Gear Manufacturers Association
AIChE American Institute of Chemical Engineers
AI SC American Institute of Steel Construction
AIS1 American Iron and Steel Institute
ANSI American National Standards Institute
APHA American Public Health Association
AREA American Railway Engineering Association
ASTM American Society for Testing and Materials
ASCE American Society of Civil Engineers
ASME American Society of Mechanical Engineers
ASHRAE
AWA American Water Works Association
AWS American Welding Society DIPRA Ductile Iron Pipe Research Association
CRS I Concrete Reinforcing Steel Institute
EPA Environmental Protection Agency m Factory Mutual
HEW Department of Health, Education and Welfare
HLTD Department of Housing and Urban
IEEE Institute of Electrical and Electron
IRI Industrial Risk Insurance
IS0 Insurance Services Office
NAAMM ' National Association of Architectural Met
NARK National Association of Railroad and
NEC National Electric Code
NEMA National Electrical Manufacturers Associatior
NF National Fire ProtectLon Association
- American Society of Heating, Refrigerating a - - -. Air Conditioning Engineers e
9
Development
Engineers
- 1' Manufacturers
Utilities Commissioners
082895 ABBREVIATIONS AND SYMBO 0 MAERKLE RESERVOIR PAGE 01070 -
SECTION 01090 - REFERENCE STANDARDS a
PART 1 - GENERAL
1.1 GENERAL
in the
specifications references are made to publish
specifications, codes, standards, or other requirement
it shall be understood that wherever no date
specified, only the latest specifications, standards, t requirements of the respective issuing agencies whil
have been published as of the date that the, WORK
advertised for bids, shall apply; except to the exte that said standards or requirements may be in confli
with applicable laws, ordinances, or governing codes No requirements set forth herein or shown on t
drawings shall be waived because of any provision of,
omission from, said standards or requirements.
When a reference standard is specified, comply wi
requirements and recommendations stated in th
standard, except when they are modified by the Contra
Documents, or when applicable laws, ordinancesp rule
replatiofis or codes establish stricteT StaKdards. T
latest provisions of applicable standards shall apply
the WORK.
A. Applicable Publications: Whenever
__ a-
B. Referen'ce standards include, but are not necessari
limited to, the following:
1. American Association of State Highway ai
2. American Concrete Institute.
3. American Gear Manufacturers Association.
4 +
5. , <American Iron and Steel Institute.
. 6. American National Standards Institute.
Transportation Officials.
Ame,rican Institute of Steel Construction.
- 1
7. American Society of Heating, Refrigerating and A
Conditions Engineers, m 8. American Society of Mechanical Engineers.
082895 REFERENCE STANDAR
MAERKLE REISERVOIR PAGE 01090 -
SECTION 01090 - REFERENCE STANDARDS
9.
10. American Water Works Association.
11. American Welding Society.
12. Concrete Reinforcing Steel Institute.
13. Factory Mutual Association.
14.
15. National Electrical Manufacturer's Association
16. National Fire Protection Association.
17. Prestressed Concrete Institute.
18. Underwriter's Laboratories, Inc.
19. Standard Specifications for Public Work:
American Society for Testing and Materials.
Institute of Electrical and Electronics Engineers.
Construction (SSPWC), Current Edition.
- 20. State of California, Department of Transportation, Standard Specifications (StandarZ Specyfications) ,
Current Edition.
21. All other applicable standards listed in the
Sgecifications, and the standards of utilitl
service companies, where applicable.
__
1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS
A. Without limiting the generality of other requirements of
the . specifications, all WORK specified herein shall
conform to or exceed the requirements of all applicable
codes and the applicable requirements of the following
documents to the extent that the provisions of such
documentis are not in conflict with the requirements of
these Specifications nor the applicable codes.
B. References herein to "Building Code" or UBC shall mean
the Uniform Building Code of the International
Conference of Building Officials (ICBO) . The latest edition of the code as approved and used by the local
agency as of the date of award, as adopted by the agency
heving jurisdiction, shall apply to the WORK herein,
including all addenda, modifications, amendments, or
082895 REFERENCE STANDARD$ MAERKLE RESERVOIR PAGE 01090 - 2
-
\
SECTION 01090 - REFERENCE STANDARDS
other lawful changes thereto. The UBC is herek incorporated in and made a part of these Contrac
Documents, to the extent of the appllcable reference
thereto.
e
C. No provisions of any referenced standard specification
manual or code, whether or not specifically incorporate by reference in the Contract Documents, shall b
effective to change the duties and responsibilities o
the Authority, ENGINEER, or CONTRACTOR from those se
forth in the Contract Documents. Nor shall they b
effective to assign to the ENGINEER any duty o
authority to supervise or direct the furnishing o performance of the WORK or any duty or au.hority t
undertake responsibility contrary to the provisions o
the Contract Documents.
I). In case of conflict between codes, reference standards
drawings and the other Contract Documents, the mos
Stringent requirements shall govern. All conflict shal be brought to the attention of the ENGINEER fo
clarification and directions prior to ordering o providing any materials or labor. The CONTRACTOR shal
bid the most stringent requirements.
E. Applicable Standard Specifications: - Th-e--CONTRACTO
:shall construct the WORK specified herein in accordanc
with the requirements of the Contract Documents and th
referenced portions of those referenced codes
standayds, and specifications listed herein.
c1 __
F. References to "Standard Drawings" shall mean the "Sa
Iliego Area Regional Standard Drawings, Current Edition
:Lncluding all current supplements, addenda, an(
revisions thereof.
G. References herein to "Cal-OSHA" shall mean State o
(:a 1 i forn i a, Department of Industrial Relations Construction Safety Orders, as amended to Date, and a1
c:hanges and amendments thereto which are effective as o
- the date' of construction.
i
H. References herein to "OSHA Regulations for Construction
shall mean Title 29, Part 1926, Construction Safety an(
Health Regulations, Code of Federal Regulations (OSHA)
i.ncluding all changes and amendments thereto. a
082895 REFERENCE STANDARD
MAERKLE RESERVOIR PAGE 01090 -
SECTION 01090 - REFERENCE STANDARDS
I. References herein to "OSHA Standards" shall mean Tit1
29, Part 1910, Occupational Safety and Health Standards
Code of Federal Regulations (OSHA), including a1
changes and amendments thereto.
1.3 TRADE NAMES AND ALTERNATIVES
A. For convenience in designation in the Contrac
Documents, materials to be incorporated in the WORK ma
be designated under a trade name or the name of
manufacturer and its catalog information. The use o alternative material which is equivalent in quality an(
of the required characteristics for the purpose intendec
will be permitted, subject to the ----Sollowin<
requirements :
1. The burden of proof as to the quality anc
suitability of such alternative equipment,
products, or other materials shall be upon the
CONTRACTOR.
2. The ENGINEER will be the sole judge as to the
comparative quality and suitability of such
- alternative equipment, products, or sthxr materials __ and-its decision shall be final.
B. Wherever in the Contract Documents the name or the name
and address of a manufacturer or distributor is given
for a firoduct or other material, or if any other source
of a product or material is indicated therefor, such
information is given for the convenience of the
CONTRACTOR only, and no limit, restriction, or direction
is indicated or intended thereby, nor is the accuracy or
reliability of such information guaranteed. It shall be
the responsibility of the CONTRACTOR to determine the
accurate identit.y and location of any such manufacturer,
distributor, or other source of any product or material
called .for in the Contract Documents.
- C. The COdTRACTOR may offer any material, process or
equiphent which it considers equivalent to that
indicated. Unless otherwise authorized in writing by
the ENGINEER, the substantiation of offers of
equivalency must be submitted within 60 days after
execution of the Agreement. The CONTRACTOR, at its sole
expense, shall furnish data concerning items it has
offered as equivalent to those specified. The CONTRACTOR shall have the material as required by the
082895 REFERENCE STANDARD;
MAERKLE RESERVOIR PAGE 01090 - 4
SECTION Of090 - REFERENCE STANDARDS
ENGINEER to determine that the quality, strength physical, chemical, or other characteristlcs, incluciir: durability, finish, efficiency, dimensions, service, an
suitability are such that the items will fulfill it
intended function.
Installation and use of a substitute item shall not b
made until approved by the ENGINEER. If a substitut
offered by the CONTRACTOR is found to be not equivalen
to the specified material, the CONTRACTOR shall furnis
and install the specified material.
D, The CONTRACTOR'S attention is further directed to thl
requirement that its failure to sukt dat(
substantiating a request €or a substitution of a
"equivalent" item within said 60-day period after th
execution of the Agreement, shall be deemed to mean tha
the CONTRACTOR intends to furnish one of the specifi
brand-named products named in the specification, and th
CONTRACTOR does hereby waive all rights to offer or us
substitute products in each such case. Wherever proposed substitute product has not been submitte
within said 60-day period, or wherever the submission o
a proposed substitute product fails to meet th
requirements of the specifications and an acceptabl
resubmittal is not received by the ENENE-ERwithin sai
60-day period, the CONTRACTOR shall furnish only one o
the products originally-named in the Contract Documents.
0
e-
-
PART 2 - PRODUCTS (Not Used)
- PART 3 - EXECUTION (Not Used)
END OF SECTION
- I
i
e
082895 REFERENCE STANDARD
MAERKLE RESERVOIR PAGE 01090 -
SECTION 01150 - MEASUREMENT AND PAYMENT
1.1 DESCRIPTION
a
A. The items listed below beginning with Article 1.4, ref
to and are the same pay items listed in the Bid Form
They constitute all of the pay items for the completi
of the WORK. No direct or separate payment will be ma
for providing miscellaneous temporary or access0
works, plant, services, CONTRACTOR'S or ENGINEER'S fie
off ices, layout surveys, job signs, sanita requirements, testing, safety devices, approval a
record drawings, water supplies, power, maintaini
traffic, removal of waste, watchmen, bonds, insuranc
and all other requirements of the General Condition
Supplementary Conditions, and the General Requirement
Compensation for all such services, things and materia
shall be included in the prices stipulated for the lur
sum and extra work unit price pay items listed herein.
B. The lump sum bid price will be deemed to include i
amount considered by CONTRACTOR to be adequate to cow
CONTRACTOR'S overhead and profit for each separate. identified item. 0- 1.2 SCOPll -- -
Payment shall include all compensation to be received by tF
COKTRACTOR for furnishing all tools, equipment, supplies, ar
manufactured argicles, and for all labor, operations, ar
incidentals appurtenant to the items of WORK being described, 2
necessary to complete the various items of the WORK all i
accordance with the requirements of the Contract Document:
including all appurtenances thereto, and including all costs o
compliance with the regulations of public agencies havin
jurisdiction, including Safety and Health Requirements of th
California Division of Industrial Safety and the Occupationa
safety anti Health Administration of the U.S. Department of Lab0
(OSHA).
1.3 BREAKDOWN OF CONTRACT PRICE OF LUMP SUM CONTRACTS
Prior to execut'ion of a lump sum contract, CONTRACTOR shall submi
a detailed price breakdown showing the allocated portion of th
total bid price to the various items of work. CONTRACTOR mus
submit a preliminary price breakdown for the review and approval o
the ENGINEER. The ENGINEER reserves the right to reject an
breakdown submitted by the CONTRACTOR which the ENGINEER judges i
not sufficient to allow for the preparation of accurate monthll
progress payment estimates. The detailed price breakdown shall bc
082895 MEASUREMENT AND PAYMEN
MAERKLE RESERVOIR PAGE 01150 -
-
0
SECTION 01150 - MEASUREMENT AND PAYMENT
listed by specification section number and shall include a separat,
cost item for all items or equipment and work. The price breakdow:
shall typically be a unit price type breakdown and shall includl
quantities, unit prices and total bid cost for each cost item.
Where a unit price breakdown is judged impractical, ZNGINEER ma' Thi: allow a breakdown by lump sum for certain cost items.
information will be used by ENGINEER in preparing monthly progres:
payment estimates ~
1.4 PAY ITEMS
A. Mobilization
B. Clearing, Grubbing and Remedial Grading
C. Rough Grading
D. Pourous Asphalt Concrete Liner
E. Yard Piping
F. Site Concrete
G. Outlet Structures and Valves
H. Site Fencing
I. Asphalt Concrete - Paving
J. Asphale Concrete - Liner
K. Gunite Swales
L. Protective Coatings
M. Hydrostatic Testing, Chlorination, and Disinfection
N. Site Electrical and Electrical Instrumentation
0. Floating Cover
--
I
END OF SECTION
082895 MEASUREMENT AND PAYMENT MAERKLE RESERVOIR PAGE 01150 - 2
SECTION 01201 - PRECONSTRUCTION CONFERENCE a
1.1 GENERAL
A. Date, Time and Location: Conference will be held afte
execution of the Contract and before construction i
started at the site. ENGINEER will fix the date, timc
and location of the meeting in accordance wit1
requirements of the General Conditions.
B. ENGINEER shall prepare agenda, preside at meeting, an(
prepare and distribute a transcript of proceedings tc
a11 parties.
C. CONTRACTOR(S) shall provide data required, contributc
appropriate items €or discussion, and be prepared tc
discuss all items on agenda.
1.2 REQUIFED ATTENDANCE
A. CONTRACTOR(S1 and major Subcontractors.
B. OWNER'S representative.
__ - - 0 C. E:NGINEER.
D. Representatives of government agencies having any degree
of control or responsibility, if available.
1.3 PLGENDA -
A. Agenda will include, but will not necessarily be limited
to, the following:
1. Designation of responsible personnel.
2. Subcontractors.
3. Coordination with other contractors.
- 4. Construction schedule.
5. Processing of Shop Drawings.
6. Processing of field decisions and Change Orders.
7. Requirements for copies of Contract Documents.
8. Insurance in force.
082895 PRECONSTRUCTION CONFERENCE PAGE 01201 - 1 MAERKLE RESERVOIR
SECTION 01201 - PRECONSTRUCTION CONFERENCE
9. Schedule of Values.
10. Schedule of Payments.
11. Use of premises.
12. CONTRACTOR(S9 responsibility for safety and fir:
aid procedures.
13. Security.
14. Housekeeping.
15. Field Offices.
16. Record Drawings.
END OF SECTION
- ___
-
I
082895 PRECONSTRUCTION CONFERENC
MAERKLE RESERVOIR PAGE 01201 -
SECTION 01202 - PROGRESS MEETINGS
1.1 GENERAL
a
A. Date and Time:
1. Regular Weekly Meetings: As mutually agreed upc
2. Other Meetings: On call.
by ENGINEER and CONTRACTOR.
B. Place: ENGINEER'S office at Project site or othe
C. ENGINEER shall prepare agenda, preside at meetings, an
prepare and distribute a transcript of proceedings t
all parties.
CONTRACTOR shall provide data required and be prepare
to discuss all items on agenda.
mutually agreed upon location.
D.
1.2 MINIMUM ATTENDANCE
A, CONTRACTOR, Subcontractors and suppliers. Repres er tatives present for each party shall be authorized t
act on their behalf. -- -
B. ENGINEER.
C. OWNER'S representative,
D. Others as appropriate.
e
-
1.3 AGENDA
A. Agenda will include, but will not necessarily be limit€
to, the following:
1. Transcript of previous meeting.
2. Progress since last meeting.
- 3. Planned progress for next period.
4. Problems, conflicts and observations.
5. Change Orders.
6. Applications for payment e
7. Quality standards and control.
082895 PROGRESS NEETI1
MAERKLE RESERVOIR PAGE 01202 -
a
SECTION 01202 - PROGRESS MEETINGS
8. Schedules, including of f-site fabrication an
delivery schedules, Corrective measures required.
9. Coordination between parties.
10. Other business.
END OF SECTION
*
---
, -
082895 PROGRESS MEETING:
MAEEXLE RESERVOIR PAGE 01202 - 2
SECTION 01300 - SUBMITTALS
1.1 GENERAL
. The term "submittal" as used herein shall be understood to incluc
working drawings, detail design calculations, shop drawing: fabrication and installation drawings, erection drawings, list:
graphs, operating instructions, catalog sheets, data sheet:
samples, and similar items. Unless otherwise required, suc submittals; shall be submitted to ENGINEER. ENGINEER will revic
and distribute all submittals in accordance with this sectic
within 30 calendar days following their receipt by ENGINEER.
1.2 SECTION INCLUDES
A. Submittal procedures.
B. Proposed products list.
C. Shop drawings.
D. Product data.
E. Manufacturers' instructions.
F. Manufacturers' certificates.
--- 1.3 RELATED SECTIONS
A, Section 01400 - Quality Control: Manufacturers' fie1
El. Section- 01700 - Contract Closeout: Contract closeoL
submittals.
C. Section 01310 - Progress Schedules
D, Section 01370 - Schedule of Values
E. Section 01342 - Samples
services and reports.
1.4 SUBMITTAL PROCEDURES
A, The number of copies required by the CONTFUICTOR pli
eight (8) copies of all submittals shall be submitted t
ENGINEER.
B, Each submittal may contain data from a sing1
specification section only. If data from multipl specification sections are to be submitted, they shal
be transmitted as separate submittals, with their ob
submittal cover sheet and unique submittal number.
082895 SUBMITTAI
MAERKLE RESERVOIR PAGE 01300 -
a
SECTION 01300 - SUBMITTALS
C- A submittal cover sheet shall accompany each submitta.
The submittal cover sheet shall clearly indicate tl
ai names of the Project, OWNER, CONTRACTOR,
Subcontractor or supplier (if appropriate), as well i
the date, submittal number and contract number. Ea(
item included in the submittals shall be listed on tl
cover sheet with a description, specification sectic
and paragraph numbers, drawing number (if appropriate:
location in the WORK, and quantity required.
D. If a submittal deviates from the requirements of tl
CONTRACT DOCUMENTS, CONTRACTOR shall specifically no1
each variation in his letter or transmittal.
E, All submittals submitted for approval shall have a tit1
block with complete identifying information satisfactol
to the ENGINEER.
F, It is CONTRACTOR'S responsibility to review submittal
made by his Suppliers and Subcontractors befor
transmitting them to the ENGINEER to assure prop€ coordination of the WORK and to determine that eac
submittal is :in accordance with his desires and the
there is sufficient information about materials ar
equipment for the ENGINEER to determine compliance wit
the CONTRACT DOCUMENTS. Incomplete or inadequa t submittals will be returned for revisions withoc
G. All submittals shall bear the stamp of approval an
signature of CONTRACTOR as evidence that they have bee
reviewed by CONTRACTOR. Submittals without this stm
of appioval will not be reviewed by the ENGINEER an
will be returned to the CONTRACTOR. CONTRACTOR'S stm
shall contain the following minimum information:
PROJECT Name:
CONTRACTOR'S Name:
Date:
- review. - . _--. -.
Submittal No.:
,Approved By :
1 - i'
\.
H. A number shall be assigned to each submittal by th
CONTRACTOR starting with No. 1 and thence numbere
consecutively. Resubmittals shall be identified by th
original submittal number fqllowed by the suffix "A" fo
the first resubmittal, the suffix "B" for the secon
resubmittal, etc.
082895 SUBMITTAL
MAERKLE RESERVOIR PAGE 01300 -
SECTION 01300 - SUBMITTALS
I. Except as may otherwise be provided herein, the ENGINEE
Will return prints of each submittal to the CONTRACTOF
with his comments noted thereon, within 30 calendar da;
following their receipt by the ENGINEER. It i considered reasonable that the CONTRACTOR shall make
complete and acceptable submittal to the ENGINEER by tk
second submission of a submittal item. The OWNE reserves the right to withhold monies due the CONTRACTC
to cover additional costs of the ENGINEER'S revie
beyond the second submission.
J. If 3 copies of a submittal are returned to th CONTRACTOR marked "NO EXCEPTIONS TAKEN" formal revisio
and resubmission of said submittal will not be required.
K, If 3 copies of a submittal are returned to th
CONTRACTOR marked "AMEND AS NOTED", formal revision an
resubmission of said submittal will not be required.
If 1 copy of the submittal is returned to the CONTRACTO
marked "AMEND-RESUBMIT", the CONTRACTOR shall revis
said submittal and shall resubmit 8 copies of sai
revised submittal to the ENGINEER.
If 1 copy of the submittal is returned to the CONTRACTO
:marked "REJECTED-RESUBMIT" , the CONTRACTOR shall revis
said submittal and shall resubmit 8 copies of sai
revised submittal to the ENGINEER.
Fabrication of an item shall not be commenced before thl ENGINEER has reviewed the pertinent submittals an(
.returned copies to the CONTRACTOR marked either 'IN(
EXCEPTIONS TAKEN", or "AMEND AS NOTED". Revision, .indicated on submittals shall be considered as change,
necessary to meet the requirements of the CONTRAC'
DRAWINGS and SPECIFICATIONS and shall not be taken a:
the basis of claims for extra work.
0. The ENGINEER'S review of the CONTRACTOR submittals shal.
not relieve the CONTRACTOR of the entire responsibilit: Thi for the correctness of details and dimensions.
CONTRACTOR shall assume all responsibility and risk fo:
any misfits due to any errors in CONTRACTOR-submittec
submittals. Any fabrication or other WORK performed ii
advance of the receipt of approved submittals shall bc Thc entirely at the CONTRACTOR'S risk and expense.
CONTRACTOR shall be responsible for the dimensions an(
the design of adequate connections and details.
0
L.
M.
- -. . -. a
N.
-
P. Submittals shall be submitted well in advance of tht
need for the material or equipment €or construction an(
082895 SUBMITTALI MAEREUE RESERVOIR PAGE 01300 - :
0
SECTION 01300 - SUBMITTALS
with ample allowance for the time required to makt
delivery of material or equipment after data coverinc such is approved.
Q. Identify variations from the Contract Documents anc
product or system limitations which may be detrimental
to successful performance of the completed WORK.
R. Provide space for the CONTRACTOR and the ENGINEER reviek
stamps.
S. Revise and resubmit submittals as required, identify all
changes made since previous submittal.
T. Distribute copies of reviewed submittals to concernec
parties. Instruct parties to promptly report an)
inability to comply with provisions.
1.5 PROPOSED PRODUCTS LIST
A. Within 30 days after date of Notice to Proceed, submit
complete list of major products proposed for use, with
name of manufacturer, trade name, and model number of
each product.
B. For products specified only by reference standards, give - manufacturer, trade name, model or catalog designation, _. _-- -- and reference standards.
1.6 SHOP DRAWINGS
A, Submit 'the number of opaque reproductions required in
Section 1.4.
B. After review, reproduce and distribute in accordance
with Article on Procedures above and for Record
Documents described in Section 01700 - Contract
Closeout.
1.7 PRODUCT DATA
A. Submit s the number of copies which the CONTRACTOR
- requires, plus eight (8) copies which will be retained
by the ENGINEER.
B. Mark each copy to identify applicable products, models,
options, and other data. Supplement manufacturers' standard data to provide information unique to this
PROJECT.
082895 SUBMITTAL4
MAERKLE RESERVOIR PAGE 01300 - 4
SECTION 01300 - SUBMITTALS
C. After review, distribute in accordance with Article
Procedures above and provide copies for Record Documer
described in Section 01700 - Contract Closeout.
1.8 MA"ACTURER'S INSTRUCTIONS
A, When specified in individual Specification Sectior
submit manufacturers' printed instructions for deliver
storage, assembly, ins tallat ion, start-up, adjus tir
and finishing, in quantities specified for Product Dat;
B. Identify conflicts between manufacturersv instructic
and Contract Documents.
MANUFACTURER ' S CERTI FI CATE S 1.9
A. When specified in individual specification Sectior:
submit manufacturers' certificate to the ENGINEER f review, in quantities specified for Product Data.
B. Indicate that the material or product conforms to
exceeds specified requirements. Submit supporti reference date, affidavits, and certifications
appropriate.
C, Certificates may be recent or previous test results
material or Product, but must be acccg-tgble to t
ENGINEER, a
END OF SECTION
* -
a
082895 SUBMITTX
MAERKLE RESERVOIR PAGE 01300 -
SECTION 01310 - PFCGRESS SCHEDUIES
PART 1 - GENERAL
The CONTRACTOR shall provide a construction schedule which confor to the requirements below, unless otherwise approved by the ENGINEEF
1.1 GENERAL
A. Provide construction schedule which conforms to t requirements below, unless otherwise approved by t;
ENGINEER.
Update schedules monthly unless otherwise specified ( directed by the ENGINEER.
B.
1.2 CONTENT
A.
B. Product delivery dates.
C.
D.
Shop drawing submittal dates and required approval dates.
Factory and field testing dates.
Dates for beginning and completing each phase of the WOF by activity and by trades.
1.3 EDRMAT
A. Type: Critical Path Method.
-- - 0 B. Sheet Size: 24-inches by 36-inches.
C. Time Scale: Indicate first date in each work week,
I). Organization:
1, Group Shop Drawing submittals and reviews into separate sub-schedule.
2. Group product deliveries into a separate sub
schedule e
3, Group construction WORK into a separate sub-schedul
by activity.
Group critical activities which dictate the rate o prbgress into a separate sub-schedule.
!j. . 'Organize each subschedule by Specification Sectioi
number.
E. Activity Designations: Show title and relate(
44.
I -
Specification Section number.
082895 PROGRESS SCHEDULE: MAERKLE RESERVOIR PAGE 01310 - 1
0
SECTION 01310 - PROGRESS SCHEDULES
1.4 SUBMITTALS
A. A tentative schedule shall be submitted at the prc construction conference in accordance with Section 012( of this specification. This schedule shall be utilizt for discussion and initial coments regarding the expectt progression of the WORK.
B. Submit a revised initial schedule at least 20 days pric
to submitting first application for a progress payment
but no later than 30 days after date of execution c
Agreement,
schedule remains unchanged from one period to the next submit a written notice to that effect.
C. Submit updated schedules at progress meetings. If
D. Make submittals to ENGINEER.
E. Unless otherwise specified, submit two copies of eac schedule. One copy will be reviewed by the ENGINEER an re turned. The other copy will be retained by th ENGINEER.
F. Attach a letter of transmittal to each submittal an
include the following information in the letter:
- I. A listing of items which have changed since the las
2. Discussion of problems causing delays, anticipate1 length of delays, and proposed countermeasures.
--- - submittal e
-
1.5 DELAYS
The ENGINEER shall not be responsible for delay caused bl
circumstances beyond its reasonable control, including, but not limited to, delays by reason of 1) strikes, lockouts, work slowdown: or stoppages, or accidents,, 2) acts of God, 3) failure of the OWNEE to furnish timely information or to approve or disapprove the Architect/ENGINEER's instruments of service promptly, and 4) fault\ performance or non-performance by the OWNER, the OWNER'S independent consultants or CONTRACTORS, or governmental agencies; nor shall the ENGINEER be responsible for delays occasioned by actions taken by the ENGINEER which, ini'the sole judgement of the ENGINEER, are requirec by sound profesqional practice. The ENGINEER shall not be liable foi damages arising out of any such delay, nor shall the ENGINEER be deemed to be in default of this Contract as a result thereof.
-
END OF SECTION
082895 PROGRESS SCHEDULES'
MAERKLE RESERVOIR PAGE 01310 - 2
SECTION 01342 - SAMPLES
1.1 GENERAL
a
A. The submittal of Samples shall conform to the procedur
described in this Section.
B. Samples and Shop Drawings which are related to the sa
unit of Work or Specification Section shall be submitt
at the same time. If related Shop Drawings and Sampl
are submitted at different times, they cannot
reviewed until both are furnished to the ENGINEER.
1.2 PROCEDURE
A. CONTRACTOR shall review, approve, and submit all Sampll
promptly. Samples shall be identified with correl
reference to Specification Section, page, article ai
paragraph number, and Drawing No. when applicable.
Samples shall clearly illustrate functional characte
istics of the product and all related parts ai
attachments, and full range of color, texture, patte
and material. Samples shall be furnished so as not *
delay fabrication, allowing the ENGINEER reasonable ti1
for the consideration of the Samples submitted.
Be CONTRACTOR shall submit at least three Samples of ea(
item required for the ENGINEER'S approval ~ Submissic
of Samples shall conform to all applicable provisior
under Shop Drawing Submittal and Correspondenc
Procedure. Two of the Samples shall be delivered to tl
ENGINEER'S home office unless otherwise authorized k
the ENGINEER. One Sample shall be delivered to tl
ENGINEER'S field off ice. If the CONTRACTOR requires
Sample for his use he shall notify the ENGINEER 1
writing o
C. The CONTRACTOR shall make all corrections required ar
shall resubmit the required number of new Samples unti
approved.
a
1.3 NOT USED
1.4 SAMPIES R3R TESTS
I -
A: CONTRACTOR shall furnish such Samples of material as mz
be required for examination and test. All Samples c
materials for tests shall be taken according to standai
methods and as required by the Contract Documents. a END OF SECTION
082895 SAMPLE
MAERKLE RESERVOIR PAGE 01342 -
SECTION 01370 - SCHEDULE OF VALUES
. 1.1 GENERAL
a
A. The Schedule of Values is an itemized list thi
establishes the value or cost of each part of the Wor:
It shall be used as the basis for preparing progre:
payments and may be used as a basis for negotiatiol concerning additional work or credits which may ari:
during the construction. Quantities and unit prices mi
be included in the schedule when approved by or requirt
by the ENGINEER.
1.2 PREPARATION
A. Schedule shall show breakdown of labor, materia-
equipment and other costs used in preparation of t
Bid.
Costs shall be in sufficient detail to indicate separa
amounts for each Section of the Specifications.
C. CONTRACTOR may include an item for bond, insuranci
temporary facilities and job mobilization. Mobilizatic
shall .consist of preparatory work and operation:
including, but not limited to, those necessary for tl
incidentals to the project site; for the establishme]
of all offices, buildings and other facilities necessa:
for WORK on the project; and for all other WORK ai
operations which must be performed or costs incurrc
prior to the beginning WORK on the various contra(
items on the project site. Superintendent's salal shall be paid in equal monthly allocations over tl
duration of the job. Mobilization will be included fc
payment at a rate of 25 percent per month for the fir,
four months.
D. Schedule of Values shall be prepared on 8-1/2-inch :
B.
movement of personnel, equipment; -. suiplies ai a ..
11-inch white paper.
- E. Use Table of Contents of the Specifications as basis fc Schedule format and identify each item with number a!
title in the Table of Contents. List sub-items of majc
products or systems as appropriate or when requested 1
ENGINEER.
F. When requested by ENGINEER, support values with da.
that will substantiate their correctness.
082895 SCHEDULE OF VALul
MAERKLE RESERVOIR PAGE 01370 -
a
SECTION 01370 - SCHEDULE OF VALUES
G. The sum of the individual values shown on the Schedul
of Values must equal the total Contract Price.
H. Each item shall include a directly proportional amour
of the CONTRACTOR'S overhead and profit.
I. Schedule shall show the purchase and delivery costs fc
materials and equipment that the CONTRACTOR anticipate
he shall request payment for prior to thei
installation.
1.3 SUBMITTAL
A. A tentative schedule of values shall be submitted prio
to or at the pre-construction conference in accordanc
with Section 01201 of this specification.
B. Submit three copies of the final schedule to th
ENGINEER for approval at least 20 days prior t
submitting first application for a progress payment.
After review by ENGINEER, revise and resubmit schedul
as required until it is approved. -
-- -
END OF SECTION
-
I -
082895 SCHEDULE OF VALUE! MAERKLE RESERVOIR PAGE 01370 - :
SECTION 01400 - QUALITY CONTROL
PART 1 - GENERAL
1.1 QUALITY AsSURANCE/CONTROL OF INSTALLATION
@
A. The CONTRACTOR shall verify all dimensions in the fie
and shall check field conditions continuously duri
construction. The CONTRACTOR shall be sole responsible for any inaccuracies built into the WORK d to its failure to comply with this requirement.
B. The CONTRACTOR shall inspect related and appurtena
WORK and shall report in writing to the ENGINEER a
conditions which will prevent proper completion of t
WORK * Failure to report any such conditions sha constitute acceptance of all site conditions, and a
required removal, repair, or replacement caused
unsuitable conditions shall be performed by t
CONTRACTOR at its sole cost and expense.
Points of connections to any existing pipelines must accurately located by the CONTRACTOR. Information su
as vertical elevations, pipe outside diameters, joint
materials of construction, shape, and pipe conditio.
must be obtained prior to beginning WO-Min the affect
area and this information shall be transmitted to t The ENGINEER shall make any necessa ENGINEER.
adjustments to the drawings to reflect the actual fie
conditions. No additional payments will be made to t
CONTRACTOR for any required adjustments in the drawin at the points of connection to existing pipelines. :
payment will be allowed for special transition couplini or jointing materials required for connections
existing pipelines.
C.
e
1.2 INSPECTION OF THE WORK
A. The WORK shall be conducted under the generi
observation of the ENGINEER and shall be subject 1
inspeckion by representatives of the ENGINEER to insu
strict bompliance with the requirements of the Contra1
Docm'ents. Such inspection may include mill, plan
shop, or field inspection, as required. The ENGINE1
shall be permitted access to all parts of the WON including plants where materials or equipment a.
manufactured or fabricated.
-
082895 QUALITY CONTR( MAERKLE RESERVOIR PAGE 01400 -
SECTION 01400 - QUALITY CONTROL
1.3 SAMPLING AND TESTING
A. When not otherwise specified, all sampling and testin
shall be in accordance with the methods prescribed i
the current standards of the AS", as applicable to th
class and nature of the article or materials considered
however, the ENGINEER reserves the right to use an
generally-accepted system of inspection which, in th
opinion of the ENGINEER will insure that the quality o
the workmanship is in full accord with the Contrac
Documents q
B. Any waiver of any specific testing or other qualit
assurance measures, whether or not such waiver i
accompanied by a guarantee of substantial performance a
a relief from the specified testing or other qualit
assurance requirements as originally specified, an(
whether or not such guarantee is accompanied by
performance bond to assure execution of any necessar
corrective or remedial WORK, shall not be construed as q
waiver of any technical or qualitative requirements o
the Contract Documents.
PART 2 - PRODUCTS (Not Used) -- -
PART 3 - EXECUTION (Not Used)
END OF SECTION
- I
082895 QUALITY CONTROL MAERKLE RESERVOIR PAGE 01400 - 2
SECTION 01410 - TESTING LABORATORY SERVICES a 1.1 GENERAL
A. The OWNER will employ and pay for an independent tesl
laboratory to perform the specified services.
B. Inspection, sampling and testing shall be as speci
in the individual Sections. These include:
1. Earthwork, Section 02200.
2. A.C. Pavement, Section 02510.
3. Cast-in-Place Concrete, Section 03300.
4. Reinforcement Steel, Section 03200.
5. Floating Cover
C, The OWNER will pay for the testing listed above ex1
for repeat testing which results from the CONTRACT(
negligence or his repeated failure to meet Specifica
requirements.
D. CONTRACTOR shall pay for: ---
1. Tests not listed above.
2. Tests made for the CONTRACTOR'S convenience.
3. Repeat tests required because of the CONTRACT
negligence or failure to meet Specifica
requirements.
0
E. The testing laboratory is not authorized to approvf
accept any portion of the WORK; rescind, alter
augment the requirements of the Contract Documents,
perform any duties of the CONTRACTOR.
1.2 (;LUAEIFICATIONS OF LABORATORY
I - A. Where applicable, the testing laboratory will
"Recommended Requirements for Independent Labora
Qualification", latest edition, published by Mer
Council of Independent Laboratories and the b
requirements of ASTM E 329 "Standards of Recome
E'ractice for Inspection and Testing Agencies
Concrete and Steel as Used in Construction".
082895 TESTING LABORATORY SERV
MAERKLE RESERVOIR PAGE 01410
a
SECTION 014101 - TESTING LABOMTORY SERVICES
B. Testing equipment used by the laboratory will t
calibrated at maximum 12 month intervals by devices o
accuracy traceable to either National Bureau o
Standards or accepted values of natural physica
constants.
1.3 LAEORATORY DUTIES
A. The testing laboratory will:
1. Cooperate with ENGINEER and CONTRACTOR and provid
qualified personnel promptly on notice.
2. Perform specified inspections, sampling and testinc
of materials and methods of construction; compl;
with applicable standards; ascertain compliancc
with requirements of Contract Documents.
3. Promptly notify ENGINEER and CONTRACTOR 0:
irregularities or deficiencies of Work which arf
observed during performance of services.
Promptly submit 5 copies of reports of inspection:
and tests to ENGINEER, including:
a, Date issued.
bo Project title and number.
c.
d.
e,
f. Date of test.
4.- Identification of product and Specification
\h- Location in Project,
i.
j. Results of tests and observations regarding
4. - _--
-
Testing laboratory name and address,
Date of inspection or sampling.
Record of temperature and weather.
. Section.
- I
Type of inspection or test.
compliance with Contract Documents.
082895 TESTING LABORATORY SERVICES' MAERKLE RESERVOIR PAGE 01410 - 2
SECTION 01410 - TESTING LABORATORY SERVICES
5. Perform additional tests and services as requi by OWNER.
e
1.4 CONTRACTOR'S RESPONSIBILITIES
A. The CONTRACTOR shall:
1. Cooperate with laboratory personnel, provide accc
to WORK and to manufacturer's operations.
2. Provide to laboratory, preliminary representati samples of materials to be tested, in requiz
quantities.
3. Furnish copies of product test reports.
4. Provide to the laboratory the preliminary desi mix proposed for concrete, and other material mix
that require testing by the testing laboratory.
5. Furnish labor and facilities:
a.
b.
c.
d.'
To provide access to Work to be tested.
To obtain and handle samples at the site.
To facilitate inspections and tests.
For laboratory's exclusive use for storage a
curing of test samples.
e. Forms for preparing concrete test beams a:
cylinders.
-- - 0-
6. Notify laboratory and ENGINEER sufficiently
advance of operations to allow for assignment (
personnel and scheduling of tests.
7. Arrange with laboratory and pay for, addition2
samples and tests required for CONTRACTOR -
~ convenience D
END OF SECTION
0
082895 TESTING LABORATORY SERVICE
MAERKLE RESERVOIR PAGE 01410 -
SECTION 01510 - TEMPORARY CONSTRUCTION FACILITIES
1.1 GENERAL
a
A. CONTRACTOR shall be responsible for all tempor;
construction facilities required for the WORK.
CONTRACTOR shall make all arrangements with utili
service companies €or temporary services and shall F
all costs associated therewith.
B. Temporary construction facilities include:
1. Water.
2 e Electricity, Heating, Air Conditioning a
3. Telephone.
4.
Lighting.
Sanitary and First Aid Facilities.
C. CONTRACTOR shall abide by all rules and regulations
the utility service company or authority havi
jurisdiction.
D. Provide all materials, equipment and power required f temporary electricity and lighting. Jnc_lud_e continuo
power for construction site offices. Provide a outlets with circuit breaker protection and comply wi
ground fault protection requirements of NEC.
E. SuitabIy enclosed chemical or self-contained toile.
shall be provided for the use of the men employed on tl
WORK. Toilets shall be located near the work site ai
secluded from observation insofar as possible. Toilei
shall be serviced at regular intervals, kept clean ai
supplied throughout the course of the WORK.
F, CONTRACTOR shall furnish and maintain a safe drinkiI
water supply readily available to all workers.
G, CONTRACTOR shall be responsible for all utility servic
Included are all fuel, power, light, heat and othc
utility services necessary for execution, completior
testing and initial operation of the WORK.
a
- costs until the WORK is substantially complete,
.
H. CONTRACTOR shall:
1. Comply with applicable requirements specified i
082895 TEMPORARY CONSTRUCTION FACILITIE
MAERKLE RESERVOIR PAGE 01510 -
Divisions 15 and 16. C
SECTION 01510 - TEMPORARY CONSTRUCTION FACILITIES
2. Maintain and operate systems to assure continuous
service.
3. Modify and extend systems as WORK progress
requires o
4. Completely remove temporary materials and equipment
when their use is no longer required.
Clean and repair damage caused by temporary instal- lations or use of temporary facilities.
6, Restore existing facilities used for temporary
services to specified or to original condition.
5.
1.2 GENERAL
A. General Field Office Requirements
1. All required field offices, equipped as specified
herein, # shall be provided at the site(s) indicated,
ready for use by the ENGINEER within 14 working
days after receipt by the CONTRACTOR of written
Notice to Proceed. The CONTRAC'PORLs attention is
directed to the condition that no payment for
mobilizatioin, or any part thereof, will be approved
for payment for any such WORK done under the
contract until all field office facilities
specified herein, have been provided as specified.
B, Field Telephone Service
1. With 14 working days after receipt by the
CONTRACTOR of written Notice to Proceed, the
CONTRACTOR shall install, at its own expense, in
the field office provided as specified herein, for
the use of the OWNER'S or ENGINEER'S employees in
connection with performance of the WORK hereunder,
- on4 telephone, in good order, at the desk required
thereunder,
C o Off ice Facilities
1. General: The CONTRACTOR shall furnish and install
all necessary electrical wiring, plumbing, portable
toilets, air conditioning and heating equipment,
and shelving, and shall furnish all necessary
082895
MAERKLE RESERVOIR TEMPORARY CONSTRUCT I ON IFACI LI TIES
PAGE 01510 - 2
SECTION 01510 - TEMPORARY CONSTRUCTION FACILITIES
light, heat, water, and daily janitorial service:
in connection with the field office specifiec
herein, for the duration of the WORK; and shal:
remove said office and appurtenant facilities prioi
to the filing and recording of the final Notice ol
Completion.
2- Primary Field Office: The CONTRACTOR shall providc
and maintain for the exclusive use of the ENGINEER'S and the OWNER'S representatives anc
personnel, at a point convenient to the
construction operations, one separate, well lighted, air conditioned, electrically heated fielc
office. The office shall be provided with ai
outside door lock. The area of said field officc
shall not be less than 168 square feet. The officc
shall be located close to the CONTRACTOR'S fielc
office. Said office shall be of the portablc
trailer type unless otherwise specificall)
authorized by the ENGINEER in writing and shall b6
a separate unit, not attached or connected to an)
other structures.
a
D. Field Office E'urnishings - - -.
3.. The CONTRACTOR shall provide the following listec
items in good condition for the primary fielc
office:
0
-
2 each - Standard 30 x 60-inch desk(s) with not les:
than 3 drawers.
1 eachi - Plan table 36 x 72-inch top; 36 inches high.
1 each1 . - Plan rack (all metal plan-hold type) capable of holding 6 sets of plans, complete with f
standard all metal plan-hold clamps,
1 each, - . File cabinet, legal size, 4-5 drawer with locl
- I~ and 3 keys, double suspension, complete wit1
\ Pendaflex suspension racks for each drawer.
2 each, - Office chair(s1, standard arm rest type, adjustable, swivelp tilt-back with casters.
1 each. - Office chair(s), stiff-leg type, no arm rest.
1 each. - Drafting stool.
082895 TEMPORARY CONSTRUCTION FACILITIE: PAGE 01510 - : MAERKLE RESERVOIR
0
SECTION 01510 - TEMPORARY CONSTRUCTION FACILITIES
1 each - Waste basket (s) e
f each - Tack board 36 x 42 incheso
1 each - Bottled water dispenser unit (supplying bot hot and cold water) and bottled water servic
and paper cup supply, with refrigeratio
space.
1 each - Dryhnd copier (8-1/2 x 11, and 11 x 17 cop! capability) e
4 each - Folding chairs, padded seats.
1 each - Fax Machine (Xerox Model 2012 or equal)
1 each - Telephone answering machine. E. Field Office Services
I. Each field office required hereunder shall be provided with sufficient lighting to provide not less than 50 foot-candles at desk top height at
each desk location. Exterior lighting shall be provided over the entrance door e
-- 2, A minimum of four 110-volt a-C duprex electric convenience outlets shall be provided, at least one
such outlet shall be located on each wall. The electric distribution panel shall provide not less
than 2 circuits providing IlO-volt, BO-Hertz
service.
Regular daily janitorial services shall be provided
during working hours each day. Offices shall be
swept, dusted, and waste receptacles emptied.
ENB OF SECTION
-
3.
.
082895 TEMPORARY CONSTRUCTION F'ACILITIES' MAERKLE RESERVOIR PAGE OlSlO - 4
SECTION 01545 - PROTECTION OF THE WORK AND PROPERTY
1*1 GENERAL
a
A. CONTRACTOR shall be responsible for taking a
precautions, providing all programs, and taking a
actions necessary to protect the WORK and all public a
private property and facilities from damage as specifi
in the General Conditions and herein.
B. In order to prevent damage, injury or loss, CONTRACTOR
actions shall include but not be limited to, t
following:
1. Store apparatus, materials, supplies, and equipme]
in an orderly safe manner that will not undu
interfere with the progress of the WORK or the WO1 of any other contractor or utility service company
2. Provide suitable storage facilities for a.
materials which are subject to injury by exposu:
to weather, theft, breakage, or otherwise.
Place upon the WORK or any part thereof only su(
loads as are consistent with the safety of th;
portion of the WORK.
4. Clean up frequently all refuse, rubbish, scri
materials, and debris caused by his operations, t
the end that at all times the site of the WOE
shall present a safe, orderly and worhanli)
appearance.
Provide barricades and guard rails around opening:
for scaffolding, for temporary stairs and ramp:
around excavations, elevated walkways and othc
hazardous areas.
C. CONTRACTOR shall not, except after written consent frc proper .parties, enter or occupy privately-owned lar
with men, tools, materials or equipment, except c
easement? provided herein.
D. CONT€&CTOR shall assume full responsibility for th
preservation of all public and private property c facility on or adjacent to the site, If any direct c
indirect damage is done by or on account of any act
omission, neglect or misconduct in the execution of th
‘WORK by the CONTRACTOR, it shall be restored by th
ICONTRACTOR, at his expense, to a condition equal to tha
existing before the damage was done.
3.
a -- -
5.
-
a
082895
MAEXKLE RESERVOIR PAGE 01545 -
PROTECTION OF THE WORK AND PROPERT
SECTION 01545 - PROTECTION OF THE WORK AND PROPERTY
1.2 PROTECTION OF EXISTING STRUCTURES
A. Underground Structures:
1. Underground structures are defined to include, bL
not be limited to, all sewer, water, gas, and othe
piping, and manholes, chambers, electrica conduits, tunnels and other existing subsurfac
work located within or adjacent to the limits c
the WORK.
2. All underground structures known to ENGINEER exce-p
water, sewer, electric, and telephone servic
connections are shown. This information is show
for the assistance of CONTRACTOR in accordance wit the best information available, but is no
guaranteed to be correct or complete.
3. CONTRACTOR shall explore ahead of his trenching an
excavation WORK and shall uncover all obstructin
underground structures sufficiently to determin
their location, to prevent damage to them and t
prevent interruption to the services which SUC - structures provide. If CONTRACTOR damages a underground structure, he shal? restore it t
original condition at his expense,
-
4. Necessary changes in the location of the WORK ma
be made by ENGINEER, to avoid unanticipate
underground structures.
5, If permanent relocation of an underground structur
or other subsurface facility is required and is no
otherwise provided for in the Contract Documents
ENGINEER will direct CONTRACTOR in writing tl
perform the Work, which shall be paid for under th
provisions of the General Conditions.
6. The CONTRPLTOR shall call U.S.A. at 1-800-422-413
a minimum of 48 hours prior to any excavation. -
B, Surface Structures:
1. Surface structures are defined as all existinl
buildings, structures and other facilities abovl
the ground surface. Included with such structure<
are their foundations or any extension below thl
surface. Surface structures include, but are no
limited to, buildings, tanks, walls, bridges
082895 PROTECTION OF THE WORK AND PROPERT’
MAERKLE RESERVOIR PAGE 01545 -
SEICTION 01545 - PROTECTION OF THE WORK AND PROPERTY
roadsI dams, channels, open drainage, pipin?
poles, wires, posts, signs, markers, dam cre:
settlement markers! curbs, walks and all othc facilities that are visible above the grour
surface e
a
C. Protection of Underground and Surface Structures:
1. CONTWCTOR shall sustain in their places ar
protect from direct or indirect injury a1
underground and surface structures located withi
sustaining and supporting shall be done carefull
and as required by the party owning or controllir
such structure. Before proceeding with the WORK <
sustaining and supporting such structurc CONTRACTOR shall satisfy the ENGINEER that tl
methods and procedures to be used have be(
approved by the party owning same.
or adjacent to the limits of the WORK. su<
2. CONTRACTOR shall assume all risks attending tl
presence or proximity of all underground ar
surface structures within or adjacent to the limit
of the WORK. CONTRACTOR shall be responsible fc
all damage and expense for direct- -or indirec
injury caused by his WORK to any structure.
CONTRACTOR shall repair immediately all damas
caused by his WORK, to the satisfaction of tl
owner of the damaged structure.
e -_
D. All other existing surface facilities, including but nc
limited to, guard rails! posts, guard cables, sign:
poles, markers, and curbs which are temporarily removc
to facilitate installation of the WORK shall be replacc
and restored to their original condition at CONTRACTOR'
expense.
1.3 PROTECTION OF INSTALLED PRODUCTS
A. Provide ,# protection of installed products to prever
damage from subsequent operations. Remove protectic facilities when no longer needed, prior to completion c
WORK-.
-
B. Control traffic to prevent damage to equipment
materials and surfaces, a END OF SECTION
082895 PROTECTION OF THE WORK AND PROPER':
MAERKLE RESERVOIR PAGE 01545 -
SECTION 01550 - SITE ACCESS
PART 1 - GENERAL
0
1.1 HIGHWAY LIMITATIONS
A. The CONTRACTOR shall make its own investigation of th
condition of available public and private roads and c
clearances, restrictions, bridge load limits, and othe
limitations affecting transportation and ingress an
egress to the site of the WORK. It shall be th
CONTRACTOR'S responsibility to construct and maintain
at its own expense, any haul roads required for it
construction operations.
1.2 TEMPORARY CROSSING
A. Not used.
B. Street Use: Nothing herein shall be construed to entitl
the CONTRACTOR to the exclusive use of any publi
street, alleys, ways, parking area or private roa
during the performance of the WORK hereunder, and i
shall so conduct its operations as not to interfer
unnecessarily with the authorized work of utilit
- companies or other agencies in such street, alley way2
or parking areas. No street shall 3e-clZsed to tl-
public without first obtaining permission of tP
ENGINEER and proper governmental authority. Wher
excavation is being performed in primary streets c
highwafs, one lane in each direction shall be kept ope
to traffic at all times unless otherwise provided c
shown. Tow boards shall be provided to retain excavate
material if required by the ENGINEER or the agenc
having jurisdiction over the street or highway. Fir
hydrants on or adjacent to the WORK shall be keg
accessible to fire-fighting equipment at all times.
Temporary provisions shall be made by the CONTRACTOR t
assure the use of sidewalks and the proper functionir
of all gutters, sewer inlets, and other drainac
facilities.
0
I -
C. Traffic Control: For the protection of traffic j
public or private streets and ways, the CONTRACTOR shal
provide, place, and maintain all necessary barricade2 traffic cones, warning signs, lights, and other safet
devices in accordance with the requirements of tk
"Manual of Uniform Traffic Control Devices, Part IV 0
082895 SITE ACCE:
MAEFUGE RESERVOIR PAGE 01550 -
SECTION 01550 - SITE ACCESS AND STORAGE
Traffic Controls for Street and Highway Construction ai
Maintenance Operation", published by U.S. Department (
Transportation, Federal Highway Administration (AN!
D6.1-1978) - The CONTRACTOR shall take all necessai
precautions for the protection of the WORK and tl
safety of the public. All barricades and obstructior
shall be illuminated at night, and all lights shall k
kept burning from sunset until sunrise. The CONTRACT(
shall station such guards or flaggers and shall confoi
to such special safety regulations relating to traffi
control as may be required by the public authoritic
within their respective jurisdictions. All sign5 signals, and barricades shall conform- - to tl-
requirements of Cal-OSHA and Subpart G, Past 1926, c
the OSHA Safety and Health Standards for Construction.
D. Street Closure: If closure of any street is require
during construction, a formal application for a stree
closure shall be made to the authority havin jurisdiction at least 30 days prior to the require
street closure in order to determine necessary signin
and detour requirements.
* - -- -
PMT 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION
-
082895 SITE ACCESS MAERKLE RESERVOIR PAGE 01550 - 2
SECTION 01560 - TEMPORARY CONTROLS
1.1 GEI\TERAL
e
A. CONTRACTOR shall provide and maintain methoc
equipment, and temporary construction, as necessary
provide controls over environmental conditions at 1 construction site and adjacent areas. Remove physic
evidence of temporary facilities at completion of WORK
1.2 NOISE CONTROL
A. CONTRACTOR'S vehicles and equipment shall be such as minimize noise to the greatest degree practicable
Noise levels shall conform to the latest OSHA -standaI
and in no case will noise levels be permitted whi
interfere with the WORK of the OWNER or others.
1.3 DUST CONTROL
A. CONTRACTOR shall be responsible for controlli
objectionable dust caused by its operation of vehicl
and equipment, clearing or for any reason whatever
CONTRACTOR shall apply water and calcium chloride or u
other methods subject to the ENGINEER'S approval whi
will keep dust in the air to a minimum. - - --
1.4 PEST AND RODENT CONTROL
a-
A. CONTRACTOR shall provide rodent and pest control
necessaky to prevent infestation of construction
storage area.
1. Employ methods and use materials which will nl
adversely affect conditions at the site or t
adjoining properties.
1.5 WATER CONTROL
A, CONTRACTOR shall provide methods to control surfac water .and water from excavations and structures <
prevent, damage to the WORK, the site, or adjoinii
properties.
1. Control fill, grading and ditching to direct watf
away from excavations, pits, tunnels and othe
construction areas; and to direct drainage 1
proper runoff courses so as to prevent any erosior
damage or nuisance.
-
a
082895 TEMPORARY CONTROI
MAERKLE RESERVOIR PAGE 01560 -
SECTION 01560 - TEMPORARY CONTROLS
B. CONTRACTOR shall provide, operate and maintain equipmer
and facilities of adequate size to control surfac
water.
C. CONTRACTOR shall dispose of drainage water in a manne
to prevent flooding, erosion, or other damage to an
portion of the site or to adjoining areas and i
conformance with all environmental requirements.
1.6 POLLUTION CONTROL
A. CONTRACTOR shaIL1 provide methods, means and facilitie
required to prevent contamination of soil,- water o
atmosphere by the discharge of noxious substances fro
construction operations,
B. CONTRACTOR shall provide equipment and personnel
perform emergency measures required to contain an
spillages,, and to remove soils or liquids contaminate
as a result of CONTACTOR'S activities.
1. Excavate and dispose offsite any soil or liqui
contaminated and replace with suitable compacte
C. CONTRACTOR shall take special measures to preven
harmful substances from entering public waters.
1. Prevent disposal of wastes, effluents, chemicals
or other such substances adjacent to streams, or ii
sanitary or storm sewers o
D. CONTRACTOR shall provide systems for control Q.
-_ ---. * fill and topsoil.
atmospheric pollutants.
1. Prevent toxic concentrations of chemicals.
2. Prevent harmful dispersal of pollutants into tht
E. All ~ \CONTRACTOR'S equipment used during constructior
shall conform to all current federal, state and local
laws and regulations.
atmosphere,
I - I
082895 TEMPOMY CONTROL< MAERKLE RESERVOIR PAGE 01560 - 2
SECTION 01560 - TEMPORARY CONTROLS
. 1.7 EROSION CONTROL
a
A. CONTRACTOR shall plan and execute construction and eart
work by methods to control surface drainage from cut
and fills, and from borrow and waste disposal areas, t
prevent erosion and sedimentation,
1. Hold the areas of bare soil exposed at one time t
a minimum.
2. Provide temporary control measures such as berm:
dikes and drains.
--
B. CONTRACTOR shall construct fills and waste areas 1
selective placement to eliminate surface silts or claj
which will erode.
C, CONTRACTOR shall periodically inspect earthwork t
detect any evidence of the start of erosion, appl
corrective measures as required to control erosion.
END OF SECTION
-- - .I
-
I -
L
a
082895 TEMPOMY CONTROI
MAERKLE RESERVOIR PAGE 01560 -
SECTION 01610 - TRANSPORTATION AND HANDLING
OF MATERIALS AND EQUIPMENT a
1.1 GENEElAL
A. CONTRACTOR shall make all arrangements for transpo
tation, delivery and handling of equipment and materia
required for prosecution and completion of the WORK.
Shipments of materials to CONTRACTOR or Subcontract0 shall be delivered to the site only during regul
working hours. Shipments shall be addressed a
consigned to the proper party giving name of Projec
street number and city. Shipments shall not be deliver
to OWNER except where otherwise directed.
C. If necessary to move stored materials and equipmc
during construction, be moved materials and equipment without any additior
compensation.
B.
CONTRACTOR shall move or cause
1.2 DELrVERY
A. Arrange deliveries of products in accord w
facilit, construction schedules and in ample time to
inspection prior to installation.
conditions at site and to accommodate the following:
1. Work of OWNER.
2. Limitations of storage space.
3. Availability of equipment and personnel
-_
e-
B. Coordinate deliveries to avoid conflict wzth WORK
handling products.
4. OWNER'S use of premises.
related Shop Drawings have been approved by
storage facilities have been provided.
. E. Have products delivered to site in manufacturc
original, unopened, labeled containers. Keep ENGIl
informed of delivery of all equipment to be incorpor
in the WORK.
C. Do not have products delivered to project site ur
- ENGINEFR.
D. Do not have products delivered to site until requ:
a
082895 TRANSPORTATION C HANDLING OF MATERIALS C EQUIP MAERKLE RESERVOIR PAGE 01610
SECTION 01610 - TRANSPORTATION AND HANDLING
OF MATERIALS AND EQUIPMENT
F. Partial deliveries of component parts of equipment shal
be clearly marked to identify the equipment, to permi easy accumulation of parts and to facilitate assembly.
G. Immediately on delivery, inspect shipment to assure:
1. Product complies with requirements of Contrac Documents and reviewed submittals.
2. Quantities are correct.
3. Containers and packages are intact, labels ar
--
legible ~
Products are properly protected and undamaged. 4.
1.3 PRODUCT HANDLING
A. Provide equipment and personnel necessary to hand14
products, including those provided by OWNER, by method.
to prevent soiling or damage to products or packaging.
B. Provide additional protection during handling a:
necessary to prevent scraping, marring or otherwist
damaging products or surrounding surfaces.
C. Handle - products by methods to prevent bending 01
D.
E.
c - -- -
overstressing.
Lift heavy components only at designated lifting points.
Materials and equipment shall at all times be handled ir
a safe manner and as recommended by manufacturer 01
supplier so that no damage will occur to them. Do not
drop, roll or skid products off delivery vehicles. Hanc
carry or use suitable materials handling equipment.
I - < END OF SECTION
082895 TRANSPORTATION & HANDLING OF MATERIALS & EQUIPMENT
WRKLE RESERVOIR PAGE 01610 - 2
SECTION 01620 - STORAGE OF MATERIAL
1.1 GENERAL
m
A- CONTRACTOR shall store and protect materials
accordance with manufacturer's recommendations and t
requirements of specifications.
B. CONTRACTOR shall make all arrangements and provisio
necessary for the storage of materials and equipment
All excavated materials, construction equipment, a
materials and equipment to be incorporated into the WO
shall be placed so as not to injure any part of the WO
or existing facilities and so that free access can
had at all times to all parts of the WORK and to a
public utility installations in the vicinity of t
WORK. Materials and equipment shall be kept neatly a
compactly stored in locations that will cause a minim
of inconvenience to other contractors, public trave
adjoining owners, tenants and occupants. Arran storage in a manner to provide easy access fl
inspection.
C. Areas available on the construction site for storage (
material and equipment shall be as shown or approved I
Materials and equipment which are to become the proper'
of the OWNER shall be stored to facilitate the.
inspection and insure preservation of the quality ai
fitnesi of the WORK, including proper protection again:
damage by freezing and moisture. They shall be placc
in inside storage areas unless otherwise acceptable 1
OWNER *
E. Lawns, grass plots or other private property shall nc
be used for storage purposes without written permissic
of the OWNER or other person in possession or control (
such premises.
0 the ENGINEER. - --- -
D.
F. CONTRACT,OR shall be fully responsible for loss or damac
- to stodd materials and equipment. ,
G. CONTRACTOR shall not open manufacturers containers unt:
time of installation unless recommended by tl
manufacturer or otherwise specified.
M. CONTRACTOR shall not store products in the structure
being constructed unless approved in writing by tl 0 ENGINEER.
082895 STORAGE OF MATER11
MAERKLE RESERVOIR PAGE 01620 -
SECTION 01620 - STORAGE OF MATERIAL
1.2 UNCOVERED STORAGE
A, The following types of materials may be store
out-of-doors without cover:
1. Masonry units.
2. Reinforcing steel ~
3. Structural steel.
4. Piping.
5. Castings,
6. Chemical storage containers.
--
B. Store the above materials on wood'blocking so there 1:
no contact with the ground,
1-3 COVERED STORAGE
A. The following types of materials may be storec - out-of-doors if covered with material impervious tc -- - water:
1. Pumps and valves.
B. CONTRACTOR shall tie down covers with rope and slope
C.
covers to prevent accumulation of water on covers.
CONTRACTOR shall store materials on wood blocking.
1.4 EULLY PROTECTED STORAGE
A. CONTRACTOR shall protect mechanical and electrical
equipment from being contaminated by dust, dirt and
moisture.
CONTRACTbR shall maintain humidity at levels recommended
by \ manufacturers for electrical and electronic
equipment.
B.
082895 STORAGE OF MATERIAL' MAERKLE RESERVOIR PAGE 01620 - 2
SECTION 01620 - STORAGE OF MATERIAL
1.5 MAINTENANCE OF STORAGE
a
A. CONTRACTOR shall maintain a periodic system o
inspection of stored products on scheduled basis t
assure that:
1. State of storage facilities is adequate to provid
required conditions.
2. Required environmental conditions are maintained o
continuing basis,
3. Products exposed to elements are not- adverse1
a f f ect ed .
END OF SECTION
-. - - e
-
I I
\
a
082895 STORAGE OF MATER11
MAEFWLE RESERVOIR PAGE 01620 -
SECTION 01630 - SUBSTITUTIONS
. 1.1 GENERAL
m
A. Requests for review of a substitution shall conta.
complete data substantiating compliance of proposc
substitution with Contract Documents.
1.2 CONTRACTOR'S OPTIONS
A. For materials or equipment (hereinafter product:
specified only by reference standard, select produc
meeting that standard, by any manufacturer, fabricatoi
supplier or distributor (hereinafter manufacturer). :
the maximum extent possible, provide products of tl
same generic kind from a single source.
B. For products specified by naming several products c
manufacturers, select any one of the products c
manufacturers named which complies with Specifications.
C. For products specified by naming one or more products c
manufacturers and stating "equivalent", submit a reques
for a substitution for any product or manufacturer whic
is not specifically named.
D. For products specified by naming only one product c
manufacturer and followed by words indicating that r
substitution is permitted, there is no option and r
substit_ution will be allowed.
- --- a
E. Where more than one choice is available as a CONTRAC
TOR'S option, select product which is compatible wit
other products already selected or specified.
1.3 SUBSTITUTIONS
A. During* a period of 60 days after date of commencement o
Contract Time, ENGINEER will consider written request
from CONTRACTOR for substitution of products or manufac
turers,' ,and construction methods (if specified).
1. t 'After end of specified period, requests will b
considered only in case of unavailability o
product or other conditions beyond control o
CONTRACTOR.
i -
B. CONTRACTOR shall submit 5 copies of request fo
substitution. Submit separate request for eac
substitution. Include in each request the following: a
082895 SUBSTITUTION
MAERKLE RESERVOIR PAGE 01630 -
SECTION 01630 - SUBSTITUTIONS
1. For products or manufacturers:
a, Product identi f ica t ion, includin?
manufacturer's name and address.
b, Manufacturer's literature with product
description, performance and test data, anc
reference standards.
c. Samples, if appropriate.
d. Name and address of similar projects -on whicl: product was usedr and date of installation.
2. For construction methods (if specified) :
a.
b. Drawings illustrating method.
Detailed description of proposed method.
3. Such other data as the ENGINEER may require tc
establish that the proposed substitution iz
equivalent to the product, manufacturer or methoc
specified. ---
C, In making request for substitution, CONTWCTOR repre-
sents that:
1. CONTRACTOR has investigated proposed substitution,
and determi.ned that it is equivalent to or superior
in all respects to the product, manufacturer 01
method specified.
-
2. CONTRACTOR will provide the same or better guaran-
tees or warranties for proposed substitution as for
product, manufacturer or method specified.
CONTRACTOR waives all claims for additional costs
- or( extension of time related to proposed
\substitution that subsequently may become apparent.
3.
D. A proposed substitution will not be accepted if:
1. Acceptance will require changes in the design
concept or a substantial revision of the Contract
Documents.
2. It will delay completion of the Work, or the work
of other contractors.
082895 SUBSTITUTIONS
MAERKLE RESERVOIR PAGE 01630 - 2
SECTION 01630 - SUBSTITUTIONS m
3. It is indicated or implied on a Shop Drawing and i
not accompanied by a formal request fc
substitution from CONTRACTOR.
E. If the ENGINEER determines that a proposed substitute j
not equivalent to that specified, CONTRACTOR shal
furnish the product, manufacturer or method specified i
no additional cost to OWNER.
F. Approval of a substitution will not relieve CONTRACT(
from the requirement for submission of Shop Drawings i
set forth in the Contract Documents. -,
END OF SECTION
___ a
- I
\
e
082895 SUBST ITUTIOI
PAGE 01630 - MAEEWLE RESERVOIR
SECTION 01710 - CLEANING
1.1 GENERAL
A. Execute cleaning, during progress of the WORK, a
completion of the WORK, and as required by Genera Conditions.
e
€3. Requirements of Regulatory Agencies:
1. In addition to the requirements herein, maintai
the cleanliness of the WORK and surroundin
premises within the Work limits so as to compl
with federal, state, and local fire and safet
laws, ordinances, codes and regulations.
2. Comply with all federal, state and loca
anti-pollution laws, ordinances, codes an regulations when disposing of waste materials
debris and rubbish.
C. Scheduling of Cleaning and Disposal Operations:
1. So that dust, wash water or other contaminant
generated during such operations do not damage o
mar painted or finished surfaces.
2. To prevent accumulation of dust, dirt, debris
rubbish and waste materials on or within the Wor
or on the premises surrounding the-Wark.-
De Waste Disposal:
a
1. Dispose of all waste materials, surplus materials
2. Do not burn or bury rubbish and waste materials o
debris and rubbish off the plant site.
the plant site.
3. Do not dispose of volatile or hazardous wastes suc
as mineral spirits, oil, or paint thinner in stor
or sanitary drains.
4, Do.not discharge wastes into streams or waterways.
E. (Cleaning Materials:
1. Use only cleaning materials recommended by manufac
turer of surface to be cleaned.
2. Use each type of cleaning material on only thos
surfaces recommended by the cleaning materia
manufacturer. a
082895 CLEANIN
MAERKLE RESERVOIR PAGE 01710 -
SECTION 01710 - CLEEhNING
3. Use only materials which will not create hazards t
health or property.
F. During Construction:
1. Keep the WORK and surrounding premises within WOF
limits free of accumulations of dirt., dust, wast
materials, debris and rubbish.
2. Keep dust generating areas wetted down.
3. Provide suitable containers for storage of wast
materials, debris and rubbish until time o
disposal -
4. Dispose of waste, debris and rubbish off site a
legal disposal areas.
G. When Project is Completed:
1. Remove and dispose of all excess or wast
materia 1 s , debris, rubbish, and temporar facilities from the site, structures and a1
facilities.
2. Repair pavement, roads, sod, and all other area
affected by construction operations and restorc
them to original condition or to -minimum conditio]
specified.
Remove spatter, grease, stains, fingerprints, dirt,
dust, labels, tags, packing materials and othei
foreign items or substances from interior anc
exterior surfaces, equipment, signs and lettering.
4. Repair, patch and touch up chipped, scratched, dented or otherwise marred surfaces to match speci-
fied finish.
5. Remove paint, clean and restore all equipment an(
material namepla t e s , labels and othei identification markings.
6. Wash and shine mirrors, glazing and polishec
surfaces.
7. Clean all floors, slabs, pavements, and grounc
8. Maintain cleaning until acceptance and occupation
3.
surfaces.
by OWNER.
END OF SECTION
082895 CLEANING MAERKLE RESERVOIR PAGE 01710 - 2
SECTION 01720 - RECORD DOCUMENTS
1.1 GENERAL
a
A. CONTRACTOR shall maintain and provide the ENGINEER wil
record documents as specified below, except whei
otherwise specified or as modified in Divisions 2-17 c
this specification.
B. Maintenance of Documents:
1. The CONTRACTOR shall maintain, in CONTRACTOR'
field office in clean, dry, legible conditior
complete sets of the following: Drawing2 Specifications, Addenda, approved Shop Drawing: Samples, photographs, Change Orders, otht
modifications of Contract Documents, test record:
survey data, Field Orders, and all other documeni
pertinent to CONTRACTOR'S work.
2. The CONTRACTOR shall provide files and racks fc
proper storage and easy access. The filing formi
shall be in accordance with the format of tl
Construction Specification Institute (CSI), unle:
otherwise approved by ENGINEER.
3. The CONTRACTOR shall make documents available 2
a
all times for inspection by ENGINEER and OWNER.
4, The CONTRACTOR shall not use Record Documents fc
an'y other purpose and shall not be removed from tl
CONTRACTOR'S office without ENGINEER'S approval.
C. Marking System: The CONTRACTOR shall provide colore
pencils or felt tipped pens for marking change2
revisions, additions and deletions, to the record set c
Drawings. Use following color code unless otherwi:
approved by the ENGINEER:
1. Process and Mechanical: Red
2. Architectural: Blue
3. Structural: Purple
4. Plumbing: Brown
5. Other Printed Notations: Black a
082895 RECORD DOCUMEN':
MAERKLE EXSERVOIR PAGE 01720 -
SECTION 01720 - RECORD DOCUMENTS
D. Recording:
1. The CONTRACTOR shall label each document "PROJEC'
RECORD" in 2-inch high printed letters.
2, The CONTRACTOR shall keep record documents current.
3. The CONTRACTOR shall not permanently conceal an!
4. Drawings: The CONTWCTOR shall legibly mark tc
record actual construction the following items:
a. Depths of various elements of foundation ir
b. Horizontal and vertical location of under-
ground utilities and appurtenances referencec
to permanent surface improvements.
c. Location of internal utilities and appur-
tenances concealed in construction referencec
to visible and accessible features of
Field changes of dimensions and details.
Changes made by Change Order or Field Order.
Details not on original Drawings.
WORK until required information has been recorded.
relation to datum.
* structure, _--
d.
e,
f.
5. Specifications and Addenda: The CONTRACTOR shall
legibly mark up each Section to record:
a. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment
actually installed.
Changes made by Change Order or Field Order.
Other matters not originally specified.
b:
'c.
I
E. Submittal:
1. Upon Substantial Completion of the Work, the
CONTRACTOR shall deliver record documents to
ENGINEER. Final payment will not be made until
satisfactory record documents are received by
ENGINEER.
082895 RECORD DOCUMENTS MAERKLE RESERVOIR PAGE 01720 - 2
SECTION Of720 - BECORD DOCUMENTS
2- The CONTRACTOR shall accompany the submittal wi
9
transmittal letter containing:
a. Date.
b. Project title and number.
c. CONTRACTOR'S name and address.
d. Title and number of each record document.
e. Certification that each document as submittt
f. Signature of CONTRACTOR, or his authorizc
is complete and accurate.
representative.
END OF SECTION
a --
-
I
a
082895 RECORD DOCWMENT
MAERKLE RESERVOIR PAGE 01720 -
SECTION 01730 - OPERATION AND MAINTENANCE DATA
. 1.1 GENERAL
0
A. The CONTRACTOR shall provide operation and maintenan
data in the form of instructional manuals for use by t. OWNER'S personnel for:
1. All equipment and systems.
2. All valves, gates and related accessories.
3. All instruments and control devices,
4, All electrical gear.
5. The floating hypolan or'polypropylene cover
B. Definitions:
1. Operation and Maintenance Data:
a. The term "operation and maintenance data
includes all product related information ar
documents which are required for preparatic
of the plant operation and maintenance manual It also includes a11 data which must accompan said manual as directed by current regulation of any participating government agency.
b: Required operation and maintenance dat
includes, but is not limited to, th
following:
1) Complete, detailed written operatinc
instructions for each product or piece o
equipment including: equipment function
operating characteristics; 1 imi t in( conditions; operating instructions fo:
startup, normal and emergency conditions,
regulation and control; and shutdown.
2) Complete, detailed written preventive
maintenance instructions as definec
below.
e
3) Recommended spare parts lists and local
sources of supply for parts. a
082895 OPERATION AMD MAINTENANCE DATF
PAGE 01730 - 1 MAERKLE RESERVOIR
SECTION 01730 -. OPERATION AND MAINTENANCE DATA
4) Written explanations of all safet
considerations relating to operation an
maintenance procedures.
5) Name, address and phone number o
manufacturer, manufacturer's loca
service representative, and Subcontracto
or installer.
6) Copy of all approved Shop Drawings, an
copy of warranty bond and servic
contract as applicable.
7) Floating cover repair methods an1
procedures
8) Floating cover maintenance recommenda
tion, cleaning procedures and frequency.
2. Preventive Maintenance Instructions:
a. The term "preventive maintenance instructions
includes all information and instruction.
equipment properly lubricatedr adjusted an( maintained so that the item function:
economically throughout its full design life.
.. required to keep a product or piece o
b.- Preventive maintenance instructions include,
but are not limited to, the following:
1) .A written explanation with illustration: for each preventive maintenance task.
2) Recommended schedule for execution 01
preventive maintenance tasks.
- 3) Lubrication charts.
, 4) Table of alternative lubricants.
5) Trouble shooting instructions.
6) List of required maintenance tools anc
equipment a
082895 OPERATION AND MAINTENANCE DATZ
MAEREGE RESERVOIR PAGE 01730 - ;
SECTION 01730 - OPERATION AND WNTENANCE DATA
C. Submittals:
e
1. General: The CONTRACTOR shall submit t
operations and maintenance data to the ENGINE
within 30 days after approval of the final Sh Drawing. Operations and maintenance data shall
available at least 10 working days in advance any required operations instruction seminars.
2. Number of Copies: Six of each item.
3. Letter of Transmittal: Provide a letter transmittal with each submittal and include t
following in the letter:
a. Date of submittal.
b. Contract title and number.
c. CONTRACTOR'S name and address.
d. A list of the attachments and the Specif
cation Sections to which they relate.
e. Reference to or explanation of relat
submittals already made or -to- be- made at
future date.
*
4. Format Requirements: -
a. The CONTRACTOR shall use 8-1/2 inch by 11 in1
paper of high rag content and quality. Largl
drawings or illustrations are acceptable
neatly folded to the specified size in
manner which will permit easy unfoldi:
without removal from the binder. ProvL reinforced punched binder tab. Or provil
fly-leaf for each product a
b.. All text must be legible typewritten 1
machine printed originals or high quali
copies of same.
a
082895 OPERATION AND MA1MTE"CE DA
MAERKLE RESERVOIR PAGE 01730 -
SECTION 01730 -. OPERATION AND MAINTENANCE DATA
c. Each page shall have a binding margin 0:
approximately 1-1/2 inches and be punched foi
placement in a three ring looseleaf or triplt
post binder. Provide binders not less thar
one inch or more than 2-1/2 inches thick.
Identify each binder on the spine and outside front cover with the following:
I) Title “OPERATING AND MAINTENANCE INSTRUCTIONSf’.
2) Title of Project,
3) Identity of building, structure or area
as applicable.
4) Identity of general subject matte]
d. The CONTRACTOR shall use dividers anc
typewritten indexed tabs between majoi
categories of information such as operatin?
instructions, preventive maintenance instruc-
major category in a separate -binder,
covered.
.. tions, or other. When necessary, place eacl
e. The CONTRACTOR shall provide a table of
f. The CONTRACTOR shall identify products by
their functional names in the table of
contents and at least once in each chapter or
Section. Thereafter, abbreviations and acronyms may be used if their meaning is
explained in a table in the back of ea&
binder. Use of model or catalog numbers 01
letters for identification is not acceptable.
conteints for each binder.
9
END OF SECTION
082895 OPERATION AND MAINTENANCE DATA MAERKLE RESERVOIR PAGE 01730 - 4
SECTION 01760 - SPARE PARTS AND MAINTENANCE MATERIALS
1.1 GENERAL
a
A. CONTRACTOR shall furnish spare parts and maintenan
materials as specified in the individual Sections.
B. The CONTRACTOR shall furnish parts and materials
manufacturers' unopened cartonsp boxes, crates or 0th
protective covering suitable for preventing corrosion
deterioration for the maximum length of storage whi
may be normally anticipated. They shall be clear
marked and identified.
C. During construction, the CONTRACTOR shall store parts
buildings or trailers with floor, roof and closed sid
and in accordance with manufacturers' recommendations
Protect from weather, condensation and humidity.
D. The CONTRACTOR shall deliver parts and materials to t
OWNER upon completion of the WORK or when the OWN
assumes beneficial occupancy. CONTRACTOR shall th place them in permanent storage rooms or areas approv
by the OWNER.
E. The CONTRACTOR shall provide a letter of transmitt __ - - including the following:
1. Date of letter and transfer of parts and material.
2. Co'ntract title and number.
3. CONTRACTOR'S name and address.
4, A complete inventory of the parts and materia
listing the applicable Specification Section f
each.
0
5. A place for the OWNER to sign and signify recei
of the parts and materials.
F. CONTRACTOR shall be fully responsible for loss or dama
to parts and materials until they are transmitted to t
OWNER.
END OF SECTION
0
082895 SPARE PARTS AND MAINTENANCE MATERIA
MAEXECLE RESERVOIR PAGE 01760 -
SECTION 02050 - DEMOLITION AND REMovaLS
PART 1 - GENERAL
1.1 REQUIREMENT
The WORK of this section consists of the demolition, removal, ai
disposal of existing of piping, structures, equipment and otht
facilities as indicated on the Contract Drawings, as necessary fc
the perfomance of this CONTRACT, and as required by the Contrac
Documents.
1.2 RELATED SECTIONS
a
A.
B.
Section 01560 - Temporary Controls
Section 02110 - Site Clearing
1.3 SUBMITTALS
A. Affidavit of Compliance - Prior to commencing wit
demolition work, the CONTRACTOR shall submit to OWNER a
affidavit of compliance detailing the final dispositio
for items and materials to be removed from the site.
Said affidavit shall list the locations of all disposa
sites utilized, and shall include -the CONTRACTOR'
certification that those sites are legal for tk Th disposal of the subject items or materials.
affidavit shall include a similar list of recyclers an
CONTRACJ'OR's certification, if utilized.
B. Receipts - CONTRACTOR shall submit, to the ENGINEER receipts from all disposal sites and recyclers utilize
for the disposal of items and materials removed from th
site. Said receipts shall account for the entir quantities of all items and materials removed from th
site.
a
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION
3.1 PRE-BID SITE VISIT
Prior to submitting its bid, CONTRACTOR shall visit the existing
site and inspect the existing facilities, All costs for thc
demolition, removal, disposal, abandonment, and the salvaqe o
existing facilities shall be included in the CONTRACTOR'S lump SUI
bid price for said WORK.
082895 DEMOLITION AND REMOVAl
MAERKLE RESERVOIR PAGE 02050 -
0
SECTION 02050 - DEMOLITION AND REMOVALS
3.2 SALVAGE BY OWNER
The OWNER wishes to salvage certain items of existing equipment.
The OWNER shall perform salvage operations with its own force:
prior to initiation of work under this specification section bi
CONTRACTOR. All equipment remaining after the OWNER'S salvagc
operations are complete shall be removed and disposed of b: CONTRACTOR at his expense in accordance with the provisions of thi:
specification section. CONTRACTOR shall obtain writter notification from the OWNER that salvage operations are complete
prior to proceeding with demolition WORK. The OWNER reserves the
right to salvage items after CONTRACTOR has proceeded wit1
demolition, however, The OWNER'S selection to perform its salvage
operations after the date and time of bid opening; its selection tc
not salvage items subject to salvage as described on the Contract Drawings or herein or otherwise implied as being subject to
salvage; its selection to salvage items not subject to salvage as
described on the drawings or herein or otherwise implied as being
not subject to salvage; or its selection to salvage items after
CONTRACTOR has proceeded with demolition, shall not entitle
CONTRACTOR to any additional compensation.
The OWNER may wish to salvage the following items of material and - equipment : - selected electrical panels ._ - -
e pumps and motors - miscellaneous control, isolation, and relief valves - pressure gages - telemetry equipment
- instrumentation equipment
3.3 NOT USED
3.4 ISOLATION OF RESIERVOIR FROM DISTRIBUTION SYSTEM
The OWNER shall isolate the reservoir from the water distribution system prior to initiation of demolition WORK by CONTRACTOR,
CONTRACTOR shall .obtain written notice from OWNER that reservoir
isolation is complete prior to initiation of demolition WORK.
3.5
CONTRACTOR shall be responsible to protect from damage any items
not subject to removal, including, but not limited to, existing
vegetation and landscaping, electrical and mechanical equipment,
structures, or piping.
PROTECTION OF ITEMS TO REMAIN
082895 DEMOLITION AND REMOVAL'
MAERKLE RESERVOIR PAGE 02050 - 2
SECTION 02050 - DEMOLITION AND REMOVALS
Should damage occur to items not subject to removal due i
CONTRACTOFL's operations during any phase of the WORK, CONTRACT(
shall repair or replace said items to the satisfaction of the OWNI
at CONTRACTOR'S expense.
3.6 DEMOLITION AND REMOVAL
Contractor shall demolish or dismantle and remove all itea
scheduled for demolition and removal as shown on the drawings, i
specified herein, that will interfere with the plannc
construction, or as otherwise directed by ENGINEER. CONTRACT(
shall comFlly with all pertinent regulations of OSHA and local codc
and practices. The site shall be kept neat and orderly during tl
demolition. Adjacent public right-of-way shall be kept free c
debris at all times. Stockpiles of items or materials to 1
removed sh.all be removed from the site on a daily basis, or storc
in a dump:ster or other portable trash receptacle, which shall 1
emptied on a weekly basis. Accumulations of flammable materii
shall not be permitted.
3.7 DISPOSAL AND RECYCLING
All items removed from the site shall be transported in a legz
manner anal disposed of at a legal disposal site. Concrete debri
shall be transported to an appropriate recycler of -such material5 All disposal sites and recycling facilities shall be approved k
the OWNER prior to initiation of the WORK. Hazardous material
shall be handled and disposed of in accordance with all applicabl laws, codes, and regulations.
3.8 NOT USED
a
0
-
END OF SECTION
0
082895 DEMOLITION AND REMOVP
MAERKLE RESERVOIR PAGE 02050 -
SECTION 02110 - SITE CLEARING
. PART 1 - GENERAL
a
1.1 SECTION INCLUDES
The WORK of the CONTRACTOR covered by these specifications consist
of furnishing labor and equipment and. performing all operatior
necessary to remove deleterious and undesirable materials frc
areas of grading, to properly prepare areas to receive fill, and t
excavate and fill to the lines and grades shown on the plans or a
directed i.n writing by the ENGINEER.
1*2 RELATED SECTIONS
A. Section 02200 - Earthwork,
1.3 SPECIFICATIONS, CODES, AND S”DARDS
A. Standard Specifications for Public Works Constructio
( ss PWC 1
1.4 REFERENCES
A. Geotechnical Study for the Maerkle Reservoir, Carlsba
Municipal Water District as prepared -- by M&T Agra, Inc
dated March 26, 1993. 0
PART 2 - NOT USED
PART 3 - EXECUT~ON
3.1 PREPARATION
A, The OWNER shall tag and identify all plant life whick
has been designated to remain in place. It shall be the
ICONTRACTOR’S responsibility to notify the OWNER sever
(7) days in advance of the planned site mobilization tc
request the tagging and identification of sensitive
plant iife.
3.2 IPFtOTECTION
A. CONTRACTOR shall locate, identify, and protect utilities
that are intended to remain protected from damage.
B. CONTRACTOR shall protect any trees, plant growth, and
features designated and intended to remain, as final
Landscaping o 0
082895 SITE CLEARING
MAERKLE RESERVOIR 02110 - 1
SECTION 02110 - SITE CLEARING
C. CONTRACTOR shall protect bench marks and any existin
structures from damage or displacement.
3.3 CLEARING 6 GRUBBING
A. Clearing and grubbing shall be in accordance wit; Section 300-1 of the SSPWC and, in addition, all trees
brush, grassl and other objectionable material shall bi
collected from areas to receive fill and disposed 0:
off-site prior to commencement of any earth moving so a:
to leave the areas that have been cleared with a neat
and finished appearance free from debris.
All loose or porous soils shall be removed or compactec
as specified for fill. The depth of removal an( recompaction shall be approved in the field by tht
Geotechnical Engineer. Prior to placing fill, tht surface to receive fill shall be free from unever
features that would tend to prevent uniform compactior by the equipment to be used. It shall be plowed 01:
scarified to a depth as required and in no case shall be
less than a minimum depth of 6 inches.
B.
* _--
3.4 NOT USED
3.5 TOPSOIL EXCAVAT1:ON
A. CONTRAC5OR shall excavate topsoil from all areas which
will be re-landscaped or re-graded. Excavated topsoil
shall be stockpiles in a designated location on site to
depth not to exceed 8' feet.
B. Protect the site and adjacent areas from erosion.
CONTRACTOR shall remove all topsoil from the site which
is excess and will not be reused
END OF SECTION
082895 SITE CLEARING'
MAERKLE RESERVOIR 02110 - 2
SECTION 02200 - EARTHWORK
PART 1 - GENERAL
1.1 SECTION INCLUDES
e
A. The Requirement
B. Contractor Submittals
C. Reference Specifications, Codes and Standards
D. Quality Assurance
1.2 THE REQUIREMENT
A. The WORK of this section includes all earthwc
required for construction of the WORK. Such earthwc shall include, but not be limited to, the loosenin
removing, loading, transporting, depositing, a
compacting in its final location of all materials h
and dry, as required for the purposes of completing t
WORK specified in the CONTRACT DOCUMENTS, which sha
include, but not be limited to, the furnishin
placing, and removing of sheeting and bracing necessa
to safely support the sides of all excavation; a
pumping, ditching, draining, and- other requir
measures for the removal or exclusion of water fr
excavation; the supporting of structures above a
below the ground; all backfilling around structures a
all bakkfilling of trenches and pits; the disposal
excess excavated materials; borrow of materials to ma
up deficiencies for fills; and all other incident
earthwork, all in accordance with the requirements
the CONTRACT DOCUMENTS.
0-
1.3 CONTRACTOR SUBMITTALS
A. Trenching Plans
a. The CONTRACTOR'S attention is directed to t
provisions for "Shoring and Bracing Drawings" 'Section 6705 of the California Labor Code. T
CONTRACTOR, prior to beginning any trench
structure excavation 5 feet deep or over sha
submit to the OWNER and shall be in receipt of t
OWNER'S written acceptance of the CONTRACTOR
detailed plan showing design of all shorin
bracing, sloping of the sides of excavation,
022196 EAEiTHWO
MAERKLE RISSERVOIR PAGE 02200 -
@
SECTION 02200 - EARTHWORK
other provisions for worker protection against ti
hazard of caving ground during the excavation c
such trenches or structure excavation. The plar
shall be prepared by a civil or structur;
engineer licensed in the State of California.
b. As a part of the plan, a note shall be includc
stating that the registered civil or structura
engineer certifies that the plan complies with th
CALOSHA Construction Safety Orders. If, however
the plan does not comply with the Safety Orders
the plan shall include a note stating that th
registered civil or structural engineer certifie
that the plan is not less effective than th
shoring, bracing, sloping, or other provisions o
the Safety Orders. Each copy of the plan shal
have an original seal and "wet" signature of
civil or structural engineer registered in tht
State of California across the seal.
c- If the CONTRACTOR'S trench protection systei
includes the use of a shield, the shield desig
shall be approved by the Division of Industria
Safety. Structural details shall indicate thl
maximum pressure the shield can safely withstand
the trench configuration and supportinl
against the shield. In portions-of- the trencf
near critical existing facilities and areas of dr!
granular soils, the CONTRACTOR shall use sheetins
as required by the ENGINEER in lieu of a shield.
- calculations indicating the maximum pressurl
-
d. The OWNER, the ENGINEER, the consulting engineer,
or their consultants may have made investigation:
of subsurface conditions in areas where the WON
is to be performed. If so, these investigation:
are identified fin the specifications and the
records of such investigations are available for
inspection at the offices of the OWNER, The detailed plan showing the design of the shoring,
etc., which the CONTFlACTOR is required to submit
t9 the ENGINEER in advance of excavation will not
be, accepted by the ENGINEER if the plan is based
,on subsurface conditions which are more favorable
than those revealed by the investigations made by
the OWNER, the ENGINEER, the consulting engineer, or their consultants; nor will the plan be
accepted if it is not based on soils-related
design criteria set forth in the report on the
022196 EARTHWORK
MAERKLE RESERVOIR PAGE 02200 - 2.
SECTION 02200 - EARTHWORK
aforesaid investigations of the subsurfa
conditions.
e. The detailed plan showing the design of t shoring etc., shall include surcharge loads fc
nearby embankments and structures, for spo
banks, and for construction equipment and othc
construction loadings. The plan shall indicai
for all trench conditions the minimum horizonti
distances from the side of the trench at its tc
to the near side of the surcharge loads.
f, Nothing contained in the section shall I
construed as relieving the CONTRACTOR of the fu
responsibility for providing shoring, bracinc
sloping, or other provisions which are adequa'
for worker protection.
Nothing in this section is intended to relieve tl
CONTRACTOR of his responsibility to careful:
examine the contract documents and the site whei
the WORK is to be performed; to familiari;
himself with all the local conditions and federal
state, and, local laws, ordinances, rules, ar regulations that may affect the performance of ar
WORK; to study all surveys and investigatic
reports about subsurface and latent physica
conditions pertaining to the site; to perform ar
additional surveys and invest-igations as tl
CONTRACTOR deems necessary to complete the WORK E
his bid price; and to correlate the results of al
such data with the requirements of the contrac
documents.
Samples of backfill materials described in paragraF
2.4C subparagraphs 1, 3b, 5, 7, 9, 10, and 12 shall k
submitted for testing.
A blasting program shall be submitted in accordanc
with paragraph 3.7 of this section.
A list -and description of compaction equipment intende
for use by the CONTRACTOR shall be submitted to tk
ENGINEEe for approval in accordance with tlr
requirements of this section.
E. The CONTRACTOR shall submit a dewatering plan. Th
dewatering plan shall clearly identify the dewaterin system proposed to be employed by the CONTRACTOR t
remove all water from the area of the reservoir belo
the outlet structure.
0
g.
9
B,
C.
D.
022196 EARTHWOR MAERKLE RESERVOIR PAGE 02200 - 3
e
SECTION 02200 - EARTHWORK
1.4 RElFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. Without limiting the generality of other requirement
of the SPECIFICATIONS, all WORK specified herein shal
conform to the local Grading Codes of the City and/o
County having jurisdiction, Chapter 70 of the Uniform
Building Code, or exceed the applicable requirements o
the following documents to the extent that thc
provisions of such documents are not in conflict wit1
the requirements of this section.
1 e Commercial. Standards:
ASTM D 422 Method for Past icl e-S i zt Analysis of Soils.
ASTM D 698 Test Methods for Moisture-Density
Relations of Soils anc
Soil-Aggregate Mixtures,
Using 5.5-lb. (2.49-kg)
Rammer and 12-in (304.8-
* mm) Drop. ---
ASTM I) 1140 Test Method for Amount of Material in Soils Finer
than the No. 200 (75-um) - Sieve.
ASTM D 1556 Test method for density of soil in place by the
Sand-Cone Method.
AS" D 1557 Laboratory Compaction Characteristics of soil
using modified effort
(56,000 ft-lbflft)
GTM D 163.3 Test Method for
Compressive Strength of
Molded Soil-Cement
Cylinders.
ASTM D 2419 Test Method for Sand Equivalent Value of Soils
and Fine Aggregate.
022196 EARTHWORK MAERKLE RESERVOIR PAGE 02200 - 4.
SECTION 02200 - EARTHWORK
ASTM D 2487 Classification of Soi 0 for Engineering Purpose
ASTM D 2901 Test Method for Ceme Content of Freshly-Mix
Soil-Cement.
ASTM D 4318 Test Method for Liqu Limit, Plastic Limit, a
Plasticity Index Soils.
ASTM D 3017 Test Method for Moistu Content of Soil and Soi
Aggregate in Place
Nuclear Methods (Shall
Depth).
ASTM D 2922 Test Method for Densi and so Of Soil Aggregate in Place
Nuclear Methods.
B. All work herein shall also conform to the followi
documents incorporated into this specification here
by reference.
@ 1.5 QUALITY ASSURANCE ._ - -
A. General: All soils testing will be done by a testi
laboratory of the OWNER'S choice and at the OWNER
expense.
B. Where soil material is required to be compacted to
percentage of maximum density, the maximum density optimum moisture content will be determined
accordance with ASTM D 698. Field density in-pla
tests will be performed in accordance with ASTM D 155
ASTM D 2992 or by such other means acceptable to t
ENGINEER.
C. In case the tests of the fill or backfill show no
compliance with the required density, the CONTRACT1
shall dccomplish such remedy as may be required
insuk compliance. Subsequent testing to shc compliance shall be by a testing laboratory selected 1
the OWNER and shall be at the CONTRACTOR'S expense.
Particle size analysis of soils and aggregates will 1
performed using ASTM D 422.
D.
022196 EARTHWOI
MAERKLE RESERVOIR PAGE 02200 -
a
SECTION 02200 - EARTHWORK
E. Determination of sand equivalent value will b
performed using ASTM D 2419.
F. Unified Soil Classification System: References i these SPECIFICATIONS to soil classification type an
standards set forth in ASTM D 2487 shall have th
meanings and definitions indicated in the Unified Soi
Classification System. The CONTRACTOR shall be boun
by all applicable provisions of said ASTM D 2487 in th
interpretation of soil classifications.
G. Compaction Testing: Field tests of the moisturi content and degree of compaction of the fill soils wil
be performed at the direction of the ENGINEER based 01
field conditions encountered. However, in general, thc tests should be taken at approximate intervals of :
feet in vertical rise and/or 1,000 cubic yards 0:
compacted fill soils. In addition, on slope faces, a
a guideline, approximately one test should be taken fo
each 5,000 square feet of slope face and/or each 1
feet of vertical height of slope.
PART 2 - PRODWCTS
2.1 SECTION INCLUDES
- A. Suitable Fill and Backfill Material Requirements -- -
B. Unsuitable Materials
C. Use of Fill, Backfill and Embankment Material Types
SUITABLE FILL AND BACKFILL MATERIAL REQWIREMENTS
0
2.2
A. General: Fill, backfill, embankment materials shall be
suitable selected or processed clean, fine earth, rock
or sand, free from grass, roots, brush, or other
vegetation.
B. Fill and backfill materials to be placed within f
inches-of any structure or pipe shall be free of rock:
or unbroken masses of earth materials having a maximun
dimension larger than 6 inches.
C. Suitable Materials: Soils not classified as unsuitable as defined in Paragraph entitled, "Unsuitable Material"
herein, are defined as suitable materials and may be
used in fills, backfilling, and embankment construction
subject to the specified limitations,
L
022196 EARTHWORX MAEXKLE RESERVOIR PAGE 02200 - 6.
SECTION 02200 - EARTHWOM
D. Suitable materials may be obtained from onsi
excavations, may be processed onsite materials, or n
be imported. If imported materials are required
meet the requirements of this section or to meet t
quantity requirements of the PROJECT the CONTRACT shall provide the imported materials at no additior
expense to the OWNER.
e
E. The following types of suitable materials a
designated and defined as follows:
1. Type A: Crushed rock, gravel, or sand with 1
percent passing a l-inch sieve and a sa
equivalent value not less than 50.
2. Type B: Crushed rock, gravel, or sand with 1
percent passing a 1/2-inch sieve and a sa
equivalent value not less than 50.
3. Type C: Crushed rock, gravel or sand with 1
percent passing a 3/8-inch sieve, at least
percent passing a Number 4 sieve, and a sa
equivalent value not less than 30.
4. Type D: Crushed rock or gravel with 100 perce
passing a l-inch sieve and not more than
percent passing a Number 4 sieve. a- -- -
5. Type E: Crushed rock or gravel with 100 perce
passing a l/Z-inch sieve and not more than
percent passing a Number 4 sieve. -
6. Type F: Crushed rock or gravel meeting t following gradation requirements:
Sieve Size Percentage Passing
2-inch 100
1-1/2-inch 94 - 96
l-inch 20 - 40
. 3/4-inch 4-8
7. Type G: Crushed rock aggregate base material
‘such nature that it can be compacted readily
watering and rolling to form a firm, stable ba
for pavements. At the option of the CONTRACT0
the grading for either the 1-1/2 inch maximum si
or 3/4-inch maximum size shall be used. The sa
equivalent value shall be not less than 22, a
022196 EARTHWO
MAERKLE R!BSERVOIR PAGE 02200 -
a
SECTION 022.00 - EARTHWORK
the material shall meet the following gradati
requirements:
Sieve Size Percentage Passing
1-1/2 inch Max. 3/4-inch Max.
l-l/Z-inch 90 - 100 100
1-inch - 100
3/4-inch 50 - 85 90 - 100
No. 4 25 - 45 35 - 55
No. 30 10 - 25 10 - 30
No. 200 2-9 2- 9
8, Type H: (Not Used)
9. Type I: Any other suitable material as defined .
10. Type J: Material which consist of Type
Paragraph 2.2, herein.
material, or any mixture of Types B, C, G, and
materials which has been cement-treated so thi
the cement content of the material is not le:
with ASTM D 2901. The ultimate -compressiT
strength at 28 days shall be not less than 400 p:
when tested in accordance with ASTM D 1633,
11. Tppe K: Stockpiled topsoil material which hz
been obtained at the site by removing soil to
depth not. exceeding 2 feet. Removal of tk
topsoil shall be done after the area has bee
stripped of vegetation and debris as specified.
- than 5 percent by weight when tested in accordanc
2.3 UNSUITABLE MATERIAL
A. Unsuitable soils for fill material shall include soil
which, -when classified under the standard method fo
"Classification of Soils for Engineering Purposes,
ASTM D 2487, fall in the classifications of Pt. OH, CH
MH, or OL.
B. In addition, any soil containing organic (brush, root sod or other deleterious material) matter, having
plastic limit of less than 8 percent when tested i
accordance with the requirements of ASTM D 4318 an
containing more than 25 percent of material, by weight
EARTHWOR
PAGE 02200 - 8
022196
MAEXKLE RESERVOIR
SECTION 02200 - EARTHWORK
passing the Number 200 sieve when analyzed according t
the requirements of ANSI/ASTM D 1140; or any soil whic
cannot be compacted sufficiently to achieve th
percentage of maximum density specified for th
intended use, shall be classed as unsuitable material.
C. Oversize: Oversize material, defined as rock or othe
irreducible material with a maximum dimension greate
than 6 inches, shall not be buried or placed in fills
unless the location, materials, and disposal method
are specifically approved by the ENGINEER. Oversiz
disposal operations must be such that nesting o
oversize material does not occur, and such that th
oversize material is completely surrounded by compacte
or densified fill. Oversize material should not b
placed within 10 feet vertically of finish grade
within 2 feet of future utilities or undergroun
construction, or within 15 feet horizontally of slop
faces.
a
2.4 USE OF FILL, BACKFILL, AND EMBANKMENT MATERIAL TYPES
A. 'The CONTRACTOR shall use the types of materials a
designated herein for all required fill, backfill, an
(embankment construction hereunder.
B. Where these SPECIFICATIONS conflict with th
requirements of any local agency haying jurisdiction
or with the requirements of a material manufacturer
the ENGINEER shall be immediately notified. In case o
conflict therewith, the CONTRACTOR shall use the mos
stringent requirement, as determined by the ENGINEER.
a
C. Fill and backfill types shall be used in accordanc
with the following provisions:
I. Embankment fills shall be constructed of Type
material, as defined in Paragraph 2.2E, herein, o
any mixture of Type I and Type A through Type
materials.
2. Pipe bedding backfill as defined under "Pipe an
- Utility Trench Backfill" within paragraph 3.12 o
:3. Pipe zone backfill, as defined under "Pipe an
Utility Trench Backfill" within paragraph 3.12 o
this section, shall consist of the followin
materials for each pipe material listed below.
.this section, shall consist of type C materials.
EARTHWOR 022196
MAERKLE RESERVOIR PAGE 02200 - 9
0
SECTION 02200 - EARTHWORK
a. Mortar coated pipe, plastic pipe, ar
asbestos-cement pipe shall be provided Tyl
A, B, C, D, or E pipe zone backfill materia:
b. Perforated plastic pipe ductile iron ar
vitrified clay pipe shall be backfilled wit
Type E pipe zone backfill material.
4. Trench zone backfill for pipelines as define
under "Pipe and Utility Trench Backfill" withi
3.12 of this Section shall be Type I backfil
material or any of Types A through H backfil
materials or any mixture thereof.
5. Final backfill material for pipelines under pave areas, as defined under "Pipe and Utility Trenc
Backfill" within paragraph 3.12 of this sectio shall be Type G backfill material. Final backfil
under areas not paved shall be the same materia
as that used for trench backfill except that Typ
K material shall be used for final backfill i
agricultural areas, unless otherwise noted. .
6. Trench backfill and final backfill for pipeline
under structures shall be the same material a
used in the pipe zone, except where concret
7. Aggregate base materials under pavements shall b
Type G material constructed to the thicknesse
shown or specified.
- encasement: is required by the CONTRACT DOCUMENTS. ---
-
8. Backfill around structures shall be Type
material, or Types A through Type H materials, o
any mixture thereof.
9. Not Used
10. Backfill used to replace pipeline trench over.
excavation shall be Type F material for wet trencl
conditions or the same material as used for thc
pipe zone backfill if the trench conditions arc
no? wet o
The top 6 inches of embankment fills shall consisl
of Type K material, topsoil.
12. Where required by the CONTRACT DOCUMENTS, pei
11.
gravel shall be Type E material.
022196 EARTHWORE MAERKLE RESERVOIR PAGE 02200 - 1(
SECTION 02200 - EARTHWORK
13. Backfill behind berms or similar structures sha
be Type K material. a
PART 3 - EXECUTION
3.1 SECTION INCLUDES
A. Structure Roadway and Embankment Excavation
B. Pipeline and Utility Trench Excavation
C. Over-Excavation not Ordered, Specified, or Shown
D. Excavation in Vicinity of Trees
E. Rock Excavation
F. Blasting
G. Disposal of Excess Excavated Material
H, Backfill - General
I.
J. Compaction of Fill, Backfill, and EmbZnk%ien€ Material,
K. Pipe and Utility Trench Backfill
L. Embankment Construction
M. Erosion Control
Placing and Spreading of Backfill Materials a
3.2 STRUCTURE, ROADWAY, AND EMBANKMENT EXCAVATION
A. General: Except when specifically provided to tl
contrary, excavation shall include the removal of a
materials of whatever nature encountered, including a obstructions of any nature that would interfere wi
the proper execution and completion of the WORK. TI
removal, of said materials shall conform to the lint
and ‘grades shown or ordered. Unless otherwi, provided, the entire construction site shall 1
stripped of all vegetation and debris, and suc
material shall be removed from the site prior
performing any excavation or placing any fill. Holc
resulting from removal of buried obstructions whic
extend below finished site grades should be replacc
022196 EARTHWOI MAERKLE RESERVOIR PAGE 02200 -
0
SECTION 02200 - EARTHWORK
with suitable compacted fill material. The CONTRACT(
shall furnish, place, and maintain all supports ar
shoring that may be required for the sides of tl
excavations, and all pumping, ditching, or othc
approved measures for the removal or exclusion c
water, including taking care of storm watei
groundwater, and wastewater reaching the site of tk
WORK from any source so as to prevent damage to tk
WORK or adjoining property. Excavations shall k sloped or otherwise supported in a safe manner i
accordance with applicable State safety requirement
and the requirements of OSHA Safety and Mealt
Standards for Construction (29CFR1926) .
B. Excavation Beneath Structures: Except where otherwis
specified for a particular structure or ordered by th ENGINEER, excavation shall be carried to the grade o
the bottom of the footing or slab. Where shown o
ordered, areas beneath structures or fills shall b
over-excavated, When such over-excavation is shown o
the DRAWINGS, both over-excavation and subsequen
backfill to the required grade shall be performed b!
the CONTRACTOR at its own expense. When such over-
excavation is not shown but is ordered by the ENGINEER,
such over-excavation and any resulting backfill will bc
made in accordance with the negotiated price. Aftei .- the required over-excavation has been completed, thc exposed surface shall be scarified -to-a-depth of f
inches, brought to optimum moisture content, and rollec
with heavy compaction equipment to the densitie:
specified in paragraph 3-11 of this section.
Additisnal requirements for allowable types of
compaction equipment are detailed in paragraph 3.13 of
this section.
C. Excavation Beneath Porous Asphalt Concrete Lined
Reservoir: Excavation at the reservoir floor shall
extend to the bottom of the porous asphalt concrete
layer. After such excavation has been completed, the
exposed surface shall be brought to optimum moisture content, scarified to a depth of six inches, rolled
with heavy compaction equipment to 93 percent of
maximum, density and then graded to provide a smooth
- surface for placement of the porous asphalt concrete liner. In the embankment area, soils shall be compacted to a minimum of 978 of ASTM D 698
D. Excavation Beneath Paved Areas:" Excavation under areas
to be paved shall extend to the bottom of the aggregate
base. After the required excavation has been
022196 EARTHWORK MAERKLE RESERVOIR PAGE 02200 - 12'
SECTION 02200 - EARTHWORK
completed, the exposed surface shall be scarifie
brought to optimum moisture content, and rolled wi
heavy compaction equipment to 95 percent of maxim
density .
E. Excavation Beneath Spillway Structure: Excavation a
over-excavation beneath the spillway structure shall carried out such that the spillway structure is found
on formational materials.
F. Notification of Engineer and State Division of Safe
of Dams: The CONTRACTOR shall notify the ENGINEER ai
the State Division of Safety of Dams in writing (
least 3 days in advance of completion of any structu
excavation and shall allow the ENGINEER a review peric
of at least one day before the exposed foundatic
excavation is scarified and compacted or is coverc with backfill or with any construction materials. TI
State Division of Dams must approve the foundation fc
the spillway structure.
PIPELINE AND UTILITY TRENCH EXCAVATION
e
3.3
A. General: Unless otherwise shown or ordered, excavatic
for pipelines and utilities shall be vertical open-ci
trenches. Trench widths shall be kept as narrow as -
practical for the method of pipe zone densificatic
selected by the CONTRACTOR, but shakl -have a minimi
width at the bottom of the trench equal to the outsic
diameter of the pipe plus 24 inches for mechanic2
compaction methods and 18 inches for watc
consolidation methods and a maximum width at the top c
the pipe equal to the outside diameter of the pipe pl~
36 inches.
B. Trench Bottom: Except when pipe bedding is requirec
the bottom of the trench shall be excavated uniform1
to the grade of the bottom of the pipe. The trenc
bottom shall be given a final trim, using a string lir
for establishing grade, such that each pipe sectic
when first laid will be continually in contact with tk
ground along the extreme bottom of the pipe. Roundir
out the, trench to form a cradle for the pipe will nc
6. Open Trench: The maximum amount of open trenc permitted in any one location shall be 500 feet, or tk
length necessary to accommodate the amount of piF installed in a single day, whichever is greater, AI
trenches shall be fully backfilled at the end of eac
022196 EARTHWOF MAERKLE RESERVOIR PAGE 02200 - 1
a
- be required.
0
SECTION 02200 - EARTHWORX
day, or in lieu thereof, shall be covered by heav
steel plates adequately braced and capable o
supporting vehicular traffic in those locations wher
it is impractical to backfill at the end of each day
The above requirements for backfilling or use of stee
plate will be waived in cases where the trench i
located further than 100 feet from any travellet
roadway or occupied structure. In such cases, however barricades and warning lights meeting OSHA requirement
shall be provided and maintained.
D. Trench Over-Excavation: Where the DRAWINGS indicatc
that trenches shall be over-excavated, they shall bi excavated to the depth shown, and then backfilled tc the grade of the bottom of the pipe. WORK specified il
this Paragraph shall be performed by the CONTRACTOR ai
its own expense.
E. Over-Excavation: When ordered by the ENGINEER, whethei
indicated on the CONTRACT DRAWINGS or not, trenche:
shall be over-excavated beyond the depth shown. Sucl
over-excavation shall be to the depth ordered. Tht trench shall then be backfilled to the grade of tht
bottom of the pipe. All WORK specified in this sectior
shall be performed by the CONTRACTOR at its own expensc
when the over-excavation ordered by the ENGINEER i:
over-excavation ordered by the ENGINEER-is-6 inches 01
greater below the limits shown, additional pa.yment will
be made to the CONTRACTOR for that portion of the WORE
which is located below said 6-inch distance. Saic additional payment will be made in accordance with a
negotiated price.
F. Where pipelines are to be installed in embankment or
structure fills, the fill shall be constructed to a
level at least one foot above the top of the pipe
before the trench is excavated.
c less than 6 inches below the limits shown. When the
3.4 OVER-EXCAVATION NOT ORDERED , SPECIFIED, OR SHOWN
A. Any over-excavation carried below the grade ordered,
specified, or shown, shall be backfilled to the
required grade with the specified material and
compaction. Such WORK shall be performed by the
-
. CONTRACTOR at its own expense.
022196 EARTHWORK MAERKLE RESERVOIR PAGE 82200 - 14
SECTION 02200 - EARTHWORK
3.5 EXCAVATION IN VICINITY OF TREES
A. Except where trees are indicated within the CONTRA(
DOCUMENTS to be removed, trees shall be protected frc
injury during construction operations e No tree roo
over 2 inches in diameter shall be cut without tj
written permission of the ENGINEER. Trees shall 1
supported during excavation as may be directed by tk
e
ENGINEER.
3.6 ROCK EXCAVATION
A. Rock excavation shall include removal and disposal c
the following: (1) all boulders measuring 1/3 of
cubic yard or more in volume; (2) all rock material :
ledges, bedding deposits, and unstratified masses whic
cannot be removed without systematic drilling ax- blasting; (3) concrete or masonry structures which hat
been abandoned; and (4) conglomerate deposits which ax
so firmly cemented that they possess tk characteristics of solid rock and which cannot k
removed without systematic drilling and blasting.
B. Said rock excavation shall be performed by tk
CONTRACTOR at its own expense; provided, that shoul
the quantity of rock excavation be affected by ar change in the scope of the WORK, an appropriat
adjustment of the Contract Price G7ilT.Ee made i
accordance with a negotiated price.
d
3.7 EXPLOSIVES AND BLASTING: -
A. Blasting will not be permitted, except by expres
permission of the ENGINEER on a case-by-case basis
The use of explosives will be subject to the approva and regulations of all agencies having jurisdiction
If blasting is utilized at the site of the WORK, th
CONTRACTOR shall take all precautions and provide a1
protective measures necessary to prevent damage t
property and structures or injury to person. Prior t
blasting, the CONTRACTOR shall secure all permit
required by law for blasting operations and shal providelany additional hazard insurance required by th
OWNER. The CONTRACTOR shall have a fully qualified an
experienced blasting foreman in charge of all blastin
operations.
B. In the event blasting is required, it shall be don(
only by skilled operators and under the direction of l
competent foreman. All costs for blasting: shall bl
022196 EARTHWOR
MAERKLE RESERVOIR PAGE 02200 - 1
a
SECTION 02200 - EARTHWORK
included in the CONTRACTOR'S original lump sum bi
amount. The CONTRACTOR shall reference the soi
borings and other pertinent information contained i
the geotechnical investigation and make his ow
interpretation of the soil conditions in areas to b
excavated. The CONTRACTOR shall not be relieved of an
liability under the contract for any loss sustained a
a result of any variance between conditions indicate
by or deduced from said report and the actua
conditions encountered during the progress of the WORK
Permits for blasting shall be obtained and paid for th
by the CONTRACTOR. Blasting will not be permitte.
except with the express written permission of tht
ENGINEER. Said written permission shall be given base(
upon approval of a blasting program which shall bt
furnished by the CONTRACTOR. This blasting prograx
shall include details of the extent of blastinc
required, drilling pattern, type of explosive, chargt
size and placement depth and such other information a:
shall be necessary for its review. Special attentior
shall be given to protection of existing structures 01
facilities. Should the proposed blasting, in tht
opinion of the ENGINEER, subject any existinc
structures to damage, the blasting will not be allowed
In such case, the CONTRACTOR shall revise his blastinc
program, or if required, perform the necessar]
,.. excavation without blasting. No additional paymenl
will be allowed due to any restricf"ioE8 in blasting
.activities, Blasting shall be done only when proper
precautions are taken for the protection of persons,
the WORK, or existing structures. Any damage done tc
persons, the WORK, or existing structures shall be the responsibility of the CONTRACTOR. Storage, handling,
and use of expl-osives shall be in accordance with all
local laws and regulations, Particular care shall be
taken to conform to the requirements relating to
accidental discharge of explosives by radio
transmission. A record of all blasting shall be kept
in Associated General Contractors standard form.
C. Blasting shall be done with explosives of such power
and in such quantities and positions as to minimize
- opening, of seams and disturbing the rock outside the prescribed limits of excavation, without making the
excavation unduly large, without shattering the rock
upon or against embankments where concrete will be
placed, without shattering the faces of cuts which are
to remain open, and without injuring structures already
built. Whenever, in the opinion of the ENGINEER,
further blasting is likely to injure such rock or
022196 EARTHWORK
MAERKLE RESERVOIR PAGE 02200 - 16
SECTION 02200 - EARTHWORK
structures, the CONTRACTOR shall cease blasting ar continue to excavate the rock by barring and wedging c 0 by other approved methods.
Excessive blasting or "overshooting" will not k
permitted and any material outside the authorize
cross-section which may be shattered or loosened k
blasting shall be removed and replaced with acceptabl
material at the CONTRACTOR'S expense. The CONTRACTC
shall discontinue any method of blasting which leads t
overshooting or is dangerous to the public c
destructive to property or to natural features.
D. Caps or other detonators or fuses shall not be storec
transported, or kept in the same place in whit
dynamite or other explosives are stored, transportec
or kept. The location and design of powder magazine:
the methods of transporting explosives, and tf
precautions taken to prevent accidents shall be subjec to the provisions of these SPECIFICATIONS, but tl
CONTRACTOR shall be liable for all injuries to or deal
of persons or damage to property caused by blasts (
explosives, and he agrees by submission of his bid 1 indemnify and hold the OWNERS harmless from a.
liability therefrom. The CONTRACTOR shall provide suc
reasonable and adequate protective facilities as may 1 necessary to prevent theft of explosives. TI
CONTRACTOR shall maintain an inventor7 for-storage ai
withdrawal of power stocks and detonators, and tl
ENGINEZR shall be notified immediately of any loss (
theft of explosives. All costs of explosives, drillii
and blgsting shall be included in the Contract Price.
a
E. Approval of the CONTRACTOR'S blasting plan or blastii
procedures shall not relieve the CONTRACTOR of any c
his responsibility under the CONTRACT DOCUMENTS fc
assuring the complete safety of his operation wi
respect to adjacent improvements so as to not aggrava
the existing structural conditions or cause damage, I for the successful completion of the WORK in conformi
with the requirements of the CONTRACT DOCUMENTS. Su
approval shall not operate to waive any of t
CONTRACTOR of any regulation or permit obligati
thereunder.
- requirements of the SPECIFICATIONS nor relieve t
F. Regardless of the ground motion and frequen
limitation of explosives set forth herein, control1
blasting shall be conducted in a manner which wi
produce relatively smooth and sound rock faces at t
022196 EARTHWO
MAERKLE RESERVOIR PAGE 02200 -
8
SECTION 02200 - EARTHWORK
final excavation lines. The type, distribution an
quantity of explosive detonated per delay period shal
be such that existing rock fractures will neither b
opened nor new fractures outside of the minimu
excavation limits.
G. Blasting Limitations: When dry blast hole condition
prevail, drilling patterns, depth of drilling, blas hole diameter and types of explosives to be used shal
be optional wnth the CONTRACTOR, subject to partic11
velocity and frequency limitations. When water i. present in blast drill holes a non-nitroglyceril
explosives product that is not prone to sympathetic
detonation, such as HP336 (Hercules, Inc.), Tove:
(DuPont) or similar explosive shall be used to preveni
drill-hole propagation and to assure that dela!
patterns are effective.
The CONTRACTOR shall perform instrumented seismographic monitoring of all blasting to insure the maximw
particle velocity and minimum frequency with respect tc any pipelines, facilities or other structures withii
300 feet of the blast area comply with the followinc
criteria:
1, The maximum particle velocity at the nearest poini
6.0 inches per second at a minimum Tre&ency of 1(
hertz. I11 the event either of these limitation:
are not met, the CONTRACTOR will perforn
excavations, repair as necessary and backfill thc
eScavati0n.s at his sole expense whether damage i:
discovered. or it is determined no damage has beer
incurred.
2, The maximum particle velocity at any other
structure within 300 feet of the blast area shall
be 0.5 inches per second at frequencies of 1(
hertz or less, and shall, progress linearly to 2.(
inches per second at a frequency of 40 hertz 01
greater in accordance with the recommendations ol
the United States Bureau of Mines publication R:
8507, Figure 11.14. A seismograph shall be placec
.at the nearest structure to the blast area tc
monitor the ground motion particle velocity anc
frequency during each blast.
3. Inspections of all structures within 300 feet of
the blast site shall be made a maximum of 2 week:
before blasting operations. The person (s)
022196 EARTHWORK
- to any ma:jor pipeline to the blast area shall bf
WRKLE RESERVOIR PAGE OZ~OO - ia
SECTION 02200 - EARTHWORK
inspecting shall obtain the permission of tht
building OWNER prior to conducting the inspection
An independent inspector, hired by the CONTRACTOR and approved by the ENGINEER shall perform al
inspections and shall be present during tht
blasting operations to assure enforcement of thest
SPECIFICATIONS and the monitoring of the blasts
The inspection shall be for the purpose 0:
determining the existence of any visible 0:
reasonably recognizable pre-existing defects o!
damages in any structure. Visual inspection an(
photographic documentation methods will bt
employed to insure the validity of informatior obtained just prior to blasting operations.
4. Waiver of such inspection shall be in writing b!
OWNER(s) , and persons who have vested interest
control, custody, lease or rental responsibilit
of said property or their legally recognize1
agent.
5. Complete inspection reports identifying a1 findings or inspection waivers shall be signed b
the Inspector and property OWNERS or OWNER'
agent. Such inspection reports shall be retainec
by the inspecting agency, but shall be immediate1
available to the ENGINEER, agencies, anc
complaints.
Upon completion of all blasting, the inspectinc
agency will forward all inspection reports ii
writing to the ENGINEER (either typed, on standarc
90 minute tape or micro-cassette tape).
6. Post blast inspections shall be required up01
receipt of a complaint of property damage from th
SUC person in charge of the property.
inspections shall be performed and a writte
report provided to the ENGINEER within 30 calenda
days of receipt of complaint.
e
individuals directly involv+d - A in damagc a
'7. The Inspector shall file with the ENGINEER,
'summary report identifying address, occupant
owners name, time and date of inspections and an
inspection waiver signed by property OWNER o
OWNER'S agent, with an explanation as to why a
inspection of a specific structure was not made
022196 EARTHWOR MAERKLE RESERVOIR PAGE 02200 - 1
0
SECTION 02200 - EARTHWORK
This sumrrtary and waiver report shall be signed
the Inspector and delivered to the ENGINEER pri
to blasting.
8. The CONTRACTOR shall notify the ENGINEER at lea
2 WORK days in advance of his intention to perfo
blasting within 300 feet of a residence (
commercial building.
9. No blasting shall be done within 100 feet (
concrete which has been placed less than
calendar days, except by written permission of tl
ENGINEER in each case.
10. The CONTRACTOR shall give a minimum of one WOI
day notice in writing to all residences (
businesses within 500 feet of any blast locatio1
The CONTRACTOR shall give one work day notice t
all utility agencies whose facilities may 1
influenced by the blasting operations.
11. Blasting shall only be permitted between the houi
of 9:00 a.m. and 4:OOO p.m. during any weekdal
Monday through Friday, unless speci; circumstances warrant another time or day ar
special approval is granted in writing by tk
ENGINEER and the agency having jurisdiction.
H, Seismic monitoring equipment shall be provided ar operated by the CONTRACTOR to monitor every blast. Tk
CONTRACTOR sh.all obtain the services of a qualifif
geotechnical consultant to monitor all blastir
activities. Selection of the geotechnical consultar:
shall be limited as required to prevent damage to a1
existing structures, and in no case shall intensitie
exceed the safety standards of particle velocit
established by the U.S. Department of Mines
Monitoring of all blasting activities shall be i
conformance with the Standards of the State c
California, Department of Mines. The CONTRACTOR shal
submit-a copy of his monitoring plan to the ENGINEE
for review and approval.
The GONTRACTOR shall retain the services of a qualifie
blasting consultant specialist at his own expense t
assist the CONTRACTOR in the preparation of th
required blasting program. The blasting consultan shall certify the blasting program. Selection of th
blasting consultant shall be subject to the approval o
the ENGINEER. The blasting consultant shal
022196 EARTHWOR MAEXKLE RESERVOIR PAGE 02200 - 2
* ---
I - I.
SECTION 02200 - EARTHWORK
demonstrate extensive specialized experience i
blasting. Should the ENGINEER, in his sole opinior determine that the blasting consultant is nc
sufficiently qualified, the CONTRACTOR shall k
required to retain the services of a differeI:
consultant which is satisfactory to the ENGINEER at rl
additional cost to the OWNER.
a
J. The CONTRACTOR will be held responsible for all ar
shall make good any damage caused by blasting c
resulting from its possession or use of explosives c
the WORK.
K. All operations involving the handling, storage, and uz
of explosives shall be conducted in accordance with tk
requirements of the OSHA Standards for Constructior
and in accordance with all local laws and regulations.
3.8 DISPOSAL OF EXCESS EXCAVATED MATERIAL
A. The CONTRACTOR shall remove and dispose of a1
oversized or unsuitable excavated material at its oa
expense. Oversized material may be utilized aft€
processing through onsite rock crushing operations z
the contractor's option. Materials crushed onsit shall be tested by an independent materials testir
firm selected by the Engineer, and shall meet tk requirements of this specification pr3oF to acceptanc
for use as backfill,
m
3.9 BACKFILL - GENERAL -
A. Backfill shall not be dropped directly upon ar
structure or pipe. Backfill shall not be placed arour or upon any structure until the concrete has attain€
sufficient strength to withstand the loads impased ar
a minimum of seven days has lapsed since the concret
was placed.
B. Except for rock materials being placed in over
excavated areas or trenches, backfill shall not t
placed. until after all water is removed from tk
excavation.
3-10 PLACING AND SPREADING OF BACKFILL MATERIALS
.A. Backfill materials shall be placed and spread evenly i
level layers at all times. When compaction is achieve
using mechanical equipment the layers shall be even1
spread in 8 inche thick loose lifts. Flooding ar
022196 EARTHWOF PAGE 02200 - 2 MAERKLE RE:SERVOIR
a
SECTION 02208 - EARTHWORK
jetting methods of compaction will only be allowed up( written approval from the ENGINEER and will 1
restricted to grading operations entailing the disposi of over-size rock material.
B. During spreading each layer shall be thoroughly mixc
as necessary to promote uniformity of material in eac
layer. Pipe zone backfill materials shall be manual:
spread around the pipe so that when compacted the pi1
zone backfill will provide uniform bearing and sic
support o
C. Where the backfill material moisture content is belc
the optimum moisture content water shall be add€ before or during spreading until the proper moistur
content is achieved.
D. Where the backfill material moisture content is tc
high to permit. the specified degree of compaction tk
material shall be dried until the moisture content i
satisfactory.
E. Where indicated on the plans or directed by th
ENGINEER, a cement-slurry backfill shall be required
Specifications for cement-slurry backfill are containe
in Section 03300 of this specification.
3-11 COMPACTION OF FILL, BAC~ILL, AND EMB&&ENT MATERIALS
A. Each layer of Types A, B, C, G, H, I, and K backfil materials as defined in Paragraph 2 e 2E, herein, wher
the material is graded such that at least 10 percen
passes a Number 4 sieve, shall be mechanical1
compacted to the specified percentage of maximu
density. Equipment that is consistently capable o
achieving the required degree of compaction shall b
used and each layer shall be compacted. over its entir area while the material is at the required moistur
content.
B. Each layer of Type D, E, F, and J backfill material
-
shall be compacted by means of at least 8 passes from
matefials are used for pipe zone, backfill vibrator
compaction shall be used at the top of the pipe zone o
at vertical int.ervals of 24 inches, whichever is least
A minimum of eight passes shall be made by thi
compaction equipment. This may be subject to changj
based on the actual field conditions at the discretio!
of the ENGINEER.
- flat plate vibratory compactor, except when suc
022196 EARTHWON
MAERKLE RESERVOIR PAGE 02200 - 2
SECTION 02200 - EARTHWORK
C. Flooding, ponding, and jetting cornpaction methods shaj
not be used to achieve specified compaction unlez
approved in writing by the ENGINEER and utilize t
compact around oversize rock material. Backfill ar compaction around newly poured concrete structure:
cement-slurry backfill, concrete pipe encasements ar
similar structures shall not proceed until after 7 dab
after the concrete pour. Moisture conditions will on1
be allowed at the borrow site.
Benching: Where fills are to be placed on ground wit
slopes steeper than 5:1 (horizontal to vertical), ti ground should be stepped or benched. The lowest benc
should be a minimum of 15 feet wide, at least 2 fee
into competent material as determined by the ENGINEEF
Other benches should be excavated into competer
materials as directed by the ENGINEER. Ground slopir
flatter than 5:l should be benched or otherwise OVE
excavated when directed by the ENGINEER. Benching wil
not be allowed perpendicular to the dam axis c
parallel to potential seepage path,
0
D.
E. .Not Used
F. Not Used
G. Fill Slopes: Compacting of slopes - shall 1:
accomplished, in addition to normal compactir
procedures, by backrolling of slopes with sheepsfoc
.rollers at increments of 3 to 4 feet in fill elevatic
gain, -or by other methods producing satisfactor
results. At the completion of grading, the relativ
compaction of the fill out to the slope face shall h
at least 90 percent, or as specified in Section I
below, whichever is greater.
a
H. Not Used
I. Compaction Requirements: The following compaction tes
requirements apply to Type A, B, C, D, G, H, I, and
materials. Type E, F, and J materials do not requir
testing2 Where agency or utility company requirement
govern, the highest compaction standards shall apply
ZSTM D 1557 shall be used to determine the maximu
density and optimum moisture relationship of non
granular materials ASTM D 1556 or ASTM D 2922 shall b
used to determine the in-place maximum density an
optimum moisture relationship density of granular fil
022196 E2iRTHWOR MAERKLE RESERVOIR PAGE 02200 - 2
a
SECTION 02200 - EARTHWORK
materials. The embankments and backfill arour structures in the dam embankment shall be compacted t
93% of ASTM D1557.
Percentage of
Maximum Density Location or Use of Fill
Pipe zone backfill portion 90 above bedding for flexible
pipe.
Pipe zone backfill bedding and 95 over-excavated zones under bedding/
pipe for flexible pipe,
Percentage of
Maximum Density Location or Use of ]?ill -
Pipe zone backfill portion 90
Pipe zone backfill bedding and 90
above bedding for riLgid pipe.
over-excavated zones under bedding/
pipe for rigid pipe.
Final backfill, beneath paved 95
areas or structures. __ - --
Final backfill, not beneath 90
Trench zone -backfill. 90
Embankments. 90
Embankments, beneath paved areas 95
Backfill beneath porous asphalt 93 concrete liner.
Backfill around structures 90
paved areas or structures.
or structures.
I
Backfill around stuctures in 92 dam embankment
Topsoil (Type K material) 80
Aggregate base (Type G material) 95
022196 EARTHWORIJ
MAJZRKLE RESERVOIR PAGE 02200 - 24
SECTION 02200 - EARTHWORK
J. Trench Backfill Requirements: The pipe has bee structurally designed based upon the trenc
configuration specified in Section 3.3A, herein.
K. The CONTWCTOR shall maintain the indicated trenc
cross section up to a horizontal plane lying 12 inche
above the top of the pipe.
8
L. In, at any location, under said horizontal plane th
CONTRACTOR slopes the trench walls or exceeds th
inaximum trench widths indicated in the CONTRAC
DOCUMENTS, the pipe zone backfill shall be "improved
or the pipe class increased as specified herein, at n
additional cost to the OWNER. "Improved" backfil (shall mean sand-cement backfill or other eqyivalen
inethod acceptable to the ENGINEER.
M. If the allowable deflection specified for the pipe i:
exceeded, the CONTRACTOR shall expose and reround 0:
replace the pipe, repair all damaged lining an(
coating, and reinstall the pipe zone material an(
trench backfill as specified at no additional expensc
to the OWNER.
3.12 I?IPE AND UTILITY TRENCH BACKFILL
A. Pipe Zone Backfill: The pipe zone is defined as tht
trench cross-sectional area between -a -line 6 inche:
helow the bottom of the pipe, i.e., the subgrade, to i
level line 6 inches above the top of the pipe. Thf
bedding for flexible pipe is defined a5 the portion 01
pipe z6ne backfill material between the subgrade an(
the bottom of the pipe. The bedding for rigid pipe i:
defined as that portion of the pipe zone backfil:
material between the subgrade and a level line whid
varies from the bottom of the pipe to the springline a:
shown on the CONTRACT DRAWINGS.
a
B. E3edding shall be provided for all drainage pipelines,
and other gravity flow pipelines, For other pipeline:
t:he bedding may be omitted if all the followinc
conditions exist.
9. .The pipe bears on firm, undisturbed native soil
which contains only particles that will pass a
one-inch sieve.
I -
2'. The trench excavation is not through rock or
stones.
022196 EARTHWORE
MAERKLE RESERVOIR PAGE 02200 - 2:
a
SECTION 02206 - EARTHWORK
3. The trench conditions match those specified by t.
pipe manufacturer for installation of pi]
directly on the subgrade.
4. The subgrade soils are classified as suitable fi
and backfill materials per Paragraph 2.1.
5. The subgrade soils havep as a maximum, a moistu.
content that allows compaction.
C. Where bedding is required, after compacting the beddii
the CONTRACTOR shall perform a final trim using
stringline for establishing grade, such that each pi1
section when first laid will be continually in contac
with the bedding along the extreme bottom of the pipe<
De The pipe zone shall be backfilled with the specific
backfill material. The CONTRACTOR shall exercise cai
to prevent damage to the pipeline coating, cathodi
bondsl or the pipe itself during the installation ar
backfill operations. Backfill and compaction ovc
cement-slurry, or concrete pipe encasement shall nc
proceed until 7 days after the concrete or cement
slurry has been placed.
E. Trench Zone Backfill: After the pipe zone backfill hz
water has completely drained from- the trencl
backfilling of the trench zone may proceed. The trenc
zone is the trench cross-sectional area that extenc
from 6 inches above the top of the pipe to a level lir
18 inches below finished surface grade, or if tk
trench is under pavement, 18 inches below the subgrade
Flooding, ponding, or jetting will not be allowed t
compact trench zone backfill.
F. Final Backfill: Final backfill is all backfill in tk
trench cross-sectional area within 18 inches c
finished grade, or if the trench is under pavement, al
backfill within 18 inches of the subgrade.
- been placed as specified above, and after all exce:
3.13 EMBAM(MENT CONSTRUCTION
I
A. Not Wsed
B. The area where embankment fills are to be constructe
shall be cleared of all vegetation, roots and foreig
material. Following this, the surface shall k moistened, scarified to a depth of 6 inches, and rolle
or otherwise mechanically compacted in accordance wit
022196 EARTHWOR
MAEFXLE RESERVOIR PAGE 02200 - 2
SECTION 02200 - EARTHWORK
this specification. Embankments over natural slope
greater than 6:l shall be benched in accordance wit a the geotechnical engineers recommendations.
C. Where any embankment or structure fills are constructe
over pipelines, the first 4 feet of fill over the pip
shall be constructed using light placement an
compaction equipment that does not damage the pipe. Th
Contractor shall submit a list and description, fo
approval by the ENGINEER, of the proposed compactio
equipment intended for use under these conditions.
All embankments shall be constructed in accordance wit
the following additional requirements. The thicknes
of material placed before compaction shall not be mor than 8 inches. The embankment shall be brought up i
layers so that the surface is essentially level at a1
times. The fill material shall be compacted by
tamping type roller weighing at last 4,000 lbs. pe
lineal foot, with drum diameter protruding at least
inches, or an equivalent equipment approved by th
ENGINEER. A minimum of eight passes shall be made b
the equipment. This may be subject to change based o
the actual field conditions and the discretion of th
ENGINEER.
D,
_-- a 3.14 EROSION CONTROL
A. During all phases of construction, the CONTRACTOR shal perform the WORE: in a manner which will minimize soi
erosion and water and air pollution. -
B. 'The CONTRACTOR shall minimize erosion, turbidity an
siltation on the WORK site by proper scheduling of WOR
and careful construction practices; by trappin
sedimentation in temporary debris basins where sedimen is caused by construction operations; and by employin
erosion control measures and temporary site drainag
structures where significant erosion would occur durin the winter periods.
C. After grading operations are completed, the OWNER shal
areas disturbed by his operations that are not to b paved or otherwise covered in the landscaping plans
A11 hydroseeding and landscaping shall be th
responsibility of the OWNER.
- providet erosion protection for the surfaces of a1
022196 EARTHWOR
MAERKLE RESERVOIR PAGE 02200 - 2
0
SECTION 02200 - EARTHWORK
3.15 BORROW SITE MATERIALS
An onsite borrow area is provided as shown on the pla to obtain the necessary quantities of material requir
to complete the earthwork operations. Borrow materia shall be moisture conditioned prior to moving the so
to the embankment areas. The moisture content shall
103% of optimum moisture content as determined by AS
A.
D-1557.
3.16 IMPORTED FILL
A. Imported fill shall be tested in accordance with th
specification prior to its acceptance as backfil
Imported fill shall be required to meet tl
requirements specified for its intended use-
3.17 ROCK FILLS
A, Class I and 1:I rock fills shall contain hard durab.
rock fragments having the following well gradatc
distributions,
Class I: Sieve Size Percentage Passing
24-inch 100
No, 4 0-15 No. 299 0-2
e
--
Class 11: Sieve Size Percentage Passing
4-- inch 100
0-40
0-2
B. Foundation preparation and placement of rock fill
shall be conducted in accordance with the applicabl
provisions of this section.
C. Placement
Rock fills shall be distributed such that the fill i
matetial differing substantially in texture c
gradation from the surrounding material. Material
shall be spread in layers of uniform thickness. Unlez otherwise directed, the thickness of layers befor
compaction for Class I shall not be more than 30 inch€
and for Class I1 shall not be more than 8 inchez
Compaction of each layer shall be conducted in
- free frbm all lenses, pockets, streaks, and layers c
022196 EARTHWOF
MAERKLE RESERVOIR PAGE 02200 - 2
SECTION 02200 - EARTHWORK
systematic and continuous manner so as to ensure tl specified coverage. Rolling shall be done parallel
the axis of the dam wherever possible. The embankme!
shall be brought up in layers such that the surface
essentially level at all times. In general, the largc
rock shall be placed toward the outer portion of tl
downstream embankment. The ENGINEER shall ma frequent inspections to evaluate the requirements (
rock to rock contact within the embankment.
0
D. Moisture Control
The rock fill shall have a moisture content throughoi
each layer at time of compaction to permit propt
compaction. The Contractor will be required to a(
water and manipulate the material by approved methoc so as to provide a uniform distribution of moisture .
the material. The application of water to the materii
shall be done at the site of excavation or stockpilt
and shall be supplemented, if necessary, by sprinklir
on the embankment.
E. Compaction
When the moisture content and conditions of tl
embankment material are satisfactory, fill materii
shall be placed as previously specified and compactc
vibratory roller, or approved equivalent. If it 1
found necessary to roll each layer more thari four timc
with an approved equivalent roller to obtain tk
required compaction, the number of passes shall k
changed accordingly as directed by the ENGINEER. TI
ENGINEER will make appropriate inspections to chec
that rock to rock contact is provided within the roc
fill embankment o
Vibratory rollers shall be of the vibratory, sing1
smooth steel drum type and shall be equipped with
suitable cleaning device to prevent the accumulation c material on the drum during rolling. Each roller shal
have a , total static weight of not less than 9,0(
- kilograms (20,000 pounds), with at least 90 percent c this\weight being transmitted to the ground through tk
drum when the roller is standing on level ground ar
attached to the pulling equipment. The drum shall k
not less than 150 centimeters (60 inches) in diametc Tt and 250 centimeters (78 inches) in width.
vibration frequency of the roller during operatic
shall be between 1100 and 1500 vibrations per minute
022196 EARTHWOE;
MAERKLE RESERVOIR PAGE 02200 - 2
by a minimum of four passes of a lO-tGn, -- stFel wheelec a
e
SECTION 02200 - EARTHWORK
The centrifugal force developed by the roller at 125
vibrations per minute shall not be less than 17,OO
kilograms (38,000 pounds). The power of the engin
driving the vibrator shall be sufficient to maintai
the specified frequency and centrifugal force under th
most adverse conditions which may be encountered durin
compaction. Pulling equipment for vibratory rolle
shall be of the track type and shall be capable of
maximum speed of 3 miles per hour.
F. Finishing Embankments
After completion of the embankment, the slopes shall b
dressed and graded so as to provide a uniform surfac
and slope. The upstream face should be smoothed b
pulling a roller up the slope to provide a smoot
surface prior to placing concrete. The crest shall b
dressed and sloped for drainage as shown on th
drawings.
G. Structure Backfill
Backfill within 2 feet of structures shall be placed i
layers not more than 8 inches in uncompacted thicknes
and no material larger than 4-inch maximum dimensio
will be permitted. Compaction shall be performed wit
equipment approved by the ENGINEER. - _-_
H. Testing
Large-scale, in-place gradation tests will be made a
approximated 10-foot vertical intervals with the Clas
I Rock Fill. The location of the tests will be a
directed by the ENGINEER. The tests will be made b
excavation of a test pit, approximately 2 feet wide b
3 feet long by 1.5 feet deep, using a backhoe. Th
excavated rock fill from the test pit will be careful1
saved and subjected to gradation tests to evaluate th
percentage by weight retained and passing the number sieve and passing the number 200 sieve. The sides o
the test pit will be examined to evaluate the rock tj
rock contact of the fill. The volume of the test pi
(sheet) within the pit and measuring the volume o
water required to fill the pit.
- will be determined by placing a plastic membran
END OF SECTION
022196 EARTHWOR
MAERKLE RESERVOIR PAGE 02200 - 3
SECTION 02275 - RIP RAP
PART 1 - GENERAL
1.1 SECTION INCLUDES
a
A. WORK shall consist of placing revetment type rip-rap c
rock courses on slopes and within drainage basins t
protect against erosion.
1.2 RELATED SECTIONS
A. Section 02200 - Earthwork,
1.3 REFERENCES
A, State of California Standard Specifications (Standar
B. Standard Specifications for Public Works Constructic
Specifications), Section 72, “Slope Protection”.
(SSPWC) e
C. San Diego Regional Standard Drawings (RSD).
0 PART 2 - PRODUCTS
2.1 1mTEFUALs
A. Rip rap: Stone for rip rap shall be as specified withi
the CONTRACT DOCUMENTS and shall have th characteristics and gradations as specified in Sectio
201-6 of the SSPWC.
B. Rock Slope Protection Fabric: Rock slope protectio
fabric shall conform to the requirements of Section 213
2 of the SSPWC and Section 88 of the Standar
Specifications.
PART 3 - EXECUTION
3.1 ]?LACEMENT
A. Rip rap and rock slope protection fabric shall be place
in accordance with the provisions of Section 300-9 an
300-11 of the SSPWC, Section 72 of the Standar
Specifications, and the Regional Standard Drawing
(RSD) e
END OF SECTION 0
082895 RIP RA
MAERKLE RESERVOIR PAGE 02275 -
SECTION 02510 - ASPHALTIC CONCRETE PAVING AND BERMS
0 PART1 - GENERAL
1.1 SECTION INCLUDES
A. Asphaltic Concrete Paving
B. Asphaltic Concrete Berms
C. Pavement Reinforcing Fabric
1.2 RELATED SECTIONS
A, Section 02200 - Earthwork B.
C.
D-
E.
Section 02231 - Aggregate Base Course
Section 02530 - Locating and Adjusting Utility Access
Section 02531 - Street Survey Monument Well Installatior
Section 02535 - Traffic Stripes, Pavement Markings, and
Covers
Markers
1*3 REFERENCES
A- Standard Specifications of the State of California
Department of Transportation, Current Edition (Stat Standard Specifications), Sections (27), 37 and 39.
B. Standard Specification for Public Works Construction
Current Edition (SSPWC) , Sections 203-3, - 203-6, (301-3
and 302-5.
a
S t andarc
Specifications for Public Works Construction, Curreni
Edit ion.
D. City of San Diego Supplement Amendments for use wit1
SSPWC and Regional Supplement Amendments, Currenl
Edit ion.
In the result of a conflict, the SSPWC (and amendments)
::hall take precedence over the State Standarc
Specifications unless modified by the CONTmC1
IlOCU’tGNTS.
to C. Regional Supplement Amendments
E.
1.4 SWEMITTALS
A. E’er the provisions of Section 01300 of these
specifications, prior to commencement of the WORK, the
CONTRACTOR shall submit for review the proposed mix design of each class of asphaltic concrete, tack coat,
and fog seal to be used in the WORK. e
082895 ASPHALTIC CONCRETE PAVING AND BERMS
MAERKLE RESERVOIR 02510 - 1
SECTION 02510 - ASPHALT CONCRETE PAVING AND BERMS
B. Manufacturer Data: CONTRACTOR shall submit manufacture
information detailing material and dimensional data fc
the following:
1) Pavement Reinforcing Fabric
C, Certified Delivery Tickets: Where asphaltic concrete 1
used, the CONTRACTOR shall provide certified weighmastc
delivery tickets at the time of delivery each load c asphaltic concrete. Each certification shall show tk
public weighmaster's signature, the total quantities k
weight of all components of the specific design mix.
Each certificate shall, in additional, state the mi
number, total yield in cubic yards or tons and the tin
batch was dispatched, when it left the plant, when i
arrived at the job, the time that unloading began, ar
the time that unloading was finished.
1.5 QUALITY ASSURANCE
A- The WORK shall be performed in accordance with Sectior:
201, 203, and 302 of the SSPWC and the CONTRAC
DOCUMENTS.
B. Materials incorporated in the WORK shall be obtaine
from the same source of supply throughout &he life o
the project unless the CONTRACTOR is otherwise grante written permission by the ENGINEER.
r
PART 2 - MATERIA&S
2.1 ASPHALTIC CONCRETE
A. Asphaltic Concrete shall be as specified in Section 203
6 of the SSPWC except as noted below,
B. Where construction of the pavement is to be accomplishe
in a single course, Class C2 - AR4000 asphaltic concret
(3/8-inch maximum aggregate diameter grading mix) shal
be used.
C. Where construction of the pavement is to be accomplishe
in two or more courses, the surface course shall b
Class C2-AR4000 asphaltic concrete (3/8-inch maximu
aggregate diameter grading mix), and all lower course
shall be Class 8 - AR4000 asphaltic concrete (3/4-inc
maximum aggregate diameter grading mix).
082895 ASPHALTIC CONCRETE PAVING AND BERM
MAERKLE RESERVOIR 02510 -
SECTION 02510 - ASPHALT CONCRETE PAVING AND BERMS
2.2 ASPHALTIC CONCWTE FOR BERM CONSTRUCTION
A. Asphaltic concrete to be used in berm construction shal
be Type A - AR8000 with 3/8-inch maximum grading a specified in Section 39-2.02, "Aggregate", of the Stat
Standard Specifications).
2.3 PRIME COAT
Prime coat shall be slow curing, Type SC-70, in accordance wit
Section 203-2 of the SSPWC.
2.4 TACK COAT
Tack coat shall be an asphalt emulsion of grade SS1 or SSlh i
accordance with Section 203-3 of the SSPWC.
2.5 SAND SEAL COAT
Seal coat shall be fog type asphalt emulsion of grade SS1 or SS1
in accordance with Section 400-1.3.3 or 200-1.5.5 of the SSPWC.
Sand screenings shall be clean and dry.
2.6 PAVEMENT RE INFORCING FABRIC
Pavement reinforcing fabric shall be nonwoven and manufactured fro
polyester, polypropylene, or polypropylene nylon in accordance wit
Section 213-1 of the SSPWC. Fabric shall be Petromat, manufacture
by Phillips Petroleum Company, or an approved equivalent product.
2.7 :NOT USED
2.8 INOT USED
2-9 .HERBICIDE OR WEED KILLER
Herbicide shall be a dry, free flowing, dust-free chemical compoun
which is non-flammable, non-poisonous, and non-corrosive. Th chemical shall be a chlorate-borate compound such as polybor
chlorate, and 68 .percent sodium metaborate or 73 percent disodiu
octaborate, suitqle for application in powder form or in
solution.
2.10 REDWOOD HEADER
Redwood headers shall be 2-inches wide by the depth of th
asphaltic concrete paving. Minimum size shall be 2-inches by 4
inches. Redwood shall be No. 2, close grain Heart Structura
Grade, staniped by California Lumber Inspection Service.
6
-
0
082895 ASPHALTIC CONCRETE PAVING AND BERM
MAERKLE RESERVOIR 02510 -
SECTION 02510 - ASPHALT CONCRETE PAVING AND BERMS
PART 3 - EXECUTION
-3.1 EXAMINATION
A. CONTRACTOR shall verify that compacted subgrade o
granular base is dry prior to placement of pavement.
B. CONTRACTOR shall verify that gradients and elevations o
subgrade or granular base are correct prior to placemeni
of pavement.
3.2 SUBBASE
The subbase shall be prepared as specified in Section 0220(
entitled, "Earthwork" as applicable to roadways and embankment.
Two-inch by four-inch redwood headers shall be firmly staked in thc
proper positions along all edges other than those where thc
pavement is to be placed against concrete,
3.3 NOT USED
3.4 PREPARATION - HERBICIDE OR WEED KILLER
Prior to placement of pavement on base material, the surface of thc
base shall be sterilized with herbicide. The chemical shall be
applied at a rate of 4 pounds per 100 square feet,- The compounc
may be applied to the surface dry or as a solution. If the
herbicide is applied dry, water shall be added to the surface at E
rate' of 4 gallons per 100 square feet. If applied as solution, the
chemical shall be-dissolved at a rate of one pound per gallon anc
sprayed at a rate of 4 gallons of solution per 100 square feet.
3.5 NOT USED
3.6 PREPARATION - CLEANING OF EXISTING SURFACES
Where new asphaltic concrete is to be placed upon existing pavement
or where it overlaps existing pavement, the surface to be paved
shall be cleaned.of all dust,, loose material, and vegetation by
sweeping with power brooms, or other approved method. the
CONTRACTOR shall 'remove scrap and dispose of all dirt and loose
material collected' during the surface cleaning operations at his own expense. If deemed necessary by the ENGINEER, excessively dusty or dirty streets shall be washed down by the CONTRACTOR with
water trucks or fire hoses from adjacent hydrants. After washing,
all standing water shall be removed and the streets shall be dry
before applying the tack coat. All plant material within the area
to be paved including existing asphalt berms and shoulder drainage
swales shall be removed prior to resurfacing.
082895 ASPHALTIC CONCRETE PAVING AND BERMS
MAERKLE RESERVOIR 02510 - 4
SECTION 02510 - ASPHALT CONCRETE PAVING AND B.ER.M.5 a 3.7 PREPARATION - FILLING OF CRACKS
Where new asphaltic concrete is to be placed upon existing pavemen
or where it overlaps existing pavement. All cracks between 1/
inch and ;L/4 inch must be filled with crack filler consisting o
liquid asphalt and clean dust free sand. Larger cracks or hole
shall be repaired with a leveling course and compacted i
accordance with this Section.
3.8 PREPARATION - TACX COAT
A. A tack coat shall be applied to existing paved surface
where new asphaltic-concrete is to be placed up0 existing pavement, or where it overlaps existin
pavement, or where it abuts existing pavement along cu
trench edges.
After the surface has been thoroughly cleaned and dry, thin asphalt emulsion tack coat shall be uniform1
applied to the surface at a rate of not to exceed 0.1
gallons per square yard.
B,
C. Coat surfaces of manholes and storm drainage structur
with oil to prevent bond with asphalt pavement. Do no
tack coat these surfaces.
D. Where installation of pavement reinforcing fabric i
required, the tack coat shall be applied at a rate o
0.25 gailons residual asphalt per square yard, and shal
be on the pavement reinforcing fabric manufacturer'
list of- approved sealants.
0
3.9 PREPARATION - LEVELING COURSE
A. Where new asphaltic concrete is to be placed up0
existing pavement or where it overlaps existin
pavement, prior to placement of the asphalt concret
resurfacing work, a leveling course of asphalt concret
shall be placed by the CONTRACTOR. Areas requirin
leveling course will be marked directly in the field b
the Engineer.
I
B, The 'leveling course shall be spread over limitel
localized areas of the existing surface to leve
. irregularities and to provide a smooth base fo
placement of the overlay. The asphalt concrete for th
leveling course shall conform to the requirements o
this section. A tack coat shall be applied prior to th
leveling course and in accordance with this Section. a
082895
MAERKLE RESERVOIR 02510 -
ASPHALTIC CONCRETE PAVING AND BERM
SECTION 02510 - ASPHALT CONCRETE PAVING AND BERMS
3.10 SPREADING OF ASPHALTIC CONCRETE BASE AND SURFACE COURSES
A. Asphalt base and surface courses shall be spread an
struck off with a self-propelled paving machin
irregularities in the surface of the pavement cours
shall be corrected directly behind the paver. Exces
material forming high spots shall be removed with
shovel or a lute or edge of a shovel being pulled ove
the surface. Casting of mix over such areas shall no
be permitted.
utilizing a power driven vibrating screed. An
B. Careful attention shall be given to maintaining prope
surface drainage conditions during placement of asphal
overlay. Unless otherwise directed by the ENGINEER, o
shown on the drawings, existing drainage patterns shal
be maintained.
C. Feathering shall be required where the overla
transitions to existing curb and gutter, and driveways
Feathering shall begin 1 foot from the edge of pavemen
and transition to the existing elevation at the curb.
D. The new paving shall extend and meet any existin
private drivewa.ys in such a manner as to prevent stree
drainage from entering the driveway while providing
smooth pavement grade transition into the- driveway.
This may require paving into private driveways i
existing drainage patterns cannot be maintained b
feathering.
r
-
3.11 COMPACTION OF ASPHALTIC CONCRETE BASE AND SWAC
COURSES
A. Rolling shall start as soon as the hot mix material ca
be compacted without displacement. Rolling shal continue until all compaction requirements have been me
and all roller- marks have disappeared. In areas to4
small for the roller, a vibrating plate shall be usel
for compaction. Compacting equipment and compactio
requirements are provided in Section 302-5.6 of th
SSPWC. '
B. The asphaltic concrete shall be placed to the lines an(
grades shown on the plans or as otherwise specifiec
herein. In no case shall the total compacted thicknes
be less than 1.5-inches, nor shall the thickness of an
one lift exceed 3-inches. Asphaltic concrete shall bl
compacted to 95 percent relative compaction.
082895 ASPHALTIC CONCRETE PAVING AND BERM
MAERKLE RESERVOIR 02510 -
SECTION 02510 - ASPHALT CONCRETE PAVING AND BERMS
3.12 SEAL COAT AND SANDING
A. The entire area of the new pavement area or pavemei
replacement area plus 6 inches overlap into the adjacei existing pavement shall receive a fog seal consisting (
a coating of asphaltic emulsion. Asphalt emulsion sha. be applied at a rate of 0.05 to 0.1 gallons per squai
yard in accordance with Section 203-3 of the SSPWC.
B. The CONTRACTOR shall apply clean concrete sand at a rai
of 6 to 12 pounds per square yard. The CONTRACTOR sha.
roll the concrete sand into the new pavement with rubber tire roller to the satisfaction of the ENGINEEI
The CONTRACTOR shall then sweep and remove the exce:
sand from the street.
'
3.13 PROTECTION OF PAVEMENT
After finad compaction rolling, no vehicular traffic of any kiI
shall be permitted until the asphaltic concrete has cooled a1
hardened. The minimum time between completion of the fin; compaction rolling and exposure of new pavement to vehicul:
traffic shall be 6 hours.
3.14 ASPHALTIC CONCRETE BERMS
A. Where shown on the DRAWINGS and as marke-d in the fie1
by the ENGINEER, an asphalt concrete berm shall f:
placed in accordance with the Contract Drawings. TI
berm shall be placed on top of the surface course.
The be& shall be formed, compacted and placed by a sel
propelled extrusion machine. Asphalt shall be fed t
the extrusion machine at a uniform rate and it shall f:
operated under sufficient uniform restraint to forwai
motion to produce a well-compacted mass of asphalt-frc from surface cracks. No additional finishing shall 1
required except to smooth ends.
C. CONTRACTOR shall place and compact suitable materiz
behind .all berms in accordance with Section 0220(
"Earthwork", of these specifications. Import materiz
will be+ required where suitable native material is nc
available. A slope of 2 percent shall be maintain6
behind all berms unless otherwise specified in tf-
contract drawings or herein.
a-
B.
3.15 NOT USED
PART 4 - NOT USED a END OF SECTION
082895 ASPHALTIC CONCRETE PAVING AND BEN
MAERKLE RESERVOIR 02510 -
SECTION 02530 - ADJUSTING UTILITY ACCESS COVERS
@ PART 1 - CXNEFUU
1.1 SECTION INCLUDES
A. Adjusting Sewer Manhole Covers
B. Adjusting Valve Covers
C. Adjusting Survey Monument Covers
1.2 RELATED SECTIONS
A. Section 02510 - Asphaltic Concrete Paving and Berms
1.3 REFERENCES
A. State of California Standard Specifications, Curreni
Edition: Section 15-2.05, "Reconstruction".
B. Standard Specifications for Public Works Construction,
Current Edition: Section 201-1, "Portland Cemeni Concrete".
C. San Diego Regional Standard Drawings, Current Edition.
-- 0 1.4 SUBMITTALS
A. Manhole Extension Ring. CONTRACTOR shall suppl]
manufacturer in f oma t ion containing materials , dimensipnal data and installation instructions.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Concrete: Class 560-C-3250, per Section 201-1 of thc
SSPWC.
B. Manhole. Extension Ring: as manufactured by Southba!
Foundry or approved equal e
PART 3 - EXECUTION
3.1 GENERAL
All existing utility access frames and covers and frames an(
grates,, including sewer manholes, valve covers, and survey monumenl
covers,, shall be adjusted to grade by the CONTRACTOR upor
completion of asphalt concrete resurfacing in accordance with thc 0
082895 ADJUSTING UTILITY ACCESS COVER:
MAERKLE RESERVOIR 02530 - :
SECTION 02530 -- ADJUSTING UTILITY ACCESS COmwS
provisions of Section 15-2.05, "Reconstruction", of the Standai
Specifications and in accordance with the CONTRACT DOCUMENTS.
Existing survey monuments shall be provided with covers whei
required.
Prior to placing new asphalt, the CONTRACTOR shall make locatio1
measurements to each utility cover and monument. During pavii
operations, the CONTRACTOR shall mark, in the newly plact
surfacing, the location of each utility access cover. The methc
of marking shall be subject to the approval of the ENGINEER.
The covers shall not be raised to final grade until the resurfacii
has been completed.
At the option of the CONTRBCTOR, manhole extension rings may 1
used and shall be installed per manufacturers specifications.
3.2 MS'ICAELATION 01' NEW SURVEY MONUMENT COVERS
Prior to resurfacing, new covers and frames shall be installed fc
all existing survey monuments which are located in the street ai
are not protected by existing covers. New covers and frames sha:
be installed in accordance with San Diego Regional Standard Drawir
M-10. New covers and frames shall be installed at an elevatic
suitable for flush finish following resurfacing. .. __
PART 4 - MEASUREMENT AND PAYMENT
4.1 GENERAL-
A. Measurement for raising sewer manhole coversl valT
boxes, and survey monument covers, will be the number (
manhole covers, valve boxes, and survey monument cove]
raised. Measurement will be made of each type.
Measurement and payment for installation of new surw
covers shall be the number actually installed.
B. Payment will be made at the applicable unit price pt
cover set forth in the Bid Schedule and shall incluc
all tfie CONTRACTOR'S costs, including removal (
pavement' and required concrete.
END OF SECTION
082895 ADJUSTING UTILITY ACCESS COVEF
02530 - MAERKLE RESERVOIR
SECTION 02535 - TRAFFIC STRIPES
@ PARTI- GENERAL
1.1 SECTION INCLUDES
A.
B.
C, Pavement Markers
1.2 RELATED SECTIONS
Painted Traffic Stripes and Pavement Markings
Thermoplastic Traffic Stripes and Pavement Markings
A.
B. NOT USED
Section 02510 - Asphaltic Concrete Paving and Berms
1.3 REFERENCES
A. Standard Specifications for Public Works Constructic
(SSPWC) , Current Edition, Section 310-5.6 "Paintir
Traffic Striping, Pavement Markings, and Curb Markings'
Section 210-1 "Paint".
B, Standard Specifications of the State of Californ: St andai Department of Transportation (State Specifications), January Current Edition, Section 91
"Paint" Section 84 "Traffic Stripes and Pavemer
Markings". , Section 85 "Pavement Markers
e
1.4 SUBMITTALS
A. Manufacturer Data: CONTRACTOR shall submit manufacture
information detailing material and dimensional data fc
the following:
1) Paint
B. Temporary Delineation Plan: CONTRACTOR shall provide
temporary Delineation Plan as part of the Traffi
Control Plan and shall be submitted per Section 100 c
these specifications.
PART 2 - PRODUCTS
TRAFFIC STRIPES, PAVEMENT MBRKINC
082895 AND PAVEMENT MARKER
MAERKLE RESERVOIR 02535 -
0
SECTION 02535 - TRAFFIC STRIPES
2.1 PAINT
Painted Traffic Striping and Pavement Marking Paint shall confor
to Section 84-3.02 of the State Standard Specifications and shal
be Rapid Dry Water Borne.
2.2 NOT USED
2.3 NOT USED
2.4 NOT USED
2.5 NOT USED
PART 3 - EXECUTION
3.1 ALIGNMENT AND LAYOUT OF TRAFFIC STRIPES
A. Traffic Striping shall be applied to replace existinc
striping, and markings, as shown on the contrac
drawings; or as directed by the ENGINEER.
B. Layout of all traffic striping shall be thc
responsibility of the CONTRACTOR.
> C. The CONTRACTOR shall perform all surveying as necessar]
to establish adequate control for alignment and layoul
of all striping.
D. The initial layout of all striping shall be marked b!
the CONTRACTOR using cat tracks or dribble lines. Prioi
to final striping, the ENGINEER shall review tht
alignment marked out and shall make adjustment a:
necessary. Adjustment of the initial layout by thc
ENGINEER shall not entitle the CONTRACTOR to additiona:
compensation.
E. Alignment of striping intended to replace existinc
striping, shall match existing alignment and layout
except as directed by the ENGINEER.
3 -2 TRAFFIC CONTFUL
A,. CONTRACTOR shall be responsible for maintaining safe traffic operation through the WORK area prior to anc
during application of permanent traffic striping, anc
pavement markings, and pavement markers.
TRAFFIC STRIPES, PAVENEXT MARKING:
082895 AND PAVEMENT MARKER:
MAERKLE RESERVOIR 02535 - 2
SECTION 02535 - TRAFFIC STRIPES
B. CONTRACTOR shall submit a plan for traffic contro
during striping operations and a plan for temporar
delineation prior to application of permanen
delineation for review by the ENGINEER prior to an
striping WORK.
e
C. Temporary delineation shall be applied to finishe
pavement surfaces prior to being returned or opened t
free flowing traffic.
3.3 APPLICATION OF TRAFFIC STRIPES
A. Traffic striping, shall be applied within 48 hours o
installation of finished pavement.
B. Traffic striping shall be applied in two coats an
shall conform to Section 84-3.03, 84.04 and 84-3.05 o
the State Standard Specifications. The first coat shal
be applied following completion of the rolling an
application of the fog seal. Second coat shall b completed no later than 4 PM of the following day.
C. Traffic stripes shall conform to the Standards of th
State of California, Department of Transportation. a D. Not Used
PART 4 - NOT USED
- END OF SECTION
TRAFFIC STRIPES, PAVEMENT MARKING
082895 AND PAVEHE" MARKER
MAERKLE RESERVOIR 02535 -
e
SECTION 02540 - ASPHALT CONCRETE RESERVOIR LINING
PART 1 - GENERAL
1.1 SECTION INCLUDES
e
A. The CONTRACTOR shall place a porous asphalt concretc
lining within the reservoir area as shown in thc
CONTRACT DOCUMENTS, and with the requirement: hereinafter specified.
1.2 RELATED SECTIONS
A. Section 01300 - Submittals
B. Section 01342 - Samples
C.
D. Section 02200 - Earthwork Section 02110 - Site Clearing
1.3 REFERENCES
A. State of California Standard Specifications (Standarc
B. Standard Specifications for Public Works Constructior
Specifications) .
(SSPWC) .
1.4 SUBMITTALS
e
A, Prior to delivery of material to the jobsite, a complete
list of materials and their sources shall be submittec to the ENGINEER for approval.
B. The CONTRACTOR shall submit a sample of the asphalt
emulsion intended for use as a primer for the surface
upon which the asphalt lining is to be placed. The
sample shall be delivered in a sealed 2-pound package
with the manufacturer's name and type of emulsior
indicated on the label. The sample shall be submittec
in accordance with the applicable requirements of
Section- 01342 of the CONTRACT DOCUMENTS.
A specimen of the finished asphalt lining shall be taken
from 'an area as directed by the ENGINEER. The specimen
shall be submitted to the OWNER'S testing laboratory.
' The CONTRACTOR shall repair the asphalt lining in the
location where the specimen was taken.
C.
a
082895 ASPHALT CONCRETE RESERVOIR LINING
MAEFKLE RESERVOIR PAGE 02540 - 1
SECTION 02540 - ASPHALT CONCRETE RESERVOIR LINING
PART 2 - PRODUCTS
2.1 MATERyiLs
A, The CONTRACTOR shall furnish all materials for th
porous asphalt concrete lining in accordance with th
requirements specified herein, Prime coat or seal coa
is not required for reservoir linings.
B. Asphalt shall be grade AR-4000 conforming to th
requirements set forth in Sections 92-1.01 and 92-1.0
of the Standard Specifications. No fog seal will b required.
C, The mineral aggregates shall be clean and free fro1
decomposed materials, vegetable matter and othe
deleterious material, and shall conform to the followin requirements:
1. Material retained on the No. 4 sieve shall consis
of material containing not less than 90 percent b - weight of crushed particles. Material passing thi No. 4 sieve and retained on the No.- 8 sieve shal
consist of material containing not less than 71
percent by weight of crushed particles:
2. Thg mineral aggregate shall conform to thc
following gradation requirements:
Sieve Size Percent Passing
3/4 -inch 100
3/8-inch 50-70
No. 4 25-40
No. 8 12-22
No. 30 4-10
No: 100 2-5
No'. 200 0-3
3. Mineral aggregate shall meet the durability anc
soundness requirements for concrete aggregate a:
specified in Section 02510 of the CONTRAC':
DOCUMENTS, Part 2 of the SSPWC, and ASTM C131.
082895 ASPHALT CONCRETE RESERVOIR LININ( PAGE 02540 - 2 MAERKLE RESERVOIR
SECTION 02540 - ASPHALT CONCRETE RESERVOIR LINING 0
PART 3 - EXECUTION
3.1 PREPARATION OF SUBGRADE
A. Preparation of subgrade for areas to receive pouroL
asphalt lining shall be performed in accordance wit
Section 02200 of the CONTRACT DOCUMENTS.
3.2 PROPORTIONING AND MIXING
A. Materials shall be proportioned and mixed in conformanc
with the applicable requirements of Section 39-3 of tk
Standard Specifications. Requirements for open grade
asphalt concrete shall apply where more than one type c
asphalt concrete is discussed.
B. To each 100 pounds of aggregate, 4.0 to 6.0 pounc
asphalt cement shall be added and mixed as hereinafte
provided. The amount of asphalt cement to be usec
within the above limits, shall be as determined by tk
ENGINEER to produce the most suitable lining.
3.3 TRANSPORTING AND PLACING __ a-
A. Before placing any asphalt concrete adjacent to col
construction joints, such joints shall be neatly trimme
to a vertical face in a neat line transverse c
longitudinal to the pavement. Transverse surface joint
shall be tested with a ten-foot straight-edge and shal
be cut back to conform to the surface smoothnes
hereinafter specified. No mixture shall be spread whe
the atmospheric temperature is below 50F or during othe
unsuitable weather. The lining mixture shall I: delivered in canvas-covered trucks, and canva
tarpaulins shall be used upon all loads. Trucks shal
be provided with suitable equipment so that each loa
shall be uniformally distributed over the subgrade t
the approximate thickness required before rolling. Th
material' to be placed on the subgrade shall be sprea
and distributed as specified in Section 302-5.4 of SSPFi
preparatory to rolling by means of a mechanical device
Hand placing shall be kept to a minimum, and shall k
used only in locations inaccessible to mechanica
equipment. A self-propelled spreading, raking, an
finishing machine may be used, Such machine, if usec
shall spread the mixture and strike it off so that it i
smooth and true to cross section, free from hollows an
082895 ASPHALT CONCRETE RESERVOIR LINIh MFlERKLE RESERVOIR PAGE 02540 -
e
SECTION 02540 - ASPHALT CONCRETE RESERVOIR LINING
TI inequities, and of uniform density throughout.
mixture shall be placed in two 1 1/2" lifts. Aft€
being rolled to its ultimate compression it shall ha.
the elevations shown on the CONTRACT DOCUMENTS. I
asphalt concrete shall be spread which cannot 1
finished within the daylight hours of the same day it :
laid,
3.4 ROLLING
A, As soon after spreading as the consistence of tl-
material will permit, the spread layers shall t
thoroughly ro1:Led with an 8 ton, 2 axle tandem, pow6
roller. A sufficient number of rollers, maintained j
good operating condition, shall be provided to complet
the rolling while the material is still in condition t
compact properly. All rollers shall be in goc mechanical condition, smooth running, and sh.all revers without jerking. Rolling shall be continued until th
layer has been thoroughly compacted and is smooth, fim true to grade and cross section, and free from hig
spots and other irregularities. In location inaccessible to rollers, the lining mixture shall t compacted with hot iron tampers. The finished surface
of the lining, not on curves, shall be such that whe
tested with a ten-foot straight-edge the surface in n
place varies more than 1/2-inck from the lower edge o
the straight-edge,
-
END OF SECTION
082895 ASPHALT CONCRETE RESERVOIR LININ( MAERKLE RESERVOIR PAGE 02540 - i
SECTION 02601 - BURIED PIPING INSTALLATION
PART 1 - GENERAL
1.1 SECTION INCLUDES
0
A. Installation
B. Alignment of Piping
C.
De Concrete Thrust Anchorage
E. F. Insulation of Connections
G. Prevention of Pipe Uplift
H. Abandonment of Existing Piping and Appurtenances I. Product Delivery, Storage, and Handling
J. Maintaining Water Service
K. Shut Down of Existing Water Mains
L. Temporary Resurfacing
Connection to Existing Water Pipelines
Crossing of Water and Sewer Mains
1.2 RELATED SECTIONS
A. Section 02200 - Earthwork
B. Section 02646 - Plastic (PVC) Pressure Pipe (AWWA C900)
C. Section 02651 - Steel Pipe - Cement Mortar Lined an
Coated
D. Section 02666 - Water Pipeline Testing and Disinfection
E. Section 15020 - Valves
F. Section 15120 - Piping Specialties
0-
1.3 REFERENCES
A.
B. AWWA C600 - Installation of Ductile-Iron Water Mains an
C,
D.
E.
F. AWWA M11 - Steel Pipe-A Guide for Design an
G.
H. ASCE MOP No. 37 - Design and Construction of Sanitar
AWWA Cy06 - Field Welding of Steel Water Pipe
Their Appurtenances
AWWA C606 - Grooved and Shouldered Joints
AWWA C651 - Disinfecting Water Mains
AWWA M9' - Concrete Pressure Pipe
Instal 1 at i on
AWWAM23 - PVC - Design and Installation
and Storm Sewers a I, Concrete Pipe Handbook, American Concrete Pipe aSsoc.
082895 BURIED PIPING INSTALLATI01
MAERKLE RESERVOIR PAGE 02601 -
SECTION 02601 - BURIED PIPING INSTALLATION
1.4 CONTRACTOR SUBMITTAIS
A. Manufacturer's Product Data: CONTRACTOR shall submi
manufacturer's product data detailing material ar:
dimensional data for all products to be incorporate
into the new piping system, including, but not limite
to:
1. All piping and Fittings as required by othe
-
sections of these specifications
2. Supports, Restraints and Thrust Blocks
3. All jointing and gasketing materials, specials
flexible couplings, mechanical couplings, harnesse(
and flanged adapters, sleeves, tie rods.
1-5 QUALITY ASSURANCE
A. All pipe fittings, valves, gaskets, and appurtenance?
shall be the product of a single manufacturer for that
particular item (i.e., fittings by same manufacturer;
compatible for the use intended and shall be ir
conformance with the appropriate sections of thesc
specifications e Dissimilar materials shall be properll
insulated so as to not cause any deterioration 01
failure of service.
- valves by same manufacturer) e Materials shall bc
B. Product Delivery, Storage, and Handling
1. Deliver materials to the site to ensure
uninterrupted progress of the Work.
2. Handle all pipe, fittings, specials and accessories
carefully with approved handling devices. Do not
drop or ro:L1 material off trucks, Do not otherwise
drop, roll or skid piping. Materials cracked, gouged, chipped, dented or otherwise damaged will
hot be acceptable and shall be removed from the
site immediately.
3. Unload pipe, fittings, and specials opposite to it
as close to the place where they are to be
installed as is practical to avoid unnecessary
handling. Keep pipe interiors completely free from
dirt and foreign material.
082895 BURIED PIPING INSTALLATIOF!
MAERKLE RESERVOIR PAGE 02601 - 2
SECTION 02601 - BURIED PIPING INSTALLATION 0
1.6 REQUIREMENT
The CONTRACTOR shall provide all labor, materials, equipment a
incidentals as shown, specified, or required to install and te all buried piping, fitting, and appurtenances. Work includes, b
is not limited to, the following:
A, All types and sizes of buried piping except tho
specified under other sections
B. Supports, restraints, and thrust blocks
C- Pipe encasement
D.
E. Testing
F. Cleaning and Disinfecting
G. All jointing and gasketing materials, specials, flexib:
couplings, mechanical couplings, harnessed and f langc
adapters, sleeves, tie rods, and all work required for
complete and workable buried piping instal-latjon.
H. Incorporation of valves, meters, and special items shown or specified into the piping system as require
and as specified.
Work on or affecting existing piping
0
-
PART 2 - PRODUCTS
2-1 GENERAL
A. All piping, fittings, and appurtenances shall be of th
types shown on the drawings and shall conform to th
applicable sections of these specifications.
2.2 RET TAP.CO"ECTIONS
A. Tapping sleeves for reducing outlets shall consist o
two sections of heavy welded steel bolted together wit
Type ,316 stainless steel nutsp bolts and washers. Th
entire sleeve shall be factory epoxy coated i
conformance with Section 15120 of these specifications
Steel shall be ASTM A285 Grade 1C. Flanges shall b
AWWA C207 Class D, ANSI 150 lb. drilling, with recess t
accommodate the tapping valve. A full circle gaske
shall be provided. Tapping sleeves shall be suitabl for 200 psi working pressure. Tapping sleeves shall b
Rockwell Number 622 or approved equivalent. 0
082895 BURIED PIPING INSTALLATIO
MAERKLE RESERVOIR PAGE 02601 -
SECTION 02601 - BURIED PIPING INSTALLATION
B. Tapping sleeves full size on size outlets shall t
ductile iron mechanical joint two-part sleevt
specifically designed for use with the type and size (
pipe to which the connection is to be made. Outlc
flange shall be Class 125, ANSI B16.1, with recess t
accommodate the tapping valve. The gasket shall extend
the entire length of the sleeves. Tapping sleeves shal
be designed for 200 psi working pressure. Tappir sleeves shall be Clow F5207 or approved equivalent.
Tapping valves shall be resilient seated gate valves i
accordance with Section 15020 of these specificatior
except that the tapping flanges shall be provided E
required to mate with the tapping sleeves.
C.
2.3 NOT USED
PART 3 - EXECUTION
3.1 INSTALLATION - A. Installation of buried piping shall conform tothe
the applicable portions of the
Bo All trench excavations shall be inspected by ENGINEE
prior to laying of pipe. ENGINEER shall be notified i
advance of excavation, bedding, and pipe layin
operations.
C. All earthwork and trenching shall conform to Sectio
02200 "Earthwork" of these specifications.
D. Minimum depth of cover over piping shall be three (3 feet except where shorn or directed by ENGINEER. Pipin
having less than three (3) feet of cover shall receiv
cement slurry backfill in accordance with Section 201 o
the SSPWC.
E. Pipe, fittings, and appurtenances that are cracked
damaged, or in poor condition or have damaged linings o
coatings will be rejected.
F. In order to prevent accumulations of air and to enablc
the pipeline to be drained, piping shall not have higl
or low points except where shown.
CONTRACT DOCUMENTS.
082895 BURIED PIPING INSTALLATI01 MAERKLE RESERVOIR PAGE 02601 - 4
SECTION 02601 - BURIED PIPING INSTAUATION a
G. All non-metallic pipelines shall be provided with 3 to
inch wide metallic tape, laid 12-inches above the top c
the pipe. The metallic tape is to be used in the futur
as a means of locating the pipe with an electric-tyl
locator. Metallic tape shall be extended up into a1
line valve canisters to 6-inches below valve cap.
3.2 ALIGNMENT OF PIPING
A. Alignment shown on the Contract Drawings shows tk
general alignment along which the pipelines are to 1
installed. The actual alignment may adjusted in tk
field by the engineer from this general alignment i
required to clear all existing underground facilities.
All variations in alignment shall be approved by tk
ENGINEER prior to construction.
B. The information shown on the Contract Drawings as t
location of existing water and utility lines represent
the most accurate data available at the time c
preparation of these Specifications, but in no case i
to be construed as guaranteeing that the data shown i
correct. The OWNER does not expressively or k implication agree, represent, or imply that- the actue
locations conform exactly with locations shown on tk
Contract Drawings.
a-
3.3 CONNECTION TO EXISTING WATER PIPELINES
A. GENERAL. At the locations shown on the Contrac Drawings, the CONTRACTOR shall make the require
connections to existing pipelines. All water syste shut downs shall be made in accordance with thi
Section. New pipelines shall not be connected t
existing pipelines until the new pipeline has bee
successfully pressure tested, and has been disinfecte
and passed the bacteriological tests. Unless otherwis
shown, .all connections shall be made with PVC water pi€
and ductile or cast iron fittings. Connections shall k
perfarmed in conformance with the local utility'
standard specifications and these CONTRACT DOCUMENTS.
Where in conflict, the more stringent requirement shal
apply -
B. EXISTING PIPING. The information shown on the CONTRAC
DRAWINGS concerning the size and type of pipe of tl-
existing lines to which connections are to be mac
represents the most accurate data available at the tin
082895 BURIED PIPING INSTALLATIC
MAERKLE RESERVOIR PAGE 02601 -
a
SECTION 02601 - BURIED PIPING INSTALLATION
of preparation of the CONTRACT DOCUMENTS but is in 1
case to be construed as guaranteeing that the data shor is correct. The OWNER does not expressly or I
implication, agree, represent, or imply that the actu
size and type of pipe conforms exactly with that shor
on the CONTRACT DOCUMENTS. CONTRACTOR must assume a.
responsibility for deductions or conclusions as to si:
and type of pipe to which the connections are to I
made. As a part of the CONTRACTOR'S initial exploratoi
excavation and potholing requirements under tl
Contract, the CONTRACTOR must determine the actual sizt
type of pipe and location of all existing piping 1
which connections are to be made.
C. 'sWET-TAF"s CONNECTIONS e In accordance with Distric
Standard Specifications, where connections to existi1
water mains are made by wet tapping, the District wi:
make all required excavation and furnish and install tl
tapping sleeve and gate valve and make the tap. TI
District will loosely backfill the excavation. Aft4
all tests have been successfully completed and ff - CONTRACTOR has connected his pipe to the gate valve sc
by District, the CONTRACTOR shall set the gate well a1
cover and complete all compaction of backfill (includir
all loose backfill previously placed by District), ax
pavement repair. *********THIS SHOULD BE VERIFIED WI:
THE DXSTRICT.
D. DISINFECTION. Extreme caution shall be observed by tt
CONTRACTOR when cutting into existing water mains t
avoid contamination, The connection and existing mal shall be disinfected in accordance with AWA Standai
C651.
3.4 NOT USED
3.5 CONCRETE THRUST ANCHORAGE
- A, Concrete thrust: blocks shall be constructed at all wate
pipeline fittings, valves and fire hydrants. Thru:
blocks shall conform to the details shown on tk
Contract Drawings and with five square foot minimi
bearing area. If special thrust block details are nc
shown in the Contract Drawings, thrust blocks shal
conform to the details shown in the San Diego Region;
Standard Drawings with five square fcot minimum bearir
area.
082895 BURIED PIPING INSTALLATIC
MAERKLE RESERVOIR PAGE 02601 -
SECTION 02601 - BURIED PIPING INSTALLATION e
B. Thrust blocks shall be placed against undisturbed soi
and shall be placed in such a manner as not to distur the joints, alignment or grade. Forms to confine th
concrete and shape it to the required lines, shall b
used wherever necessary and shall be removed prior t
backfilling .
3.6 CROSSING OF WATER AND SEWER MAINS
A. GENERAL. Water and sewer main crossings, as shown 01
the Drawings, shall be constructed in accordance wit1
the criteria established by the State of California .
Department of Health Services - for the separation ol
water mains and sanitary sewers.
3.7 NOT USED
3.8 INSULATION OF CONNECTIONS
Insulating bushing, unions, couplings of flanges, as appropriate,
shall be used for joining pipes of dissimilar metals, and for
piping system where corrosion control and cathodic protection are
involved, or where shown. _-
3.9 PREVENTION OF PIPE UPLIFT
All necessary precautions shall be taken to prevent uplift or
floating of the pipe prior to the completion of the backfilling operation. The CONTRACTOR shall assume full responsibility for any
damage due to this cause and shall, at his own expense, restore and
replace the pipe to its specified conditions and grade if it is
displaced due to floating.
3.10 ABANDONMENT OF EXISTING PIPING AND APPURTENANCES
A, Existing culverts and utility pipe lines, where shown on
the plans to be abandoned, shall be abandoned in place
or at the option of the CONTRACTOR, the culverts and pipe .lines shall be removed and disposed of. If the
CONTRACTOR elects to remove and dispose of existing
piping, said existing piping shall be handled,
. transported, and disposed of in accordance with all laws
and regulations pertaining to the type of piping
material in question. All resulting openings into existing structures, that are to remain in place, shall
be plugged with commercial quality concrete. a
082895 BURIED PIPING INSTALLATION'
MAERKLE RESERVOIR PAGE 02601 - 7
SECTION 0260:L - BURIED PIPING INSTALLATION
B. CULVERTS. Culverts and pipelines to be abandoned i
place shall be abandoned in conformance as follows:
Culverts and pipe lines that intersect side slopes shal
be removed to a depth of not less than 3 feet, measure
normal to the plane of the finished side slope, befor
being abandoned.
Culverts, 18 inches in diameter and larger, shall k
backfilled with a cement sand slurry mixture a
indicated on the Contract Drawings. Slurry mix shal
conform to Section 03300, of these Specifications.
The ends of culverts shall be securely closed by a 0.5
foot thick tight fitting plug or wall of commercia
quality concrete containing not less than 470 pounds o
cement per cubic yard.
C. WATER C SEWER LINES. Abandoning water and sewer pip
lines in place shall conform to the following:
1. Water lines shall be abandoned by installing a plu
or cap at all resulting openings, and 3. minimum 6
inch thick: concrete lug shall be poured per Sectio
306-5 of the SSPWC.
-
2. WQere indicated on the Contract Drawings, wate
lines 10-inches and larger, which are locate
beneath traffic bearing pavement, shall b
abandoned by injecting pipe with a cement slurr
mixture prior to plugging or capping. Unles otherwise indicated, a concrete lug is not require
at the end of a slurried pipe. Slurry mix shal
conform to Section 03300 of these Specifications.
3. If the existing water line adjacent to the cut an
plugged line is to remain hot, the open end of thi
line shall be plugged or capped and a thrust bloc
shall be poured behind the plug or cap.
4. Where valves or blow-offs are to be abandoned, th
valve well and cap shall be removed and returned t
the OWNER and the street is to be repaired.
D. Culverts and pipe lines shall not be abandoned unti
their use is no longer required. The CONTRACTOR shal
notify the ENGINEER in advance of any intended culver
or pipe abandonment.
082895 BURIED PIPING INSTALLATIO
MAERKLE RESERVOIR PAGE 02601 -
SECTION 02601 - BURIED PIPING INSTALLATION e
3.11 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. CONTRACTOR shall deliver materials to the site in
manner which ensures uninterrupted progress of the WORK.
B. CONTRACTOR shall handle all pipe, fittings, specials
and accessories carefully with approved handlin
devices. Do not drop or roll material off trucks. C
not otherwise drop, roll, or skid piping. Material
cracked, gouged, chipped, dented, or otherwise damage
will not be acceptable and shall be removed from th
site immediately.
C, CONTRACTOR shall unload pipe, fittings, and special opposite to or as close to the place where they are t
be installed as is practical to avoid unnecessar
handling. Keep pipe interior completely free from dir
and foreign material.
3.12 NOT USED
3.13 MAINTAINING WATER SERVICES
A. While installing a new pipeline to replacean existin
pipeline providing water service to users along th
line, the service to a given user shall not k
interrupted except for the required period to transfe
that sarvice from the old line to the new line.
B. The CONTRACTOR shall make provisions necessary to kee
the old main in service until the new main has bee
completed and is ready for service transfers. Transfer
shall not be made until the new line has been installed
disinfected, tested and placed in service. At th CONTRACTOR'S option, highlines may be installed
maintained and removed to provide uninterrupted servic
to the .users while the new pipeline is being constructe
in lieu of making individual connections and shuttin
down one user at a time. If highlines are not used, th
CONTRACTOR shall notify each user where service is to b
connected at least 24 hours prior to cutting of th
service line. The highline pipe shall be a minimum of
inches in diameter. The CONTRACTOR shall submit a pla
of all proposed highline facilities €or approval by th
ENGINEER prior to installation. Proper disinfectio practices shall be maintained at all times as require
by the State Health Department. Adequate fir protection facilities shall be maintained at all times.
a
a
082895 BURIED PIPING INSTALLATIO
MAERKLE RESERVOIR PAGE 02601 -
SECTION 02601 - BURIED PIPING INSTALLATION
3.14 SHUT DOWN OF EXISTING WATER MAINS
A. GENERAL. All shut downs of existing water mains will b
performed by the OWNER. The CONTRACTOR shall NOT shu
down any existing water main, Should the CONTRACTC wish to have an existing water main shut down, a forma
written request will be made to the OWNER, one week i
advance of the time of the requested shut down. Th
OWNER will allow a shut down only when such shut dow
will cause a minimum of disturbance to the norma
delivery of water to customers. The OWNER will have th
sole discretion as to approval of schedules fo
requested shut downs and may require rescheduling if i
the OWNER'S opinion the requested time for shut dow
will adversely affect the proper functioning of th
water distribution system,
B, NOTIFICATION OF SHUT DOWN. A minimum of 48 hours prio
to initiating shut down of existing water mains, th
CONTRACTOR shall distribute written notification to X
users whose water service will be interrupted by th shut down. In some instances the shut down of existin
water mains may affect a large portion og the wate
system and will require extensive notification.
However, this will not reduce the CONTRACTOR'
responsibility to notify all affected users. The form
of written notice shall be reviewed and approved by th
ENGINEER prior to distribution., The OWNER will assis
the CONTRACTOR with determination of which services wil
be affected by the shut down.
3.15 TEMEQRARY RESWXING
Immediately after placing the backfilling of any section o
pipeline on a paved areas, temporary resurfacing at least 1-1/ inches in thickness, shall be placed over the backfilled trench an
maintained by the' CONTRACTOR at his own expense in accordance wit
Section 01545. - Upon completion of substantial pasts of th
project, but not ' before the pipeline is tested, the temporar
resurfacing shall be replaced with permanent resurfacing.
3.16 . NOT USED
END OF SECTION
082895 BURIED PIPING INSTALLATIO
MAERKLE RESERVOIR PAGE 02601 - 1
SECTION 02617 - =INFORCED CONCRETE PIPE
PART 1 - GENERAL
1.1 SECTION INCLUDES
a
A. Reinforced concrete drain pipe
1.2 RELATED SECTIONS
A. Section 02200 - Earthwork
B.
C.
Section 01400 - Quality Control
Section 01410 - Testing and Laboratory Services
REFERENCE SPECIFICATIONS, CODES AND STANDARDS
Without limiting the generality of other requirements c
these specifications, all work specified herein shal
conform to or exceed the applicable requirements of tk
referenced standards provided, that wherever tk
provisions of said publications are in conflict with tk
requirements specified herein, the more stringer
requirement shall apply.
1. ANSI/ASTM C 76
2, Standard Specifications for Public Work
1.3
A.
Construction. (SSPWC)
a
PART 2 - PRODUCTS
2.1 PIPE MATERIALS
-
A. Reinforced Concrete Pipe: Reinforced concrete pip
shall conform to the requirements of ASTM Designation 1
76, Wall C, and Type I1 cement; provided, that pip
shall have tongue and groove joint designed to be self
centering and to leave a recess on the inside of th
pipe for pointing with mortar after jointing. Pip
shall be designed for an external load of 1350-D.
B. Cement Mortar: Cement Mortar shall consist of portlan
cement, sand, and water. Cement and sand shall first b combined in the proper propertious, and then thorough1
mixed with the required amount of water.
C. Cement mortar shall be designated by class ant
proportioned by loose volume in the proportion of 1 par
cement to 2 parts sand, a
082895 REINFORCED CONCRETE PIP1
MAERKLE RESERVOIR PAGE 02617 -
SECTION 02617 - REINFORCED CONCRETE PIPE
D. The quantity of water to be used in the preparation (
mortar shall be only that required to produce a mixtu.
sufficiently workable for the purpose intended.
E. Mortar shall be used as soon as possible after mixir
and shall show no visible signs of setting prior to us(
Retempering or mortar will not be permitted.
F. Cement, sand, and water for cement mortar shall confoi
to the requirements of Section entitled, "Cast-in-Plac
Concrete. ''
G. Admixtures: No admixture shall be used in mortar unle:
otherwise specified or accepted by the ENGINEER.
H. Quick Setting Grout: Quick setting grout shall be
high strength, non-staining grout approved by tk
ENGINEER prior to use. It shall reach an initial SE
within 90 minutes at 70 degrees F (21 degrees C) ar
shall reach minimum compressive strength of 2,500 p:
(17mPa) within 24 hours. Shrinkage shall be less thz
0.1 percent when tested, using the test procedures c
ASTM C 596. The grout shall be mixed, handled, ar
placed in accordance with the manufacturer's writte
instructions. *
-- -
PART 3 - EXECUTION
3.1 INSTALLATION -
A. The pipe shall be placed with the minor axis of th
reinforcement in a vertical position. Mortar fo jointing pipe shall be composed of 1 part cement and
parts of clean, well-graded sand of such size that a1
will pass a No. 8 sieve. The consistency of layin
mortar shall be such that it will adhere to the ends o
the pipe while being laid and be easily squeezed out o
the joint when the pipe sections are pressed together.
Pointing and bonding mortar shall be plastic and of suc
consistency that it will readily adhere to the pipe.
B. In advance of jointing sections of concrete pipe, th
ends of each section shall be washed clean with a we
brush and, immediately prior to placing mortar an
jointing the sections, the ends shall be thorough1
wetted, After laying, the joints on the inside shall b
swabbed smooth, and all excess mortar shall be remove
from the pipe, after which backfilling shall b
performed.
082895 REINFORCED CONCRETE PIP MAERKLE RESERVOIR PAGE 02617 -
SECTION 02617 - .REINr;T>RCED CONCRETE PIPE
C. Backfill over the pipe shall not be commenced within le
hours of jointing pipe sections. Care shall be used tc
make sure that the bottom of the pipe is in contact witk
the bottom of the trench for the full length of eacl-
section.
0
D, No mortaring of outside joints will be required except
where concrete pipe is used on curves, unless otherwise
specified.
Pipes used on curves shall have one or both ends
beveled, or shall be pulled to provide a smooth curve.
If the resulting space between the extremities
(outermost elements) of adjacent pipe is more than 1/8 inch but less than 1 inch, the space shall be filled
with mortar for the full thickness of the pipe wall. If
the space is greater than 1 inch as defined herein, a
reinforced concrete collar shall be provided.
END OF SECTION
a -
-
082895 REINFORCED CONCRETE PIPE MAERKLE RESERVOIR PAGE 02617 - 3
a
SECTION 02646 - PLASTIC (WC) PRESSURE: PIPE (AtawA C900)
0 PART1- GENERAL
1.1 SECTION INCLUDES
A. Plastic (PVC) Pressure Pipe
B.
C. Deflection couplings
D. Restraining Devices
Cement mortar lined ductile iron fittings
1.2 RELATED SECTIONS
A. Section 02200 - Earthwork
B.
C.
D. Section 15020 - Valves
E.
Section 02601 - Buried Piping Installation Section 02675 - Pipeline Testing and Disinfection
Section 15120 - Piping Specialties
1.3 REFERENCES
A. AWA C9OO - Polyvinyl Chloride (PVC) pressure pipe,
B. AWA CllO - Ductile-Iron and Gray-Iron Fittings,
in. through 12 in., for water
in. through 48 in., for water and othe
liquids
C. AWA C104 - Cement Mortar Lining for Ductile-Iro
D. AWA C153 - Ductile-Iron Compact Fittings, 3 in through 12 in. for water and othe
liquids
- a
Pipe and Fittings for water
E. AWWA M-23 - PVC Pipe Design and Installation
F. AWWA Clll - Rubber - Gasket Joints for Ductile-Iro
and Gray-Iron Pressure Pipe and
Fittings
1.4 SUEMITTALS .
A, Manufadturer's Product Data: CONTRACTOR shall submi
manutacturer's product data for all items to bc installed in the WORK under this specification
including
1) PVC Pressure Pipe
2) Ductile-Iron Fittings
3) PVC Double Bell Deflection Couplings @ 1.5 QUALITY ASSURANCE
082895 PLASTIC PIPI 02646 - ' MAERKLE RESERVOIR
SECTION 02646 - PLASTIC (WC) PRESSURE PIPE (AWWA C900)
Products installed under the requirements of th
specification shall be obtained from the same
manufacturer throughout the project life unless givc
written permission by ENGINEER.
PART 2 - PRODUCTS
2.0 GENERAL
Polyvinyl Chloride pipe shall be of the diameter and cla:
indicated on the plans, and shall conform to the AWWA Standai
Specifications of Polyvinyl Chloride Water Pipe C-900, Polyvinj
Chloride pipe design and installation Manual, M23; and the UNI-BE1
Polyvinyl Chloride Pipe Association handbook for design ar
construction.
2.1 PLASTIC (WC) PRESSURE PIPE
A- High Pressure Pipe (Class 150 Pipe and Higher) o P\
pressure pipe shall conform to the requirements of Am
Standard C900. Pipe shall be pressure Class 150 (DRlE
unless a higher pressure class is indicated on tl-
drawings. Pipe dimensions shall conform- to- Table 2 c
AWA C900 for PVC pipe with cast iron equivalent 0.1
Provide one elastomeric gasket for each bell end.
B, Acceptahle PVC pipe shall have common profiles fc
interchangeability between rough-barrel dimensions
couplings, endsp and elastomeric gaskets so as t
facilitate future repairs - When assembled, the pip
shall have only one gasket per bell and spigot end
and/or two gaskets per coupling.
C. Acceptable PVC pipe shall be provided in standard 20
foot lengths, unless otherwise specified, detailed, o
required on the approved plans. Random lengths shal
not be permitted.
D. The pipe and couplings shall be carefully inspected fo
defects. Any length of pipe, coupling, or elastomeri
gasket found to be defective in workmanship o
materials, or so damaged as to make repairs and us
questionable, slnall be rejected and not delivered to th
jobsite. The opinion of the ENGINEER shall be final.
E. Acceptable PVC pipe shall be stored in suppliers' yard
per the manufacturer's recommendations. PVC pipe whicl
082895 PLASTIC PIP1
MAEFWLE RESERVOIR 02646 -
SECTION 02646 - PLASTIC (WC) PRESSURE PIPE (AWA C900)
has been subjected to excessive ultraviolet radiati
from the sun shall not be used.
the acceptability of PVC pipe faded by the sun
radiation shall rest solely with the ENGINEER.
The determination as
m
2.2 CEMENT MORTAR LINED DUCTILE OR CAST IRON FITTINGS
Fittings for use with PVC pipe shall be cement mort
lined ductile or cast iron designed specifically for u
with PVC pressure pipe, and shall conform to AW
Standards CllO or C153. Cement lining shall conform
AWWA Standard C104.
2.3 DOUBLE BELL DEFLECTION COUPLINGS
Use PVC couplings with two elastomeric gaskets which a
designed to allow a maximum of 2 degrees deflection
each gasket.
PVC double bell deflection couplings shall be used on
where specified, and shall be Certainteed, Vinyl-Iro
or an approved equivalent product.
2.4 RESTRAINING DEVICES
Restraining devices shall be FM Approvedand shall me or exceed all requirements of UNI-BELL B-13 "Recominend
Standard Performance Specification for Joint Restraine
for Use With Poly-Vinyl Chloride Pipe."
Restraining devices shall be UNI-Flange Series 1300 a.
1350, or approved equal.
0
-
2.5 REPAIR COUPLINGS
Use PVC couplings with two elastomeric gaskets which are design
to connect plain ends of straight pipe. These couplings shall nc
be used to obtain deflection of the pipe joint. Use of the4
couplings shall only be permitted upon the approval of the ENGINE1
or as required on- the approved plans.
PART 3 - EXECUTION
3.1 INSTALLATION
A: GENERAL
1. The CONTRACTOR shall install all the pipe closu:
sections, fittings, valves, and appurtenances she\ on the approved plans, including bolts, nut: a gaskets, and joining materials.
082895 PLASTIC PI1 02646 - MAERKLE RESERVOIR
SECTION 02646 - PLASTIC (wc) PRESSURE PIPE (AWWA C900)
2. At all times when the WORK of installing pipe :
not in progress, all openings into the pipe and tl
ends of the pipe in the trenches shall be kei
tightly closed to prevent the entrance of anima:
and foreign materials. The CONTRACTOR sha:
maintain the interior of the pipe clean, sanitar!
and free from foreign materials.
3. Where pipe sections less than the standard 20-foc pipe lengths are required, the pipe sections shal
be installed in accordance with the manufacturer'
installation guide and shall only be used with tk
approval of the ENGINEER.
4. Store PVC pipe in the field by supporting the pix
uniformly per AWWA Manual M23. Do not stack pi1
higher than four (4) feet or stack the pipe wit
weight on the bell ends. Cover stored PVC pipe t
protect it from the sun's ultraviolet radiation.
Overly faded pipe, which is determined by ti
ENGINEER to be of suspect quality shall not be USE
and shall be removed from the project sit
immediately. Pipe which has been contaminated wit
any petroleum products (inside or outside) shal
not be installed.
5. PVC pipe which has been gouged shall not be used.
PYC pipe which has received minor scratches durir
handling may be used solely at the discretion c
the ENGINEER.
B. Installation
1. Proper care shall be used to prevent damage i
handling, moving, and placing the pipe. Tools an
equipment satisfactory to the District Enginee
shall be provided and used by the CONTRACTOR. Al
pipe, fittings, valves, and other pipelin
materials shall be lowered into the trench in
manner that prevents damage. The pipe shall not k
'dropped, dragged, or handled in a manner that wil
material damaged in the course of installatio
shall be identified and removed from the jobsite.
cause bruises, cracks, or other damage. An
2. The pipe shall be installed by mechanical means i
the trench to true alignment and grade i
accordance with the approved plans. Installatio
PLASTIC PIP 082895
MAERKLE RESERVOIR 02646 -
SECTION 02646 - PLASTIC (WC) PRESSURE PIPE (AWWA C900)
tolerances for the pipe shall not vary more thar
0.15 foot horizontally or 0.1 foot vertically fror
the alignment and elevations shown on the approvec
plans.
3. Pipe installation for horizontal or vertical curve
alignments shall be as described below. In no case
shall the pipe be bent between the couplings, no1
shall deflection be made at a joint without the USE
of a deflection coupling.
a. Use integral bell-end pipe for straight alignments and for radii greater than 1,15C
feet.
b. Use an integral bell-end pipe length joinec
together with a 19 foot plain end pipe lengtk
to form a chord. Use deflection couplings or
each end of the chord and continue thi:
combination through the curved alignment for
all radii between 560 feet to 1,150 feet.
c. Use 19 foot plain end pipe lengths witk
deflection couplings for all radii between 27C
feet to 560 feet.
d. Use 9.5 foot plain end pipe- lengths witt
deflection couplings for all radii between 14C
feet to 270 feet. Pipe lengths shorter than 5
feet shall not be used on radii unless
specifically authorized by the District's
Engineer.
Install PVC pipe in the trench using bell holes at
each joint to prevent the pipe from being supported
by the bell end or coupling.
5. All connecting parts of pipe, rings, coupling anc castings shall be clean before assembly. Assemblq
of the couplings and rings shall be in accordance
with the manufacturerls recommendations. Lubricant
and rubber rings shall be supplied by the pipe
manufacturer. The use of excessive lubricant will
not be permitted.
Insert the spigot end into the bell or coupling tc
the proper insertion mark. Check that the elastomeric ring has not left the groove during
assembly by passing a feeler gauge around the
completed joint.
e
0
-
4.
6.
a
082895 PLASTIC PIPE
MAERKLE RESERVOIR 02646 - 5
SECTION 02646 - PLASTIC (WC) PRESSURE PIPE (AWWA C900)
7. Bronze saddles shall be used on all 1-inch and 2
inch services or appurtenance connections. Saddle
shall be located a minimum of 2 feet from any piF
joint, and from other saddles or fittings.
Multiple saddles installed on the same side of
single pipe length shall be staggered 30 degrees s
as not to form a weak line in the pipe. Tappin
tools and shell cutters of the kind and typ
recommended by the manufacturer shall be used.
8. Tapping saddles shall be installed a minimum of
feet from. the edge of the saddle to any othe
saddle, pipe joint or other fitting. Multiple tap
of 6 inches or larger shall not be made in the sam
joint of pipe without the approval of the ENGINEER.
9. Concrete thrust blocks shall be installed at a1
fittings and valves, as specified in Section 2 o
these specifications.
10. Cutting and milling shall be accomplished wit
tools intended for such use to create a machine
end equal in workmanship to the milled ends of th
pipe as furnished by the manufacturer. Millin
shall not result in undercutting the wall thicknes
and must be approved by the ENGINEER prior tl
installation.
3.2 NOT USED
3.3 NOT USED
3.4 BEARING
Bearing shall be obtained in accordance with procedures as definec
in Section 02200, to provide a firm, stable, and uniform suppor'
for the full length of the pipe. Bell holes shall be provided ai
each joint to permit proper joint assembly and pipe support.
Trench bottom shall bring the pipe to true line and grade as show on the approved plans.
3.5 CLEANING
-
A cleaning tool, satisfactory to the ENGINEER, shall be pullec
through. the pipe during installation to remove dirt, rocks, 01
foreign materials. The tool shall be designed to fit close11
without damaging the pipe during the cleaning operation, The too:
shall be examined as it is pulled up to the end of pipeline shall
be sealed to protect the pipe from the intrusion of groundwater 01
any other foreign material at all times.
082895 PLASTIC PIPI
MAERKLE RESERVOIR 02646 - t
SECTION 02646 - PLASTIC (WC) PRESSURE PIPE (MA C900)
m 3.6 CASING FOR POLWINYL CHLORIDE PIPE
Where it is necessary to install Polyvinyl Chloride pipe in
casing, steel casing of the following sizes shall be used:
Pipe Size Casing Inside Diameter
4 (I
6 I' 10 'I 12 Iq
8 I' 14 I' - 1 6 'I
10" 16"- 18 'I 12" 1 8 I' -2 0 'I
8 '1 - 10 11
Steel casing shall have a minimum wall thickness of 1/4 inch. Reinforced concrete pipe may be used for casing of PVC pipe wit
approval of the ENGINEER, and shall be designed to meet tfi
requirements of the State of California, Department of Publi
Worksp Division of Highways, Standard Specifications.
3.7
All PVC pipe installed in a casing shall be supported by casin
spacers. Redwood skids will not be allowed. Typical pipe joint
shall have three casing spacers placed on six foot centers unles
otherwise specified by the District Engineer.
When casing is installed in an open cut trench, the pipeline, wit
the spacers attached, may be installed at the same time. When th pipeline is installed in an existing casing, a winch drawn cable o
jacking system may be used. Each method should be capable o pulling or pushiGg the total number of pipe lengths through th
casing and each joint of pipe as it is assembled. The pipe shal
be pulled or pushed into the casing, 1 joint at a time and proper1
guided to prevent damage to the pipe. Spacers shall be placed s
as not to allow the bell end of the pipe joint to travel beyond th
reference point on the spigot end of the pipe.
A minimum of 30 feet of free working space is needed to prepare an
install the pipe sections into the casing. If is required t
lubricate the skid portion of the spacers to avoid damaging th
pipe sections, particularly on longer casings and larger pip
sizes, flax soap or drilling mud may be used. The used of greas
will not be allowed, Open ends of casings shall be closed a
directed by the District Engineer.
INSTALLATION OF POLYVINYL CHLORIDE PIPE IN A CASING
e
END OF SECTION
a
082895 PLASTIC PIP
MAERKLE RESERVOIR 02646 -
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED 6
PART 1 - GENERAL
1.1 THE REQUIREMENT
A. The CONTMCTOR shall furnish and install mortar-lin and mortar-coated steel pipeline, complete in place, a
in accordance with the requirements of the Contra1 Documents.
1.2 RELATED WORK SPECIFIED ELSEWHERE
A. Earthwork. 02200
B. Buried Piping Insulation,02601
C. Steel Pipe-Fabricated Specials, 02653.
D. Water Pipeline Testing and Disinfection, 02666.
E. Cast-in-Place Concrete 03300 and Minor Concrete 033(
for construction of anchor blocks and thrust blocks z
applicable.
F. Miscellaneous Metalwork, 05500, for valve support:
G. Protective Coating. Section 09800 for exposed stee
H. Valves and Appurtenances, 15020.
flange bolts, and anchor bolts.
a
surfaces.
1.3 REFERENCE SPECIFICATIONS , CODES, AND STANDARDS
Without limiting the generality of other requirements o
these specifications, all work specified herein shal
conforrq to or exceed the applicable requirements of th
referenced portions of the following documents to th
extent'that the requirements therein are not in conflic
with the provisions of this Section.
1. Commercial Standards:
A.
ANSI B16.5 Pipe Flanges and Flange Fittings, Steel Nicke
Alloy and Other Specia
Alloys 0
082895
MAERKLE PIESERVOIR PAGE 02651 -
STEEL PIPE - C?DENT MORTAR LINED ti COATE
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED
ANSI/ASTM A 139 Electric-Fusion (kc) - Welded Steel Pipe (Sizc
4-in. and Over),
Specification for
tion, Methods for ANSI/ASTM E 165 Liquid Penetrant Inspec
ANSI/AWS D1.1 Structural Welding Code
ANSI/AWWA C200 Steel Water Pipe 6 Inch€ and Larger
ANSI/AWWA C205 Cement-Mortar Protectib
Lining and Coating fc
Steel Water Pipe -
inches and Larger, Shc
Applied
ANSI/AWWA C206 Field Welding of Stee
ANSI/AWWA C207 Steel Flanges for Wate
Works Service, 4-inche
through 144-inch.
AN%I/AWWA C208 Fabricated Steel Wate
Pipe Fittings, Dimension
for.
ANSI/AWA C208 Fabricated Steel Wate
Pipe Fittings, Dimension
Steel
- Water Pipe
for (Supplement t
ANSI/AWA C208-83).
ANSI/AWWA C602 Cement-Mortar Lining o Water Pipelines 4-inc
(100 mm) and Larger - I
Place o
ASTM A 36 Specification for Struc tural Steel.
ASTM A 283 Specification for Low ani
Intermediate Tensill Strength Carbon Stee
Plates, Shapes and Bars.
082895 STEEL PIPE - CEMENT MORTAR LINED & COATE.
MAERKLE RESERVOIR PAGE 02651 - <
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED e
ASTM A 307 Specification for Carbc Steel Externally Threadt
Standard Fasteners.
ASTM A 325 Specification for Hi( Strength Bolts for Struc
tural Steel Joints.
ASTM A 570 Specification for Hot Rolled Carbon Steel She€
and Strip, Structurz Quality .
Specification of High-
Strength Low Alloy
Columbian-Vanadium S tee1
of Structural Quality.
ASTM A 572
ASTM C150 Specification for
ASTM D 2000 Classification System fc
Portland Cement.
Rubber Products in
Automotive Applications.
Steel Water Pipe - A Guide for Design an
Installation,
a
AWA M-11 -
1,4 CONTRACTOR SUBMITTALS
A. Shop Drawings: The CONTRACTOR shall submit sho drawings of pipe and fittings in accordance with th
requirements in Section entitled, "Submittals" 01300, th
requirements of ANSI/AWWA C200 and C205, and th
following supplemental requirements as applicable:
1. Certified dimensional drawings of all valves
2. Joint and pipe/fitting wall construction detail
which indicate the type and thickness of cylinder
the position, type, size, and area of wire o
reinforcement; manufacturing tolerances; and a1
other pertinent information required for th
fittings, and appurtenances.
e manufacture of the product.
082895
MAERKLE RESERVOIR PAGE 02651 -
STEEL PIPE - CEMENT MORTAR LINED C COATE
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED
3. Fittings and specials details such as elbows, wye<
tees, outlets, connections, test bulkheads, ai
nozzles or other specials where shown on tl
Drawings which indicate amount and position of a
reinforcement. All fittings and specials shall 1
properly reinforced to withstand the intern,
pressure, both circumferential and longitudina
and the external loading conditions as indicated .
the Contract Documents.
4. Design calculations of each critical section (
pipe wall, girth joints, and specials - a:
sufficient to ascertain conformance of pipe ar
fittings with the Specifications.
5. Material lists and steel. reinforcement schedulc
which includes and describe all materials to I:
utilized.
6. Line layout and marking diagrams in accordance wit
AWWA C207 which indicate the specific number c
each pipe and fitting and the location of each pi€ and the direction of each fitting in the complete
line. In addition, the line layouts shall include
the pipe station znd invert elevation at a1
changes in grade or horizontal alignment; tl-
sfation and invert elevation to which the bell er:
of each pipe will be laid; all elements of curve
and bends, both in horizontal and vertica
alignment: and the limits of each reach c
restrained and/or welded joints, or of concret
encasement.
-
7. Full and complete information regarding location
type, size, and extent of all welds shall be show
on the shop drawings. The shop drawings shal
distinguish between shop and field welds. Sho drawings shall indicate by welding symbols o
sketches the details of the welded joints and th
preparation of parent metal required to make them
Joints or groups of joints in which weldin
sequence or technique are especially importan
shall be carefully controlled to minimize shrinkag
stresses and distortion.
082895
MAERKLE RESERVOIR PAGE 02651 -
STEEL PIPE - CEMENT MORTAR LIhTED & COATE
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED a
8. Complete diagrams and details of the pipe struttint
and bracing assemblies.
B . Certifications : The CONTRACTOR shall furnish l certified affidavit of compliance for all pipe and othe
products or materials furnished under this Section o
the Specifications, as specified in ANSI/AWWA C200 an(
C205, respectively, and the following supplementa.
requ i r emen t s ;
1. Physical and chemical properties of all steel.
2. Hydrostatic test reports,
3.
All expense incurred in making samples for certificatio
of tests shall be borne by the CONTRACTOR.
Results of production weld tests.
C.
1.5 QUALITY ASSURANCE
A. Inspection: All pipe shall be subject to inspection a'
the place of manufacture in accordance with thc
provisions of ANSI/AWA C200 and C205, respectively, a:
supplemented by the requirements herein. The CONTRACT01
shall notify the ENGINEER in writing of thc
manufac-turing starting date not less than 14 calendai
days prior to the start of any phase of the pipe
manufacture.
B, During the manufacture of the pipe, the ENGINEER shal:
be given access to all areas where manufacturing is ir
process and shall be permitted to make all inspection
necessary to confirm compliance with the Specifications.
Tests: ' Except as modified herein, all materials used ii
the manufacture of the pipe shall be tested ii
accordance with the requirements of ANSI/AWWA C200 an(
C205, as applicable.
a
C.
. 1. After the joint configuration is completed an( prior to lining with cement-mortar, each length 0:
pipe of each diameter and pressure class shall bt
shop-tested and certified to a pressure of at leas1
80 percent of the yield strength of the pipe steel. 0
082895
MAERKLE RESERVOIR
STEEL PIPE - CEMENT MORTAR LINED & COATEI
PAGE 02651 - !
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED
2. In addition to the tests required in ANSI/Awt
C200, weld tests shall be conducted on each 5,0(
feet of production welds and at any other timt
there is a change in the grade of steel, weldir.
procedure, or welding equipment.
D. The CONTRACTOR shall perform said material tests at n
additional cost to the OWNER. The ENGINEER shall hav
the right to witness all testing conducted by the CON
TRACTOR; provided, that the CONTRACTOR'S schedule is no
delayed for the convenience of the ENGINEER.
E. In addition to those tests specifically required, th
ENGINEER may request additional samples of any materia
including mixed concrete and lining and coating sample
for testing by the OWNER. The additional samples shal
be furnished at no additional cost to the OWNER.
F. Welding Requirements: All welding procedures used tc
fabricate pipe shall be prequalified under thc
provisions of ANSI/AWS D1.1. Welding procedures shal.
longitudinal and girth or spiral welds- for pip(
cylinders, spigot and bell ring attachments, reinforcinc
plates and ring flange welds, and plates for lu(
connections.
r be required for, but not necessarily limited to,
G, All welding shall be done by skilled welders, weldinc
operators, and tackers who have had adequate experience
in the methods of materials to be used. Welders shall
be qualified under the provisions of ANSI/AFJWA D1.l bq
an independent local, approved testing agency not more
than 6 months prior to commencing work on the pipeline.
Machines and electrodes similar to those used in the
WORK shall be used in qualification tests. The CONTRACTOR shall furnish all material and bear the
expense.of qualifying welders.
H. CONTRACTOR shall pothole all points of connection and
verify horizontal and vertical alignment of each
connection prior to the preparation of shop drawings D
The Shop drawings shall incorporate all data obtained
from the CONTRACTOR'S field verification.
082895 STEEL PIPE - CEMENT MORTAR LINED & COATED' MAERKLE RESERVOIR PAGE 02651 - 6
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED a
PART 2 - PRODUCTS
2.1 GENERAL
A. Mortar lined and mortar coated steel pipe shall confoi
to ANSI/AWWA C200 and C205, subject to the followir
supplemental requirements. The pipe shall be of tl
diameter and class shown, shall be furnished complel
with welded joints, as indicated in the Contrac
Documents, and all specials and bends shall be providc
as required under the Contract Documents.
B. Markings: The CONTRACTOR shall legibly mark all pip( and specials in accordance with the laying schedule ai
marking diagram. Each pipe shall be numbered sequence and said number shall appear on the layii
schedule and marking diagram in its proper location fc
installation. All special pipe sections and fittinc
shall be marked at each end with top field centerlint
The word lltopl' shall be painted or marked on the outsic
top spigot end of each pipe section.
Handling and Storage: The pipe shall be handled by u:
of wide slings, padded cradles, or other device:
acceptable to the ENGINEER, designed and constructed t prevent damage to the pipe coating/exterior. The use c
chain, hooks, or other equipment which might injure tl pipe coating/exterior will not be permitted. All othc
pipe handling equipment and methods shall be approved 1
the ENGINEER.
D. The CONTRACTOR shall be fully liable for the cost (
C.
m
replacement or repair of pipe which is damaged.
E. Stockpiled pipe shall be supported on sand or earl
berms free of rock exceeding 3 inches in diameter. TI
pipe shall not be rolled and shall be secured to prever
accidental rolling.
F. Strutting: Adequate strutting shall be provided on a:
specials, fittings, and straight pipe so as to avo:
damage to the pipe, the mortar-lining or mortar-coatir
of the steel pipe. The following requirements shal
aPPl Y : a
082895
MAERKLE RESERVOIR
STEEL PIPE - CEMENT MORTAR LINED 6 COATE
PAGE 02651 -
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED
1. The strutting shall be placed as soon E
practicable after the mortar lining has bee
applied and shall remain in place while the pipe i
loaded, transported, unloaded, installed ar
backfilled at the jobsite.
2. The strutting materials, size and spacing shall k
adequate to support the earth backfill plus ar;
greater loads which may be imposed by tb
backfilling and compaction equipment.
3. Any pipe damaged during handling, hauling, storage
or installation due to improper strutting shall b
repaired or replaced.
4. The details of the strutting assembly shall b
submitted for review by the ENGINEER prior to th
start of pipe manufacture.
G- Laying Lengths: Maximum pipe laying lengths shall be 4
ft. with shorter lengths provided as required by thl
Drawings.
H. Offset Tolerances: For pipe wall thicknesses of 3/8.
inch or less, the maximum radial offset (misalignment
for submerged arc and gas metal arc welded pipe shall bc
0.1875 - times the pipe wall thickness or 1/16-inch,
whichever is larger.
I. Finish: The pipe shall have smooth dense interioi
surfaces and shall be free from fractures, excessivt
interior surface crazing and roughness.
J. Closures and Correction Pieces: Closures and correctior
pieces shall be provided as required so that closure5
may be made due to different headings in the pipe layins
operation and so that correction may be made to adjust
the pipe laying to conform to pipe stationing shown or
the Drawings. The locations of correction pieces anc
closure assemblies are shown on the Drawings. Any change
in location or number of said items shall be approved by
the ENGINEER.
K. Nominal Diameter: For pipe 14 inches in diameter and
larger, the inside diameter after lining shall not be
less than the nominal diameter specified or shown. Pipe
082895 STEEL PIPE - CEMENT MORTAR LImD 6 COATEE
PAGE 02651 - 8 MAERKLE RESERVOIR
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED a
smaller than 14 inches in diameter may be furnished
standard outside diameters.
2.2 PIPE DESIGN CRITERIA
A. Cylinder Thickness: The thickness of the steel pi
cylinder shall be as shown on the plans. Where the pi
cylinder thickness is not shown on the plansp t
thickness shall conform or AWWA M-11, subject to t
following minimum thicknesses:
1. For buried piping with inside diameter (D) , the minim
pipe cylinder thickness (t) shall be given by:
a) b) t = D/288 for 28 <D < 54 inches, and
c) t +(D+20)/400 for D>-54 inches.
t = 0.10 inches for D = 28-inches and less,
2. For exposed piping with inside diameter (D) , the minimi
pipe cylinder thickness (t) shall be given by:
a) b) t = D/192 for D> 48 inches
t = 0.25 inches for D = 48 inches and less, and
3. Pipe that transitions from exposed to buried shall ha1
a minimum pipe thickness conforming to the exposf condition for a minimum of two (2) pipe diameters, or
feet, whichever is greater or at the nearest sleeve tx
couplirig, on the buried side of the transition.
2.3 MATERIALS
a
A. Cement: Cement for mortar shall conform to ti requirements of ANSI/AWWA C205; provided, that cemer
for mortar coating shall be Type 11, and mortar linir
shall be Type I1 or V. A fly ash or pozzolan shall nc
be used as a cement replacement.
B. Steel sfor Cylinders and Fittings: Pipe manufacturc
under ANSI/AWA C200 shall be fabricated from she€
conforming to the requirements of ASTM A 570, Grades 3C
33, 36, or 40, or from plate conforming to tk
requirements of ASTM A 36, A 283, Grades C or D, or
572, Grade 42, or coil conforming to the requirements c
ASTM A 139, Grades B or C. All longitudinal and girt
seams, whether straight or spiral, shall be butt weld€
using an approved electric-fusion-weld process. e
082895
MAERKLE RESERVOIR PAGE 02651 -
STEEL PIPE - CEMENT MORTAR LINED & COATE
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED
C. All steel used for the fabrication of pipe shall have
maximum carbon content of 0.25 percent and shall have minimum elongation of 22 percent in a 2-inch gac
length.
2.4 SPECIALS AND FITTINGS
A, Unless otherwise required under the requirements of tl
Contract Documents, all specials and fittings shall I:
in accordance with Section entitled "Steel Pipe
Fabricated Specials" 02653 and shall conform to tk
dimensions of &NSI/AWA C208,
2.5 DESIGN OF PIPE
A. General: The pipe furnished shall be steel pipe mortar-lined arid mortar-coated, with field welded joint
as shown. The pipe shall consist of a steel cylinder
shop-lined with portland cement-mortar and an exteric
coating of cement-mortar.
B. The pipe shall be designed, manufactured, tested
inspected, arid marked according to - applicabl
requirements previously stated and except as hereinafte
modified, shall conform to ANSI/AWWA C200.
C. Pipe Dimensions: The pipe shall be of the diameter an
class shown. The minimum steel cylinder thickness fo
each pipe size shall be as specified or shown.
D. Fitting Dimensions: The fittings shall be of th diameter and class shown.
E. Joint Design: The standard field joint for steel pip
shall be a single-welded lap joint for all pipe sizes
Mechanically coupled, or flanged joints shall b
required where shown. Butt-strap joints shall be use
only where required for closures or where shown. Th
joints furnished shall have the same or higher pressur
rating as the abutting pipe.
F. Lap joints prepared for field welding shall be i
accordance with ANSI/AWWA C200. The method used tc
form, shape and size bell ends shall be such that thl
physical properties of the steel are not substantiall
altered. Unless otherwise approved by the ENGINEER
bell ends shall be formed by an expanding press or b.
being moved axially over a die in such a manner as tc
082895 STEEL PIPE - CEMENT MORTAR LINED & COATEI MAERKLE RESERVOIR PAGE 02651 - 11
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED a
stretch the steel plate beyond its elastic limit to foi
a truly round bell of suitable diameter and shape. 1
process will be permitted in which the bell is formed 1
rolling. Faying surfaces of the bell and spigot sha:
be essentially parallel, but in no case shall the bel
slope vary more than 2 degrees from the longitudin;
axis of the pipe.
G. Shop-applied interior linings and exterior coatinc
shall be held back from the ends of the pipe as shown c
the Drawings or as otherwise acceptable to the ENGINEER,
2.6 CEMENT-MORTAR LINING
A. Cement-Mortar Lining for Shop App lication: Except E otherwise provided herein, interior surfaces of al
steel pipe, fittings, and specials shall be cleaned ar
lined in the shop with cement-mortar lining applic
centrifugally in conformity with ANSI/AWWA C205. Durir
the lining operation and thereafter, the pipe shall k
maintained in a round condition by suitable bracing c
strutting. The lining machines shall be of a type tha
has been used successfully for similar work and shall f:
approved by the ENGINEER. Every precaution shall k
taken to prevent damage to the lining. If lining i
damaged or found faulty at the delivery site, th
damaged or unsatisfactory portions shall be replace
with lining conforming to these Specifications at n
additional cost to the OWNER.
tolerance of plus or minus 25 percent:
e
B. The minimum lining thickness shall be as follows, with
Nominal Lining Pipe Thickness (in) Diameter (in)
4 .- 12 5/16 3/8
1/2
3/4
13 - 16
17 - 24
Over 25
C. The pipe shall be left bare where field joints occur a
shown. Ends of the linings shall be left square an
uniform. Feathered or uneven edges will not b permitted. 0
082895
MAERKLE RESERVOIR
STEEL PIPE - CEMENT MORTAR LINED C COATE
PAGE 02651 - 1
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED
D. Defective linings, as determined by the ENGINEER, shal
be removed from the pipe wall and shall be replaced t
the full thickness required. Defective linings shall t cut back to a square shoulder in order to avoid feathe
edged joints -
E. The progress of the application of mortar lining shal
be regulated in order that all hand work, including th
repair and defective areas is cured in accordance wit
the provisions of ANSI/AWWA C205. Cement -mortar f o patching shall be the same materials as the mortar fo
machine lining, except that a finer grading of sand an
mortar richer in cement shall be used when fie11
inspection indicates that such mix will improve thl
finished lining of the pipe,
lication: Thi F. Cement-Mortar Lining for Field App
materials and design of in-place cement-mortar linin1
shall be in accordance with ANSI/AWWA C602 and thl
following supplementary requirements:
1. Portland cement shall conform to Type I1 of ASTM (
2, Pozzolanic material shall not be used in the mortar
150. -
mix o -
3. Admixtures shall contain no calcium chloride.
4. The minimum lining thickness shall be as specifiec
for shop- applied cement-mortar lining and finishec
inside diameter after lining shall be as shown on
the Drawings,
G. Protection of Pipe Lining/Interior: For all pipe and
fittings with plant-applied concrete or cement mortar
linings, the CONTRACTOR shall provide a polyethylene or
other suitable bulkhead on the ends of the pipe and on
all special openings to prevent drying out of the
lining, All bulkheads shall be substantial enough to
remain intact during shipping and storage until the pipe
is installed.
082895 STEEL PIPE - CEMENT MORTAR LINED C COATED
MAERKLE RESERVOIR PAGE 02651 - 12
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED a
2.7 EXTERIOR COATING OF PIPE
A. Exterior Coating of Exposed Piping: The exteric surfaces of pipe which will be exposed to the atmosphel
inside structures or above ground shall be thorough1
cleaned and then given a shop coat of rust-inhibitil
primer conforming to the requirements of Sectic
entitled "Protective Coating" 09800.
E. Exterior Coating of Buried Piping: All pipe for burie service, including bumped heads, shall be coated with
1-inch minimum thickness of reinforced cement-mort;
coating . Unless otherwise shown on the Drawing: exterior surfaces of pipe or fittings passing throul
structure walls shall be cement-mortar coated from tk
center of the wall or from the wall flange to the end c the underground portion of pipe or fitting. The coatir
shall be reinforced with welded wire fabric i
accordance with ANSI/AWWA C205. The welded wire fabri shall be securely fastened to the pipe with welded cliF
or strips of steel. The wire spaced 2 inches on center
shall extend circumferentially around the pipe. Tk
ends of reinforcement strips shall be lapped 4 inche
and the free ends tied or looped to assure continuity c
the reinforcement.
2.8 PIPE APPURTENANCES
a
A. Flanges: Flanges shall conform to either ANSI/AWWA C20 or ANSI B16.5 specifications. Flanges shall conform t
Class 150 (Class D) ratings unless otherwise shown or i
working pressures exceed Class 150 rating. Flange shall have flat faces and shall be attached with bo1
holes straddling the vertical axis of the pipe unlez otherwise shown. Attachment of the flanges to the pip
shall .conform to the applicable requirements c
ANSI/AWA C207.
B. The machined faces of all flanges shall be shop-coate with rus t-preventa t ive compoundl Houghton "Rus t-Vet
344" or Rust-Oleum "R-9." Edges and back faces o
attached flanges shall be shop-coated with Kopper'
"Bitmastic Mill Undercoat. 'I All surfaces of blin
flanges, except the machined surfaces and surface
exposed to water during pipeline operation, shall b
shop-coated with Kopper's "Bitumastic Mill Undercoat e '* 0
082895
MAERKLE RESERVOIR
STEEL PIPE - CEMENT MORTAR LINED 6 COATE
PAGE 02651 - 1
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED
The inside of blind flanges shall be cement-mort;
coated, the thickness to be the same as the cement mortar lining for pipe as stated herein.
C. Blind flanges shall be in accordance with ANSI/AWF
C207 e
D. Not Used.
E. Gaskets for flanges shall be 1/8-inch ring-type, ful
face, Garlock No. 3200 compressed non-asbestos shee
packing, or equivalent F
F. Insulating Flange Sets: Insulating flange sets shall b
provided where shown on the Drawings, Each insulatin
flange set shall consist of an insulating gasket
insulating sleeves and washers and a steel washer
Insulating flange kits shall be designed for use wit
standard bolas and bolt holes.
G. Insulating gaskets shall be (3pI Red Devil Type E ful
face gasket, or equivalent. Insulating sleeves an( washers shall be one piece when flange bolt-diameter is
1-1/2 inch or smaller and shall be made of acetal resin
For bolt diameters larger than 1-1/2 inch, insulatinc
sleeves and washers shall be 2-piece and shall be madc of polyethylene or phenolic. Steel washers shall be ii
accordance with ASTM A 325.
H. Flange Bolts: All-thread studs shall be used on al:
valve flange connections and shall be in accordance wit1
ASTM A 307, Grade B, with heavy hex nuts. Machine bolt:
may be used on all other flanged connections and shall
be in accordance with ASTM A 307, Grade A, with he,
nuts. Studs and bolts shall extend through the nuts E
minimum- of 1/4-inch. All nuts and bolts shall be
uncoated steel unless specified otherwise.
I. Mechanical Couplings: The ends of the pipe, where specified or shown, shall be prepared for flexible steel
couplings, such as Dresser, Rockwell, Romac, 01
equivalent. Plain ends for use with couplings shall be
smooth and round for a distance of 12 inches from the
ends of the pipe, with outside diameter not more than
1/64-inch smaller than the nominal outside diameter of
the pipe. The middle ring shall be tested by cold-
082895
MAERKLE RESERVOIR
STEEL PIPE - CEMENT MORTAR LIIED & COATED
PAGE 02651 - 14
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED a
expanding a minimum of one percent beyond the yie
point to proof-test the weld to the strength of t
parent metal. The weld of the middle ring shall
subjected to air test for porosity.
J, The followers shall be single-piece contoured mi
section welded and cold-expanded as required for t middle rings. They shall be of sufficient strength
accommodate the number of bolts necessary to obta
adequate gasket pressures without excessive rolling. The shape of the follower shall be of such design as
provide positive confinement of the gasket.
K. Gaskets shall be rubber-compound material that will n deteriorate from age or exposure to air under norm
storage or use conditions. The rubber in the gask
shall meet the following specifications:
1. Color - Jet Black.
2. Surface - Non-blooming.
3. Durometer Hardness - 74 5 5
4.
5.
a -
Tensile Strength - 1000 psi Minimum
Elongation - 175 percent Minimum
L. The gaskets shall be immune to attack by impuritic
normally found in water. All gaskets shall meet tl
requirements of ASTM D 2000, AA7092, meeting Suffix B:
Grade 3, except as noted above.
M. Restrained Joints: Where shown on the Drawing: restrained joints shall be field-welded joints. Desig?
shall include considerations of stresses induced in tl
steel cylinder, the joint rings, and any field welc
caused by thrust at bulkheads, bends, reducers, and lir
valves resulting from the design working pressure. Fc
field welded joints, design stresses shall not exceed !
percent of the specified minimum yield strength of tl
grade of steel utilized, or 18,000 psi, whichever I
less, for the part being examined when longitudin;
thrust is assumed to be uniformly distributed around tl
circumference of the joint. At the CONTRACTOR'S optior
the steel cylinder area may be progressively reduce a
082895
MAERKLE RESERVOIR
STEEL PIPE - CEMENT MORTAR LINED & COATI
PAGE 02651 - 3
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED
from the point of maximum thrust to the end of t
restrained length. All joints are to be field weld
for thrust restraint shall have the joint rings attachc
to the cylinder with double fillet welds.
PART 3 - EXECUTION
3.1 INSTALLATION OF PIPE
A. Handling and Storage: All pipe, fittings, etc., sha:
be carefully handled and protected against damage 1
lining and coating/interior and exterior surface:
impact shocks, and free fall. All pipe handlin equipment shall be acceptable to the ENGINEER. Pip
shall not be placed directly on rough ground but shal
be supported in a manner which will protect the piF
against injury whenever stored at the trench site o
elsewhere. Pipe shall be handled and stored at th
trench site in accordance with Paragraph 2.1, herein. No pipe shall be installed where the lining or coating
interior or exterior surfaces show cracks that may b
lining and coating/interior and exterior surfaces, shal
be repaired, or a new undamaged pipe shall be furnishec
and installed.
B. All piee damaged prior to Substantial Completion shal.
be repaired or replaced by the CONTRACTOR. Damaged pipc
that can be repaired shall be repaired prior to layinc
in the pipe trench, using materials and method:
acceptable to the ENGINEER.
- harmful as determined by the ENGINEER. Such damage
C. The CONTRACTOR, shall inspect each pipe and fitting tc
insure that there are no damaged portions of the pipe.
The CONTRACTOR shall remove or smooth out any burrs,
gouges,' weld splatter or other small defects prior tc
laying the pipe.
D. Before placement of pipe in the trench, each pipe 01
fitting shall be thoroughly cleaned of any foreigr
substance, which may have collected thereon and shall be
kept clean at all times thereafter. For this purpose,
the openings of all pipes and fittings in the trench
shall be closed during any interruption to the WORK.
E. Not Used
082895 STEEL PIPE - CEMENT MORTAR LINED & COATEO
MAERKLE RESERVOIR PAGE 02651 - 16
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED a
F. Pipe shall be laid directly on the bedding material. N blocking will be permitted, and the bedding shall b
such that it forms a continuous, solid bearing for th
full length of the pipe. Excavations shall be made a
needed to facilitate removal of handling devices afte
the pipe is laid. Bell holes shall be formed at th ends of the pipe to prevent point loading at the bell:
or couplings. Excavation shall be made as needec outside the normal trench section at field joints tc
permit adequate access to the joints for fielc
connection operations and for application of coating 01
field joints.
G. Each section of pipe shall be laid in the order anc
position shown on the laying schedule. In laying pipe,
it shall be laid to the set line and grade, withir
approximately one inch plus or minus. On grades of zerc
slope, the intent is to lay to grade.
H. Where necessary to raise or lower the pipe due tc
unforeseen obstructions or other causes, the ENGINEEF
may change the alignment and/or the grades. .- Such change
shall be made by the deflection of joints, by the use of bevel adapters, or by the use of additional fittings.
However, in no case shall the deflection in the joint
exceed the maximum deflection recommended by the pipe
manufacturer. No joint shall be misfit any amount which
will be detrimental to the strength and water tightness of the finished joint. In all cases the joint opening,
before finishing with the protective mortar inside the
pipe, or prior to applying in-place mortar lining, shall
be the controlling factor.
Q
I, Except for short runs which may be permitted by the
ENGINEER, pipes shall be laid uphill on grades exceeding
10 percent. Pipe which is laid on a downhill grade
shall be blocked and held in place until sufficient
support is furnished by the following pipe to prevent
movement, All bends shall be properly installed as
shown on the Drawings.
J. After the backfill has been placed, the struts shall be
removed and shall remain the property of the CONTRACTOR.
a
082895 STEEL PIPE - CEMENT MORTAR LINED & COATED
MAEEUGE RESERVOIR PAGE 02651 - 17
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED
K. Cold Weather Protection: No pipe shall be install€ upon a foundation into which frost has penetrated or i any time that there is a danger of excavation. No pi1 shall be laid unless it can be established that th
trench will
be backfilled before the formation of ice and fros
occurs e
L. Pipe and Specials Protection: The openings of all pip and specials where the pipe and specials have bee
cement mortar lined in the shop shall be protected wit
suitable bulkheads to maintain a moist atmosphere and t
prevent unauthorized access by persons, animals, wate
or any undesirable substance. The bulkheads shall be s
designed to prevent drying out of the interior of th
pipe. The CONTRACTOR shall introduce water into thc pipe to keep the mortar moist where moisture has beel lost due to damaged bulkheads. At all times, mean:
shall be provided to prevent the pipe from floating.
shall keep the pipe interior free of all debris. Tht
CONTRACTOR shall completely clean the interior of thc
pipe of all sandp dirt, mortar splatter and any othei debris following completion of pipe laying, pointing 0:
joints 'and any necessary interior repairs prior tc
testing and disinfecting the completed pipeline.
- M. Pipe Cleanup: As pipe laying progresses, the CONTRACT01
3.2 WELDED JOINTS
A. General: Field welded joints shall be in accordance
with ANSI/AWWA C206.
B. Where exterior welds are performed, adequate space shall be provided for welding and inspection of the joints.
C. During installation of welded steel pipe in either
straight alignment or on curves, the pipe shall be laic
so that at any point around the circumference of the
. joint there is a minimum lap of 1/2-inch and a minimum
space of 3/4-inch plus the thickness of the steel pipe
wall between the spigot end of the pipe and the nearest
tangent to a bell radius.
082895 STEEL PIPE - CEMENT MORTAR LINED & COATED
MAEFXLE RESERVOIR PAGE 02651 - 18
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AMD COATED a
D. Butt straps, where used or required, shall be a minimi
of 12 inches wide, the same thickness as the pipe wal
and shall provide for a minimum of 3/4-inch lap at eac
pipe joint.
After the pipe and pipe joint are properly positioned j
the trench, the length of pipe between joints shall k
backfilled to at least one foot above the top of tk
pipe. Care shall be exercised during one initial bad filling to prevent movement of the pipe and to prever
any backfill material from being deposited on the joint,
F. Prior to the beginning of the welding procedure, ar tack welds used to position the pipe during laying shal
be removed. Any annular space between the fayir surfaces of the bell and spigot shall be equal1
distributed around the circumference of the joint 1
shimming, jacking, or other suitable means. The we1
shall then be made in accordance with ANSI/AWWA C206.
Where more than one pass is required, each pass excep
the first and final one shall be peened to reliet
shrinkage stresses; and all dirt, slag, and flux shal
be removed before the succeeding bead is appl-ied.
As soon as practicable after the welding of each joint
all field-welded joints shall be tested by the liqui
penetrant inspection procedure conforming to th an requirements of ANSI/ASTM E165 under Method "B"
"Leak Testing." All defects shall be chipped out
rewelded and retested. Upon retest, the repaired are
shall show no leaks or other defects.
H. Following testing of the joint, the exterior join
spaces shall be coated in accordance with thes
specifications after which backfilling may be completed.
I. Qualifications of Procedures and Welders: All weldin
procedures used to install pipe shall be prequalifie
under provisions of ANSI/AWS D1.l. Welding procedure
shall be required for field attachments and field welde
joints.
E.
a
G.
CT. Joints: The pipe ends shall be cut straight on joint
where butt straps are used for realignment, adjustment
or deflection, and fillet welds shall be made as show
on the Drawings.
082895
MAERKLE RESERVOIR
STEEL PIPE - CEMENT MORTm LINED & COATE
PAGE 02651 - 1
a
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AM) COATED
3.4 JOINT COaTING AND LINING
A. General: The interior and exterior joint recesses shal
be thoroughly wiped clean and all water, loose scale
dirt, and other foreign material shall be removed frc
the inside surface of the pipe. The cement for tk
joint grout and mortar shall be portland cemer
acceptable under ASTM C 150 and shall be of the san type (11) used for the pipe coating.
B. Joint Coating: After the pipe has been laid and afte
sufficient backfill has been placed between the joint to hold the pipe securely in place, the outside annula
space between pipe sections shall be completely fille
with grout formed by the use of heavy- duty diapers.
The grout shal.1 be composed of one part cement to nc
more than 2 parts sand, thoroughly mixed with water to
consistency of thick cream, The grout space prior t filling shall be flushed with water so that the surfac
of the joint to be in contact with the grout will b
thoroughly moistened when the grout is poured. Th joint shall be filled with grout by pouring from on
side only, and shall be rodded with a-wiye or othe flexible rod cx vibrated so that the grout complete1
fills the joint recess by moving down one side of th pipe, around the bottom of the pipe and up the opposit side. -Pouring and rodding the grout shall be continue
to allow completion of the filling of the entire join recess in one operation. Care shall be taken to leav
no unfilled space. Grouting of the outside joint space
shall be kept as close behind the laying of the pipe a
possible except. that in no case shall grouting be close
than 3 joints of the pipe being laid.
C. Grout Bands (Diapers): The grout bands or heavy-dut
diapers shall be fabric with steel strapping o
sufficient strength to hold the fresh mortar, resis
rodding of the mortar and allow excess water to escape.
D. The fabric backing shall be cut and sewn into 9-inc wide strips with slots for the steel strapping on th outer edges.
E. The heavy-duty diaper shall be centered over the join
space with approximately equal widths extending ove
each pipe end and securely attached to the pipe with th
082895 STEEL PIPE - CmNT MORTAR LINED 6 COATE MAERKLE RESERVOIR PAGE 02651 - 2
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED a
steel straps, After filling the exterior joint spac
with cement grout, the flaps shall be closed ar overlapped in a manner that fully encloses the grout
The grout band shall remain in position on the pig
joint.
F. Joint Lining: After the pipe zone backfill has bee
completed the interior joint recess shall be filled wit
mortar of stiff consistency mixed in proportions of or
part cement to 2 parts sand. The mortar shall k
tightly packed into the joint recess and troweled flu3
with the interior surface, and all excess shall 1
removed. At no point shall there be an indention c (Wit projection of the mortar exceeding 1/16-inch. pipe smaller than 24-inches in diameter, before tl
spigot is inserted into the bell, the bell shall 1
daubed with mortar containing one part cement to 2 part
sand. The spigot end then shall be forced to the bottc
of the bell and excess mortar on the inside of the joir shall be swabbed out.) a 3.5 INSTALLATION OF PIPE APPURTENANCES
A. Protection of App urtenances: Where the joining pipe i concrete or coated with cement mortar, burie
appurtenances shall be coated with a minimum thicknes
of 1-inch of cement mortar having one part cement to no
more than 2 parts plaster sand.
B. Installation of Valves: All valves shall be handled i
a manner to prevent any injury or damage to any part o the valve, All joints shall be thoroughly cleaned ar
prepared prior to installation. The CONTRACTOR shal
adjust all stem packing and operate each valve prior t
installation to insure proper operation.
C. All buried valves shall be coated and protected i accordance with section 09800 entitled "PROTECTIV
COATING . I'
D. All valves shall be installed so that the valve stem are plumb and in the locations shown on the Drawings.
E. Installation of Flanged Joints: Before the joint i assembled, the flange faces shall be thoroughly cleane
of all foreign material with a power wire brush. Th
STEEL PIPE - CEMENT MORTAR LINED & COA'I'E
PAGE 02651 - 2
a
082895
MAERKLE RESERVOIR
SECTION 02651 - STEEL PIPE
CEMENT MORTAR LINED AND COATED
gasket shall be centered and the connecting flange:
drawn up watertight without unnecessarily stressing the
flanges. All bolts shall be tightened in a progressive
diametrically opposite sequence and torqued with E
suitable, approved and calibrated torque wrench. All
clamping torque shall be applied to the nuts only.
F, All buried flanges shall be coated and protected in
accordance with section 09800 entitled "PROTECTIVE
COATING. I*
G. Flexible Coupled Joints: When installing flexible couplings, care shall be taken that the connecting pipe
ends, couplings and gaskets are clean and free of all
dirt and foreign matter with special attention being
given to the co:ntact surfaces of the pipe, gaskets and
couplings. The couplings shall be assembled and installed in conformity with the recommendation and instruction of the coupling manufacturer.
H. Wrenches used in bolting couplings shall be of a type
and size recommended by the coupling manufacturer.
Coupling bolts shall be tightened SO as to secure a
uniform annular space between the follower rings and the
body of the pipe with all bolts tightened approximately
the same amount. Diametrically opposite bolts shall be
tightened progressively and evenly. Final tightening
shall be done with a suitable, approved and calibrated
torque wrench set for the torque recommended by the
coupling manufacturer - All clamping torque shall be
applied to the nut only-
I. Upon completion of the coupled joint, the coupling and
bare metal of the pipe shall be cleaned, primed and
protected in accordance with the requirements of Section
09800 "Protective Coating" D
END OF SECTION
082895
MAERKLE RESERVOIR
STEEL PIPE - CEMENT MORTAR LINED & COATED'
PAGE 02651 - 22
SECTION 02653 - STEEL PIPE
FABFUCATED SPECIALS
PART 1 - GENERAL
1.1 THE REQUIREMENT
a
A. The CONTRACTOR shall fabricate, install, and test ;
bends, reducers, wyes, tees, outlets, and other stc
plate specials, complete in place all in accordance wj
the requirements of the Contract Documents.
1.2 RELATED WORK SPECIFIED ELSEWHERE
A. Earthwork. 02200
B. Steel pipe, Cement Mortar Lined and Coated, 02651
C. Water Pipeline Testing and Disinfection, 02666
Be Cast-in-Place Concrete. 03300 and Minor Concretf 03305 for construction of anchor blocks and thrL
blocks as applicable.
E, Protective Coating. 09800 for exposed steel surfaces. a. F. Miscellaneous Metalwork. OS500 for valve support flange bolts, and anchor bolts. -
G. Valves and Appurtenances. 15020
1.3 REE'EREiCE SPECIFICATIONS, CODES, AND STANDARDS
Without limiting the generality of other requirements
these specifications, all WORK specified herein sha
conform to or exceed the applicable requirements of t
referenced portions of the following documents to t
extent that the requirements therein are not in confli
with the provisions of this Section.
1, Commercial Standards:
A.
ANSI/AWWA C200 Steel Water Pipe 6 inch and larger.
ANSI/AWA C208 Fabricated Steel Wat Pipe Fittings, Dimensio
for.
0
082895 STEEL PIPE FABRICATED SPECIA
MAEEKLE RESERVOIR PAGE 02653 -
SECTION 02653 - STEEL PIPE
FABRICATED SPECIALS
ASTM A234/A234M Specification for Pipinl Fittings of Wrought Car
bon Steel and Alloy Stee
for Moderate and Elevatec
Temperatures.
ANSI/AWWA C205 Cement-Mor tar Protect ivc
Lining and Coating foi
Steel Water Pipe - 4
inches and Larger, ShoI Applied
ANSI/AWWA C602 Cement-Mortar Lining ol
Water Pipelines 4-incl
(100 mm) and Larger - Ir
Place.
AWA M-11 Steel Water Pipe-A Guide
for Design anc Installation.
1.4 CONTRACTOR SUBMITTALS
A. Shop Drawings: The CONTRACTOR shall submit shop draw-
ings and laying diagrams of a11 pipe, joints, bends,
reducers, wyes, tees, crosses, outlets, manifolds, anc
other steel plate specials in accordance with the re-
quirements in Section entitled, “CONTRACTOR Submittals o ’‘
01300 -
Be Design calculations shall be submitted to the ENGINEER
for review prior to manufacture of pipe specials.
C. Certifications: A certified affidavit of compliance
shall be furnished for all steel plate specials and
other products ar materials furnished under this section
of the specifications.
1.5 QUALITY. ASSURANCE
A. Shop Testing of Steel Plate Specials: Upon completion
of the welding, but prior to lining and coating, each
steel plate special shall be bulkheaded and tested under
a hydrostatic pressure of 1-1/2 times the design
pressure; provided, that if straight pipe used in
fabricating the specials has been previously tested and
meets the requirements of the applicable piping Section, no further hydrostatic testing will be required; or
082895 STEEL PIPE FABRICATED SPECIAL3
MAERKLE RESERVOIR PAGE 02653 - 2
SECTION 02653 - STEEL PIPE
FABRICATED SPECIALS
provided, that all other welded seams are tested by tl
liquid penetrant inspection procedure conforming to AS' E 165, under
Method "B" and "Leak Testing" or where applicable by tl
soap and compressed air method at an air pressure of :
psi. Any pin holes or porous welds which may 1
revealed by the test shall be chipped out and reweldt
and the pipe or fitting retested.
No outside mortar shall be applied over a seam prior 1
testing; however, mortar lining may be applied over
seam prior to hydrostatic testing, but under such COI ditions said pressure test shall be held on the pipe c
fitting for a period of not less than 30 minutes.
C. Field Testing: Field testing shall conform to the rc
0
B.
quirements of Section 02675.
PART 2 - PRODUCTS
2.1 GENERAL
A. Specials are defined as fittings, closure pieces, bend:
reducers, wyes, tees, outlets, and other steel plat
specials wherever located, and all piping above grow
or in structures.
a
2.2 DESIGN
A. Design: Except as otherwise provided herein, material:
fabrication and shop testing of straight pipe shal
conform to the requirements of ANSI/AWWA C200, and shal Tk conform to the dimensions of ANSI/AWA C208.
minimum thickness of plate for pipe from which special
are to be fabricated shall be the greater of tha
determined by the following 2 formulas:
(I) T = P,D/2 (2) T = P,D/2
Y/S, YT
. whereT = Plate thickness in inches
D = Outside diameter of steel cylinder i
inches
P, = Design working pressure in psi a
082895 STEEL PIPE FABRICATED SPECIAL
MAERKLE RESERVOIR PAGE 02653 -
SECTION 02653 - STEEL PIPE
FAE3RICATED SPECIALS
Pt = Design transient pressure in psi
Y = Yield point of steel in psi
S, = Safety factor of 2.5 at design workii
pressure
St = Safety factor of 1.875 at design trar
sient pressure
B. In no case shall the design stress at design workix
pressure (Y/Sw) for mortar-coated steel pipe exceed If
500 psi or 22,000 psi at design transient pressui
(Y/St), nor shall plate thickness be less than tl
thickness of adjacent mainline pipe or the following:
Pipe Manifolds Elbows
Normal Pipe Piping Above Ground Bends
Diameter (in) Piping in Structures Reducers 24 and under 3/16-inch 10-gage
25 tQ 48 1/4-inch 1/4-inch
C. Pipe installed on saddle supports shall be designed t
limit the longitudinal bending stress to a maximum c
10,000 psi. Design shall be in accordance with th
provisions of Chapter 7 of ANA M-11.
2.3 FABRICATION AND MATERIALS
A. General: Reinforcement for wyes, tees, outlets, an
nozzles shall be designed in accordance with AWWA Manua
M-11. Reinforcement shall be designed for the desig
pressure specified or shown and shall be in accordanc
with the details shown on the Drawings. Specials an
fittings shall be equal in pressure design strength an
shall have the same lining and coating as the adjoinin pipe. . Unless otherwise shown on the Drawings, th
minimum radius of elbows shall be 2.5 times the pip
diameter and the maximum miter angle on each section o
the elbow shall not exceed 11-1/4 degrees,
B. Specials and fittings that cannot be mechanically line
and coated shall be lined and coated by hand
application, using the same materials as are used fo
the pipe and iin accordance with the applicable AWWA o
ASTM Standards. Coating and lining applied in thi
manner shall provide protection equal to that specifie
082895 STEEL PIPE FABRICATED SPECIAL MAERKLE RESERVOIR PAGE 02653 -
SECTION 02653 - STEEL PIPE
FABRICATED SPECIALS
for the pipe. Fittings may be fabricated from pipe tha has been mechanically lined and/or coated. Areas o
lining and coating that have been damaged by SUC
fabrication shall be repaired by hand-applications i
accordance with applicable AWWA or ASTM Standards.
e
C. NOT USED.
D. Moderate deflections and long radius curves may be mad by means of beveled joint rings, by pulling standar
joints, by using short lengths or pipe, or a combinatio
of these methods; provided that pulled joints shall no
be used in combination with bevels, The maximum tota allowable angle for beveled joints shall be 5 degree<
per pipe joint. Bevels shall be provided on the bel
ends. Mitering of the spigot ends will not bc
permitted . The maximum allowable angle for pullec joints shall be in accordance with the manufacturer',
recommendations or the angle which results from a 3/4.
inch pull out from normal joint closure, whichever i: less. All horizontal deflections or fabricated angle:
shall fall on the alignment.
All vertical deflections shall fall on the alignment an(
at locations adjacent to underground obstructions,
points of minimum earth cover, and pipeline outlets an( structures, the pipe angle points shall meet the anglc
point shown on the Drawings.
F. Outlets, Tees, Wyes, and Crosses: Outlets 12-inch ant
smaller may be fabricated from Schedule 40 or heaviei
steel pipe in the standard outside diameter, i.e., 12-
3/4 inch, 10-3/4 inch, 8-5/8 inch, 6-5/8 inch, and 4-
1/2 inch.
E. a
-
G. The design of outlet reinforcement shall be accordancc
with the procedures given in Chapter 13 of AWWA Manual
M-ll/ except that the design pressure, P, used in the M-
11 procedure shall equal the greater of 1.25 Fw 01
0.9375 Pt. Unless otherwise shown on the Drawings,
outlets 2 inches in diameter and smaller need not be
reinforced.
H. In lieu of saddle or wrapper reinforcement as providec
by the design procedure in Manual M-11, pipe or special:
with outlets may be fabricated in their entirety 01
steel plate having a thickness equal to the sum of the
pipe wall plus the required reinforcement. a
082895 STEEL PIPE FABRICATED SPECIAL: MAERKLE RESERVOIR PAGE 02653 - E
SECTION 02653 - STEEL PIPE
FABRICATED SPECIALS
I. Where required by the M-11 design procedure crotch plat
reinforcement shall be furnished.
J. Steel Welding Fittings: Steel welding fittings shal
conform to ASTM A 234.
K. Ends for Mechanical-Type Couplings: Except as otherwisl
provide herein, where mechanical-type couplings arc
indicated, the ends of pipe shall be banded with Type (
collared ends using double fillet welds. Where pipe 12- inch and smaller is furnished in standard schedulc
thicknesses, and where the wall thickness equals 01
exceeds the coupling manufacturer's minimum wal:
thickness, the pipe ends may be grooved.
L, Lining: All requirements pertaining to thickness, ap-
plication and curing of lining specified for straight
pipe shall apply to specials, with the followinc
provisions. If the special cannot be linec
centrifugally, it shall be lined by hand. Where specials must be mortar lined by hand, the lining shall
be reinforced with 2-in by 4-in by No. 12 welded wire
fabric positioned approximately in the center of the
lining. The wires spaced 2-in on centers shall extend
circumferentiaP1-y around the pipe with the fabric
securely fastened to the pipe, Splices shall be lapped
4 inches and the free ends tied or looped to assure
continuity .
M. Cement Mortar Lining for Shop Application: Steel pipe
specials shall be cleaned and lined in the shop with
cement-mortar lining applied centrifugally in conformity
with ANSI/AWA C205. During the lining operation and
thereafter, the pipe shall be maintained in a round
condition by suitable bracing or strutting. The lining
machines shall be of a type that has been used
successfully for similar WORK and shall be approved by
the ENGINEER. Every precaution shall be taken to
prevent. damage to the Pining. If lining is damaged or
found faulty at delivery site, the damaged or
unsatisfactory portions shall be replaced with lining
conforming to these Specifications at no additional cost
-
-
' to the OWNER,
N, The minimum cement mortar lining thickness shall conform
to the requirements of Section 02651-2.6.
082895 STEEL PIPE FABRICATED SPECIALS' MAERKLE RESERVOIR PAGE 02653 - 6
SECTION 02653 - STEEL PIPE
FABRICATED SPECIALS a
0. The pipe shall be left bare where field joints occur I
shown. Ends of the linings shall be left square ai
uniform. Feathered or uneven edges will not I permitted.
Defective linings, as determined by the ENGINEER, sha.
be removed from the pipe wall and shall be replaced 1 the full thickness required. Defective linings shall 1
cut back to a square shoulder in order to avoid feathc
edged joints.
The progress of the application of mortar lining shal
be regulated in order that all hand WORK, including tf
repair of defective areas is cured in accordance wif
the provisions of ANSI/AWWA C205. Cement-mortar fc
patching shall be of the same material as the mortar fc
machine lining, except that a finer grading of sand ar
richer-mortar cement shall be used when field inspectic indicates that such mix will improve the finished linir
of the pipe.
P.
Q.
Tf-
materials and design of in-place cement-mortar linir
shall be in accordance with ANSI/AWWA C602 and tk
following supplementary requirements:
1.
R, Cement-Mortar Lining for Field Application: 0 -
(Portland cement shall conform to Type I1 of ASTM
150.
Pozzolanic material shall not be used in the morta
mix.
Admixtures shall contain no calcium chloride.
The minimum lining thickness shall be as specifie
for shop-applied cement-mortar lining and finishe
inside diameter after lining shall be as shown o
the Drawings.
S. Protection of Pipe Lining/Interior: For all pipe an
fittings with plant-applied concrete or cement morta
linings, the CONTRACTOR shall provide a polyethylene o
other suitable bulkhead on the ends of the pipe and o
all special openings to prevent drying out of th
lining. All bulkheads shall be substantial enough tl
remain intact during shipping and storage until the pip!
is installed.
-
2.
3.
4.
a
082895 STEEL PIPE FABRICATED SPECIAL! MAERKLE RESERVOIR PAGE 02653 - '
SECTION 02653 - STEEL PIPE
F-ICATED SPECIALS
T. Coating: All requirements pertaining to thickness application and. curing of coating specified for straigh
pipe shall apply to specials. Unless otherwise shown
the mortar coating on the buried portion of a pip
section passing through a structure wall shall extend t
the center of the wall, or to the wall flanges, if on
is indicated. Pipe above ground or in structures shal
be field-painted as specified in the Section entitle
"Protective Coating." 09800
U. Marking: A mark indicating the true vertical axis o
the special shall be placed on the top and bottom of th
special.
PART 3 - EXECUTION
3.1 GENERAL
A. Unless otherwise provided, the CONTRACTOR shall furnisl
and install all fittings, closure pieces, bends,
reducers, wyes, tees, crosses, outlets, manifolds, an(
other steel plate specials, bolts, nutsy gaskets,
jointing materials, and all other appurtenances as show
installation, Where pipe support details are shown, thc
supports shall conform thereto and shall be placed a:
indicated; provided, that the support for all exposec
piping shall be complete and adequate regardless ol
whether' or not supporting devices are specificall]
shown. Where shown, concrete thrust blocks and weldec
joints shall be provided. At all times when the WORK of
installing pipe is not in progress, all openings intc
the pipe and the ends of the pipe in trenches ox
structures shall be kept tightly closed to prevent
The entrance of animals and foreign materials.
CONTRACTOR shall take all necessary precautions tc
prevent the pipe from floating due to water entering the
trench -from any source, shall assume full responsibilith
for any damage due to this cause and shall at its own
expense restore and replace the pipe to its specified
condition and grade it is displaced due to floating.
The CONTRACTOR shall maintain the inside of the pipe
free from foreign materials and in a clean and sanitary
condition until its acceptance by the OWNER.
- and as required to provide a complete and workablt
082895 STEEL PIPE FABRICATED SPECIALS
MAERKLE RESERVOIR PAGE 02653 - 8
SECTION 02653 - STEEL PIPE
FABRICATED SPECIALS
3.2 LAYING
0
A. Trenches shall be in a reasonable dry condition when t
pipe special is laid. Necessary facilities includi
slings shall be provided for lowering and proper
placing the pipe sections in the trench without damag
The pipe and specials shall be laid to the line a
grade shown and they shall be closely jointed to form
smooth flow line. Immediately before placing each se
tion of pipe in final position for jointing, the beddi for the pipe shall be checked for firmness a
uniformity of surface.
END OF SECTION
0
-
a
082895 STEEL PIPE FABRICATED SPECIAL
MAERKLE RESERVOIR PAGE 02653 -
SECTION 02666 - WATER PIPELINE TESTING AND DISINFECTION
PART 1 - GENERAL
1.1 THE REQUIREMENT
e
A. The CONTRACTOR shall perform all pipeline flushing
testing, and disinfection, complete, for the potabll
water distribution system, including conveyance of tes
water from designated source to point of use, ant including all disposal thereof, all in accordance wit.
the requirements of the CONTRACT DOCUMENTS.
1.2 CONTRACTOR SUBMITTALS
A. The CONTRACTOR shall submit a minimum 48-hour advancc
written notice of its proposed testing schedule for
review and concurrence of the ENGINEER. Thc CONTRACTOR'S proposed plans for water conveyance
control, and disposal shall also be submitted ir
writing .
PART 2 - PRODUCTS @ 2-1 MATERIALS REQUIREMENT
A. Chemicals for chlorination and temporary valves,
bulkheads, or other water control equipment and
materials shall be in conformance with the OWNER'S
Standarh Specification and AWWA Specifications.
PART 3 - EXECUTION
3.1 GENERAL
A. General: Water for testing and disinfecting water
pipelines will be furnished by the OWNER at no cost to
the CONTRACTOR. The CONTRACTOR shall make all necessary
provisions for conveying the water from the source to
the points of use.
B. All pressure pipelines shall be tested. Disinfection
shall be accomplished by chlorination. Chlorine dosages
shall be as computed by the ENGINEER. All chlorinating
and testing operations shall be performed in the
presence of the ENGINEER. e
082895 WATER PIPELINE TESTING AND DISINFECTION' MAERKLE RESERVOIR PAGE 02666 -1
SECTION 02666 - WATER PIPELINE TESTING AND DISINmCTION
C. Disinfection operations shall be scheduled by th
CONTRACTOR as late as possible during the contract tim
period so as to assure the maximum degree of sterilit
of the facilities at the time the WORK is accepted b
the OWNER. Bacteriological testing shall be perform
by the OWNER. Results of the bacteriological testin shall be satisfactory with the State Department o
Health o
D. The CONTRACTOR shall perform the WORK of this Sectio
exercising the utmost care to conserve water, a
outlined in Section 01010, Summary of Work.
3.2 TESTING AND DISINFECTION OF PIPELINES
A. Water pipeline testing and disinfection shall bc
Standarc performed in accordance with AWWA Specifications.
DISPOSAL AND DECHLORINATION OF WATER 3.3.
A. CONTRACTOR shall provide suitable means for disposal an(
dechlorination of test, disinfection and flushing watei so that no damage results to facilities or waterways.
B. Means for dechlorination of test, disinfection an(
flushing water shall be subject to the approval oj ENGINEfR, local governing authorities, regulator:
agencies, NPDES requirements and AWWA C691 Appendix B.
c
C. CONTRACTOR shall be responsible for any damage caused b!
his water disposal operations.
END OF SECTION
082895 WATER PIPELINE TESTING AND DISINFECTIOR MAERICE RESERVOIR PAGE 02666 -2
SECTION 02900 - WRL)SEED
a PART 1 - GENEW
1.1 GENERAL CONDITIONS
A. The CONTRACTOR shall exercise extreme care and ta
every precaution necessary to protect existi
landscaping and slopes. CONTRACTOR shall remove on
those portions of the existing landscaping necessary f
construction of this project.
1.2 EXECUTION
A. The CONTRACTOR shall subcontract with a licens
landscape contractor to refurbish construction zone Work shall be accomplished in conformance with Sectij
308 of the SSPWC.
B. All existing naturally vegetated areas disturbed :
construction shall be hydroseeded to reestablish pla
materials and lessen erosion. Seed mixes shall be
prescribed and installed in conformance with the
specifications.
1.3 HYDROSEEDING
A. Hydroseed areas disturbed by grading and miscellaneol
construction with a non-irrigated seed mix.
1. Description of Work: Before proceeding with ai
work, the landscape contractor shall careful
clieck and verify dimensions and hydroseeding arc
conditions and shall inform the OWNER immediate.
of any discrepancies between the specifications ai
actual conditions. No work shall be done on ai
area where there are such discrepancies or whe:
conditions are unsuitable for successful plai
material establishment until approval for work h(
been given by the OWNER.
1.4 QUALIm. ASSURANCE
A. CONTRACTOR shall employ a qualified landscape compai
which shall perform the work in accordance with the be:
. standards and practices related to the trade and sha.
remain under the continuous supervision of a compete]
foreman capable of interpreting the specifications.
B. Landscape contractor shall ship hydroseed materials wil
all certificates of inspection required by governii
082895 HYDROSEI
MAERKLE RESERVOIR PAGE 02900-
0
SECTION 02900 - HYDWSEED
authorities, and shall comply with regulatior
applicable to landscape materials.
C. Landscape contractor shall secure all required see
mixes upon award of contract. It is the responsibilit
of the CONTRACTOR to insure the seed mixes secured fc
the project remain secured.
D. If the specified seed mix material is not obtainable
submit proof of non-availability to OWNER. The OWNE
reserves the right to attempt to locate contested plan
material. If the OWNER is successful in locating th plant material within 150 miles of the project site, th
Landscape Contractor shall reimburse the OWNER at th
office's current hourly rates upon receipt of invoic
for time spent locating said material.
1.5 SUBMITTALS
1. Submit seed vendor's certified statement for eac seed mixture required, stating botanical and commo,
name, percentage by weight, and percentages o
purity, germination, and weed seed for each see(
species. The CONTRACTOR shall not instal. hydroseed prior to submittal of certificatiol
copies and approval by OWNER.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver packaged materials in containers showing weight,
analysis and name of manufacturer. Protect material:
from deterioration during delivery and while stored or
site.
1.7 REQUIRED OBSERVATIONS
A. Final acceptance: This observation is required aftei
the completion of the hydroseeding work and is requirec
to insure that the hydroseed installed is healthy anc
growing; This observation shall be 90 days after final
installation. The Owner takes over the project at this
time if the hydroseed components are as they should be.
082895 HYDROSEED
MAERKLE RESERVOIR PAGE 02900- 2
SECTION 02900 - HYDRDSEED
PART 2 PRODUCTS
- 2.1 SEED MIX
0
A. Provide seed mix of genus, species and variety specifi
and scheduled for hydroseed application.
1. Hydroseeding Components and Additives:
Shall be as follows:
6 gallons per acre Sarvon soil penetrant.
2000 lbs. per acre cellulose fiber mulch.
400 lbs. per acre (16-20-0) commerciz
fertilizer: 16-20-0 shall be a commercii grade pelleted or granular, uniform i
composition, dry, free-flowing and label€
with specific N-P-K rating of (16-20-0).
200 lbs. per acre Iron Sulphate
140 lbs. per acre Ecology Control M-Binde
(per manufacturer's recommendations). a-
Seed Mix A (Slope Areas) :
Minimum Pounds /
% Purity Germination Acre Species
15 50 3 Artemisia californica
10 65 8 Eriogonum fasciculatum
10 25 4 Gnaphalim californicum
10 25 3 Hemizonia fasciculata
20 40 3 Isocoma mnziesii
90 60 6 Lotus scoparius 95 60 4 Malosma lamina
70 - 60 7 Nasella pulchra
98 . 75 20 Plantago insularis 90 50 3 Rhus integrifolia
70 50 4 Salvia mellifera
N/A N/A 2 Yucca schidigera
2 40 3 Baccharis pilularis ssp. consanguina
5 70 3 Mimulus aurantiacus
a
082895 HYDROSEED
MAERKLE RESERVOIR PAGE 02900- 3
SECTION 02900 - HYDROSEED
Seed Mix B (Old Road Areas):
Minimum Pounds/
8 Purity Germination Acre Species
95 80 12 Bromus carinatus
90 40 3 Eremocarpus setigerus
10 25 4 Gnaphalium californicum
10 25 4 Hemizonia fasciculata 98 80 4 Lupinus bicolor
70 60 12 Nasella pulchra
98 75 20 Plantago insularis
90 60 2 Salvia colurnbariae
PART 3 EXECUTION
3.1 APPLICATION
A, The CONTRACTOR shall not hydroseed in any area:
contaminated by other trades. All such occurrence: shall be reported to the OWNER before commencing work.
1. Preparation: Layout hydroseed area locations Stake locations, outline areas with gypsum, an(
secure OWNER'S acceptance before start of hydroseec work.
Moisten prepared hydroseed areas before planting il soil is dry. Water thoroughly and allow surfacc
moisture to dry before commencing work. Thc
CONTRACTOR shall not create a muddy soil condition, The CONTRACTOR shall not hydroseed on sealed 01
crusted soils.
Make minor adjustments as may be _required.
2. Hydroseeding Procedure: The CONTRACTOR shall
examine related work including graded surface:
before proceeding with any work and inform the
OWNER, in writing, of conditions, which may prevent
the proper execution of this work.
Failure to report unsuitable conditions to the
OWNER will constitute acceptance of responsibilitl
for the performance of any additional work causec
by the unsuitable conditions at no additional cost to the OWNER.
All materials shall be standard, approved, first-
grade quality, and in prime condition wher
installed and accepted. Any commercially processec
082895 HYDROS EE 6
MAERKLE RESERVOIR PAGE 02900- 4
SECTION 02900 - HYDROSEED
or packaged material shall be undisturbed an(
delivered to the site in their original containers,
unopened, bearing the manufacturer’ s guarantee(
analysis.
0
3. Hydromulching: The hydromulching shall be appliec
in the form of a slurry consisting of organic soi:
amendments, commercial fertilizer, and any othei
chemicals specified. When hydraulically sprayec
onto the soil, the mulch shall not form a blotter-
like material. The spray operation must be sc
directed that the slurry spray will penetrate thc
soil surface as to drill and mix the slurr!
components into the soil, thus ensuring maximun
impregnation and coverage.
4. Preparation of Hydroseeding Mixture:
The slurry shall be prepared at the site and it:
components shall be mixed to supply the rates o
application in accordance with the specifications.
Slurry preparation shall begin by adding water tc
the tank when the engine is at one-half throttle
When the water level has reached the height of tht
agitator shaft and good recirculation has beer
established, the fertilizers shall be added to tht
mixture.
The engine throttle shall be open to full speec All when the tank is 1/2 filled with water.
organic amendments, fiber, and chemicals shall the1
be added by the time the tank is 3/4 full. At thi:
time the seed mix shall also be added and not
before this time.
Spraying shall commence immediately when the tan
is full and the slurry mixed.
@
5. Time Limit:
The hydromulching slurry components are not to bc
left in the hydromulch machine for more than twc
hours due to seed destruction. If slurr:
components are left for more than two hours in thc
machine, the CONTRACTOR shall add 50% more of tht
originally specified seed mix to any slurry mi:
which has not been applied within two hours aftei
mixing. The CONTRACTOR shall add 75% more of tht
original seed mix to any slurry mixture which ha:
082895 HYDROS EE I
MAERKLE RESERVOIR PAGE 02900- !
a
SEC'lrION 02908 - HYDMSEED
not been applied eight hours after mixing or shall be rejected and disposed of off-site at tl
CONTRACTOR' s expense e
6. Protection:
Special care is to be exercised by the CONTRACT(
to prevent any of the slurry from being sprayc
onto any hardscape areas including concrete walk:
fences, walls, buildings, etc. Any slurry sprayc
onto these areas shall be cleaned off at tl
CONTRACTOR'S expense if left.
7. Hydroseeding Equipment:
The above specified components shall be mixt
together in the hydroseeding machine containing i
least 2,000 gallons of water to allow for
homogeneous slurry which is thoroughly mixed a1 can be applied easily without clogging.
The equipment shall have a built-in agitatic
system and operating capacity sufficient 1
agitate, suspend and homogeneously mix a slur]
containing not less than 44 pounds of organ:
mulching amendment plus fertilizer, chemic;
additives and solids for each 100 gallons of water
The hydroinulching equipment shall meet the minim\
requirements of a slurry distribution line larc
enough to prevent stoppage and shall be equippc with a set of hydraulic spray nozzles which wil
provide a continuous non-fluctuating discharge c
at least 25 psi at the end of the spray nozzlc
The slurry tank shall have a minimum capacity c
2,000 gallons.
Equipment used for hydroseeding will be thorough1
cleaned of all seed and other materials used j
preceding hydroseeding processes before ar
hydroseeding on this project,
8. Inspection and Acceptability: When hydroseeding j
completed, the OWNER will make an inspection t
determine acceptability. Give OWNER 48 hour notic
prior to requested inspection.
082895 HYDROSEE
MAERKLE RESERVOIR PAGE 02900-
SECTION 02900 - KYDROSEED
When the inspected landscape work does not compl
with these specifications and punch list items
rejected work shall be corrected and/or replace
and CONTRACTOR'S responsibility continued unti
inspected again by the OWNER and found to k
acceptable.
a
END OF SECTION
a
a
082895 HYDROSEE
MAERKLE RESERVOIR PAGE 02900-
SECTION 03100 - CONCRETE JX3RMWOM
PART 1 - GENERAL
1.1 "HE REQUIREMENT
a
A. The CONTRACTOR shall furnish all materials for concrei
formwork, bracing, shoring, and supports and sha:
design and construct all falsework, all in accordanc
with the provisions of the Contract Documents.
1.2 RELATED WORK SPECIFIED ELSEWHERE
A. 'Tontractor Submittals. 'I 01300
B. "Reinforcement Steel. " 03200
C. "Joints in Concrete." 03290
D. "Cast-in-Place Concrete. VI 03300
E. "Minor Concrete. 'I 03305
1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. Without limiting the generality of other requirements c
these specifications, all work specified herein shal
conform to or exceed the requirements of the Buildir
Code and the applicable requirements of the followir
documents to the extent that the provisions of su(
documents are not in conflict with the requirements c
this Section; provided, that for Building Codes, tl
latest edition of the code, as adopted as of-the date c
award by the agency having jurisdiction, shall apply t
the WORK.
1. Codes and Standards:
0
The Building Code, as referenced herein, shall 1
the Uniform Building Code (UBC) of tk
International Conference of Building Official
(ICBO) .
2. Government Standards:
PS 1 U.S. Product Standard for Concret
PS 20 U.S. Product Standard for Lumbc Construction Division of Industriz
Safety, State Safety Orders c
California
Forms, Class I.
3, Commercial Standards:
ACI 347 Recommended Practice for Concret a Formwor k .
082895 CONCRETE FORMWOE
MAERKLE RESERVOIR PAGE 03100 -
SECTION 03100 - CONCRETE FOWORK
1.4 CONTRACTOR SUBMITTALS
A. The CONTRACTOR shall, in accordance with tl requirements of the Section entitled “Contract(
Submittals, ‘I 01300 submit detailed plans of tl falsework proposed to be used, Such plans shall be . sufficient detail to indicate the general layout, sizc
of members, anticipated stresses, grade of materials t be used in the falsework, and typical soil condition:
All shoring, bracing and falsework shall be designed ar
certified by a California State registered civi
engineer or responsible person as required by Title 8 c the California Administrative Code. These plans shal
be signed and sealed by a California registered Civi Californj Engineer in accordance Administrative Code,
with the
1.5 QUALITY ASSURANCE
A. Tolerances: The variation from established grade c
lines shall nat exceed 1/4-inch in 10 feet and ther
shall be no offsets or visible waviness in the finishe
surface, All other tolerances shall be within th
“Suggested Tolerances” specified in ACI 347.
r - PART 2 - PRODUCTS
2.1 GENERAL
A. Materials for concrete forms and falsework I shall confon
to the applicable provisions of SSPWC Subsection 303-1..
and the requirements stated herein.
Except as otherwise expressly accepted by the ENGINEER, all lumber brought on the job site for use as forms
shoring, or bracing shall be new material. All form
shall be smooth surface forms and shall be of thl
following materials:
a1 work - Steel panels, plywood or tongut
B.
and groove lumber
2.2 FORM AND FALSEWCIRK MATE-
A. Materials for concrete forms, formwork, and falsewori
shall conform to the following requirements:
1. Lumber shall be Douglas Fir or Southern Pine,
construction grade, in conformance with U.S.
Product Standard PS20.
082895 CONCRETE FORMWORK MAERKLE RESERVOIR PAGE 03100 - 2
SECTION 03100 - CONCRETE FORMWORK
2. Plywood for concrete formwork shall be neh
waterproof, synthetic resin bonded, exterior tK
Douglas Fir or Southern Pine plywood manufacture
especially for concrete framework and shall confor
to the requirements of PS 1 for Concrete Forms
Class I, and shall be edge sealed.
a
3. Form materials shall be metal, wood, plywood, c
other approved material that will not adverse1 affect the concrete and will facilitate placemen
of concrete to the shape, form, line, and grad
indicated. Metal forms shall be an approved tyF
that will accomplish such results. Wood forms fc
surfaces to be painted shall be Medium Densit
Overlaid plywood, MDO Ext. Grade.
4. Not Used
5. Not Used
B. Unless otherwise shown, exterior corners in concret
members shall be provided with 3/4-inch chamfers. Re
entrant corners in concrete members shall not hav fillets unless otherwise shown.
C. Not Used
- 2.3 FORM TIES
0
A. Form ties shall be provided with a plastic cone or othe
suitable means for forming a conical hole to insure tha
the foh tie may be broken off back of the face of th
concrete. The maximum diameter of removable cones fc
rod ties, or of other removable form-tie fastener
having a circular cross-section, shall not exceed 1 1/
inches; and all such fasteners shall be such as to leaw
holes of regular shape for reaming.
B. Not Used
2.4 NOT USED
PART 3 - EXECUTION
3.1 GENERAL
A. Forms to confine the concrete and shape it to tk
required lines shall be used wherever necessary. Tk
CONTRACTOR shall assume full responsibility for tk
adequate design of all forms, and any forms which a1
unsafe or inadequate in any respect shall promptly k
removed from the WORK and replaced at the CONTRACTOR'
082895 CONCRETE FORMWOF
MAERKLE RESERVOIR PAGE 03100 -
a
SECTION 03100 - CONCRETE FORMWORK
expense. A sufficient number of forms of each kir
shall be provided to permit the required rate c
progress to be maintained. The design and inspection c
concrete forms,, falsework, and shoring shall comply wit
applicable local, state and Federal regulations. Plun
and string lines shall be installed before concret
placement and shall be maintained during placement.
Such lines shall be used by CONTRACTOR'S personnel ar
by the ENGINEER and shall be in sufficient number ar
properly installed. During concrete placement, tk CONTRACTOR shall continually monitor plumb and strin
line form positions and immediately correc deficiencies.
E. Concrete forms shall conform to the shape, lines, an
dimensions of members as called for on the Drawings, an shall be substantial, free from surface defects, an
sufficiently tight to prevent leakage. Forms shall b
properly braced or tied together to maintain thei
position and shape under a load of freshly place
concrete- If adequate foundation for shores cannot b
secured, trussed supports shall be provided.
3.2 FORM DESIGN
- A. All forms shall be true in every respect to the require
shape and size, shall conform to the -establishe
alignment and grade, and shall be of sufficient strengt and rigidity to maintain their position and shape unde
the loads and operations incident to placing an1
vibrating the concrete. Suitable and effective mean
shall be provided on all forms for holding adjacen
edges and ends of panels and sections tightly togethe
and in accurate alignment so as to prevent the formatioi
of ridges, fins, offsets, or similar surface defects ii
the finished concrete. Plywood, 5/8-inch and greater ii
thickness, may be fastened directly to studding if thc
studs are spaced close enough to prevent visiblc
deflection marks in the concrete. The forms shall bc
tight so as to1 prevent the loss of water, cement an(
fines during placing and vibrating of the concrete
Specifically, the bottom of wall forms that rest 01
concrete footings or slabs shall be provided with i
gasket to prevent loss of fines and paste durinc
placement and vibration of concrete. Such gasket may bc a 1 to 1 l/Z-inch diameter polyethylene rod held ir
position to the underside of the wall form.
Adequate clean-out holes shall be provided at the botton
of each lift of forms. The size, number, and locatior
of such clean-outs shall be acceptable to the ENGINEER.
082895 CONCRETE FORMWORI
MAERKLE RESERVOIR PAGE 03100 - f
SECTION 03100 - CONCRETE FORMWORK
@ 3.3 CONSTRUCTION
A. Vertical Surfaces: All vertical surfaces of concre
members shall be formed, except where placement of t
concrete against the ground is called for on t:
Drawings. Not less than 1-inch of concrete shall I
added to the thickness of the concrete member as she\
where concrete is permitted to be placed against trim(
ground in lieu of forms. Such permission will 1 granted only for members of comparatively limited heigl
and where the character of the ground is such that
can be trimmed to the required lines and will stai
securely without caving or sloughing until the concre
has been placed.
B. Construction Joints: Concrete construction joints wi
not be permitted at locations other than those shown I
specified, except as may be acceptable to the ENGINEEI
Where a second lift is placed on hardened concretl
special precautions shall be taken in the way of tl
number, location, and tightening of ties at the top (
the old lift and bottom of the new to prevent ai
unsatisfactory effect whatsoever on the concrete. Pi]
stubs and anchor bolts shall be set in the forms whe. required.
C. Form Ties: Holes left by the removal of tie cones (
form ties shall be reamed with suitable toothed reame:
so as to leave the surface of the holes clean and rouc
before being filled with mortar as specified for "Fini:
of Concrete Surfaces" in Section entitled "Cast-in-Plac
Concrete." 03300 Wire ties for holding forms will nc
be permitted. No form-tying device or part thereo
other than metal, shall be left embedded in tl
concrete, nor shall any tie be removed in such manner i
to leave a hole extending through the interior of tl
concrete members. The use of snap-ties which cau:
spalling of the concrete upon form stripping or t.
removal will not be permitted. If steel panel forms a:
used, rubber grommets shall be provided where the tic
pass through the form in order to prevent loss of cemei
paste. Where metal rods extending through the concrei
are used to support or to strengthen forms, the ro(
shall remain embedded and shall terminate not less thi
1-inch back from the formed face or faces of tl
concrete. After removing taper form ties, a preca:
neoprene or polyurethane tapered plug shall be insertc
in the hole and centered in the wall and the ho.
drypacked on both sides of the plug.
a
0
082895 CONCRETE FORMWOI
MAERKLE RESERVOIR PAGE 03100 -
SECTION 03100 - CONCRETE FORMWORK
3.4 REUSE OF FORMS
A. Forms may be reused only if in good condition and on
if acceptable to the ENGINEER. Light sanding betwe
uses will be required wherever necessary to obta
uniform surface texture on all exposed concre
surfaces. Exposed concrete surfaces are defined (
surfaces which are permanently exposed to view. In tl
case of fornis for the inside wall surfaces (
hydraulidwater retaining structures, unused tie r(
holes in forms shall be covered with metal caps or sha.
be filled by other methods acceptable to the ENGINEER,
3.5 REMXAL OF FORMS
A. Careful procedures for the removal of forrns shall f
strictly followed, and this work shall be done with cai
so as to avoid injury to the concrete. No heavy loadir
on green concrete will be permitted. Forms for a:
parts of the WORK herein shall remain in place fc
periods of time required to allow new concrete to obtaj
a strength sufficient to support its own load and ar
Tt incidental loads to which it may be exposed.
CONTRACTOR shall be responsible €or any damage caused L premature removal of concrete forms. -
-
3.6 MAINTENANCE OF FORMS
A. Forms shall be maintained at all times in goc
conditipn, particularly as to size, shape, strengtl-
rigidity, tightness, and smoothness of surface. Forms
when in place, shall conform to the establishe
alignment and grades. Before concrete is placed, th
forms shall be thoroughly cleaned. The form surface
shall be treated with a nonstaining material oil o
other lubricant acceptable to the ENGINEER. Any exces
lubricant shall be satisfactorily removed before placin
the concrete.
Where field oiling of forms is required, the CONTRACTC
shall Perform the oiling at least two weeks in advanc
of their use. Care shall be exercised to keep oil of
the surfaces of steel reinforcement and other meta
items to be embedded in concrete.
3.7 NOT USED
END OF SECTION
082895 CONCRETE FORMWOR MAERKLE RESERVOIR PAGE 03100 -
SECTION 03200 - REINFORCEMENT STEEL
0 PART1- GENERAL
1.1 THE REQUIREMENT
A. The CONTRACTOR shall furnish, fabricate, and place a
concrete reinforcing steel and concrete inserts for u in reinforced concrete and masonry construction a
shall perform all appurtenant work, including placeme
of all the wires, clips, supports, chairs, spacers, a
other accessories, in accordance with the Contra
Documents.
1.2 RELATED WORK SPECIFIED ELSEWHERE
A. "Contractor Submittals." 01300
B. "Cast-in-Place Concrete." 03300
C. "Concrete Formwork. I' 03100
1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. Without limiting the generality of other requirements ( these specifications, all work specified herein sha
conform to or exceed the requirements of the Buildii
Code and the applicable requirements of the followii
documents to the extent that the provisions of su
documents are not in conflict with the requirements (
this Section; provided, that for building codes, tl
latest edition of the codes, as adopted as of the dal
of award by the agency having jurisdiction, shall app.
to the-WORK.
1. Codes and Standards
m
The Building Code, as referenced herein, shall 1
the Uniform Building Code (UBC) of ti
International Conference of Building Officia:
(ICBO) .
2. Commercial Standards
ANSI/ACI 315-Current Details and Detailing c
ANSI/ACI 318-Current Building Code
Concrete Reinforcement.
Requirements for
Reinforced Concrete e
WRI Manual of Standard Practice for Welded Wii a Fabric.
082895 REINFORCEMENT STEE
MAERKLE RESERVOIR PAGE 03200 -
SECTION 03200 - mINFORCEMENT STEEL
ASTM A 82--Current Specification for Steel
Wire, Plain, for Concret
Reinforcement o
ASTM A 185-Current Specification for Welde Steel Wire Fabric fo
Concrete Reinforcement.
aSTM A 615-Current Specification €or Deformed and Plain
Billet-Steel Bars for
Concrete Reinforcement.
ASTM A 616-Current Specification for Rail Steel Deformed and Plai
Billet-Steel Bars fo
Concrete Reinforcement
ASTM A 617-Current Axle-Steel Deformed an( Plain Bars for Concretc
Reinforcement
ASTM A 775-Current Specification for Epoxy- Coated Reinforcing Stee:
Bars
Placing Reinforcing Bars CRS I -PRB
CRSI-MSP Manual of Standard Practice
o
1*u CONTRACTOR SUBMI:TTALS
A, The CONTRACTOR shall furnish shop bending diagrams,
placing lists, and drawings of all reinforcing steel
prior to fabrication in accordance with the requirement:
of Section entitled, “Contractor Submittals. ” 01300
B. Details of the concrete reinforcing steel and concrete
inserts’ shall be submitted by the CONTRACTOR at the
earliest possible date after receipt by the CONTRACTOF of the Notice To Proceed. Said details of reinforcinc
steel for fabrication and erection shall conform tc ANSI/ACI 315 and the requirements specified and shown.
The shop bending diagrams shall show the actual lengths
of bars, to the nearest inch measured to the
intersection of the extensions (tangents for bars of
circular cross section) of the outside surface.
082895 REINFORCEMENT STEEL MAERKLE RESERVOIR PAGE 03200 - 2
SECTION 03200 - REINFORCEMENT STEEL
C. The steel supplier shall furnish a certificate c
compliance attesting that the reinforcing stec
furnished complies with all specifications require
herein.
e
1.5 FACTORY TESTING
A. If requested by the ENGINEER, the CONTRACTOR shal
provide samples from each heat of reinforcement stec
for testing. Costs of initial tests will be paid by tt
OWNER. Costs of additional tests due to materiz failing initial tests shall be paid by the CONTRACTOR.
PART 2 - PRODUCTS
2.1 REINFORCING STEEL
A. All reinforcing steel for all cast-in-place reinforce
concrete construction shall conform to the followir
requirements :
1. Bar reinforcement shall confom- to the requirement
of ASTM A 615 for Grade 60 Billet Stee
Reinforcement, or as otherwise shown on th
Drawings.
2. Welded wire fabric reinforcement shall conform t
the requirements of ASTM A 185 and the detzil
shown on the Drawings; provided, that welded wiI
fabric with longitudinal wire of W9.S size wir
shall be either furnished in flat sheets or i
rolls with a core diameter of not less than 1
inches; and provided further, that welded wiI
fabric with longitudinal wires larger than W9.
size shall be furnished in flat sheets only.
3. Spiral reinforcement shall be cold-drawn steel wir
conforming to the requirements of ASTM A 82.
4. Accessories shall include all necessary chair:
sl'ab bolsters, concrete blocks (dobbies), ti
wires, dips, supports, spacers, and other device
to position reinforcing during concrete placement
Slab bolsters shall have gray plastic-coated legs
Concrete block (dobbies) shall be of the same c
higher compressive strength as specified fc
concrete, and shall match the color and texture c
the finished concrete surface,
a
a
082895 WINFORCEMENT STEE
MAERKLE RESERVOIR PAGE 03200 -
SECTION 013200 - REINmRCEMENT STEEL
2.2 MECHANICAL COUPLERS
A. Mechanical couplers shall be provided as indicated an
where approved by the ENGINEER. The couplers shal
develop a tensile strength which exceeds 125 percent o
the yield strength of the reinforcement bars bein
spliced at each splice.
3. Where the type of coupler used is composed of more tha
one component, all components required for a complet
splice shall be supplied. This shall apply to a1
mechanical splices, including those splices intended fo
future connections.
C. The reinforcement steel and coupler used shall b
compatible for obtaining the required strength of th
connection.
D. Couplers which are located at a joint face shall be
type which can be set either flush or recessed from th
face as shown. The couplers shall be sealed durin
concrete placement to completely eliminate concrete o
cement paste from entering. After the concrete i
placed, couplers intended for future connections shal
be plugged and sealed to prevent any contact with wate
or other corrosive materials. Threaded couplers shal
be plugged with plastic plugs which have an O--ring seal,
E, Hot-forged sleeve-type couplers shall not be used.
PART 3 - EXECUTtON
3.1 GENERAL
A. All reinforcing steel shall be furnished, fabricated
and placed in accordance with the requirements of th
Building Code and the supplementary requirement
specified herein o
3.2 FURNISHING
A. All reinforcing steel shall be furnished, fabricated and installed by the CONTRACTOR. The CONTRACTOR shal
also furnish all the wires, metal supports, clips
spacers, and other appurtenances necessary to fulfil
the requirements of the Contract Documents.
B. Welded wire fabric, where required, shall be furnishec
as specified herein and where placed over the ground anc
shall be supported on wired concrete spacers or bloc
082895 REINFORCEMENT STEE
MAEaKLE RESERVOIR PAGE 03200 -
SECTION 03200 - REINEORCEMENT STEEL
supports spaced not more than 3 feet on centers in ai
direction. The construction practice of placing weldc
wire fabric on the ground and hooking into place in tl
freshly placed concrete shall not be used.
e
3.3 FABRICATION
A. General: Reinforcing steel shall be accurately formc
to the dimensions and shapes shown on the Contra(
Drawings, and the fabricating details shall be prepart
in accordance with ACI 318, except as modified by tl
Contract Drawings. Stirrups and tie bars shall be be1
around a pin having a diameter not less than 1-1/2 in( for No. 3 bars, 2-inch for No. 4 bars, and 2-1/2 in(
for No. 5 bars. Bends for other bars shall be mac
around a pin having a diameter not less than 6 times tl
minimum thickness for No. 3 through No. 8 bars, 8 bz
diameters, for No. 9 through No. 11 bars, and 10 bz
diameters for No. 14 through No. 18 bars. Bars shall 1
bent cold.
B. The CONTRACTOR shall fabricate reinforcing bars f<:
structures in accordance with bending diagrams, placir
lists, and placing drawings. Said drawings, diagrar
and li$ts shall be prepared by the CONTRACTOR i
specified under Section entitled '' Contract c Submittals," 01300 herein.
a.
C. Fabricating Tolerances: Bars used for concret reinforcing shall meet the following requirements fc
fabricdting tolerances:
1. Sheared length: + 1 inch
2. Depth of truss bars: + 0, -1/2 inch
3. Stirrups, ties, and spirals: + 1/2 inch
4. All other bends: + 1 inch
-
-
-
3.4 PLACING
A. Placing: Reinforcing steel shall be accurate1 positioned as shown on the Contract Drawings, and shall
be supported and wired together to prevent displacement
using annealed iron wire ties or suitable clips i
intersections. All reinforcing steel shall be supportc
by concrete or metal supports, spacers or metal hangei
where concrete is to be placed on the ground, supportir
concrete blocks (or dobbies) shall be usedp j
082895 REINFORCEMENT STEE
MAERKLE RESERVOIR PAGE 03200 -
a
SECTION 03200 - FEINFORCEbENT STEEL
sufficient numbers to provide required concrete cover a:
well as to support the rebars against displacemenl during pouring and vibrating of concrete, but in no casf
shall such support be continuous. In columns, supporting concrete blocks (or dobbies) shall be used,
in sufficient numbers to provide the required concrete
cover, as well as, to support the reinforcing steel fror
being displaced. For concrete over formwork, the CONTRACTOR shall furnish concrete, metal, plastic, 01
other acceptable bar chairs and spacers.
B. Where the concrete surface will be exposed to thc
weather in the finished structure or where rust woulc
impair architectural finishes, the portions of a13
accessories in contact with the formwork shall be
galvanized or shall be made of plastic.
C, Tie wires shall be bent away from the forms in order tc
provide the specified concrete coverage. Bar: additional to those shown on the Contractor Drawing2
which may be found necessary or desirable by the
CONTRACTOR for the purpose of securing reinforcement ir
position shall be provided by the CONTRACTOR at its ow
expense.
- D. Placing Tolerances : Unless otherwise specified, reinforcement placing tolerances shall be -within the
limits specified in Section 7.5 of ANSI/ACI 318 except
where in conflict with the requirements of the Building
Code.
E. Bars may be moved as necessary to avoid interference
with other reinforcing steel, conduits, or embedded
items. If bars are moved more than one bar diameter, or
enough to exceed the above tolerances, the resulting
arrangement of bars shall be acceptable to the ENGINEER.
F. Welded wire fabric reinforcement placed over horizontal
forms shall be supported on slab bolsters having gray,
plastic-coated standard type legs. Slab bolsters shall
be spaced not less than 30 inches on centers, shall
extend * continuously across the entire width of the
reinforcing mat, and shall support the reinforcing mat
in the plane shown on the Drawings.
3.5 SPACING OF BARS
A, The clear distance between parallel bars (except in
columns and between multiple layers of bars in beams)
shall be not less than the nominal diameter of the bars
082895 REINFORCEMENT STEEL
MAERKLE RESERVOIR PAGE 03200 - 6
SECTION 03200 - REINFORCEMENT STEEL
nor less than 1-1/3 times the maximum size of the coar:
aggregate, nor less than one inch.
9
B. Where reinforcement in beams or girders is placed in
or more layers, the clear distance between layers shal
be not less than one inch.
C. In spirally-reinforced and in tied columns, the cleE
distance between longitudinal bars shall be not leE
than 1-1/2 times the bar diameter, nor less than 1-1/
times the maximum size of the coarse aggregate, nor le5
than 1-1/2 inches.
D. The clear distance between bars shall also apply to tt
distance between a contact splice and adjacent splice
or bars.
3.6 SPLICING
A. General: Reinforcing bar splices shall only be used a
locations shown on the Contract Drawings. When it i
necessary to splice reinforcement at points other tha
where shown, the character of the splice shall k
acceptable to the ENGINEER, Welded splices shal conform to the requirements of Part 4 of this Section.
B. Splices of Reinforcement: The length of lap fo reinforcing bars, unless otherwise shown on the Drawing
shall be in accordance with ACI 318, Section 12.15.1 fo
a Class C splice.
C. When sliown on the Contract Drawings, welded splices an
mechanical connections shall develop at least 12
percent of the specified yield strength of the bar i
tension.
D. Laps of welded wire fabric shall be in accordance wit
the ACI 318. Adjoining sheets shall be securely tie together with No. 14 tie wire, one tie for each
running feet. Wires shall be staggered and tied in suc
a manner that they cannot slip.
a
E. Not Used
F. Bending or Straightening: Reinforcing shall not b
' straightened or rebent in a manner which will injure th
material. Bars with kinks or bends not shown on th
Contract Drawings shall not be used. All bars shall b
bent cold, unless otherwise permitted by the ENGINEER.
No bars partially embedded in concrete shall be field
bent except as shown on the Contract Drawings or a
specifically permitted by the ENGINEER. e
082895 REINFORCEMENT STEE MAERKLE RESERVOIR PAGE 03200 -
SECTION 03200 - REINFORCEMENT STEEL
3.7 CLEANING AND PROTECTION
A. Reinforcing steel shall at all times be protected frc
moisture until concrete is placed around it.
B. The surfaces of all reinforcing steel and other meti
work to be in contact with concrete shall be thorough:
cleaned of all dirt,. grease, loose scale and rust grout, mortar and other foreign substances immediate1
before the concrete is placed. Where there is delay j
depositing concrete, reinforcing shall be reinspect€ andp if necessary recleaned,
3.8 NOT USED
3.9 NOT USED
END OF SECTION
082895 REINFORCEMENT STEE MAERKLE RESERVOIR PAGE 03200 -
SECTION 03305 - MINOR CONCRETE
0 PARTI- GENERAt
1.1 THE REQUIREMENT
A. The CONTRACTOR shall complete all concrete work fo
curbs, gutters, fence post anchors, and other mino
concrete work designated within the CONTRACT DOCUMENT
as minor concrete, all in accordance with th
requirements of the CONTRACT DOCUMENTS.
1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. Without limiting the generality of other requirements o
these specifications, all work specified herein shal
conform to or exceed the requirements of the Buildin
Code.
B. References herein to "Building Code" or UBC shall mea
the Uniform Building Code of the Internationa
Conference of Building Officials (ICBO) . The lates edition of the codesl as adopted as of the date o
contract award by the agency having jurisdiction, shal
apply to the work herein.
C. Standard Specifications for Public Works Constructio
(SSPWC) *
e
1.3 RELATED WORK SPECIFIED ELSEWHERE
A. All concrete specified herein shall conform to th
requirgments of the SSPWC, as supplemental or modifie
by the provisions of this Section.
1.4 CONTRACTOR SUBMITTALS
A. The CONTRACTOR shall submit shop drawings for stee
reinforcement and minor structures in accordance wit
the requirements in Section 01300, "Submittals".
1.5 NOT USED
PART 2 - PRDDUCTS
2.1 MATEFUALS
A. Minor concrete shall conform to the followin
requirements:
1. Portland cement shall conform to the requirement
of Section 201 of the SSPWC. e
082895 MINOR CONCRETI
MAERKLE RESERVOIR PAGE 03305 -
SECTION 03305 - MINOR CONCRETE
2. Aggregate shall be clean and free from deleterioL
coatings, clay balls, roots and other extraneoc
materials and shall conform to Section 201 of tk
SSPWC. The CONTRACTOR shall submit to the ENGINEE
for approval, a grading of the combined aggregat
proposed for use in the minor concrete. Afte
acceptance of the grading, all aggregate furnishe
for minor concrete shall conform to said grading
unless a change is authorized in writing by th
ENGINEER.
3. The ENGINEER may require the CONTRACTOR to furnis
periodic test reports of the aggregate gradin
furnished a The maximum size of aggregate use
shall be at the option of the CONTRACTOR, but in n
case shall the maximum size be larger than 1-1/
inches nor smaller than 3/4-inch.
4. Water used for washing, mixing, and curing shall b free from oil, salts, and other impurities whic
would discolor or etch the surface or have a
adverse effect on the quality of the concrete an
shall conform to Section 201 of the SSPWC.
5. The use of admixtures shall conform to th
provisions for "Admixtxes" in Section 201 of th
SSPWC.
PART 3 - EXECUTION
3.1 GENERAL
A. Concrete for curbs, gutters, fence post anchors gunit
swales, and other minor concrete work, when designatel
as minor concrete on the plans or in the specifications
shall conform to the provisions specified herein an1
Section 303 of the SSPWC.
B. The ENGINEER, at its discretion, may inspect and tes
the facilities, materials and methods for producing thl
concrete to insure that a minor concrete of the qualit
suitable for use in the WORK is obtained.
3.2 PRODUCTION
A. Cement, water aggregate, and admixtures shall be stored
proportioned, mixed, transported, and discharged ii
conformance with recognized standards of good practice, which will result in concrete that is thoroughly an(
uniformly mixed, that is suitable for the use intended,
and which confoirms to requirements specified herein.
082895 MINOR CONCRETE
MAERKLE RESERVOIR PAGE 03305 - :
SECTION 03305 - MINOR CONCRETE
"Recognized standards of good practice" are outlined ii
various industry publications such as are issued b
American Concrete Institute.
e
C. The amount of water and the cement content of mino
concrete shall conform to the provisions of Section 20
of the SSPWC,
D. Discharge of ready-mixed concrete from the transportinc
vehicle shall be made while the concrete is stil plastic and before any stiffening occurs. An elapsec
time of 1-1/2 hours (one hour in non-agitating haulinc
equipment), or more than 250 revolutions of the drum o
blades, after the introduction of the cement to thc
aggregates, or a temperature of concrete of more than 91
degrees F, will be considered as conditions contributinc
to the quick stiffening of concrete. The CONTRACT01 shall take whatever action is necessary to eliminatc
quick stiffening, except that the addition of water wil
not be permitted.
E. The required mixing time in stationary mixers shall no
be less than 50 seconds nor more than 5 minutes.
F. The minimum required revolutions at mixing speed fo
transit-mixed concrete shall be not less than tha recommended by the mixer manufacturer, - anid shall bc
increased, if necessary, to produce thoroughly anc
uniformly mixed concrete.
a
G. Each lead of ready-mixed concrete shall be accompaniec
by a ticket which shall be delivery to the ENGINEER a
the discharge location of the concrete, unless otherwisc
directed by the ENGINEER. The ticket shall be clearl?
marked with the date and time of day when the load lef
the batching plant and, if hauled in truck mixers o
agitators, the time the mixing cycle started.
H. A Certificate of Compliance shall be furnished to thl
ENGINEER, prior to placing minor concrete from a sourcl
not previously used on the contract, stating that mino
concrete to be furnished meets all contrac
requirements, including minimum cement cont en
specified.
I. Air placed concrete shall conform to the provisions o
Sections 201 and 303 of the SSPWC. a
082895 MINOR CONCRETI
MAERKLE RESERVOIR PAGE 03305 -
SECTION 03305 - MINOR CONCRETE
3.3 CURING CONCRETE
A. Curing minor concrete shall confom to the requirement
of Section 303 of the SSPWC.
3.4 PFlOTECTING CONCRETE
A, The CONTRACTOR shall protect all concrete against injur
until the final acceptance by the OWNER. Fresh concret
shall be protected from damage due to rain, hail, slee
or snow. The CONTRACTOR shall provide such protectio
while the concrete is still plastic and whenever suc
precipitation is imminent or occurring. Immediate1 following the first frost in the fall, the CONTRACT0
shall be prepared to protect all concrete agains
freezing. After the first frost and until the mea
daily temperature in the vicinity of the worksite fall
below 40 o F for more than one day, the concrete shall b maintained at a temperature of not less than 40 degree
F for 72 hours after placing.
END OF SECTION
-
082895 MINOR CONCRETE
MAERKLE RESERVOIR PAGE 03305 - d
SECTION 05500 - MISCELLANEOUS METALWORK a 1.1 THE REQUIREMENT
A. The CONTRACTOR shall furnish, fabricate, and instal
miscellaneous metalwork and appurtenances, and complete all in accordance with the requirements of the CONTRAC
DOCUMENTS.
1.2 RELATED WORK SPECIFIED ELSEWHERE
A. Painting and protective coating of metalwork an
fabricated items shall, unless otherwise specifie
herein, be performed in accordance with the requirement
of Section entitled, "Protection Coating."
1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A, Without limiting the generality of other requirements o
these specifications, all WORK specified herein shal
conform to or exceed the requirements of the Buildin Code and the applicable requirements of the followin
documents to the extent that the provisions of suc
documents are not in conflict with the requirements o
this Section:
1. American Society for Testing and Welding (ASTM).
2. American Welding Society (AWS).
3. American Institute of Steel Construction (AISC).
4. American Iron and Steel Institute (AISI).
5, Occupational Safety and Health Administratio
E. References herein to "Building Code" or UBC shall mea
the Uniform Building Code of the Internationa
Conference of Building Officials (ICBO) . The lates
edition of the codes, as adopted as of the date of awar
by the agency having jurisdiction, shall apply to th
WORK herein. L
a
(OSHA).
1.4 CONTRACTOR SUBMITTALS
A. Shop drawings of all miscellaneous metalwork shall b
submitted to the ENGINEER for review in accordance wit
the Section entitled "Submittals."
B, Wherever power-driven pins will be utilized fo
anchorage or support, complete information describin
pin capacity, connections, and proposed use location
shall be furnished to the ENGINEER. a
082895 MISCELLANEOUS METALWOFU
MAERKLE RESERVOIR PAGE 05500 -
SECTION 05500 - MISCEU;ANEWS METALWORK
PART 2 - PRODUCTS
2.1 GENERAL REQUIREMENTS
A. All structural steel shapes, plates, bars, and the products shall conform to the requirements of ASTM A 3
"Specifications for Structural Steel. I'
B, Unless otherwise shown, miscellaneous metalwork
fabricated steel shall be coated in accordance wi
Section entitled "Protective Coating" and shall not
galvanized prior to coating. All other miscellaneo
metalwork shall be hot-dip galvanized after fabricati
as specified herein.
C. Unless otherwise shown, all metalwork inside t
reservoir shall be of Type 304 stainless steel.
2.2 NOT USED
2.3 NOT USED
2.4 NOT USED
* 2.5 NOT USED
2.6 INFLATION AND ACCESS HATCHES
A. All floating cover inflation and access hatches shall
fabrieated from type 316 SS and shall be construct
and installed in accordance with the CONTRACT DOCUMENTS
2.7 PIPE COLUMNS
A. Pipe column steel shall conform to the requirements
ASTM A 53, "Specifications for Welded and Seamless Ste
Pipe, " Grade B.
2.8 NOT USED
2.9 IRON CASTINGS
A. Iron casting shall conform to the requirements of ASTM
48, "Specifications for Gray Iron Castings, '' unle
otherwise shown.
2.10 NOT USED
2.11 NOT USED
082895 MISCELLANEOUS METALWOI
PAGE 05500 - MAEFWLE RESERVOIR
SECTION 05500 - MISCEUANEOUS METALWORK e 2.12 BOLTS AND ANCHORS
A. Except where otherwise shown or specified, all bolt:
anchor bolts, and nuts shall be steel, galvanized aft€
fabrication as specified herein. Threads on galvanize
bolts and nuts shall be formed with suitable taps ar
dies such that they retain their normal clearance aft€
hot-dip galvanizing.
B. Except as otherwise provided herein, steel for bolt:
anchor bolts and cap screws shall be in accordance wit
the requirements of ASTM A 307 "Specifications fc
Carbon Steel Externally and Internally Threaded Standai
Fasteners," Grade B or threaded parts of ASTM A 36 ar
shall meet the following additional requirements:
1. The nut material shall be free-cutting steel, and
2. The nuts shall be capable of developing the ful
strength of the bolts. Threads shall be Coar:
Thread Series conforming to the requirements of tk
American Standard for Screw Threads. All bolts ar
cap screws shall have hexagon heads and nuts shal
be Heavy Hexagon Series.
C. Unless otherwise shown, all bolts, anchor bolts and nut
which are buried, submerged, or below the _top of tT
wall inside any hydraulic structure shall be of Type 31
stainless steel.
D. Unless otherwise shown, expanding-type anchors shall 1
steel expansion type Phillips Drill Company "Red Heac
anchors , McCul loc k Industries "Kwick-Bo1 t, '' c
equivalent. Lead caulking anchors will not 1
permitted. Size shall be as shown. Expansion tyy
anchors which are to be embedded in grout may be stee:
Non-embedded buried or submerged anchors shall be T~I
316 stainless steel.
0
2.13 POWER-DRIVEN PINS
A. Materials : Power-driven pins for installation :
concrete or steel shall be heat-treated steel alloy. : the pins are not inherently sufficient:
corrosion-resistant for the conditions to which they ai
to be exposed, they shall be protected in an acceptab:
manner. Pins shall have capped or threaded heac
capable of transmitting the loads the shanks a;
required to support. Pins that are connected to stet
shall have longitudinal serrations around tl 0 circumference of the shank.
082895 MISCELU-WEOUS METALWOE
PAGE 05500 - MAEXKLE RESERVOIR
SECTION OS500 - MISCELLANEOUS METALWORK
PART 3 - EXECUTION
3.1 FABRICATION AM) INSTAUATION REQUIREMENTS
A. Fabrication and Erection: Except as otherwise show
the fabrication and erection of structural steel shal
conform to the requirements of the American Institute c
Steel Construction "Manual of Steel Construction."
B. Not Used
C. Not Used
D. Power-Drive Pins: Power-driven pins shall be installe
by a craftsman who is certified by the manufacturer a
being qualified to install the manufacturer's pins.
Pins shall be driven in one initial movement by a
instantaneous force that has been carefull-y selected t
attain the required penetration. Driven pins shal conform to the following requirements:
Material Material's penetration in from pin's CL Minimum
penetrated minimum supporting to edge of pene- pin
by pin thickness material trated material spacing
Xoncre te 16D 6D minimum
Steel 1 / 4 -inch Stee.1 Thickness D-Pin's shank diameter
Pin's shank Minimum space
14D 20D
4D 7D
3.2 WELDING
A. All welding shall be by the metal-arc method 01
gas-shielded arc method as described in the America]
Welding Society's "Welding Handbook'' as supplemented b!
other pertinent standards of the AWS, Qualification 01
welders shall be in accordance with the AWS Standard:
governing same.
B. In assembly and during welding, the component part2
shall be adequately clamped, supported and restrained tc
minimize distortion and for control of dimensions. Welc
reinforcement shall be as specified by the AWS Code.
Upon completion of welding, all weld splatter, flux,
slag, and burrs left by attachments shall be removed. Welds shall be repaired to produce a workmanlike
appearance, with uniform weld contours and dimensions.
All sharp corners of material which is to be painted or
coated shall be ground to a minimum of 1/32-inch on the
flat.
082895 MISCELLANEOUS METALWORK
MAERKLE RESERVOIR PAGE 05500 - 4
SECTION 05500 - MISCELLANEOUS METALWORK
a 3.3 -VAN I Z ING
A. All structural steel plates, shapes, bars and fabricate
assemblies required to be galvanized shall, after tl
steel has been thoroughly cleaned of rust and scale, 1
galvanized in accordance with the requirements of ASTM
123. "Specification for Zinc (Hot-Galvanized) Coatir
on Products Fabricated from Rolled, Pressed and Forge
Steel Shapes, Plates, Bars and Strip." Any galvanize
part that becomes warped during the galvanizir
operation shall be straightened. Bolts, anchor bolt5
nuts and similar threaded fasteners, after beir
properly cleaned, shall be galvanized in accordance wit
the requirements of ASTM A 153 "Specifications for Zin
Coating (Hot-Dip) on Iron or Steel Hardware.'" Fie1
repairs to galvanizing shall be made using "Galvinox, "Galvo-Weld, I' or equivalent.
END OF SECTION
a
a
082895 MISCELLANEOUS METALWON
MAERKLE RESERVOIR PAGE 05500 -
SECTION 05532 - FIaERGLASS REINFORCED PLASTIC (FRP) ASSEMBLIES
PART 1 - GENERAL
0
This section specifies products and installation of Fiberglas
Reinforced Plastic (FRP) grating, and miscellaneous assemblies fo
use in submerged locations.
1.1 QUALITY ASSURANCE
A. Referenced Standards
1. American Society for Testing and Materials (ASTM)
2. Federal Specifications (FS)
1.2 SUBMITTALS
A. Shop Drawings
CONTRACTOR shall submit detailed shop drawings for thc
fabrication and installation of all F'RP assemblie:
including layout, location, arrangement and accessories.
B. Product Data
CONTRACTOR shall submit manufacturer's publishec
literature for specified products and accessories a:
applicable, including manufacturer's specifications,
physical characteristics and performance data,
1.3 PRODUCT HANDLING
A. Store F'RP assemblies above ground on pallets, platform:
B. Protect from damage, and exposure to ultra violet light.
or other supports.
PART 2 - PRODUCTS
2.1 MATE-
A. Grating
1. Grating shall be fiberglass roving reinforcec
thermoset plastic, constructed to provide thorougk
wetting of the glass by the resin. The gratin?
shall be made in a mold and of single piece
construction so the reinforcing glass of the
bearing bars are interwoven with the glass of the
082895 FIBERGLASS REINFORCED PLASTIC (FRP) ASSENBLIE:
MAERKLE RESERVOIR PAGE 05532 - 1
a
SECTION 05532 - FIBERGWS REINFORCED PLASTIC (-1 ASSEMBLIES
cross bars. Resin content will be a minimum of 60
and fiberglass a maximum of 40% by weight. Angula
silica particles shall be integrally embedded i
the top surface of the grating as an anti-sli
surface.
2. Bearing bars and cross-bars shall be designed tl
support a concentrated load of 250 pounds appliec
by a 12" X 3" block with a 1% deflection for th(
size span indicated in the CONTRACT DOCUMENTS Grating shall also be designed for a uniform livc
load of 100 hb./ft2.
3. The tops of the bearing bars and cross member:
shall be in the same plane to maximize the antislii
top surface area. The grating shall be transluceni
to allow inspection for defects, air bubbles an(
thorough glass wetting, and shall contain nc
fillers. The resin shall be a chemical grad(
thermoset xesin, such as CP-84, or approve(
equivalent. The only exception shall be in the
case where fire retardant capability is required.
* 4. All materials shall be suitable for continuou:
immersion in chlorinated or chloraminated potablc
water.
5. Fiberglass grates shall be manufactured b\
Chemgrate Corporation, 19205 - 144th Avenue N.E.,
Woodinville, WA 98072, (206) 483-9797, IMCO, 01
approved equivalent.
B. Not Used
C. Not Used
D. Accessories
1. Pr.ovi.de all required materials for hold-down,
including clips, nuts, bolts and washers. A1 1
hardware materials shall be 316 stainless steel,
. 2. All miscellaneous FRP accessories not specifically
addressed in the CONTRACT DOCUMENTS and intended
for installation by the CONTRACTOR shall be
submitted in accordance with Section 01300 to the
ENGINEER for acceptance.
082895 FIBERGLASS REINFORCED PLASTIC (FRP) ASSEMBLIES
PAGE 05532 - 2 MAERKLE RESERVOIR
SECTION 05532 - FIBERGLASS REINFORCED PLASTIC (F") ASSEMBLIES
2.2 DESIGN
a
A. Grating
1. The anti-slip silica grit top surface of thc
grating shall be molded integrally with the glas:
fiber reinforced substrate. The grit shall bc
tightly packed with particle-to-particle contact tc
a minimum depth of 1/8".
2. Grating bars shall be tapered to provide self- cleaning.
3. Color of grating shall be green (or gray if firc
retardant).
4. Grating panels shall be custom manufactured and cui
to meet the requirements of the CONTRACT DOCUMENTS.
B. Not Used
C. Not Used
PART 3 - EXECUTION
3.1 INSPECTION
A. Grating -
1. CONTRACTOR shall check supporting members fo:
correct layout and alignment.
2. CONTRACTOR shall verify that surfaces to receivc
grating are free of debris.
3. CONTRACTOR shall check measurement of grating tc
determine fit.
B. Not Used
C. Not Used
a
082895 FIBERGLASS REINFORCED PLASTIC (FRP) ASSEMBLIE MAERKLE RESERVOIR PAGE 05532 -
SECTION 05532 - FIBERGLASS REINFORCED PLASTIC (E") ASSEMBLIES
"3.2 INSTALLATION
A. Grating
1. CONTRACTOR shall perform all installation ir
accordance with the CONTRACT DOCUMENTS and thc
approved submittals.
2. CONTRACTOR shall set the WORK accurately ir
location, alignment and elevation; plumb, level,
true and free from rack, measured from establishec lines and levels.
3. CONTRACTOR shall fit grating panels together tc
form + one-quarter-inch (1/4") joints at adjoinins
panels and + one-half-inch (1/2") joints at
exterior curbs:
4. Field cut or sanded surfaces shall be coated wit1
resin furnished by manufacturer and shall bc applied by the CONTRACTOR in accordance witk
manufacturer's instructions.
5. If the scope of WORK requires the CONTRACTOR tc
perform additional tasks, which may - damage the
installed grating; the CONTRACTOR is responsible
for covering the grating or taken all necessar!,
measures to protect the grating.
6. Align bars of adjoining panels of gratings. Botton
support or end panel connectors are required where panels butt together,
B. Not Used
C. Not Used
END OF SECTION
082895 FIBERGLASS REINFORCED PLASTIC (FRP) ASSEMBLIE: MAERKLE RESERVOIR PAGE 05532 - f
SECTION 09800 - PROTECTIVE COATINGS 0
PART 1 - GENERAL
1.1 THE REQUIREMENT
A. The WORK of this Section shall include the protectivi
coating of all specified surfaces including all surfaci
preparation, pretreatment I coating application, touch-u]
of factory-coated surfaces, protection of surfaces no to be coated, cleanup, and appurtenant work, all i.
accordance with the requirements of the CONTRAC'
DOCUMENTS.
B. The following surfaces shall not be protective coatel
hereunder unless shown on the plans, by this Section, o
elsewhere in the CONTRACT DOCUMENTS,
1. Concrete.
2. Stainless steel.
3. Machined surfaces - 0 4. Equipment nameplates.
5. Manhole frames and covers.
1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. Without limiting the generality of other requirements o
these specifications, all cleaning, surface preparation
coating, and appurtenant work shall conform to th
applicable requirements of the referenced portions o
the standards specified herein.
B. Referenced herein to "SSPC Specifications" or "SSPC shall mean the published standards of the Stee
Structures Painting Council, 4400 Fifth Avenue
Pittsburgh, PA 15213.
C. References herein to "NACE" shall mean the publishe
standards of the National Association of Corrosic
. Engineers, P.0, Box 986, Katy, TX 77450.
D, All products shall conform to all current local ai
quality regulations in effect at the time of applicatic
as dictated by the San Diego Air Pollution Contrc a District (APCD) .
082895 PROTECTIVE COATIN(
MAERKLE RESERVOIR PAGE 09800 -
SECTION 09800 - PROTECTIVE COATINGS
E. All products intended for immersion in potable wate
shall conform to all national, state and local wate
quality regulations in effect at the time o
application. Including, but not limited to, NSF 61.
1.3 CONTRACTOR SUBMITTALS
A. Samples: Upon request of the ENGINEER, the CONTRACT0
shall be prepared to submit samples of all paint
finishes, and other coating materials specified herein
in accordance with the requirements for "Samples" in th
Section entitled, "Submittals" D
B. Coating Materials List: The CONTRACTOR shall provide
copies of a coating materials list which indicates th
manufacturer and the coating number, keyed to th
coating schedule herein, for the approval of th
ENGINEER prior to or at the time of submittal o samples.
C. Paint Manufacturer's Information: For each paint systei
to be used the CONTRACTOR shall submit, the followin
listed data at least 30 days prior to painting.
1. Paint manufacturer's data sheet for each produc
used, including statements on the suitability o
the material for the intended use.
2. Paint manufacturer's instructions ant recommendations on surface preparation anc
application.
..
3. Colors available for each product (wherc
applicable) o
4. Compatibility of shop and field applied coating:
(where applicable).
5. Material safety data sheet for each product used.
6, Two sets of color samples to match each coloi
selected by the ENGINEER from the manufacturer':
standard color sheets. If custom mixed colors arf
required by this Section, the color samples shal:
be made using color formulations prepared to matcl
the color samples furnished by the ENGINEER. Thc
color formula shall be shown on the back of eacl
color sample.
082895 PROTECTIVE COATING:
MAEXKLE RESERVOIR PAGE 09800 - i
SECTION 09800 - PROTECTIVE COATINGS a
D. Manufacturer's Certification: For submerged and sever
service coating systems, the CONTRACTOR shall requir
the paint manufacturer to verify to the following:
1. The coating systems supplied are in conformanc
with these specifications. Each element i
compatible with the other elements in the systerr
and the system is suitable for its intended use.
E. The CONTRACTOR shall submit all such certificates to th
ENGINEER within 10 days of completion of each pain
system.
F. Applicator's Certificate: For submerged and sever
service coating systems, the CONTRACTOR shall requir
the applicator of the protective paint coatings t
certify to the following:
1. Immediately before painting, surfaces conformed t
the specified preparation; they were suitabl condition; and were clean, dry, and free of dust
rust, and mill scale.
2. Surface preparation and coating use, mixinc
application, and curing were done in accordanc
with the current printed instructions ar
recommendations of the protective coatir
manufacturer, - and these Specifications.
3. The products specified were used. A listing of tt-
names of the products and their manufacturer shal
be provided.
a
4, The products were used within the shelf-life date3
stating the shelf-life dates of each container c
each product used.
5. The specified dry film thickness of coatings are c
the items.
6. The quantities of each product used with copies c
paint manufacturer's invoice.
7. Compatible paints were used where shop of fie1
applied coatings are applied OV€
previously-applied coatings. a
082895 PROTECTIVE COATIN(
MAERKLE RESERVOIR PAGE 09800 -
SECTION 09800 - PROTECTIVE COATINGS
G. The applicator's certificate shall list the dates an
locations that the coating work was completed for th
various surfaces coated, and shall also list the dr
film thickness obtained for each coat. The CONTRACT0 shall submit said paint applicator's certificates to th
ENGINEER within 10 days after completion of each pain
system.
1.4 QUALIW ASSURANCE
A. The CONTRACTOR shall give the ENGINEER a minimum of
days advance notice of the start of any field surfac
preparation for coating applications, and a minimum of
days advance notice of the start of any shop surfac
preparation.
B. All such field surface preparation shall be performe
only in the presence of the ENGINEER, unless th ENGINEER has granted prior approval to perform fie1
surface preparation in its absence.
C. Inspection by the ENGINEER, or the waiver of inspectio
of any particular portion of the WORK, shall not reliev
r the CONTRACTOR of its responsibility to perform the WOR
in accordance with these CONTRACT DOCUMENTS.
D, Where protective coatings are to be applied by
subcontractor, said subcontractor (must possess a vali
state _license as required for performance of th
painting and coating called for in this specificatio and) must provide 5 references which show that th
painting subcontractor has previous successfu
experience with the specified or comparable coatin
systems. Include the name, address, and the telephon
number of the owner of each installation for which th
painting subcontractor provided the protective coating.
E. Inspection Devices: The CONTRACTOR shall furnish, unti
final acceptance of such coatings, inspection devices i
good working condition for the detection of holidays an
measurement of dry-film thicknesses of protectiv
coatings e Dry-film thickness gages shall be mad
available for the ENGINEER'S use at all times whil
coating is being applied, until final acceptance of SUC
coatings. The CONTRACTOR shall provide the service of
trained operator of the holiday detection devices unti
the final acceptance of such coatings. Holida
detection devices shall be operated only in the presenc
of the ENGINEER.
082895 PROTECTIVE COATING
MAERKLE RESERVOIR PAGE 09800 -
SECTION 09800 - PROTECTIVE COATINGS 0
F- Holiday Testing: The CONTRACTOR shall holiday test all
coated ferrous surfaces inside a steel reservoir, or
other surfaces which will be submerged in water or other
liquids, or surfaces which are enclosed in a vapor space
in such structures. Areas which contain holidays shall
be marked and repaired or recoated in accordance wit1 the coating manufacturer's printed instructions and ther
retested.
1, Coatings With Thickness of 20 Mils or Less: For surfaces having a total dry film coating thicknes:
of 20 mils or less: Tinker and Rasor Model M-I
non-destructive type holiday detector, K-D Bird Doc
or equivalent shall be used. The unit shall
operate at less than 75-volts. For thicknessez
between 10 and 20 mils, a non-sudsing type wettin5
agent, such as Kodak Photo-Flo, or equivalent,
shall be added to the water prior to wetting thc
detector sponge.
G. Film Thickness Testing: On ferrous metals, the dry filn
coating thickness shall be measured in accordance wit?
the SSPC "Paint Application Specification No. 2" usin$
a magnetic-type dry film thickness gage such a:
Mikrotest model FM, Elcometer model 111/1EZ; or equal.
Each coat shall be tested for the correct thickness. Nc
measurements shall be made until at least 8 hours aftei
application of the coating. On non-ferrous metals anc
other Substrates, the coating thicknesses shall bf
measured at the time of application using a wet filn
gage-
0
H. Surface Preparation: Evaluation of blast Cleanec surface preparation will be based upon comparison of thc
blasted surface with the standard samples available fron
the NACE standard TM-01-70.
1.5 MANUFACTURER REPRESENTATIVE
A. At the request of the ENGINEER, the CONTRACTOR shall
require the protective coating manufacturer to furnish 2
qualified technical representative to visit the projecl
site for technical support as may be necessary tc
resolve field problems attributable or associated wit1
the manufacturer's products furnished under thi:
contract of the application thereof. a
082895 PROTECTIVE COATING!
MAERKLE RESERVOIR PAGE 09800 - !
SECTION 09800 - PROTECTIVE COATINGS
1.6 SAFETY AND HEALTH mQUIREMENTS
A. General: In accordance with requirements of OSHA Safet
and Health Standards for Construction (29CFR1926) ar
the applicable requirements of regulatory agencic
having jurisdiction, as well as manufacturer's print€
instructions, appropriate technical bulletins, manual2
and material safety data sheets, the CONTRACTOR shal
provide and require use of personnel protective ar safety equipmelnt for persons working in or about tt
project site.
B. Head and Face Protection and Respiratory Devices: Th
CONTRACTOR shall require all persons to wear protectiv helmets while in the vicinity of the WORK. In addition
workers engaged in or near the WORK during sandblastin
shall wear eye and face protection devices and ai
purifying, halfmask or mouthpiece respirators wit
appropriate filters. Barrier creams shall be used o
any exposed areas of skin.
C. Ventilation: Where ventilation is used to contro hazardous exposure, all equipment shall be explosion
proof. Forced air ventilation shall be provided t
reduce the concentration of air contaminants to th
degree such that a hazard does not exist and to assis
in the proper curing of the coating applied in
confined area. Air circulation and exhausting o solvent- vapors shall be continued until coatings hav
fully cured.
D. Sound Levels: Whenever the occupational noise exposur
exceeds maximum allowable sound levels, permitted unde
OSHA regulations, the CONTRACTOR shall provide an1
require the use of approved ear protective devices.
E. Illumination: Adequate illumination shall be providec
while work is in progress, including explosion-pro0
lights 'and electrical equipment. Whenever required b:
the ENGINEER, the CONTRACTOR shall provide additiona.
illumination to cover all areas to be inspected. Thc
level of illumination for inspection purposes shall bc
determined by the ENGINEER.
F. Ventilation: Forced air ventilation, in accordance wit1
the requirements of Paragraph 1.6.C herein is requirec
for the application and curing of coatings on the
interior surfaces of steel reservoirs and enclose(
hydraulic structures. During curing periods air shal:
082895 PROTECTIVE COATING!
MAERKLE RESERVOIR PAGE 09800 - f
SECTION 09800 - PROTECTIVE COATINGS 0
be continuously exhausted from the lowest level of thc
structure using portable ducting. After all interioi
coating operations have been completed the final curinc
period shall be a minimum of 10 days, during which thc
forced air ventilation system shall operatc
continuously.
G. Temporary Access: All temporary ladders and scaf foldinc
shall conform to applicable safety requirements
Scaffolding shall be erected where requested by thc
Engineer to facilitate inspection and shall be moved b:
the CONTRACTOR to locations as requested by thc ENGINEER.
1.7 MAINTENANCE
A. Warranty Inspection: A warranty inspection may bc
conducted during the eleventh month following completioi of all coating and painting. The CONTRACTOR and t
representative of the coating material manufacture.
shall attend this inspection. All defective WORK shal
be repaired in accordance with these specifications anc
to the satisfaction of the OWNER. The OWNER may, b
written notice to the CONTRACTOR, reschedule thl
warranty inspection, or may cancel the warrant
inspection altogether. If a warranty inspection is no
held the CONTRACTOR is not relieved of it<
responsibilities under the CONTRACT DOCUMENTS.
a
-
PART 2 - PRDDUCTS AND COATING SYSTEMS
2.1 GENERAL
A. Definitions: The term "paint, fv "coatings, " o
"finishes" as used herein, shall include surfac
treatments, emulsions, enamels, paints, epoxy resins
and all other protective coatings, excepting galvanizin or anodizing, whether used as a pretreatment, primer
intermediate coat, or finish coat, The term "DFT" mean
minimum dry film thickness.
B. General: Coating materials shall be sealed i
containers that plainly show the designated name
formula or specification number, batch number, color
date of manufacture, manufacturer's directions, and nam
of manufacturer, all of which shall be plainly legibl
at the time of use. 0
082895 PROTECTIVE COATING
MAERKLE RESERVOIR PAGE 09800 -
SECTION 09800 - PROTECTIVE COATINGS
C. The CONTRACTOR shall use coating materials suitable fo
the intended use and recommended by their manufacture
for the intended service.
D, Compatibility: In any coating system only compatibl materials from a single manufacturer shall be used i
the WORK. Particular attention shall be directed t
compatibility of primers and finish coats.
E. Colors: All colors and shades of colors of all coats o
paint shall be as selected or specified by the ENGINEER
Each coat shall be of slightly different shade, a
directed by the ENGINEER, to facilitate inspection o
the surface coverage of each coat. Finish colors shal be as selected from the manufacturer's standard colo
samples by the ENGINEER.
F. Protective Coating Materials: Products shall b
standard from recognized manufacturers regularly engage
in production of such materials for essential1
identical facilities, and with previous successfu
experience in such manufacture for comparabl
applications. Where requested, the CONTUCTOR shal
provide the ENGINEER with the names of not less than 1
successful appl-ications of the proposed manufacturer'
products demonstrating compliance with thes
specification requirements.
G. Coating' Manufacturers : Except as otherwise indicate(
herein, materials specified are from the catalogs of th
companies listed herein. Materials by othe
manufacturers approved by the ENGINEER are acceptabll
provided that they are established to the satisfactio:
of the ENGINEER as being compatible with and o
equivalent quality to the coatings of the companie
listed. The CONTRACTOR shall provide satisfactor
documentation from the firm manufacturing the propose(
material that the material meets the specifiec
requirements and is equivalent or better than the listel
materials in the following properties:
1. Quality
2. Durability
3. Resistance to abrasion and physical damage
4. Life expectancy
082895 PROTECTIVE COATING,
MAERKLE RESERVOIR PAGE 09800 -
SECTION 09800 - PROTECTIVE COATINGS a
5. Ability to recoat in future
6. Solids content by volume
7. Dry film thickness per coat
8, Compatibility with other coatings
9, Suitability for the intended service
10. Resistance to chemical attack
11. Temperature limitations in service durir
application
12. Type and quality of recommended undercoats ar
topcoats
13. Ease of application
14. Ease of repairing damaged areas e 15. Stability of colors
H. The cost of all testing and analyzing of the proposc
substitute materials that may be required by tt
propose3 substitution requires changes in the WORK, tt
CONTRACTOR shall bear all such costs involved and tl
costs of allied trades affected by the substitution.
ENGINEER shall be paid by the CONTRACTOR. If tt
I. Materials Sources: Each of the following manufacture]
is capable of supplying many of the industrial coati1 materials specified in this Article. Whei
manufacturers and paint numbers are listed, it is 1
show the type and quality of coatings that are require(
Proposed substitute materials must be shown to satis:
the material descriptions and to equal or exceed tl
properties of the listed materials as required. 1
Paragraph 2.1.G.
1. Ameron
2, Kop-Coat/Carboline Co.
3. Dupont Company 0
082895 PROTECTIVE COATIN(
MAERKLE RESERVOIR PAGE 09800 -
SECTION 09800 - PFtOTECTIVE COATINGS
4 - Corchem Corporation
5. Tnemec Company
6. Valspar Corporation
2.2 INDUSTRIAL COATING SYSTEMS
A. System 4 - Aliphatic Polyurethane: Two componeni
aliphatic acrylic polyurethane coating material thal provides superior color and gloss retention, resistanct
to splash from acid and alkaline chemicals, an(
resistance to chemical fumes and severe weathering
Primer shall be a surface tolerant, high solids epox]
coating with a minimum solids content of 60 percent b!
volume.
1. Topcoat, (1 coat at 4-6 mils DFT) (Amersheild)
2. Prime coat (1 coat at 4-6 mils DE'T) (Amerlock 40(
or equivalent).
Surface preparation and coating application shall be ir
accordance with manufacturer's recommendations. Producl
information and application instructions- shall bt
submitted to the ENGINEER two weeks prior tc
application, The CONTRACTOR shall notify the ENGINEEE
24 hours - in advance of any coating application.
*
B. System 10 - Acrylic: Three coats of an approved late>
acrylic paint, equivalent to Amerguard 220, TNEME(
series 6 Tneme-Cry1 or approved equivalent, shall bc
applied by brush, spray or roller to completely cove]
any exposed exterior tank wall surface, downspouts, am
roof edge. Downspouts shall be painted beforc
installation.
C. System 11 - Buried Concrete Walls: Three coats ol
Koppers Bitomastic Super Service Black or an approvec
equivalent, shall be applied by brushl spray or rollei
to completely cover the underground wall at thc
manufacturer's recommended usage rate.
1. Topcoat, (2 coats at 14 mils DE'T each, 28 mil:
total).
082895 PROTECTIVE COATING:
PAGE 09800 - 1( MAERKLE RESERVOIR
SECTION 09800 - PROTECTIVE COATINGS 0
2.3 SUBMERGED AND SEVERE SEKVICE COATING SYSTEMS
A. Materials Sources: The manufacturers' products liste
in this paragraph are materials which satisfy th
material descriptions of this paragraph and have
documented successful record for long term submerged o
severe service conditions. If the products proposed k
the CONTRACTOR are not listed below the requirements o
Paragraph 2.1.G apply. In addition, submit fo consideration a list of at least 10 installations wit
similar service conditions for which the propose
products have shown satisfactory performance for a
least several years. Include the name, address, an
phone number of the OWNER of each installation.
B. System 100 - Epoxy: High build, amine cured, straigh
epoxy resin with a solids content of at least 80 percen
by volume, and suitable for long-term immersion servic
in potable water.
1. Prime coat and finish coat (2 coats at 7 mil DF
each, 14 mils total), Amercoat 395FD, o
equivalent.
C. System 106 - Fusion Bonded Epoxy: The coating materia
shall be a 100 percent powder epoxy applied i
accordance with the ANSI/AWWA C213 "AWWA Standard fo
Fusion-Bonded Epoxy Coating for the Interior an
Exterior of Steel Water Pipelines, IT except that th
surface preparation shall be as specified in the coatin
system schedule of this Section. Apply the coatin
using the fluidized bed process.
c
2.4 SPECIAL COATING SYSTEMS
A. System 200 - PVC Tape: Prior to wrapping the pipe wit
PVC tape, the pipe and fittings first shall be prime
using a primer recommended by the PVC tape manufacturer
After being primed, the pipe shall be wrapped with a 20 mil adhesive PVC tape, half-lapped, to a total thicknes
of 40 mils.
B. System 201 - Rich Portland Cement Mortar: Rich portlan
cement mortar coating to minimum thickness of 1/8-inch
followed by enclosure in an 8-mil thick polyethylen
sheet with all joints and edges lapped and sealed wit a tape.
082895 PROTECTIVE COATINC
MAERKLE RESERVOIR PAGE 09800 - 1
SECTION 09800 - PROTECTIVE COATINGS
C. System 205 - Polyethylene Encasement: Application of
polyethylene encasement in accordance with ANSI/AWP
C105 "American National Standard for Polyethylene
Encasement for Ductile-Iron Piping for Water and Other
Liquids," using Method C.
D. System 209 - Non-Oxide Grease: Apply one coat of NO-OX-
ID as manufactured by Dearborne Chemical Company.
Tightly wrap with 8 mil thick polyethylene sheet witk
all joints and edges lapped by at least 6 inches anc
taped with JM Pipe Tape, 10 mil (pipe wrap).
PART 3 - EXECUTION
3.1 SAFETY REQUIREMENTS
A. The CONTRACTOR shall provide and require the use of
protective and safety equipment for workers ir
accordance with the requirements of the Constructior
Safety Orders of State of California Division of
Industrial Safety, and the OSHA Safety and Healtk
Regulations 29CE'R 1926.
r B. The CONTRACTOR shall comply with the manufacturer'z
printed instructions, technical bulletins, manuals, anc material safety data sheets in the handling of
potentially hazardous or harmful materials.
C. All workers shall wear protective helmets, eye and face
protection devices, air purifying mask or mouthpiece
respirators, and barrier creams on exposed skin areas as
required to comply with the regulatory agency 01
manufacturer's safety instructions.
D. Where forced ventilation is used to control hazardous
exposure explosion-proof equipment shall be used.
E. Adequate illumination shall be provided while work is ir
progress. Lighting and electrical equipment shall be
explosion-proof.
F. Cloths and cotton waste that might constitute a fire
hazard shall be placed in fire-resistant closed metal
containers until removed from the work site or destroyec at the end of each day.
082895 PROTECTIVE COATING: MAERKLE RESERVOIR PAGE 09800 - 12
SECTION 09800 - PROTECTIVE COATINGS e
3.2 STORAGE, MIXING, AND THINNING OF MATERIALS
A. Protection of Materials: All material shall b
delivered to the work site in their original unopene
containers bearing the manufacturer's name, brand an
batch number,
B. Manufacturer's Recommendations: Unless otherwis
specified herein, the coating manufacturer's printe
recommendations and instructions for thinning, mixing
handling, applying, and protecting its coatin
materials, for preparation of surfaces for coating, an
for all other procedures relative to coating shall b
strictly observed. No substitutes or other deviation
will be permitted without written permission of th
ENGINEER. The CONTRACTOR shall supply the ENGINEER wit
copies of each manufacturer's instructions in accordanc
with the requirements of Section 01300 entitled
"Submittals e *I
C. All protective coating materials shall be used withi
the manufacturer's recommended shelf life.
D. Storage and mixing of paint or other coating material
shall be performed only in those areas designated by th ENGINEER
a
E, Storage and Mixing: Coating materials shall k
protectsd from exposure to cold weatherp and shall k
thoroughly stirred, strained, and kept at a unifor
consistency during application. Coatings of differer
manufacturers shall not be mixed together.
3.3 PREPARATION FOR COATING
A, General: All surfaces to receive protective coatins
shall be cleaned as specified herein prior t application of said coatings. The CONTRACTOR shal
examine- all surfaces to be coated, and shall correct a1
surface defects before application of any coatir
material. All marred or abraided spots on shop-prime
and on factory-finished surfaces shall receive touch-1
restoration prior to any coating application.
B. Protection of Surfaces Not to be Coated: Surfaces whic
are not to receive protective coatings shall I:
protected during surface preparation, cleaning, a1 a coating operation.
082895 PROTECTIVE COATIN(
MAERKLE RESERVOIR PAGE 09800 -
SECTION 09800 - PROTECTIVE COATINGS
C. All hardware, lighting fixtures, switchplates, machine(
surfaces, couplings, bearings, nameplates on machinery
and other surfaces not to be painted shall be removed,
masked or otherwise protected. Drop cloths shall bi
provided to prevent coating materials from falling on 0. marring adjacent surfaces. The working parts of a1
mechanical and electrical equipment shall be protectec
from damage during surface preparation and coatinc
operations. Openings in motors shall be masked tc
prevent entry of coating or other materials.
D. Care shall be exercised not to damage adjacent WORE
during blast cleaning operations. Spray painting shal:
be conducted under carefully controlled conditions e Thc
CONTRACTOR shall be fully responsible for and shall
promptly repair any and all damage to adjacent WORK 01
adjoining property occurring from blast cleaning 01
coating operations.
E. Protection of Painted Surfaces: Cleaning and coatin5
shall be so programmed that dust and other contaminant:
from the cleaning process will not fall on wet, newly- coated surfaces.
r
3.4 SURF'ACE PREPARATION STANDARDS
J A. The following referenced surface preparatior specifications of the Steel Structures Painting Council
shall form a part of this specification:
1. Solvent Cleaning (SSPC-SP1) : Removal of oil,
grease, dirt, soilsl salts, contaminants b\
cleaning with solvent, vapor, alkali, emulsion, or
steam.
2. Hand Tool Cleaning (SSPC-SP2): Removal of loose
rust, loose mill scale, and loose paint to the
degree specified by hand tool chipping, scraping,
sanding, and wire brushing.
3. Power Tool Cleaning (SSPC-SP3): Removal of loose rust, loose mill scale, and loose paint to the
degree specified by power tool chipping, descaling,
sanding, wire brushing, and grinding.
4. White Metal Blast Cleaning (SSPC-SP5) : Removal of
all visible rust, mill scale, paint, and foreigr
matter by blast cleaning with wheel or nozzle (drq
or wet) using sand, grit, or shot.
082895 PROTECTIIE COATINGS
MAERKLE RESERVOIR PAGE 09800 - 14
SECTION 09800 - PROTECTIVE COATINGS a
5. Commercial Blast Cleaning (SSPC-SP6) : Blas cleaning until at least two-thirds of each elemen
of surface area is free of all visible residues.
6. Brush-Of f Blast Cleaning (SSPC-SP7 ) : Blas
cleaning of all except tightly adhering residues o
mill scale, rust,. and coatings, exposing numerou
evenly distributed flecks of underlying metal.
7 a Near-White Blast Cleaning (SSPC-SP10-63) : Blas
cleaning nearly to White Metal Cleanliness, unti at least 95 percent of each element of surface are
is free of all visible residues.
Be The CONTRACTOR shall note that the definition of Nea
White Metal Blast Cleaning, SSPC-SP10, is from the 196
version of the SSPC standard, and requires that 9
percent of "each element" of surface area be free of a1
visible residues. The other surface preparatio standards shall be the most recent versions published b
the SSPC.
3.5 METAL SURFACE PREPARATION (UNGALVANIZED)
* A. The minimum abrasive blasting surface preparation shal
be as specified in the coating system schedules include
at the end of this Section. Where there is a conflic
between these specifications and the coatin
manufac-turer' s printed recommendations for the intende
service, the higher degree of cleaning shall apply.
B. Workmanship for metal surface preparation shall be i
conformance with the current SSPC Standards and thi
Section, Blast cleaned surfaces shall match th
standard samples available from the National Associatio
of Corrosion Engineers, NACE Standard TM-01-70.
C. All, oil, grease, welding fluxes and other surfac
contamihants shall be removed by alkaline cleaning pe
SSPC-SF1 prior to blast cleaning.
D. All sharp edges shall be rounded or chamfered and a1
burrs, and surface defects and weld splatter shall b
ground smooth prior to blast cleaning.
E. The type and size of abrasive shall be selected t
produce a surface profile that meets the coatin
manufacturer's recommendation for the particular coatin a and service condition.
082895 PROTECTIVE COATINC
MAERKLE RESERVOIR PAGE 09800 - 1
SECTION 09800 - PROTECTIVE COATINGS
F. The abrasive shall not be reused unless otherwise approved by the ENGINEER. For automated shop blastin<
systems, clean oil-free abrasives shall be maintained.
G. The CONTRACTOR shall comply with the applicable federal,
state and local air pollution control regulations for
blast cleaning.
H. Compressed air for air blast cleaning shall be suppliec
at adequate pressure from well maintained compressors
equipped with oil/moisture separators which remove at
least 95 percent of the contaminants.
I. Surfaces shall be cleaned of all dust and residual
particles of the cleaning operation by dry air blast
cleaning, vacuuming or another approved method prior to
painting,
J. Enclosed areas and other areas where dust settling is a
problem shall be vacuum cleaned and wiped with a tack
cloth.
K. Damaged or defective coating shall be removed by the
specified blast cleaning to meet the clean surface
requirements before recoating.
L. If the specified abrasive blast cleaning will damage
adjacent work, t:he area to be cleaned is less than 100
square feet, and the coated surface will not be
submerged in service, than SSPC-SP2, hand tool cleaning
or SSPC-SP3, power tool cleaning, will be permitted.
M. Shop applied coatings of unknown composition shall be
completely removed before the specified coatings are applied. Valves, castings, ductile or cast iron pipe,
and fabricated pipe or equipment shall be examined for
the presence of shop-applied temporary coatings.
Temporary coatings shall be completely removed by
solvent- cleaning per SSPC-SP1 before the SSPC-SP2 or
SSPC-SP3 work has been started.
-
N. Shop primed equipment shall be alkaline cleaned in the
field before finish coats are applied.
3.6 ALUMINUM SURFACE PREPARATION
A. Remove oil, grease or soap film with a neutral detergent
or emulsion cleaner; treat with Modine 1200, Alumniprep
082895 PROTECTIVE COATINGS
MAERKLE RESERVOIR PAGE 09800 - 16
SECTION 09800 - PROTECTIVE COATINGS (N
(heron, Protective Coatings Division) or equivalen
product or blast lightly with a fine abrasive a
recommended by the manufacturer.
3.7 CONCRETE SURFACE PREPARATION
A. All concrete or shotcrete surfaces shall be thorough1
cleaned in accordance with Section 03300 paragraph 3.
Method 7, before coating or painting.
B. All cracks and voids shall be repaired and the surface
shall be acceptable for painting and coating, a recommended by the coating manufacturer.
3.8 NOT USED
3.9 WORKMANSHIP
A. Skilled craftsmen and experienced supervision shall b
used on all work.
B- Clean drop cloths shall be used. All damage to surface
resulting from the WORK hereunder shall be cleaned
repaired, and refinished to the complete satisfaction o
the ENGINEER at no cost to the OWNER.
0
C. All coatings shall be applied under dry and dust-fre
conditipns. Coating shall be applied in a worlcmanlik
manner so as to produce an even film of unifor
thickness. Edges, corners, crevices, and joints shal
receive special attention to insure that they have bee
thoroughly cleaned and that they receive an adequat
thickness of coating material. The finished surface
shall be free from runs, drops, ridges, waves, laps
brush marks, and variations in color, texture, an
finish. The hiding shall be so complete that th
addition of another coat would not increase the hiding
Special attention shall be given to insure that edges
corners; crevices, weldsl and similar areas receive
film thickness equivalent to adjacent areas, an
installations shall be protected by the use of dro
cloths or other approved precautionary measures.
3.10 SHOP COATING REQUIREMENTS
A, X1 items of equipment, or parts of equipment which ar
not submerged in service, shall be shop primed and the
finish coated in the field after installation with th
082895 PROTECTIVE COATING
MAERKLE RESERVOIR PAGE 09800 - 1
4B
SECTION 09800 - PROTECTIVE COATINGS
specified or approved color. The methods, materials,
application equipment and all other details of shoi
painting shall comply with these specifications. If the
shop primer requires topcoating within a specifiec
period of time, the equipment shall be finish coated ii
the shop and then touch-up painted after installation.
B. All items of equipment, or parts and surfaces oj
equipment which are submerged when in service, with the
exception of valves shall have all surface preparatior
and coating work performed in the field.
C. For certain pieces of equipment it may be undesirable 01
impractical to apply finish coatings in the field. Such
equipment may include ferrous metal passages in valves,
or other items where it is not possible to obtain the
specified qua1it.y in the field. Such equipment shall be
shop primed and finish coated in the shop and then
repaired in the field with the identical material after
installation, The CONTRACTOR shall require the manufacturer of each such piece of equipment to certify
as part of its shop drawings that the surface
preparation is in accordance with these specifications.
The coating material data sheet shall be submitted with
the shop drawings for the equipment,
D. For certain small pieces of equipment the manufacturer
may have a standard coating system which is suitable for
the intended service conditions. In such casesp the final determination of suitability will be made during
review of the shop drawing submittals.
E. Shop painted surfaces shall be protected during shipment
and handling by suitable provisions including padding,
blocking, and the use of canvas or nylon slings. Primed
surfaces shall not be exposed to the weather for more
than 6 months before being topcoated, or less time if
recommended by the coating manufacturer.
F. Damage to shop-applied coatings shall be repaired in
accordance with this Section and the coating
manufacturers printed instructions.
G. The CONTRACTOR shall make certain that the shop primers
and field topcoats are compatible and meet the
requirements of this Section. Copies of applicable coating manufacturer's data sheets shall be submitted
with equipment shop drawings.
082895 PROTECTIVE COATINGS
MAEFXLE RESERVOIR PAGE 09800 - 18
SECTION 09800 - PROTECTIVE COATINGS a
3.11 APPLICATION OF COATINGS
A. The application of protective coatings to stec
substrates shall be in accordance with “Pair
Application Specification No. 1, (SSPC-A-1) , "Stet
Structures Painting Council.”
B. Cleaned surfaces and all coats shall be inspected pric
to each succeeding coat. The CONTRACTOR shall schedul
such inspection with the ENGINEER in advance.
C. Blast cleaned ferrous metal surfaces shall be paint6
before any rusting or other deterioration of the surfac
occurs. Blast cleaning shall be limited to only tho:
surfaces that can be completed in the same working day.
D. Coatings shall be applied in accordance with tk
manufacturer’s instructions and recommendations, ar
these specifications, If direction differs, the ~OE
stringent requirements shall be followed. Thinnir shall be performed in accordance with all air qualit
requirements and manufacturer’s recommendations.
E. Special attention shall be given to edges, angles, we1
seams, flanges, nuts and bolts, and other places wher
insufficient film thicknesses are likely to be present
Use stripe painting for these areas.
F. Finish coats, including touch-up and damage repair coat
shall be applied in a manner which will present
uniform texture and color matched appearance.
G. Coatings shall not be applied under the followin
conditions:
1. Temperature exceeding the manufacturer’
2.
3. Damp or humid weather.
4, When the temperature is less than 5 degrees F
5. When air temperature is expected to drop below 4 degrees F. or less than 5 degrees F. above th
dewpoint within 8 hours after application o
coating.
e
recommended maximum and minimum allowable.
Dust of smoke laden atmosphere,
above dewpoint.
4D
082895 PROTECTIVE COATING
MAERKLE RESERVOIR PAGE 09800 - 1
SECTION 09800 - PROTECTIVE COATINGS
H. Dewpoint shall be determined by use of a sling
psychrometer in conjunction with U.S. Department of
Commerce, Weather Bureau psychometric tables,
I. Steel piping shall be abrasive blast cleaned and primed
before installation.
J. The finish coat on all WORK shall be applied after all
concrete, masonry, and equipment installation is complete and the work areas are clean and dust free.
3.12 CURING OF COATINGS
A. The CONTRACTOR shall provide curing conditions in
accordance with the conditions recommended by the
coating material manufacturer or bY these
specifications, whichever is the highest requirement,
prior to placing the completed coating system into
service o
B. In the case of enclosed areas, forced air ventilation,
using heated air if necessary, may be required until the
coatings have fully cured.
.. 3.13 NOT USED
3.14 COATING SYSTEM SCHEDULES - F'ERROWS METALS
A. Coating-System Schedule, Ferrous Metal - Not Galvanized
No. I tem Surf ace Prep. System Nc
EM-3 All exposed surfaces Commercial blast (4) Aliphati
indoors and outdoors, cleaning SSPC-SP6 polyurethar
except those included below
-
EN- 6 Surfaces inside the White metal blast (100)
valves) epoxy
FM-11 Buried ductile iron Per AWWA C105 and (205)
reservoir (excluding cleaning SSPC-SP5 Amine-curec
Pipe CllO and VCMWD pol ye thyler
Standard encasement
Specifications
EM-12 Buried couplings, valves, Per paragraph 3.5~ (209)
and flanged joints non-oxide
grease
082895 PROTECTIVE COATINGS MAERKLE RESERVOIR PAGE 09800 - 20
SECTION 09800 - PROTECTIVE COATINGS a
FM-17 Ferrous surfaces of White metal blast (106) sleeve-type couplings cleaning SSPC-SP5 fusion bonded e€
3.15 COATING SYSTEM SCHEDULE - ALUMINUM
AL-1 Aluminum Downspouts per paragraph 3.6 (10)
3.16 COATING SYSTEM SCHEDULE-CONCRETE
System Nc - No. Item Surface Prep.
c-1 Exterior Walls Concrete Per paragraph 3.7 (10)
(11) c-2 Buried concrete Per Paragraph 3.7 walls
END OF SECTION
a
-
0
082895 PROTECTIVE COATIN(
MAERKLE RESERVOIR PAGE 09800 -
SECTION 10900 - MISCELLANEOUS SPECIALTIES e
PART 1 - GENERAL
1.1 THE REQUIREMENT
A. General: The CONTRACTOR shall furnish all labor equipment, materials, tools, supplies, fittings, ar
appurtenances required for the fabrication, support
installation, operation of all equipment, testing, an as specified herein, for a complete and workabl
installation in accordance with the requirements of th
CONTRACT DOCUMENTS.
B. The items specified under this Section shall b
furnished by manufacturer's having experience in th
manufacture of similar products and having a record o
successful installations.
1.2 RELATED WORK SPECIFIED ELSEWHERE
A. Painting and protective coating of metalwork an
fabricated items shall be performed in accordance wit
the requirements of Section 09800 "Protective Coating. I'
B. All metalwork specified herein shall be in accordanc
with the requirements of Section 05500 "Miscellaneou
Metalwork. I'
0
C. Piping - shall conform to Section 15120 "Pipin
D, Shop Drawing submittal shall be in accordance with
Specialties e I'
Section 01300 "Submittals. I'
E. Not Used
PART 2 - PRODUCTS
2.1 NOT USED
2.2 NOT USED
2.2.1 NOT USED
2.3 NOT USED
a
082895 MISCELLANEOUS SPECIALTIE
MAEFUGE RESERVOIR PAGE 10900 -
SECTION 10900 - MISCELLANEOUS SPECIALTIES
2.4 CATHODIC PROTECTION
A. Galvanic Anodes: At the locations shown, galvanic anode:
shall be attached to the pipe flanges inside tht
reservoir. Anodes shall be 32-lb. Galvomag complett
with 10-foot lead wire, No. 10 AWG copper, with HMW-PI
insulation. The lead wire shall be --Welded to thc
case and the connection shall be insulated. Anodes ma!
have a case of galvanized steel spiral, perforated stril
or galvanized steel rod. Anodes shall be attached tc
the type in accordance with the details shown on the
Contract Drawings.
2.5 NOT USED
2.6 NOT USED
2.7 NOT USED
2.8 PRESSURE cams
A. General, Pressure gages shall be provided where shown.
c B. Gage Construction. Gages shall be industrial qualit)
type with Type 316 stainless steel movement anc
stainless steel or alloy case. Unless otherwise show
or specified, gages shall have a 3-1/2-inch dial, 1/4-
inch threaded connection, a Type 316 stainless steel
snubber adapter, and a shut-off valve. Gages shall be
calibrated to read in applicable units, with an accuracy
of 1 percent, to 150 percent of the working pressure of the pipe or vessel to which they are connected, or as
shown. All gages shall be vibration and shock resistant
and shall be silicone filled. Pressure gages shall be
Ashcroft Duragage, Model 1279 or equivalent.
C. Diaphragm Seal. Gages attached to systems involving chemical solutions, corrosive fluids, or other liquids
containing one percent or less of solids, shall be
equipped with stainless steel diaphragm seals, or
equivalent protective pressure sending devices, as
follows:
Supplier or Equivalent:
Ashcroft, Model 101 U.S. Gauge (Ametek) or equivalent
082895 MISCELLANEOUS SPECIALTIES
GROSSMONT #I RESERVOIR PAGE 10900 - 2
SECTION 10900 - MISCELLANEOUS SPECIALTIES
D. Snubber Suppliers, or Equivalent
0
1. Cajon Company,
2. Weksler Instruments Corporation.
E. Installation: All gages and appurtenances shall
installed at the locations shown in the Contra
Documents and in strict accordance with t
manufacturer's printer instructions. Care shall taken to minimize the effect of water hammer
vibrations on
the gage. In extreme cases, the gages may have to
mounted independently, with flexible connectors. A
dissimilar metals shall be insulated from each other.
2.9 NOT USED
2,lO NOT USED
END OF SECTION 0
-
0
082895 MISCELLANEOUS SPECIALTI
GROSSMONT #1 RESERVOIR PAGE 10900 -
SECTION 14000 - HYPALON FLQATING COVER
0 PART 1 - GENERAL
1.1 SECTION INCLUDES
A. A 45-mil, 3-ply Hypalon floating cover with sump pump:
and all related equipment, all in strict conformancl
with the CONTRACT DOCUMENTS.
1.2 QUALITY ASSURANCE
A. The CONTRACTOR shall have demonstrated its ability tc
successfully accomplish WORK by having previousl:
satisfactorily completed at least five projects o similar complexity and a minimurn of 1 million squarc
feet. Submit, with the bid, documentary evidence ii
support of experience for approval as a prerequisite tc
award of the CONTRACT. In addition to the experiencc
documentation, the CONTRACTOR is to supply, with hi:
bid, a sample of the manufacturer's guarantee for thc
ENGINEER' s and OWNER'S review.
B. The CONTRACTOR shall guarantee the WORK constructed b:
him under the CONTRACT to be free of defects ii
materials and workmanship for a period of 1 yea:
following the date of acceptance of the WORK by thc
District, The CONTRACTOR shall agree to make, at hi:
own expense, any repairs or replacements made necessar:
by defects in materials or worhanship in the WORK whicl become evident within said guarantee period. Thc
CONTRACTOR shall make repairs and replacements promptl!
upon re-ceipt of written order from the ENGINEER.
C. Eleven months after completion and acceptance of thc
WORK, the CONTRACTOR shall return to the site for thc
purpose of jointly inspecting the WORK with the OWNEl
and ENGINEER. All items needing adjustment or repaii
shall then be noted and shall be immediately correctec
by the CONTRACTOR.
1.3 CONTRACTOR SUBMITTALS
A. Prior to the start of the WORK, certification from the
manufacturer shall be submitted that the fabric-
reinforced rubber materials are in full compliance wit1
the physical properties specified in these DOCUMENTS.
a
082895 HYPALON J?LOATING COVE1
MAERKLE RESERVOIR PAGE 14000 -
SECTION 14000 - HYPALON F%UATING COVER
B, Prior to the start of the WORK, a written materia
guarantee from the manufacturer of the Hypalon cove material shall be submitted. The membrane materia
shall be guaranteed in writing by the manufacturer on (
pro rata basis for a period of 20 years againsl
manufacturing defects of workmanship and againsi
deterioration due to ozone, ultraviolet, or other norma
weather aging. Vandalism, acts of animals, 0.
earthquakes and other unusual acts of God are excluded
The guarantee shall be limited to replacement o
material only, labor not included.
C, Prior to ordering the Hypalon cover material, thc
manufacturer and CONTRACTOR shall submit, for thc ENGINEER'S approval, a comprehensive set of shol
drawings and calculations showing cover sheet layoul
with proposed size, number, position, and sequence 01
placing of all factory fabricated sheets and indicatinc
the location of all field joints and the direction oi
shop joints on each sheet. The CONTRACTOR is to utilizt
a maximum amount of factory joints so as to minimize tht
amount of field joints. The shop drawings an( calculations shall also show complete dimensiona:
details and methods for fabricating, locating anc
installing all floating cover features, including, bul
not limited to, seams, floats, sand tubes, drains,
access walkways, paired floats, hatches, vents, etc.
D. CONTRACTOR shall submit Operation and Maintenancc
Manuals in accordance with Section 01730 of thi:
specification &
..
E. CONTRACTOR shall provide one (1) hot air welding tool
and two (2) repair floats for the OWNER'S future use.
1.4 GENERAL REQUIREMENTS
A. The seaming procedure used in the field shall be ir
accordance with the CONTRACT DOCUMENTS.
B. Manuf aetured materials supplied under thesc specifications shall be new, first quality product:
designed and manufactured specifically for reservoir:
containing treated drinking water and shall have beer
approved for use in drinking water facilities and shall
have been satisfactorily demonstrated by prior use to be
suitable and durable for such use.
082895 HYPALON E'LOATING COVE€
MAERKLE RESERVOIR PAGE 14000 - 2
SECTION 14000 - HYPALON FLOATING COVER
C. The CONTRACTOR shall expedite the WORK to the best
their ability, commensurate with good workmanship, usi
experienced supervision and competent personnel.
D. Under no circumstances shall the cover be subjected
materials, sandbags, equipment, or other items bei
dragged across its surface nor shall workmen and othe
slide down slopes on top of the cover. All scuff
surfaces resulting from abuse of any kind caused by t
CONTRACTOR in performance of the WORK shall be solven
wiped and patched or painted with high-solids adhesive.
E, The CONTRACTOR shall clean up within the reservo
throughout the course of the WORK. No dirt, scr
material, trash, tools, or other unwanted materia
shall be trapped between the lining and floating cover.
F, On completion of the WORK, the CONTRACTOR shall rem0
all tools and equipment, excess and waste material
debris, and other matter brought to the job site
connection with the WORK and shall leave all WORK are
in a neat condition acceptable to the ENGINEER.
a
PART 2 - PRODUCTS
2.1 COVERMATERIAL - GEXEXAL a
A. The cover material shall consist of a thorough bonded, fabric reinforced Hypalon synthetic rubbi
sheethg. It shall be manufactured by the calendari:
process and shall be uniform in color, thickness, ai
surface texture,
B. The fabric shall be totally encapsulated between plic
of rubber and shall not extend closer than 1/4 inch
the edge of the rubber coating either side of tl
fabric.
C. Exposed fabric along longitudinal edges of roll stoc
and/or indications of delamination will not 1
permitted. The composite material shall be a flexibll
durable, watertight product free of pinholes, blister:
holes, and contaminants, and shall not delaminate in
water environment.
D. A maximum average of one factory patch per 500 squa:
feet will be allowed per sheet. In addition, tl finding of five or more factory patches in an area (
500 square feet may be cause for rejection of the shee'
independent of the average value for the entire sheet. a
082895 HYPALON E'LOATING COW
MAERKLE RESERVOIR PAGE 14000 -
SECTION 14000 - HYPALON FLOi4TING COVER
2.2 RUBBER MEMBRANE MATERIAL
A. Rubber membrane material (unreinforced) shall bf
manufactured from a composition of high qualit!
ingredients, suitably compounded, of which Hypalon 4!
synthetic rubber is the sole elastomer,
B. Zinc compounds of any kind, including zinc oxide, zinc
stearate, and zinc dusting agents, are prohibited.
Dusting agents of any kind are prohibited on thc
finished product. Fillers and necessary processing aid: can be whatever is deemed proper to facilitatc
processing the compound. The finished compound shall bc
the color required in Paragraph 2.4 of this section.
The finished compound shall be certified in writing bi
the manufacturer to have the following property values:
Typical
Property Test Method Test Values
Tensile strength ASTM D 412 1000 psi min.
Elongation at break
average ASTM D 412 250% min.
Water absorption ASTM D 471 5% (wt) ma
..
(7 days at 70°F)
Brittleness temp. ASTM D 746 (30 - 4 0°F
mil specimen, (no unreinforced) failures)
Ozone resistance ASTM ID 1149 no effect
Typical
(3 ppm at 30%
strain at 104'F
72 hours)
Heat aging tensile ASTM D 412 1000 psi
strength (14 days at min.
at break avera.ge 2 12OF)
2-3 FABRIC
A, Fabric shall be 10" x IO", 1000-denier polyester scrim
with yarn strands having a twist of 2 to 2 1/2 turns per
inch in fill direction to create an open-type weave that
permits strike-through of the rubber through the fabric
to facilitate adhesion between the plies of rubber.
082895 HYPALON FLOATING COVER
MAEFXLE RESERVOIR PAGE 14000 - 4
SECTION 14000 - HYPALON FLOATING COVER
2.4 CCMFOSITE COVER MATERIAL
a
A. The fabric-reinforced Hypalon material, consisting of
ply of scrim and 2 plies of rubber, shall
manufactured by an experienced firm customarily engac in manufacturing Hypalon sheeting by the calendarin
process and shall meet the following property values:
Typical
Property Test Method Test Value
Color -- Tan (outsidl
Black (unde
side)
Thickness -- 45 mil nom
Tensile strength ASTM D 751 200 lbs
Tear strength ASTM D 751 80 lbs
Puncture resistance FTMS l0lC 180 lbs
Ply adhesion ASTM D 413 -10 lbs/in
Grab Method
Tongue Tear
Method 2031 a
Method A
Cold bend ASTM D 2136 -40°F
(36 mil specimen, (no crack: reinforced)
Dimensional stability ASTM D 1204 2%
1 hr (3212°F
Seam strength ASTM D 751 180 lbs (Modified Method
4" x 10" + seam)
2.5 FACTORY FABRICATION
A. Individual widths of fabric-reinforced Hypalon shall
factory-fabricated into large sheets by an experienc
fabricator customarily engaged in such work. Facto
' seams shall be made dielectrically or be heat welded a
shall have a minimum of 1-1/2 inch scrim-to-scrim la
Factory seams shall be bonded across the lapped area
that no loose edge is present on the top side of t
fabricated sheet. A 1 inch tangue shall be le
unbonded on the underside of the lap (as shown on t
drawings) to allow for peel testing of the bond.
a
082895 HYPALON FLOATING COV MAERKLE RESERVOIR PAGE 14000 -
SECTION 14000 - HYPAM>N ETAATING COVER
B. All factory seams shall provide a bond between sheet
sufficiently strong that failure of the seam will no
occur at the bonded surface. All factory fabricatel
sections or sheets shall be given prominent, uniqu
indelible identifying marking conforming to the approve1
sheet layout a.nd indicating the proper direction fo unrolling and/or unfolding to facilitate their layoul
and positioning in the field.
C. Factory panel seams shall run up and down slope:
perpendicular to the top anchor bars. Factory panel:
shall average approximately 17,000 sf each as necessar!
to reduce the number of field seams required to thc
minimum number practical, and to allow for efficient
installation. Corner panels may be fabricated ir
smaller sizes to facilitate a better fit in these odc shaped areas.
D. Each factory fabricated sheet shall be packaged in heavy
cardboard or wood crates fully enclosed and protected to
prevent damage to it during shipping and each crate is
to be prominently marked in the same fashion as the sheet within. Until needed, packaged factory fabricated
sheets shall be stored in their original unopened
the direct rays of the sun.
r crates, off the ground, in a dry area and protected from
2.6 ADHESNES
All seaming and sealing adhesives shall be of a type or types recommended by the manufacturer of the fabric-reinforced Hypalon for use with its material. All field seams shall be joined
utilizing a xylene solvent-hypalon bodied type adhesive. Adhesives
shall be delivered in original sealed containers each with an
indelible label bearing the brand name, manufacturerqs name, date
of manufacture, and complete directions as to proper storage, use,
and application of adhesives. All seaning adhesives shall be of
tan color.
2.7 SOLWNT
Solvent for cleaning contact surfaces of field joints and other
similar uses shall be as recommended by the manufacturer of the
fabric-reinforced Hypalon and suitable for use with potable water-
grade Hypalon.
-
082895 HYPALON F'LOATING COVER
MAEXKLE RESERVOIR PAGE 14000 - 6
SECTION 14000 - HYPALON FLOATING CmR
. 2.8 MISCELLANEOUS MATERIALS FOR COVER
e
A. Floats: The floats which support the floating cov
shall be flexi-rigid closed-cell polyethylene fo;
weighing approximately 2.2 pounds per cubic foot. TI
floats shal be Etha foam 220 by Dow Chemical Company (
equivalent.
B. Anchor Bars: Anchor bars shall be 1/4 inch x 2 inc
structural aluminum 6063-T5 bar or equal with prepunch(
slots as shown on the plans.
C. Anchor Bolts: Anchor bolts, nuts, and washers shall 1
Hilti Hit-Dowelling C-10 System 1/2" diameter bolt
Length and spacing is per plans. Anchor bolts, nuts
and washers shall be Type 316 stainless steel.
D. Submersible Pumps:
1. All submersible pumps shall be a one (1)horsepowe
Meyers Model No, WHRE8 or approved equivalent. Th
submersible pump shall be located in the drainag
sump and shall have a capacity of 30 gpm against
head of 55 feet of water and a capacity of 55 9p.
against a head of 20 feet of water. The pump moto
shall be an integral part of the pumping unit,
Pump motor shall operate on 230 voltsl 60 Hz 1.
phase service.
2. The pump control system shall be as shown and notec
E, Pump Cords: The sump pump motor, liquid level sensors
and the controller shall be interconnected with heav:
duty neoprene service cord or cords, as shown and notec
on the plans.
F. Pump Sump: Submersible pumps shall be mounted in a UT
tolerant black polyethylene brine tank, The tan) capacity shall be 30 gallons with an internal diametez
of 18-inches and depth of 29-inches. Wall thicknes:
shall be a minimum of 1/4-inch, The tank shall be perforated as indicated on the plan. The brine tan)
shall be Ryan Herco 7106 or equal,
G. Check Valve: The check valve located within the pum~
sumps shall be 2 inches in diameter full-flow PVC Swing
Check with a positive seal Buna-N gasket. Check valve
shall be PVC Swing Check, as manufactured by Flo
Control, Inc., Burbank, California, or approved equal.
@
on the plans.
e
082895 HYPALON ELOATING COVER
MAERKLE RESERVOIR PAGE 14000 - 7
SECTION 14000 - HYPALON FLOaTING COVER
H. Flexible Discharge Hose: The flexible hose fo
discharging water from the submersible pumps to th
roadway at top of slope shall be a 3 inch diameter. Th
hose shall be Ryan-Herco 1010-030, or approved equal.
Discharge hose shall be of sufficient length from pum
connection to discharge at top of slope. Ends of hos
shall be supplied with Ryan-Herco 1309-030 Bronze Shan
Adapter and, Ryan Herco 1310-030 Bronze Male Coupler.
I. Sand-Filled Tubes: Sand filled 45 mil Hypalon tube shall be filled with fine, dry and even-graded san
having 100% passing a No. 16 screen and 100% retained b
a No. 20 sieve. Wet or damp sand is prohibited. Th
CONTRACTOR shall take all effort required to produc
firm, fully packed sand tubes. Loosely packed sanl
tubes will not be accepted.
PART 3 - EZCUTION
3.1 INSTALLATION OF COVER
A. Prior to placement of each individual sheet of th Hypalon cover, the area to be covered shall be cleanel
of all foreign matter that could damage the cover durin
and after installation. The CONTRACTOR may, at hi
expense, install and use a geotextile material tl
All of this geotextile material shall be rhoved, alsi
at the CONTRACTOR'S expense, during the inflation of th
cover.
B. Sheets-of floating cover material shall be careful1
placed on the bottom and slopes of the reservoir i:
accordance with. approved shop drawings and in such t
manner as to assure minimum handling. Only those sheet
of floating cover material that can be anchored and/o
sealed together the same day shall be unpackaged ant
placed in position.
C. Sandbags shall be used as required to hold the cove
material in position during installation and to protec
them from damage or displacement due to wind. Sandbag
shall be sufficiently close-knit to preclude fines fro]
working through the bottom, sides, or seams sf the bag
Burlap and paper bags, whether or not lined with plastic
lining, will nolt be permitted. Bags shall contain no
more than 60 pounds of gradated sand. Sand shall havc
100% passing a No. 4 sieve and less than 5% passing q No. 200 sieve. Bags that are split, torn, or otherwisc
losing their contents shall be immediately removed fro1
the reservoir area and any spillage immediately cleanec
UP -
- protect the Hypalon cover material during installation
082895 HYPALON FLOATING COVE
MAERKLE RESERVOIR PAGE 14000 -
SECTION 14000 - HYPALON FLOATING COVER
D. Lap joints shall be used to seal factory fabricat
a
sheets together in the field. Lap joints shall
formed by lapping the edges of the cover sheets
minimum of 5 inches. A maximum of 12 inches shall
allowed for the lapping of cover sheets. All expos
edges shall be sealed so that no loose edges occur
top of the cover. A two inch lip shall remain unbond
on the undersides of the cover in accordance with t
plans. This shall be done in order to allow for fie
testing of the joint.
E. Butt joints shall be used only where necessary; i,e
where lap joints are not possible. Butt joints in t field shall be formed using a joint cover strip of t
same thickness as the material being covered and of
minimum of 6 inch width. The joint cover strip sha
straddle the joint, be fully bonded across its enti width, and be installed in accordance with the procedu
for lap joints.
F, When transverse joints are encountered at the ends
sheets, the free edges on the bottom of the overlappi
sheet shall be cut off and/or sealed for a minimum of
inches from the end of the trimmed sheet prior to maki
the transverse seam. a
G. The cover material shall be anchored at top of slope
shown on the plans. Means shall be provided by t
CONTRACTOR to protect the cover material duri
instalration from accidental puncture by the anch
bolts at top of slope. Holes in the cover material f
the anchor bolts shall be neatly made.
H. Access hatches and inflation hatches shall be furnish
and installed by the CONTRACTOR where and as shown
the plans,
I. Air vents in the cover shall be furnished and install by the'CONTRACTOR where and as shown on the plans.
J. Not Used.
K. Seaming shall not be performed when the temperature
the fabric-reinforced Hypalon sheet or the Hypal
adhesive is 50°F or below. When ambient conditio result in a temperature of 50F or below, adhesives sha
be stored to maintain them at temperatures above 70°F
At the time of seaming, the seams shall be heated
artificial means, a
082895 HYPALON FLOATING COV PAGE 14000 - MAERKLE RESERVOIR
SECTION 14000 - HYPALON FLOATING COVER
L. All persons walking or working- upon the new COVE
material shall take care to avoid damaging the linir
and the cover material. Footwear with patterns th;
pick up rocks or similar material that could damage tk
liner will not be permitted.
M. Scissors used in to install the floating cover shal
have blades with rounded points.
N. Tarpaulins of Hypalon or other approved material, ab01
8 feet x 8 feet in size, shall be spread out on the ne
cover material as a WORK area for preparing patches ar
storing tools, supplies, or rags. Gasoline-drive generators shall not be placed directly on the new COVE
material. Cans of solvent, adhesive or gasoline shal
not be stored on the new cover material.
3.2 FIELD JOINTS
A. Field seams in the cover shall not be made if climati
conditions would result in inferior seas, unles
artificial means are used to warn the adhesive an
material in the joint areas to suitable warm and dr
conditions.
B. Contact surfaces of material to be seamed shall be wipe
and dirt have been removed. Only clean, white, lint
free cotton rays shall be used in the WORK. When a ra
shows discoloration from use, it shall be discarded an
replaced with a new one.
C. Contact surfaces shall then be washed with clean ra
soaked with an approved solvent to remove surface cure
Surface cure is considered to be removed when th
Hypalon turns shiny and slick when wet and dull blac
when dry.
Removal of surface cure shall not be completed more tha
10 minutes ahead of seaming. Under high heat, winds, o
other adverse conditions, which increase the possibilit
of dirt or foreign material being deposited on th
contact: surfaces, the time between washing and seamin
shall be reduced as necessary to produce acceptabl
seams.
D. Sheets to be joined in the field shall be lapped no
less than 5 inches and shall be seamed together across ,
3 inch minimum scrim-to-scrim width. The remaining
inch lip shall remain unbonded on the underside of thl
cover in accordance with the plans. This shall be doni
in order to allow for field testing of the joint.
r with a clean, dry rag until all foreign matter, dust
-
082895 HYPALON EIOATING COVE:
MAERKLE RESERVOIR PAGE 14000 - 1
SECTION 14000 - HYPALON FLOATING COVER
E. The contact surfaces of the membranes shall be heated
warm and dry conditions with a hand held heat gun.
Adhesive shall be liberally applied by paint brush (
roller to one of the contact surfaces for a 3 inch wic
scrim-to-scrim lap between the upper and lower sheel
over an incremental length of seam not more than 2 feet
The two contact surfaces shall then be immediate.
brought together. Adhesive shall be thoroughly wet ai
without any sign of drying or surface skinning of tl
adhesive at the time the contact surfaces are brougl
together. When applying the adhesive, the seams sha:
be tied-in to the end of the seam previously completc
in a manner such that leak paths or weak points in tl
seam do not occur.
F. As soon as the contact surfaces are brought togethei
the seam shall be constructed by manually rolling it 1 applying firm pressure to a 1 inch diameter by 2 inc
wide roller in the direction perpendicular to the sear
A small amount of adhesive should extrude and appei
at the edge of seam to indicate that sufficient adhesii has been applied.
G. Wherever three thicknesses of cover sheet materi;
occur, such as where a factory or field seam is bondc
to another layer of sheet material, creating a sma:
leak path along the edge of the middle thickness (
sheet material, such leak path shall be dammed by wipir the area with solvent and daubing it with a sufficier
amount of high-solids adhesive using a 1 inch clez
paint drush.
H. Wherever fabric-reinforced Hypalon has been cut and thi
exposes fabric, the cut edge shall be solvent wiped a1
sealed with high-solids adhesive to encapsulate tl
fabric. This requirement applies to all cut edge
including, but not limited to, joints, joint cove
strips, float encasement material, and patches.
I. Extreme care shall be taken throughout the WORK to avo:
fishmoyths, pleats, folds, and tucks in field seams.
Fishmouths, pleats, folds, and tucks shall be preventc
by gently tugging on the seam just completed in tI
CONTRACTOR'S seaming crew shall give continuoi
attention to the elimination of all fishmouths, pleat: folds, and tucks to prevent re-occurrences. Fishmouth2
pleats, folds, and tucks shall be slit out far enou?
from the seam to dissipate them and shall be lappec
seamed together in the lapped area, and patched i
described below.
0
a
general direction of the completed seam. TI
a
082895 HYPALON FLOATING COVI MAERKLE RESERVOIR PAGE 14000 - :
SECTION 14000 - HYPALON JXLXTING COVER
3.3 FIELD PATCHING
A. All punctures, cuts, tears, severe abrasions, an
similar damage or abuse suffered by the fabric
reinforced Hypalon material shall be repaired b
patching .
B. Patches shall be cut from flat, unwrinkled sections o the materials being patched and shall be free o
defects, field seams, and factory seams. They shall bc
of sufficient size to extend not less than 4 inches ii
all directions beyond the limits of any puncture, cut,
tear, or abrasion. Patches over fishmouths, pleats, folds, and tucks shall extend not less than 4 inches 01
each side of the defect. Patches shall be neat ii
appearance with corners rounded to not less than a :
inch radius.
C. Patches shall be applied as specified above for lag
joints. The parent material shall be gently pulled anc
held flat in the area to be patched as to provide ar
acceptable surface to receive the patch. Patches les:
than 12 inches in narrowest plan dimension shall be
fully bonded across their entire width. Where patches
are more than 1.2 inches across in narrowest dimension,
they shall be seamed not less than 4 inches along the
edge, with all edges bonded to the cover.
Unencapsulated edges shall be coated as specified
herein.
3.4 LABORATORY TESTING
A. The following test will be performed to ensure that the
Hypalon material shop joints meet the requirements in
this specification.
1, Tensile Strength: Field seams shall cure for 12
days before being tested for strength. When 4 inch
wide seam specimens with a length equal to the seam
width + 10" are tested in accordance with ASTM
D751, they shall have a tensile strength equal to
90% of the value specified for the parent material
tested in the same manner. Failure of the material
and/or seams to meet all the requirements of these
specifications may be cause for rejection of the
Hypalon material and/or seams, as applicable.
082895 HYPALON nOATING COVER
MAERKLE RESERVOIR PAGE 14000 - 12
SECTION 14000 - HYPALON FLOATING COVER
B. The fabricator shall provide, without cost to t
District, test results of samples taken from shop sea
as directed by the District. Provided the test resul
are satisfactory and seams are not otherwise suspec
not more than 1 foot of sample seam per 5,000 feet
shop seam will be required.
a
C, The CONTRACTOR shall provide, without cost to t
District, test results of field seam samples as direct
by the District. Provided the test results a satisfactory and seams are not otherwise suspect, n
more than one 34 inch long seam sample per 500 feet
field seam will be required. Samples of field sea
shall not be taken from the installed cover, but sha
be fabricated on the job alongside a field seam
progress, using pieces of the same Hypalon material, t
same field personnel, the same adhesive, and the sa
samples shall be numbered, dated, identified as to t
personnel making the seam and location, by appropria
notes on a print of the sheet layout of the cov
furnished by the CONTRACTOR for this purpose and f
future reference. The completed field seam samples sha
measure not less than 14 inches in width and 24 inch
in length.
procedures used in seaming the cover itself. T
3.5 FIELD JOINT TESTING
a
A, The CONTRACTOR shall provide a tensiometer and a
testing equipment necessary to allow field testing '
all field joints as required by this specification.
B. Field joints shall be tested by cutting 7" x 9" te
samples directly out of the seam. The test sampll
shall be used to conduct peel tests of seven 1" x
strips.
All seams shall be repaired at the sample locations ,
required in paragraph 3.3 of this section. The testii
schedule to be used shall be as follows:
Consecutive Days of
Seaming for Each Crew
Day Nos, 1-3 Test a morning and afternoc
sample for each seaming crew.
Day Nos. 4-7 Test a sample once a day fc
Seam Samples to be Taken
a each seaming crew.
082895 HYPALON E'LOATING COX MAEFXLE RESERVOIR PAGE 14000 -
SECTION 14000 - HYPALON FUIATING COVER
Consecutive Days of
Seaming for Each Crew Seam Samples to be Taken
Day No. 8 and after Test a sample once a day fo each seaming crew, or every 40
lin. ft. of seam, as directe
by the inspector,
All seams must test at 18 lbs./in. of peel strength whe
run in the Tensiometer at 2 in./min. after the sampl
has aged at least 4 hours in open exposure. All sample
shall fail by film tearing bond (FTB). Occasionally th
sample will peel half on one side and half on th
opposite side of the strip at strengths as low as 9 o
10 pounds, In this case, if an FTB is shown, the sampl
will be considered acceptable.
C. Test results shall be reported in pounds/inch of width
Each sample will be checked for width, which shall bl
recorded in millimeters. Test samples shall be cut b
hand to widths of 1 inch (25.4 mm) plus or minus 1 mm.
No correction will be made to adjust the results of tht
tests to a precise 1 inch width.
.. D. At any time, the inspector may alter the frequency 0:
location of the tests if he feels that there is (
question of seam quality and he may also test an;
samples for strength in tension, (the 4Ir x 6" gral
tensile test, run at 12 in/min.) o This test procedure,
will require a much larger sample (22 inches along thc
seam by the width of the seam plus 10") -
E. The sample locations shall be determined by thc
ENGINEER. The CONTRACTOR shall cut the 7" x 9" samplc
using a template. The ENGINEER shall be responsible foi
cutting and measuring the 1" wide test pieces. Tesl
pieces shall be turned over for testing to be conductec
by the CONTRACTOR. The ENGINEER shall be present at al:
times during testing and shall log and transmit al:
results to the OWNER.
F. If sample testing reveals the presence of a defective
seam, the ENGINEER shall evaluate the extent of thc
deficiency with the CONTRACTOR, and recommend thc
appropriate corrective action. The CONTRACTOR shall bc
responsible to take all corrective action deemec
necessary by the ENGINEER.
082895 HYPALON E'LOATING COVE€
MAERKLE RESERVOIR PAGE 14000 - 1L
SECTION 14000 - HYPALON F'IDATING COVER
3.6 ALTERNATE ON-SITE SEAM INSPECTION
a
A, All field seam and patches shall be checked initially
a metal probe (such as a 16 gauge wire with its (
rounded. )
3, All field seams, patches, and factory seams shall a
be air lance tested. The air lance shall be crea' with a 1/8 inch diameter orifice at a pressure
approximately 60 psi. The jet of air shall be direc.
at the edge of seam and patches to result in lifting
unbonded seam areas. All air lancing shall be perfon
by the CONTRACTOR, in the presence of the ENGINEER, t
any leaks or suspicious areas shall be marked l
repaired by the CONTRACTOR.
C. Any leak paths of suspicious areas revealed by the ab(
testing shall be repaired in accordance with thl
specifications and retested.
3.7 CLEAMlp
After the WORK specified herein has been completed, the entire a
of WORK shall be left in a neat and presentable condition, free
all cleared vegetation, rubbish, construction debris- and was surplus materials, and other objectionable materials. All si removed materials shall be disposed of by the CONTRACTOR away f
the site of WORK and in conformance with all applicable cod(
ordinances, and regulations.
3.8 VENTILATION
After curing of the Hypalon cover seams, and before disinfectic
the CONTRACTOR shall ventilate the xylene vapors from between
Hypalon cover and the existing liner until the level of xyll
meets the requirements of the Department of Health Services.
The District will provide the ventilation equipment and electri power. The CONTRACTOR shall provide the necessary labor to oper
the equipment fof proper ventilation.
3.9 DISINFECTION OF RESERVOIR
Prior to placing the reservoir into service, the CONTRACTOR sh
disinfect reservoir per AWWA C652, section 4.3 Method 3 a port
of which is as follows:
0-
"Water and chlorine shall be added to the storage
facility in amounts such that initially the solution
a
082895 HYPALON FLOATING CO
MAERKLE RESERVOIR PAGE 14000 -
SECTION 14000 - HYPALON FI;QATING COVER
will contain 50-mg/L available chlorine and will fill
approximately 5 percent of the total storage volume.
This solution shall be held in the storage facility for
a period of not less than 6 hours. The storage facility
shall then be filled to the overflow level by flowing
potable water into the highly chlorinated water. It
shall be held full for a period of not less than 24
hours. All highly chlorinated water shall then be
purged from the drain piping. Following this procedure,
and subject to satisfactory bacteriological testing and acceptable aesthetic quality, the remaining water may be
delivered to the distribution system. 'I
"Adding chlorine. Chlorine shall be added to the
storage facility by the method described in Sec. 4.1.1,
Sec. 4.1.2, or Sec. 4.1.3. The actual volume of the 50-
mg/L chlorine solution shall be such that, after the
solution is mixed with filling water and the storage
facility held full for 24 hours, there will be a free
chlorine residual of not less than 2-mg/L."
1. The full reservoir must be allowed to stand idle anc
soak for a minimum of five days.
2. After five days, the water in the reservoir must be - sampled and analyzed by the CONTRACTOR for volatilc organic chemicals (Test Method 502.2 or 524.2) and must
be sampled and analyzed for the presence of coliforn
bacteria.
3. All tezt results must be submitted by the CONTRACTOR tc the Department of Health Services for review anc
approval prior to placing the reservoir into service.
END OF SECTION
082895 HYPALON FLOATING COVEF
MAERKLE RESERVOIR PAGE 14000 - 1E
180" HOOKS 90" HOOKS Bar D Size A or G J A or G
X3 2% 5 3 6
#4 3 6 4 8
X5 3% 7 5 10
#6 4% 8 6 1-0
t7 5% 10 7 1-2
#8 6 11 8 1-4
#9 9% 1-3 11% 1-7 x 10 10% 1-5 1- 1% 1- 10
#ll 12 1-7 1-2% 2 -0
# 14 18% 2-3 1-9s 2-7
# 18 24 3-0 2-4% 3-5
4d or
24" Mln.
- - - 1- 180°
Detailing
Dimension LT- cu . 0 a -
90°
C - .-
OQ -E
00 Q _-
! 135" d*--
90" Hook 135" Hook
Bar 0 Hook . Hook H
#3 1% 4 4 245
P4 2 4% 4% 3
#5 2% 6 5% 3%
f6 4% 1-0 8 4%
#7 5% 1-2 9 5%
X8 6 1-4 10 4j 6
Size (in.) A or G A or G Approx.
135" Hook
Bar D Hook H
Size (in.) A or G Approx.
x3 1% 4Yi 3
w4 2 4% .3
#5 2% 5% 3%
#6 4% 8 4H
x7 5% 9 5% #a 6 10% 6
SECTION 14010 - POLYPROPYLENE FLOATING COVER
@ PART1 - GENERAL
1.1 SECTION INCLUDES
A. This section includes furnishing and installing a fabri
reinforced polypropylene reservoir floating cover an
appurtenant work as shown on the contract drawings an specified in this section.
1.2 REFERENCES
A. The publications listed below form a part of thi
specification to the extent referenced.
B. American Society of Testing and Materials (ASTM):
1. ASTM A167, Standard Specification for Stainless an
Heat-Resisting Chromium-Nickel Steel Plate, Sheet
and Strip.
2. ASTM D413, Standard Test Methods for Rubbe
Property - Adhesion to Flexible Substrate.
3. ASTM 0471, Standard Test Method for Rubber Propert
4. ASTM D638, Standard Test Method for Tensill
a - Effect of Liquids.
Properties of Plastics.
5. ASTM D746, Standard Test Method for Brittlenes
Temperature of Plastics and Elastomers by Impact.
6. ASTM D751, Standard Methods of Testing Coatec
7. ASTM D1004, Standard Test Method for Initial Tea:
Fabrics.
Resistance of Plastic Film and Sheeting.
8. X.TM D1149, Standard Test Method for Rubbei
Deterioration - Surface Ozone Cracking in i
Chamber.
9. ASTM D1204, Standard Test Method for Lineal
Dimensional Changes of Non-Rigid Thermoplastic
Sheeting or Film at Elevated Temperature.
10. XTM D1505, Standard Test Method for Density 03 a Plastics by the Density-Gradient Technique.
082895 POLYPROPYLENE FLOATING COVE1
MAERKLE RESERVOIR PAGE 14010- 1
SECTION 14010 - POLYPROPYLENE FLOATING COVER
11. ASTM D1593, Standard Specification for Nonrigic
Vinyl Chloride Plastic Sheeting.
12. ASTM D1693, Standard Test Method for Environmenta Stress-Cracking of Ethylene Plastics.
13. ASTM D2136, Standard Methods of Testing Coatel
Fabrics - Low Temperature Bend Test.
14. ASTM D4833, Standard Test Method for Index Punctur
Resistance of Geotextiles, Geomembranes, ani
Related Products.
15. ASTM E437, Standard Specification for Industria Wire Cloth. and Screens (Square Opening Series) a
16. ASTM F405, Standard Specification for Corrugatec
Polyethylene (PE) Tubing and Fittings.
17. ASTM G26, Standard Practice for Operating Light
Exposure Apparatus (Xenon-Arc Type) With anc
Without Water for Exposure of Nonmetallic
Materials.
L
C. National Sanitation Foundation (NSF):
1. NSF 61, Drinking Water System Components - Healtl
Effects. -
1.3 SUBMITTALS
A, Submittals shall be made in accordance with thc
requirements of Section 01300, "Submittals, ' and thc
following special provisions.
B. Shop Drawings:
1. Prior to ordering fabric-reinforced polypropylenc
material, the CONTRACTOR shall submit, for thc
ENGINEER'S approval, shop drawings showing thc
floating cover panel layout with proposed size,
number, position, eight, and sequence of placinc
all factory fabricated panelsI and indicating thc location of all field joints and the direction 0.
all factory joints on each panel.
082895 POLYPROPYLENE ELOATING COVE1
MAERKLE RESERVOIR PAGE 14010- *
SECTION 14010 - POLYPROPYLENE F'LOATING COVER
2. Shop drawings shall show complete details c
methods for fabricating and installing factory ar
field seams, floats, hatches, ventsp sand-fill€
tubes, and other accessories.
If the CONTRACTOR proposes alternate design detail
or methods which are different than that shown c
the drawings and stated in the specification:
complete shop drawings, showing details and methoc
of construction, shall be submitted for tt
ENGINEER'S approval in accordance with Sectic
01300, "Submittals.' This may include, but nc
necessarily be limited to, seals arour appurtenances and fabricating and installir
factory and field seams. Alternate design detail
and methods shall be approved by the ENGINEER pric
to the CONTRACTOR starting that portion of work.
a
3.
4. If the CONTRACTOR proposes a seaming procedure i
an alternative to the procedure specified, suc
alternative shall be submitted to the ENGINEER fc
approval, in accordance with Section 0130(
"Submittals ."
C. Samples: Prior to ordering fabric-reinforcc polypropylene materials, four 8-inch by 10-inch samplc
shall be submitted to the ENGINEER for approval.
a
D. Certifications: Prior to ordering material which wil
be in contact with potable water, the CONTRACTOR shal
submit- certification from the manufacturer that tk
material is in accordance with the requirements of N:
61.
E. Qualifications of Specialty Contractor:
1 e The Specialty Contractor shall meet tk qualification requirements identified in Sectic
14000 of this specification.
F. CONTRACTOR shall submit Operation and Maintenanc
Manuals in acordance with Section 01730 of thi
specification.
G. Certified Testing Laboratories: The name of ar proposed independent, certified testing laboratory shal
be submitted to the ENGINEER for approval a minimum c
10 working days prior to any material testing. e
082895 POLYPROPYLENE FLOATING COVE MAERKLE RESERVOIR PAGE 14010-
SECTION 14016 - POLYPROPYLENE FLQATING COVER
H. Inflation Procedure: Prior to inflation testing, tP
CONTRACTOR shall submit an inflation procedure fc
approval by the ENGINEER. An inflation cell definitic
plan showing the most likely cell boundary layout including those shown on the drawings, shall be include
as part of the inflation procedure. The inflatic procedure shall address placement and removal c
ballast, installation of inflation equipment, blowe
operation, protection of the floating cover from ove
inflation or wind, personnel safety, and methods c
inspection, deflation, and other salient procedura
requirements p
I. Quality Assuraiice Plan: Prior to installing fabric
reinforced polypropylene materials, the CONTRACTOR shal
submit a quality assurance plan for the ENGINEER'
review and approval.
J. CONTRACTOR shall provide one (1) hot air welding too
and two (2) repair floats for the owner's future use.
1.4 REGULATORY REQUIREMENTS
A. Materials in contact with the reservoir water shall b
designed and manufactured specifically for reservoir
containing treated (potable) water, shall have bee
satisfactorily demonstrated by prior use to be suitabl
for such use, and shall be in accordance with th
requirements of NSF 61. Where NSF certification for
given material is not available, the CONTRACTOR shal
submit to the ENGINEER for review and approval th
materia_l's formula or composition, detailin1
concentrations. Owner may require additiona information or documentation and samples to determinc
the acceptability of the given product for the propose'
application
B. The CONTRACTOR shall obtain permits from a1
governmental agencies as required for the use o
solvents. The CONTRACTOR shall ensure that hi: employees, subcontractors, and others exposed to thc
solvents comply with limitations or exposure an(
handling in accordance with CAL-OSHA, and othe:
regulatory agencies. The CONTRACTOR shall comply full]
with the provisions of SDAPCD Rules concerning the us(
of solvents.
C. A Material Safety Data Sheet (MSDS) for each solvent an(
chemical shall be submitted for review. A copy of eacf
Material Safety Data Sheet shall be posted on tht
CONTRACTOR'S job bulletin board at all times.
r
constituents and corresponding amounts 0
082895 POLYPROPYLENE FLOATING COW1
MAERKLE RESERVOIR PAGE 14010- 4
SECTION 14010 - POLYPROPYLENE FLOATING COVER
1.5 QUALITY ASSURANCE
a
A. Qualifications of Specialty Contractor:
1. The Specialty Contractor shall meet th
qualification requirements identified in sectio
14000 of this specification.
B. Qualifications of Floating Cover Superintendent:
1. If the floating cover superintendent is deemed no
qualified by the ENGINEER, the CONTRACTOR shall no
utilize such superintendent on the work. Th floating cover superintendent employed by th
CONTRACTOR shall be removed if his performance o
the work is determined by the ENGINEER to b
unsatisfactory .
2. The floating cover superintendent substituted for
superintendent originally assigned by th
CONTRACTOR shall met the same minimum requirement
specified herein. (I! C. Quality Assurance Plan:
1. The CONTRACTOR shall provide a quality assurancl plan, and shall implement and continuously monito
the quality assurance plan as specified in Sectioi 14000, "Hypalon Floating Cover." The CONTRACT01
shall also provide a quality assurance final repor
as specified in Section 14000, "Hypalon Floatinc
Cover. "
D. Field Heat Seaming Demonstration:
1. Following the submittal of the Quality Assurancc
Plan and prior to the ENGINEER'S approval, thc
CONTRACTOR shall conduct a field demonstration fo
the ENGINEER, demonstrating the seaming procedures
equipment usage, calibration procedures, and a1
other aspects of the proposed heat seaming method
At least 4 seams, having a total length of 101
feet, shall be made. Samples will be taken fro1
the demonstration seams and tested by the Owner
Approval of the Quality Assurance Plan will bc
contingent upon the results of the demonstratioi e test samples.
082895 POLYPROPYLENE FLOATING COVE1
MAEFWLE RESERVOIR PAGE 14010-
SECTION 14010 - POLYPROPYLENE EXUATINC COVER
1.6 DELIVERY, STORAGE, AND HANDLING
A. Delivery, storage, and handling shall be in accordancc
with the requirements of Section 01610, “Transportatioi
and Handling of Materials and Equipment,” and thc
following special requirements:
1. Packing and Shipping:
a) Each factory-fabricated polypropylene pane.
shall be individually packaged in heav!
cardboard or a wood crate fully enclosed an(
protected to prevent damage to it durin( shipment. Each crate shall be prominent11 marked in the same fashion as the panel
within.
2. Storage and Protection:
a) Packaged factory-fabricated polypropylene
panels shall be stored in their original
unopened crates, off the ground, in a dr)
area, and protected from the direct rays of
the sun under an opaque, light colored heat
reflective cover in a manner that provides a
free-flowing air space between the crate anc
protective cover.
b), Sand for sand-filed tubes shall be stored on a
clean, paved area or tarpaulin to prevent
contamination, and shall be covered with a
tarpaulin to maintain it in a dry condition
until used.
1.7 WARRANTY
A. Prior to final. acceptance of material, a written
material warranty from the manufacturer of the fabric-
reinforced polypropylene material shall be submitted.
The ma’terial shall be warranted in writing by the
manufacturer against manufacturing defects and against
deterioration due to ozone, ultraviolet rays, and other-
than-normal weather aging on a prorate basis, for a
period of 20 years. Vandalism, acts of animals, and
acts of God are excluded. The warranty shall be limited to the replacement of material only. Installation labor
is not included.
082895 POLYPROPYLENE FLOATING COVER
MAERKLE RESERVOIR PAGE 14010- 6
SECTION 14010 - POLYPROPYLENE FlCXZATING COVER
PART 2 PRODUCTS
2.1 MANUFACTURERS
m
A. Fabric-reinforced polypropylene shall be manufactured 1
an experienced firm customarily engaged in manufacturir
polypropylene sheeting by the calendaring proces:
Manufacturers of fabric-reinforced polypropylene sheet
shall be as follows:
1. JPS Elastomerics Corp.
2. Or equivalent.
2.2 MATERIALS
A. Polypropylene Membrane Composition:
1. The geomembrane material shall consist of new hig
quality ingredients, suitably compounded of whic
polypropylene (PPI is the principal resin
Polypropylene shall be manufactured from
Thermoplastic Olefin (TPO) resin which consist
solely of Ethylene-propylene and propylene combinel
together in a high pressure reactor process with l
crystalinity of less than 18 percent. Thi geomembrane shall contain no plasticizers, fillers
ex'tenders. Carbon black or other W inhibit0
shall be added to the resin for ultraviole.
resistance. The only other compound elements shal
be anti-oxidants and heat stabilizers, of which u)
to 3 percent total, as required for manufacturing,
may be added. The manufacturer shall notify thc
ENGINEER 15 days prior to mixing so that shol
inspection may be arranged. The finished compounc
shall be certified in writing by the manufacture1 to' have the following property values foi
unreinforced polypropylene:
a
chemical additive, reclaimed polymers, 0.
0
082895 POLYPROPYLENE E'LOATING COVER
MAERKLE RESERVOIR PAGE 14010- 7
SECTION 14010 - POLYPROPYLENE FLOATING COVER
Property Test Met hod Test Value
Sheet Thickness ASTM Dl593 40 mils
Density ASTM D1505-A 0.90
Tensile Strength ASTM D638 2200 psi min.
Elongation ASTM D638 700 percent @ Break mine
Tear Strength ASTM D1004, 20 lbs, Die C
Tempera t u re ASTM D746-B -40'F
Brittleness no failures
Dimensional ASTM Dl204 - +I percent Stability 212OF 1 hour Each Direction
Environmental ASTM Dl693 3000 hrs. no
Stress Crack Method B effect
Resistance (10% lgepal,
50°C)
Puncture ASTM D4833 40 Ibs. Resistance
Ozone Resistance ASTM Dl149 No effect - (3 ppm @
104OF)
W Resistance ASTM G26 3000 hrs.
Xenon Arc no effect
Method, 63OC
Water Absorption ASTM D471 Less than 1% G
7OoF
2. The fabric reinforcing scrim shall be 1000 denil
polyester 10 x 10 or 9 x 9 weft inserted lino wea'
serim with yarn strands having a twist of 2 to
1/2 turns per inch in the fill direction. TI
reinforciing scrim shall create an open-type wea'
that permits strike-through of the polypropylene.
082895 POLYPROPYLENE ELOATING COW MAERKLE RESERVOIR PAGE 14010-
SECTION 14010 - POLYPROWLEM: FLQATING COVER
3. The composite membrane material shall consist o
thoroughly bonded, fabric reinforced, polypropylen
sheets. It shall consist of 1 ply of scrim and
plies of polypropylene and shall be manufactured b
the calendaring process and shall be uniform i
thickness, size, and surface texture. The fabri
shall be totally encapsulated between the plies o
polypropylene. The edge of the fabric shall b
between 1/8 inch and 1/2 inch from the edge of th
polypropylene encapsulation on either side. Expose fabric along longitudinal edges of roll stock, o
indications of delamination will not be permitted
The composite membrane material shall be
flexible, durable, watertight product free o
pinholes, blisters, and contaminates and shall no
delaminate.
0
4. The finished color of the fabric-reinforced shee
shall be tan. The color shall not vary betwee
sheets. The unexposed side of the fabric reinforced membrane shall be black.
5. Certification from the manufacturer that th
fabric-reinforced polypropylene has the followin
property values shall be submitted to the ENGINEE
by the CONTRACTOR:
Property Test Method Test Value
Thickness ASTM D751 45 mils (nominal)
Optical Method 41 mils (minimum)
Breaking ASTM D751 250 lbs (minimum)
Strength- Method A
Fabric
Tear Strength ASTM D751 55 lbs (minimum)
a
Method B
Tongue Tear
Hydrostatic ASTM D751 250 lbs (minimum)
Resistance Method A
Procedure 1
Ply Adhesion ASTM D413 20 lbs/in.
Machine (minimum)
Method a
082895 POLYPROPYLENE FLOATING COVE
MAEXKLE RESERVOIR PAGE 14010-
SECTION 14010 - POLYPROPYLENE FLOATING COVER
Low Temperature ASTM D2136 -40'F
Flexibility
Dimensional ASTM Dl204 1% (maximum)
Stability 180" F/ 1 hr
Puncture ASTM D4833 210 lbs.
Resistance
Water Absorption ASTM D471 less than 1%
W Resistance ASTM G26 3,000 hrs e
@ 70°F, 30 days
Xenon-Arc no effect
Method
Stress Cracking ASTM Dl693 3,000 hrs.
Method B no effect
(10% lgepal,
50°C)
B. Use of Polypropylene: Unless otherwise indicated, a1
polypropylene material used in the project shall be tk
same type of fabric-reinforced polypropylene as thi
used for the floating cover membrane.
C. Floats:
1. Floats shall be rigid, closed-cell polyethyler
foam planks weighing approximately 2 pounds PE
cubic foot + 10 percent. The floats shall k Ethafoam 220 by Dow Chemical Company, c
equivalent:.
2. Polyethylene foam floats shall be fully encased i
the same type of fabric-reinforced polypropylene z
that used for the floating cover membrane.
D. Sandbags:
1. Sandbags shall contain a minimum of 40 pounds ar
a maximum of 60 pounds of sand. The sand shal
have 100 percent of its particles (by weight) pa:
through a U.S. standard No. 8 sieve.
2. Double bags shall be utilized. Both bags shall k
made of 6-mil minimum solid (non-wover
polyethylene with ultraviolet inhibitors (WI
sufficient. to guarantee a minimum life of 1
months. Each bag shall be tied off separatelq
Wire ties will be permitted on the inner bag; blac
082895 POLYPROPYLENE EIOATING COVE MAERKLE RESERVOIR PAGE 14010- 1
SECTION 14010 - POLYPROPYLENE FLOATING COVER 9
nylon cable ties, 5 inches long minimum, wil
a minimum tensile strength of 30 pound:
shall be used on the outer bag.
E. Hatches: Hatch frames and covers shall be made fr(
F. Small Vents:
ASTM A167, Type 316L stainless steel as shown.
1. Small vents shall be fabricated as shown on t? drawings.
2. The CONTRACTOR shall furnish and install 4 smal vents, during or after operational testing of tl floating cover, as directed by the ENGINEEI Operational testing will occur up to 60 days aft6 completion.
G. Large Vents:
1. Large vents shall be fabricated as shown on tk drawings.
2. Large vents shall be fabricated with Type 31E stainless steel in accordance with th requirements of ASTM A167. Stainless steel wir
cloth shall conform to the requirements of AS?
E437, stainless steel, Type 316.
3. The CONTRACTOR shall furnish and install larg vents as shown on the drawings.
a
H. Sand-Filled Tubes:
1. Sand-filled tubes shall be fabricated from fabric
reinforced polypropylene.
Sand-filled tubes shall be sufficient length an
lay-flat width to produce the finished lengt shall include extra material required to seal th ends of the tube.
Sand-filled tubes shall be filled with a dry, eve
graded sand with 100 percent passing a No. sieve.
2.
3.
082995 POLYPROPYLENE FLOATING COVE e mERKLE RESERVOIR PAGE 14010- 1
SECTION 14010 - POLYPROPYLENE: FLOATING COVER
4. Attachment:
a) Oblong brass grommets shall be installed
the polypropylene attachment tabs as shown
the contract drawings.
b) Attachment straps shall be black dacr polyester webbing with black Delrin (Aceta
standard cam buckles as shown. Ends of t dacron webbing shall be seared to preve
raveling.
Dacron webbing shall be sewn to the attachme
end of the cam buckle with #207 or stronge
bonded, s i 1 icone treated, black, pol yes t
thread,
I, Flexible Hose: Flexible hose shall be provided by tl
CONTRACTOR in accordance with Section 14000 and tl
CONTRACT DRAWINGS.
Rope: Rope installed in the hem at the anchor curb ai
as shown on the drawings shall be 3/8-inch diamett
polyester.
K. Floating Cover Drain: The floating cover drain shall 1
fabricated by the CONTRACTOR from white opag
fiberglass with a double gel coat.
L. Sump Pump Assembly: Materials for the sump pun assemblies shall be provided by the CONTRACTOR i
accordance with Section 14000 and the CONTRACT DRAWINGS.
M. Submersible Pump: The submersible pump shall IC provided by the CONTRACTOR in accordance with th
CONTRACT DRAWINGS.
c)
J.
2.3 FABRICATION
A. Individual sheets of fabric-reinforced polypropylen
shall be factory-fabricated into large panels by a
experienced fabricator customarily engaged in such work
Fabricators shall be as follows:
1 e Watersaver Company, Inc.
2. Neal Corp.
3. Or equivalent.
082895 POLYPROPYLENE FLOATING COVE:
MAERKLE RESERVOIR PAGE 14010- 1
SECTION 14010 - POLYPRDWLENE FLOATING COVER
B. Individual widths of fabric reinforced polypropyle. sheets shall be factory fabricated into large panels 1
an experienced fabricator customarily engaged in SUI work. Machine-made factory seams made with adhesivc hot air, or high frequency (dielectric) welding shall 1
as shown. Factory seams shall develop a minimum of I
percent of the strength of the parent material. Facto:
seams shall be fully bonded on the top side, includii
encapsulated edges so that no loose edge is present ( the top side of the fabricated sheet. All factory sear
shall provide a bond between sheets sufficiently stroi
that failure of the seam will not occur at the bondc
surface o
a
C. Factory-fabricated sections or panels shall be give prominent, unique indelible identifying markings I
accordance with the approved panel layout drawing ar shall indicate the proper direction for the unrolling c
unfolding to facilitate their layout and positioning j
the field.
D. Horizontal, factory-made and field-made seams will nc
be permitted on the reservoir slope, except for facto1
rollstock splices,
feet from such splices in adjacent rollstock in the san
panel. Longitudinal field seams will not be permitte
within 5 feet of the rainwater collection trough.
E. Both field and factory seams shall be staggered a
required to ensure that no more than 3 layers c
floating cover material meet at a joint.
F. Fishmouths, pleats, folds, and similar defects will no
which shall be offset by at least 0
be permitted in any seams.
G. Where fabric-reinforced polypropylene has been cut an
thus exposes the fabric, the cut edge, if exposed t
view after installation, shall be capped with a 2-inc
wide strip of unreinforced polypropylene.
H. The CONTRACTOR may have portions of the floating cove
fabricated in the factory. The factory fabrication ma
include, but is not necessarily limited to, sand tubes
straps, and float wrap. Factory seams for all suc
items shall comply with the requirements shown on th
drawings.
0
082895 POLYPROPYLENE FLOATING COVE
MAERKLE RESERVOIR PAGE 14010- 1
SECTION 14010 - POLYPROPYLENE FLOATING COVER
PART 3 EXECUTION
3.1 PREPARATION
A. Protection:
1. Under no circumstances shall the floating cover 1
subjected to rough treatment or have sandbag:
equipment, or other material dragged across (
thrown upon its surface. Nor shall workers (
others slide down slopes on top of the floatii
cover. Scuffed surfaces resulting from abuse c
inadvertent damage of any kind by the CONTRACTOR'
employees, or inadvertent damage caused by OWNER'
personnel overseeing the work, shall be repaired j
accordance with the specifications.
2, Persons walking on the floating cover materii
shall wear smoothl rubber-soled shoes. Shoes wit
patterns in relief (like those popularly known E
"sneakers") that could pick up rocks and trash wil
not be permitted.
3. No wheeled vehicles will be permitted on tk
floating cover material unless approved in writin
by the ENGINEER. -
4. Scissors used in the work shall have blades wit
rounded points. Marking pens or pencils used fo
ident3fyin.g areas requiring work shall not contai
wax, oil, or grease.
5. Tarpaulins of reinforced polyethylene, about 1
feet by 10 feet in size, shall be spread out on th
polypropylene lining or new floating cover materia
as a work area for storing soiled rags, tools
gasoline-driven equipment, or for storing othe
aggressive chemicals. Under no circumstances shal
gasoline-driven engines or gasoline be place1
directly on the lining or new floating cove
material, or be stored within the reservoi
overnight.
B.. Cleaning of Reservoir Lining:
1. Prior to placement of polypropylene panels 0.
material on the reservoir lining, loose particle:
shall be removed by blowing with compressed air
Blowing shall be performed with an air compresso;
082895 POLYPROPYLENE FLOATING COVE1
MAERKLE RESERVOIR PAGE 14010- 14
SECTION 14010 - POLYPROPYLENE FLOATING COVER
and suitable lengths of air hose. Cleaning c
large areas far in advance of panel placement i
not acceptable. The CONTRACTOR shall comply wit
all requirements of the San Diego Air Pollutio
Control District (SDAPCD) concerning fugitive dus
from the site and shall conduct his work so as t
minimize the movement of fugitive dusts from th
site boundaries by using suitable Reasonabl
Available Control Measures (RACM).
a
3.2 INSTALLATION
A. Panels:
1. The CONTRACTOR shall identify and repair any damag
or defects to panels occurring during shipping
unloading, storage, and installation.
2. Panels of floating cover material shall b
carefully placed on the bottom and slopes of th
reservoir in accordance with approved sho
drawings, and in such a manner as to assure minimu
handling. During installation of the floatin cover, the ENGINEER shall have complete authorit
to order an immediate stoppage of the work becaus
of inclement weather, the use of imprope
installation procedures, or any other reason whic
may result in a defective floating cover.
3. To protect the floating cover material fro1
abrasion, a non-woven 30-ounce geotextile stri:
running continuously from the top of slope to 3
feet beyond the toe of slope shall be placed prio to placement of panels on slope. The width of thj
geotextile strip shall be such that the floatin]
cover material does not come into contact with thl
liner prior to unrolling or unfolding in the seconl
direction. The geotextile strip shall be remove(
after the panel is unfolded and used again for thi
installation of the next panel.
4. Seaming shall keep pace with the placement an(
spreading of panels such that panels will not bl
laid out unless they can be seamed the same day.
1)
082895 POLYPROPYLENE FLOATING COVE.
MAEFNLE RESERVOIR PAGE 14010- 1
a
SECTION 14010 - POLYPROPYLENE FLOATING COVER
B. Sandbags:
1. Sandbags shall be used as necessary to hold th
floating cover material in position durir
installation in order to protect it from damage c
displacement due to wind.
2. During any discontinuity of the work exceeding
hours in length, the leading (unseamed) edges c all panels shall be secured with sandbags at nc
more than 3 feet on centers. The CONTRACTOR shal
be responsible for maintaining closer spacing B
necessary to protect the work during all weathe
conditions.
3. Sandbags placed on slope shall be tied off at tf. top of slope to prevent their shifting or slidir
down the slope.
4. Bags that are split, torn, or otherwise losin
their contents shall immediately be removed frc
the reservoir area, and any spillage shal
immediately be cleaned up.
C. Heat Seaming:
L 1, Machine-made heat seams shall be made using hot ai
or hot wedge welding equipment
2. Hand-held heat seaming equipment may be used wher
machine-made heat seams are not practical and fo
miscellaneous seaming,
3. Heat seaming shall comply with the manufacturer'
recommendations and the Contractor's Qualit
Assurance Plan.
4. Contact surfaces to be seamed shall be cleaned wit
water and wiped dry with a cloth until all foreig
matter, dust, and dirt has been removed. On1 clean, colorfast, lint-free, cotton cloths shall b
used in the work. Cleaning of the surface shal
not be completed more than 10 minutes ahead o
seaming. When conditions are adverse to prope
workmanship such as high winds, or other condition
increase the probability of dirt or other foreig
material being deposited on the contact surfaces
the time between cleaning and seaming shall b
reduced as necessary to produce acceptable seams.
082895 POLYPROPYLENE FLOATING COVE
MAERKLE RESERVOIR PAGE 14010- 1
SECTION 14010 - POLYPROPYLENE FLQATING COVER
5. In the event that any polypropylene material has
been laid out and not seamed for a period of 3 days
or more, the contact surfaces shall be scoured with a pad (such as 3M) and water to remove the
oxidation layer and any dirt that may be imbedded
into the membrane. The contact surfaces shall then
be wiped with a clean cloth as specified above.
6. The CONTRACTOR shall follow immediately behind the
heat seaming equipment, while the material is still hot from the initial seam, bonding the top edge of
the seam. The top edge of the seam shall be
"stitched" by manually rolling the seam with a 2-
inch wide roller in a direction perpendicular to
the scene, with firm pressure.
a
D. Joinings
1. Panels to be joined in the field shall be lapped as
shown on the Contract Drawings. After the initial
seal of the lap joint has been made, all exposed
free edges of the floating cover shall be resealed,
using the same procedure, to eliminate all free
edges. The top edge of all seams shall be fully
bonded. Loose edges will not be allowed on the top
edge of the floating cover.
Butt joints shall be used only where lap joints are
not possible and approved by the ENGINEER prior to
use. Butt joints shall be formed using joint cover
strips made from the same material as the material being covered, shall be continuous in length, and a
minimum of 8 inches in width, The joint cover
strip shall be centered over the joint and shall be
fully bonded across its entire width. Butt joints
shall be installed in accordance with the same
procedures for lap joints.
2.
a
3. All seams, field and factory, shall be staggered as
required to ensure that no more than 3 layers of
material meet at a joint.
4. Lap joints crossing in water collection troughs
made in the field shall be reinforced with 8-inch
wide cap strip made from the same fabric-reinforced
polypropylene material as the floating cover. The
cap strip shall extend a distance on both sides of
the centerline of the sand tube equal to the
maximum depth of the rainwater collection trough
plus 12 inches.
082895 POLYPROPYLENE F'LOATING COVER
MAERKLE RESERVOIR PAGE 14010- 17
a
SECTION 14010 - POLYPROPYLENE E'LOATING COVER
5. Where 3 layers of material occur at a joint (whe a field or factory seam is bonded to another lay
of material), care shall be taken to seal the sma leak path that would otherwise occur along the ed
of the middle layer. The upper layer shall
heated and rolled to conform or "step-down" a seal the leak path. In addition, the area shall
covered with a 30-mil unreinforced polypropyle
patch. The center of the patch shall be placed
the intersection of the edges of the top and midd
layers of the membrane.
6. Where transverse joints are encountered at the en( of panels, the free edge on the bottom of tl
overlapping panel shall be sealed for a minimum {
6 inches from the end of the overlapping shec prior to making the transverse seam,
7. All factory rollstock splices shall have a 4-in(
round patch 30-mil urareinforced polypropyle~ applied at the end of the potential leak path i
these locations. The center of the patch shall f:
placed at the intersection of the edges of the tc
and middle layers of the membrane.
8. Care shall be taken to avoid fishmouths, pleat: folds, and tucks in seams. Any such defects shal
be prevented by skillfully tugging on the ju2 completed seam in the general direction of tt
completed seam. The CONTRACTOR'S seaming crc shall give continuous attention to the eliminatic of all such defects to prevent reoccurrence
Regardless of the location or cause of SUC
defects, they shall be slit out far enough from tk seam to dissipate the defect. The slit edges shal
then be lapped and field seamed. Wherever the la
width is less than 4 inches, the defect shall k repaired with a joint cover strip.
9. Where fabric-reinforced polypropylene has been cu
and thus exposes the fabric, the cut edge, i exposed to view after installation shall be cappe
with a 2-inch wide strip of unreinforce
polypropylene. This requirement applies to all cu edges including, but not limited to, joints, join cap strips, float encasement material, and patches.
.-
082895 POLYPROPYLENE FLOATING COVE
MAERKLE RESERVOIR PAGE 14010- 1
SECTION 14010 - POLYPROPYLENE FLQATING COVER
E. Floats
1. Floats shall be bonded to the floating cover usin the same fabric-reinforced polypropylene materia
as the floating cover. The floats shall b attached to the floating cover as shown usin
procedures similar to those for field lap joints.
a
F. Hatches: Hatches shall be installed by the CONTRACT0
G. Vents:
as shown on the drawings.
1. Small vents shall be installed during or afte
operational testing of the floating cover a
directed by the ENGINEER. The small vents will b
installed in areas where nuisance air accumulate
underneath the floating cover.
2. Large vents shall be installed by the CONTRACTOR a shown on the drawings.
H. Sand-Filled Tubes:
1. Sand-filled tubes shall be installed by th
CONTRACTOR as shown on the drawings.
2. Holes in the polypropylene attachment tabs shall b
punched using spur setting dies with cutter t
properly suit the grommet size. The grommets shal
be- seated so that the entire rim is firmly grippin
the polypropylene material a11 the way around th
grommet.
3. Sand-filled tubes shall not be installed in thei
permanent positions until completion of a1
inflation testing.
0
4. In addition to the sand-filled tubes shown, th
CONTRACTOR shall furnish two 3-inch diameter sand
filled tubes 8 feet in length per each acre o
floating cover. These tubes shall not be installel
but shall be neatly stored and protected on pallet
at the site to the satisfaction of the ENGINEER.
I. Flexible Pipe: Flexible pipe shall be installed a
shown on the drawings.
J. Floating Cover Drain: Floating cover drains shall bl
installed as shown on the drawings.
082895 POLYPROPYLENE E'LOATING COVE:
MAERKLE RESERVOIR PAGE 14010- 1
0
SECTION 14018 - POLYPROPYLENE FLX3ATING COVER
K. Submersible Sump Assemblies: The submersible SUI
assemblies shall be installed as shown on the drawings.
L. Anchorage and Fastenings :
1. Floating cover material shall be anchored at tl
concrete anchor curb and other structures as shoi
on the Contract Drawings,
2. Holes in the polypropylene material shall be neatJ
punched using a tool that removes the material t
form a neat hole having the same diameter as tf
stud or bolt penetrating the floating cover.
3.3 REPAIRS
A. Punctures, cuts, tears, abrasions, and similar damage t
the fabric-reinforced polypropylene material shall k
repaired to the satisfaction of the ENGINEER.
B. Patches shall be cut from flat, unwrinkled paren
materials like that being patched and shall be free o
defects, field seam, and factory seams. Patches shal
be of sufficient size to extend a minimum of 4 inches i
tear, or abrasion. Patches shall be neat in appearancl
with corners rounded to a minimum l-inch radius.
C. Patches shall he applied as specified previously for la]
joints*- The parent material shall be pulled and helc
flat in the area to be patched as to provide ai
acceptable surface to receive the patch. Patches les:
than 8 iriches in narrowest plan dimension shall be full] bonded across their entire width. Where patches arc
more than 8 inches across in narrowest dimension, the!
shall be seamed a minimum of 4 inches along each edge,
with no loose edges.
.. all directions beyond the limits of any puncture, cut
3.4 TESTING
A. Seam Testing:
1. Peel Strength Test: A minimum of 3 specimens frorr
any factory or field seam shall be tested in 180'
peel by st:atic test in which a 21-pound weight is
suspended from a l-inch wide heat seam after it has
cooled. Seam width shall be determined by
measuring the scrim-to-scrim lap of the seam
082895 POLYPROPYLENE FLOATING COVER MAERKLE RESERVOIR PAGE 14010- 20
SECTION 14010 - POLYPROPYLENE FLaATING COVER
following the static test. If 2 of the 3 specimen
exhibit peel strengths that withstand the abov
specified force without delamination from th
scrim, and have a seam width as measured above
equal to or greater than that specified in th
drawings and specifications, the seam shall 0
deemed acceptable. Test results not meeting thes
requirements shall be cause for rejection of th seam from which the test sample was taken.
e
3. The CONTRACTOR shall have tests performed, at it
own expense, by OWNER approved, independent
certified testing laboratories. The laboratorie shall have the experience, equipment, and testin
facilities necessary for performing the specifie
tests. Test results shall be certified, and fiv
copies thereof shall be submitted to the ENGINEER.
4. Samples of factory and field seams from which tes
specimens will be taken shall measure not less tha
14 inches wide by 24 inches long with the sea
parallel to the 24-inch side,
5. Testing of Factory Seams During Fabrication:
a. The CONTRACTOR shall have the fabricatc
provide and have tested by an independen
laboratory, samples of factory seams take
from the fabricated panels, at the factor>
For each type of test, one sample per 5,OC
feet of rollstock-to-rollstock factory sea - shall be tested. The certified test result of samples from any given panel shall k
submitted to the ENGINEER for review prior t
installation of that panel.
b. Patching of sampled seams may be done in tk
field after installation of the affect€
panel e
0
6. Testing of Factory Seams During Installation:
a. The CONTRACTOR shall provide and have testec
by the independent laboratory, samples . c
factory seams taken from installed, fabricate
panels. For each type of test one sample PC
5,000 feet of rollstock-to-rollstock factor
seams shall be tested. If any test result
are not satisfactory, the ENGINEER may, at hi
discretion, require that additional samplir
and testing be done.
082895 POLYPROPYLENE E'LOATING COVE
MAERKLE RESERVOIR PAGE 14010- 2
0
SECTION 14010 - POLYPROPYLENE FLOATING COVER
b. Samples of factory seams from installed panel
may be taken from scrap portions of th
floating cover material (i.e., from portion
of panels that are cut off in the field i
areas of excess lap, or which are cut out i
the field for placement of hatches) at point
selected or approved by the ENGINEER.
7. Testing of Field Seams:
a. For each type of test, the CONTRACTOR shal. provide and have tested, by an independen$
laboratory, one sample per 500 feet of panel-
to-panel seam, If any test results are no1
satisfactory, the ENGINEER may require thal
additional sampling and testing be done at thc
expense of the CONTRACTOR,
b. Samples of field seams will normally not bc
taken from the installed floating cover, bui
shall be fabricated on the job alongside i
field seam in progress, using pieces of tht
same polypropylene material, the same fielc
personnel, the same welding equipment, and thc
same procedures used in seaming the floatins
cover itself. The dimensions of the sample
shall be large enough to assure a satisfactor1
24-inch seam that can readily be tested ir
both peel and tension.
c. Field seam samples shall be numbered, dated,
and identified as to the personnel making the
seam from which the sample is taken, the
seaming method being usedp and the temperature
and weather conditions at the time of seaming.
Test samples shall be keyed to the location of
the seam work in progress at the time the
sample is made by appropriate notes ox
markings on a drawing of the floating cover,
furnished by the CONTRACTOR.
The CONTRACTOR shall provide a tensiometer and
all testing equipment necessary to allow field
testing of all field joints as required by
this specification.
In addition to all sampling and testing described
above, the ENGINEER may, at his discretion, require
the CONTRACTOR to provide OWNER with additional
samples of any field or factory seam, for testing
by OWNER, at OWNER'S expense.
-
-
d.
8.
082895 POLYPROPYLENE FLOATING COVER
MAERKLE RESERVOIR PAGE 14010- 22
SECTION 14010 - POLYPROPYLENE FLOATING COVER
B. Air-Lance Testing:
1. All factory seams, field seams, and patches sha:
be air-lance tested. Air-lance tests shall 1 performed in the field by the CONTRACTOR in tf
presence of the ENGINEER during daylight hour:
Leak paths or suspect areas revealed by the2
inspections shall be marked and repaired.
2. Prior to performing air-lance testing, tl
CONTRACTOR shall check the seams and patches with metal probe (such as an ice pick with its poir
rounded) .
3. The air-lance shall have a 1/8-inch diamete
orifice. Pressure at the orifice shall be betwee
60 and 80 psi. The jet of air shall be directed a
the edge of seams and patches to effect the liftir
of unbonded edges. The air-lance testing shall k
done in a manner so to allow the ENGINEE
sufficient time to observe and document any leak or suspect areas,
4. Field air-lance tests will be required even i
seams have previously been air-lance tested in th
a
factory.
C. Inflation Testing:
1. FQllowing completion of all work, the CONTRACTC
shall perform an inflation test of the floatir
cover, cell-by-cell, until the entire floatir
cover has been inflated.
2. CONTRACTOR shall provide all fans, ducting, relate equipment and power required to perform inflatic
testing .
3. All pinholes, parted seams, and other defect revealed during inflation testing shall k
repaired, adjusted, or corrected as required.
4. After cover inflation, the CONTRACTOR shall inspec
the cover with the OWNER and mark for repair a1
pinholes, parted seams and other defects.
The owner shall retain possession of the CONTRACTC
provided inflation ductsl fans and relate
equipment required to perform inflation testing.
5.
082895 POLYPROPYLENE FLOATING COVE
MAERKLE RESERVOIR PAGE 14010- 2
a
SECTION 14010 - POLYPROPYLENE FLQATING COVER
3.5 CLEANUP
A. Cleanup within and around the reservoir shall be z
ongoing responsibility of the CONTRACTOR throughout tf
course of work. particular care shall be taken t
ensure that no dirt., scrap material, trash, tools, c
other unwanted materials are trapped between the linix
and the floating cover.
3.6 OPERATIONAL AND WATER QWALPTY TESTING
A. The CONTRACTOR shall perform filling and disinfectic
procedures in accordance with the provisions identifie in Section 14000.
3.7 POST-CONSTRUGTION REPAIRS
A. In addition to any other requirement specified in th
contract documents, or near the end of the 23rd month c
the 24-month guarantee period, and prior to the end c
said guarantee period, the CONTRACTOR shall contac
OWNER and arrange a joint inspection of the floatin
cover. The CONTRACTOR shall make repairs an
adjustments to the floating cover or its appurtenance
or are otherwise covered under the guarantee or an
warranty, and which have been determined by the ENGINEE
to be necessary.
b which are evident or discovered during said inspection
-
END OF SECTION
082895 POLYPROPYLENE FLOATING COVE1
MAERKLE RESERVOIR PAGE 14010- 2
SECTION 15020 - VALVES AND APPURTENANCES
PART 1 - GENERAL e 1.1 THE REQUIREMENT
A. The CONTRACTOR shall provide all tools, suppliez
materials, equipment and all labor necessary fc
furnishing, coating, installing, adjusting, and testir
of all valves and appurtenant WORK, complete ar operable, all in accordance with the requirements of tk
CONTRACT DOCUMENTS. Where buried valves are indicatec
the CONTRACTOR shall furnish and install valve wells t
grade.
1.2 RELATED WORK SPECIFIED ELSEWHERE
A. Pipe, fittings, and supports appurtenant to the WOF
referred to herein shall be as specified in tk applicable Sections of Divisions 2 and 15.
B. Painting and protective coating of valves of any compc
nents thereof shall be in accordance with the require
ments of Section 09800, "Protective Coating, I' exceF
where otherwise specified in this Section.
combination of units, sensors, limit switches, ar
controls specified in other sections of the CONTRAC
DOCUMENTS. It shall be the responsibility of tk
CONTRACTOR to properly assemble and install thes
various items so that all systems are compatible ar
operating propel-ly. The relationship betwee interrelated items shall be clearly noted on shc drawin6 submittals.
C. Particular valves and operators may require a
ID. Not Used
1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDAFDS
A. Without limiting the generality of other requirements c
the CONTRACT DOCUMENTS, all WORK shall conform to c
exceed the applicable requirements of the reference
Standards; provided, that wherever the provisions c
said publication are in conflict with the requirement
specified herein, the more stringent requirement shal
apply.
€3. All products and their installation shall be in accox
dance with the standards of the American Society fc
Testing and Materials (ASTM), as referenced herein, tf:
American Water Works Association (AWWA) , as reference
herein, and with manufacturer's published recon
mendations and specifications. a
082895 VALVES AND APPURTENANCE MAERKLE RESERVOIR PAGE 15020 -
SECTION 15020 - VALVES AND APPURTENANCES
1.4 CONTFVCTOR SUBMITTALS
A. Shop drawings of all valves and operators includi
electrical data and associated wiring and contrl
diagrams, where applicable, shall be furnished (
specified in Section 01300, "Submittals".
B. Additional submittal requirements may be imposed fc each type of valve, as specified in Part 2 of th.
section.
1.5 QUALITY ASSURANCE
A. Unless otherwise specified, each valve body shall 1: tested under test pressure equal to twice its desic
water working pressure.
PART 2 - PRDDUCTS
2.1 VALVES, GENERAL,
A. General. The CONTRACTOR shall furnish all valves valve-operating units, stem extensions and othe accessories as indicated in the CONTRACT DOCUMENTS. Al
valves and gates shall be new and of curren
Valve Flanges. The flanges of valves may be raised o
plain faced with full face gaskets, Flanges of valve
for water working pressures of 150 psi or less shall b
faced -and drilled to the 125-lb American Standari
template unless otherwise shown or specified. Flange
of valves for water working pressures greater than 151
psi shall be faced and drilled to the 250-%b Americai
Standard template unless otherwise shown or specified.
C. Valve Wells. Iu1 buried valves shall be provided wit1
valve wells to allow access to the operator. Well:
shall be constructed of 8-inch diameter SDR-35 PVC watei
pipe. . Valve well covers shall be marked "WATER" 01
"SEWER", as appropriate, and shall be South Bay Foundr! No. SBF 1208 or approved equivalent. Galvanized sheet
metal shall be provided as required to seal the valve
well to prevent entry of dirt or other materials. Where
the valve nut is deeper than 5 feet below finish grade,
a valve stem extension shall be provided in accordance
with SDRSD W-13.
D. Bronze Components. Unless otherwise specified, all interior bronze parts of valves except gate valve
stems, shall conform to the requirements of the
082895 VALVES AND APPURTENANCES MAERKLE RESERVOIR PAGE 15020 - 2
r manufacture.
B.
SECTION 15020 - VALVES A"D APPURTENANCES
"Specification for Composition Bronze or Ounce Meta
Casting," ASTM B62.
a
E. Manual Operators. Unless otherwise indicated within thc CONTRACT DOCUMENTS, valves with manual operator:
(excepting corp cocks and miscellaneous small valves
shall conform to the following req-uirements:
1. Operators shall clearly indicate valve position ani
shall close valve when rotated in a clockwisl
manner. Operators shall be fully enclosed ani
designed to produce the required torque with q maximum pull of 80 lbs on handwheels or levers anc
to withstand a maximum input of 300 ft-lbs a
extreme actuator positions without damage.
Actuators shall be sized based on the pressuri
class of the valve and a full open velocity of 1
feet per second for butterfly valves and 36 fee
per second for other valves.
2. Exposed nuts, bolts and washers for above grad
installations shall be zinc plated; for below grad and submerged installations they shall be 31
stainless steel.
3. Quarter turn valves 2-inches and smaller instalh
between floor level and five feet above shall bi
supplied with lever wrench operators.
e
4. Quarter turn valves 3-inches and larger and a1
multi-turn valves installed between floor level an1
five feet above shall be provided with a cast iro
hand wheel. Worm gear or travelling nut operator
shall be supplied for quarter turn operators i
this configuration.
5. All buried valves shall be provided with a 2-inc
square operating nut, extension stems, and valv
well, as required below. Buried or submerge
quarter turn valves shall be supplied with wor
gear or travelling nut operators properly sealed t
operate continuously under 65 feet of externa
water pressure where required by the CONTRAC
DOCUMENTS. Operating nuts on submerged valve
shall be 3-inches long.
6. Valves located more than 5 feet above the finishe
floor or operating platform shall be equipped wit
chainwheels, sprockets, and galvanized steel chai
extending to three feet above the operating floor
082895 VALVES AND APPURTENANCE
MAERKLE ]RESERVOIR
0
PAGE 15020 -
SECTION 15020 - VALVES AND APPURTENANCES
Worm gear or travelling nut operators shall
supplied for quarter turn operators in th
configuration. Operator shaft and the ge quadrant shall be supported on permanent
lubricated bearings.
F. Automatic Operators. Where designated, certain valvc
and gates shall be furnished with electric or hydraul
operators provided by the valve or gate manufacturer.
All operators of a given type shall be furnished by tl
same manufacturer, Where operators of a given type ai
to be supplied by different valve manufacturers, tl
CONTRACTOR shall coordinate their operator selections t
provide uniformity of each type of operator. Th manufacturer of the valve shall certify, in writing, a
to the proper selection of the new automatic operators
Valves shall be assembled and tested with the operatc
prior to shipment. -
G. Epoxy Coating. Except where otherwise provided, ferrou
surfaces, exclusive of stainless steel surfaces, in th
water passages of all valves 4-inch and larger, as we1
as the exterior surfaces of all buried or submerge1
valves, shall be epoxy coated as specified below.
Coating shall be applied to castings prior to assembl
to insure that all exposed areas, including-bolt holes
will be covered,
1. Material: Except as otherwise provided herein, thc
material used shall be 100 percent powder epoxy anc
shall be 3-M Company "Scotchcoat, I' Michigan Chrome
and Chemical Company "Micron 650 or 651," 01
equivalent *,
-
2. Where, in the ENGINEER'S opinion, because of the
nature of the item being coated, it would be
impossible to use the powder epoxy method without
causing damage to the item, (i.e. most Butterfl!,
valves) the use of a liquid epoxy will be
permitted. Liquid epoxy shall be 3-M Company No,
302, SOC-CO Plastic Coating Co. Keysite 740, Tnemec
Series 20 Pota-Pox, or equivalent.
3. Thickness of Coating: The minimum dry coating
thickness shall be 8 mils, except that the
thickness of coating in the grooves for valves or
fittings designed to receive a rubber gasket shall
be approximately 5 mils, minimum.
082895 VALVES AND APPURTENANCES MAEFUKLE RESERVOIR PAGE 15020 - 4
SECTION 15020 - VALVES AND APPURTENANCES
H. Buried Valves. In addition to the coating specifie
above, buried valves shall be coated with a non-oxid
grease and tightly wrapped in an 8-mil thic
polyethylene sheet with all joints and edges lapped an
sealed with duct tape.
a
I. Manufacturer's Experience. Valves, gates, and operator
described in this section shall be furnished by
manufacturer who has a record of a minimum of 5 years o
successful experience in the operation and manufactur
of such equipment in similar installations an
applications.
J. Chemical Compatibility. The CONTRACTOR shall provid
written certification to the ENGINEER certifying tha
all valves used in chemical feed systems are suitabl
for use with the specific chemical at the require
temperature and chemical concentrations.
K. Labeling. Except when such requirement is waived by th
ENGINEER in writing, a label shall be provided on a1
shut-off valves exclusive of hose bibbs and chlorin
cylinder valves. The label shall be of 1/16-inc
phenolic plastic, 2 inches by 4 inches in size, shal
have white lettering on black background, and shall k
permanently attached to the valve or on the wal
adjacent to the valve as directed by the ENGINEER. Th
CONTRACTOR shall submit a schedule of valves to k
labeled indicating in each case the valve location, ta
no. (if provided), proposed attachment scheme, and th
proposed wording for the label.
a
2.2 AIR VACUUM AND AIR RELEASE VALVES
A. General, Valves shall be of the size shown and shal
have screwed or flanged ends to match piping. Bodie
shall be of high-strength cast iron, conforming to AS?
A126 class B. Floats shall be heavy stainless steel
suitable to withstand 1000 psi external pressure. Seat shall be Buna-N. Other internal components shall k
constructed of stainless steel, bronze, delrin, or cas
iron as appropriate. Inlet and outlet ports for lars
orifice valves shall be baffled to prevent the action c
high volume air flows from interfering with Val\
operations. Interior and exterior carbon steel surface
shall be epoxy coated per part 2.1 of this sectior
Valves shall be designed for a minimum of 200 psi wate
working pressure, unless otherwise shown. a B. Not Used
082895 VALVES AND APPURTENANCE
MAEXKLE RESERVOIR PAGE 15020 -
SECTION 15020 - VALVES AND APPURTENANCES
C. Not Used
D. Combination Air Valves. Combination air valves shall I:
supplied where shown. They shall have both large ar
small orifices in a single body. The large orific
shall serve to vent large quantities of air durir
filling operations and shall automatically open t
relieve vacuum conditions. The small orifice shall ver
small quantities of air under full line pressure thz
may become entrained in the system and collect at hi5
points. Valves shall be APCO series 140C or 150C i
accordance with APCO bulletin 623, Val-Natic Corp
series 200, or equivalent.
2.3 NOT USED
2.4 NOT USED
2.5 BALL VALVES, UNDER 4 INCHES
A. Ball valves under 4 inches, for air or water service,
shall have an ASTM B62 cast bronze body, stainless stee:
ball and stem, reinforced teflon seat, zinc plated stee:
handle and handle nut, and vinyl handle cover. Valve:
shall have FNPT end connections and shall be rated foi
400 WOG minimum. -
B. Valves shall be "Capri" model ball valves, No. 9302-S,
as manufactured by Crane Company, or equivalent.
2.6 NOT USED
2.7 BUTTERFLY VALVES
A. General. The CONTRACTOR hereunder shall furnish and
install flanged, tight-closing, rubber seated butterfly
valves of the size shown within the CONTRACT DOCUMENTS.
Valves shall be bubble-tight at rated pressures with
flow in either direction, and shall be satisfactory for
applications involving throttling service and/or
frequent operation and for applications involving valve
operation after long periods of inactivity. All valves
and valve operators shall be suitable for buried service
. and shall conform to the requirements of AWA Standard
C504, latest revision, as modified or supplemented by
the following provisions:
1. All valves shall be short body.
082895 VALVES AND APPURTENANCES
MAERKLE RESERVOIR PAGE 15020 - 6
SECTION 15020 - VALVES AND APPeTRTENANCES
2. Valves designed for manual operation and shall k
opened by rotating the operator hand wheel in
counterclockwise direction.
0
3. Taper pins, bolts, nuts and washers in contact wit
the water in the valve shall be fabricated fro
stainless steel conforming to the requirements c
ASTM Standard A276, type 304 or ASTM A-564, tyF
630 condition H1100.
4. Flow direction shall be indicated on the valv body. Unless otherwise specified, all valves shal
have an AWWA CS04 "B" designation, suitable for
maximum velocity of 16 feet per second in th
upstream pipe section.
B. Additional CONTRACTOR Submittals - The CONTRACTOR shal
furnish with the equipment submittal a writte
certification from the valve manufacturer stating the
operator torque has been computed and operators hat
been sized in accordance with the method described i
Appendix A of ANSI/AWWA C 504, latest edition. Alsc
the CONTRACTOR shall provide an Affidavit of Compliance in accordance with Section 1.7 of AWWA C504, to tk
ENGINEER prior to incorporating the valve into the WORE 0
C. Epoxy Coating. Butterfly valves and operators shall k
epoxy coated as specified in part 2.1 of thi
specification, except coating shall have 12 mi
thickness.
ID. Valves shall be supplied according to the followir
schedule :
Tag Rated Flange Operator
Description Numbers
Outlet Valves N/A 30" 150 psi 125 Hydraulic
(submerged Cylinder
service ) with
- Size Pressure Class Type
traveling
nut
operator
and speed
controlle r. Pratt
operator
or equal.
MDT-4
0
082895 VALVES AND APPURTENANCI MAERKLE RESERVOIR PAGE 15020 -
SECTION 15020 - VALVES AND aPPURTEN4"ANS
E. Seats. Rubber for valve seats shall conform to th
applicable provisions of AWWA Standard C504, lates
revision, and shall be attached to the valve body.
Valves 3 to 20 inches shall have seats that ar
simultaneously molded in, vulcanized and bonded to th body and the seat bond must withstand 75 lbs. pull unde
test procedure ASTM 1)-429, Method B. For valves 2
inches and larger, valve seats shall be field adjustabl
around the 360 degree circumference and replaceablt
without dismantling the operator, disc or shaft an(
without removing the valve from the pipeline. Retaininc
rings, clamps, screws and bolts used to attach thc
rubber seat to the valve body shall be fabricated fro1
stainless steel type 316. For valves 24 inches an( larger, the valve manufacturer shall certify that tht
rubber seat is field replaceable as specified above.
Spool-type rubber liners covering the entire inner
surface of the valve body and extending over any portiol:
of the flange faces will not be acceptable. Valves
employing the use of a snap ring to retain the rubber
seat will not be acceptable,
F. Discs. Valve discs shall have no external ribs trans-
shall not have any hollow chambers that- can entrap
water. Discs shall be fabricated from cast iron with
Ni-Chrome or 316 stainless steel edge for 3-inch to 20-
inch butterfly valves. Discs for butterfly valves greater than 20 inches shall be fabricated of cast iron
ASTM A-48 with stainless steel seating edge or ductile
iron ASTM A-536 with stainless steel seating edge.
Valve discs shall rotate 90 degrees from the full open
position to the fully closed position. For butterfly valves 30 inches and larger, the disc shall employ a
"flow through" design to minimize headloss.
> verse to the flow of water through the valve, The disc
G. Valve Shafts. Valve shafts shall be fabricated of 18-8
Type 304 or Type 316 stainless steel or ASTM A-564 type
630 condition H-1100. Shaft diameters shall meet minimum requirements in accordance with AWWA. C504 for
their class as shown on the drawings and as specified
herein.
H. Valve Body. Flanges shall be flat-faced and flange
drilling shall be in accordance with ANSI B16.1, Class
125 or 250 as indicated. Valve bodies shall be constructed of cast iron, ASTM A126 Class B. On valves
30 inches or larger, the valve port diameter shall not
reduce more than 1-1/2 inches of nominal diameter. The
082895 VALVES AND APPURTENANCES
MAERKLE RESERVOIR PAGE 15020 - 8
SECTION 15020 - VALVES AND APPURTENANCES
use of a stop lug cast integrally with or mechanical
secured to the body for limiting disc travel will not
acceptable.
e
I. Thrust bearings shall be provided per the governi
standard. Thrust bearings which are exposed to wat
and consist of a metal bearing surface in rubbi
contact with an opposing metal bearing surface will r
be acceptable.
J. Operators
1. Travelling Nut Operators: Operators shall be of t
traveling nut, self-locking type and shall
designed to hold the valve in any intermedia
position between fully open and fully clos
without creeping or fluttering. Operators shall
equipped with mechanical stop-limiting devices
prevent over travel of the disc in the open a
closed positions. Valves shall be closed operating the handwheel in a clockwise direction.
Each valve shall have an indicator mechanical
attached to the operating shaft which clear
indicates the position of the valve disc.
Operators shall be fully enclosed and-designed
produce the necessary torque with a maximum pull
80 lb. on the handwheel or chainwheel, Operat( components shall withstand an input of 450 Ft. Lb
at extreme operator position without damage.
Travelling nut operators shall be Pratt MDT, 1
equivalent.
2. Worm Gear Op erators. Valve operator shall : manual totally enclosed worm gear type wi
handwheel. Valves shall be closed by operating tl
handwheel in a clockwise direction. Each vali
shall have an indicator mechanically attached 1
the operating shaft which clearly indicates tl
position of the valve disc, Operator mechanisr
furnished shall require a minimum of 40 turns 1
rotate the valve disc from the fully open to tl
fully closed position. Operators shall be mountt
on valves at the valve manufacturer's facility.
The valve manufacturer shall insure proper operatc sizing and satisfactorily test the operator a1
valve assembly prior to shipment to the work sitc
The worn gear operator shall be Limitorque I
Series gear head or equivalent.
@
e
082895 VALVE3 AND APPURTENANCI MAEFKLE RESERVOIR PAGE 15020 -
SECTION 15020 - VALVES AND ABmJRTENANCES
3. Hydraulic Cylinder Operators. Hydraulic cylinde
operators shall move the valve to any position fro
full open to fully closed when a maximum of 150 ps
or a minimum of 40 psi is water pressure is appliel
to the cylinder. All wetted parts of the cylinde
shall be non-metallic, except the cylinder ro(
which shall be chromium plated stainless steel.
Rod seals shall be of the non-adjustable, wear.
compensating type. A rod wiper for removinc
deposits inside the cylinder shall be provided ii
addition to the external dirt wiper. Tht CONTRACTOR shall extend a copper drain line fro1
the operator vent connection to the closest flooi
drain, if appropriate, or within 2 inches of grad(
if there is no floor drain in the proximity of thc
valve.
A manual operating hand jack shall be supplied tc
operate the valve in the event of hydraulic pressure failure. The operator(s) shall be mountec
Speec as indicated in the CONTRACT DOCUMENTS.
control valves shall be installed to limit the rate
of opening and/or closing of the valve. A four waj solenoid valve (energize to open) shall be suppliec
the cylinder operator, A SPDT (single pole double
throw) limit switch, rated for 10 amps at 120 VAC,
sh211 be provided in both the open and closed valve
positions.
The CONTRACTOR shall furnish and install an in-line
water filter in the hydraulic line for wall or
pedestal mounting in close proximity to each
hydraulic cylinder operator. The filter housing
shall be of brass or stainless steel construction
with 3/4-inch FNPT fittings, minimum, suitable for
200 psi operating pressure, minimum. The filter
element assembly shall be of stainless steel
construction and have a 105 micron (150 mesh)
rating. The filter shall be able to deliver a
minimum of 10 gpm of water with no more than one
(1) foot of head loss across the filter when clean.
The CONTFiACTOR shall provide a custom mounting
bracket or pedestal of corrosion resistant material
to provide firm support and to allow disassembly
and cleaning of the filter element without
disturbing the filter process or mounting
connections. The filter shall be Model 1310-150 as
manufactured by Marvel Engineering Co., Melrose
Park, Illinois, or equivalent.
* to direct the hydraulic pressure to either side of
-
082895 VALVES AND APPURTENANCES WERKLE FESERVOIR PAGE 15020 - 10
SECTION 15020 - VALVES AND APPURTENANCES
Operators shall be mounted on valves at the Val7
manufacturer's facility. The valve manufacturc
shall insure proper operator sizing and sha:
satisfactorily test the operator and valve assemb:
prior to shipment to the work site. Operatoi shall be Pratt MDT with Dura-Cy1 power cylinder c
approved equivalent.
e
4. Not Used
5. Pressure Equalization: All valves installed fc
submerged service shall include a bladdt
accumulator to provide a constant source (
accumulator shall be of the standard top repairab:
type as manufactured by Greer Hydraulic, (
approved equivalent. Size shall be as specified 1 the valve manufacturer.
lubrication for the valve gear assembly. TI
K. Butterfly valve testing. Hydrostatic and leakage tesl
shall be conducted in strict accordance with AWWA C504.
L. Spare Parts. None required.
M. Manufacturers. Butterfly valves shall be i
manufactured by Henry Pratt Co. Aurora, Illinoi:
DeZURIK, Sartell, Minn.; Kennedy Valve, Elmira, NY (fc
valves 30-inches and larger); or approved equivalents.
a
2.8 NOT USER
2.9 NOT USED
2.10 NOT USED
2.11 FLAP GATES
A. Cast or ductile iron body flap gate vales, suitable fc
25 feet of seating head, shall be provided where shol
or required. Valves shall be suitable for mounting (
pipe flange or flush mounting on head wall as require(
Valve shall have bronze or brass hinge pins, bushing,
and seat. Flap gates shall be as manufactured 1
Waterman Industries model F-25, Clow model F-3012 '
3014, or equivalent.
2.12 NOT USED
2.13 NOT USED e
082895 VALVES AND APPURTENANC
MAERKLE RESERVOIR PAGE 15020 -
SECTION 15020 - VALVES AND APPURTENANCES
2.14 HOSE GATE VALVES
A. Hose gate valves shall have bronze body, cap and chain
iron hand wheel, non-rising stem, and wedge disc. Th
valve shall be suitable for 200 psi non-shock operatin pressures and shall have 2-1/2 inch FNPT inlet and a 2
1/2 inch American Standard fire hose coupling scre
thread outlet, unless otherwise designated, Valve shall be Crane No. 451 or equivalent.
2.15 NOT USED
2.16 NOT USED
2.17 NOT USED
2.18 NOT USED
2.19 NOT USED
2.20 NOT USED
2.21 SOLENOID VALVES
L A. General, Solenoid valves shall have brass (alloy UNS C
23000), or bronze (ASTM B62) bodies with stainless steel
core, tube, nut, and springs. The seat or disc shall be
Buna-N. Unless otherwise specified, the coil shall
operate on 120 volts, 60 Hz, single phase power, shall
be class F temperature rated, and shall be suitable for
nominal ambient temperatures between 32'F and 125'F. The
coil shall be completely encapsulated in epoxy resin anc
shall be NEMA 4 weather protected. Unless otherwise
specified, the valve shall be direct acting,, shall be
rated for 150 psi operating pressure, and shall remain
drip tight with pressure applied at any port. The body
shall have E'NPT threads and the orifice size shall not
be less than 7!5 percent of the nominal valve size.
Solenoid valves for pilot control of pump control valves
shall be rated alt not less than 10 psi greater than the
pump shut off head, and shall have provision for
maintained manual operation of the valve. So 1 eno id valves shall be Red Hat I1 as manufactured by the
Automatic Switch Company (ASCO), or equivalent.
082895 VALVES AND APPURTENANCES MAERKLE RESERVOIR PAGE 15020 - 12
SECTION 15020 - VALVES AND APmJRTENANCES
2.22 UNDESIGNATED SMALL VALVES
A. All valves not designated within the CONTRACT DOCUMENl
as to type shall be subject to approval of the ENGINEEF
All valves shall be newp of top quality, and c
materials and construction generally acceptable fc
public works construction.
PART 3 - EXECUTION
3.1 VALVE INSTALLATICN
A. All valves, operating unit, stem extensions, Val\ boxes, and accessories shall be installed as shown ar
specified.
B. Where combinations of valves, sensors, switches, ar
controls are specified, it shall be the responsibilit
of the CONTRACTOR to properly assemble and install the:
various items so that all systems are compatible ar
operating properly. The relationship betwec interrelated items shall be clearly noted on shc
drawing submittals. 0 3.2 EPOXY APPLICATION
A. Surface Preparation. The surface shall be blast-clean€ in accordance with SSPC-SP5 (White Metal Blaz
Cleaning). The grit size used shall be as recommend€
by the epoxy manufacturer.
B, Application. Application of the epoxy coating shall k
in accordance with the manufacturer's printed instruc
tions, provided that, if liquid epoxy is permitted, i
shall be applied in not less than 3 spray coats to giv
the required total thickness ~
C, Field Repairs. If small local repairs of the epo, coating. are necessaryc they shall be made using a liquj
epoxy recommended by the manufacturer of the epoxy wit
which the item was initially coated. The surface shal
first be hand-tool cleaned in accordance with SSPC-SP-
(hand tool cleaning). The repair epoxy material shal
be applied in accordance with the manufacturer'
instructions,
a
082895 VALVES AND APPURTENANCE MAEXKLE RESERVOIR PAGE 15020 - 1
SECTION 15020 - VALVES AND APPURTENANCES
3.3 TESTING OF EPOXY COATING
A. The epoxy coating thickness shall be checked with a nor
destructive magnetic type thickness gage. Coatir integrity shall be tested with a sponge testing uni
operating at approximately 60-volts. All pinholes shal
be marked, repaired and retested. No pinholes or othe
irregularities will be permitted in the final coating.
If small local repairs are necessary, they shall be mac
using a liquid epoxy recommended by the manufacturer c
the epoxy with which the item was initially coated. Tk
surface shall first be hand-tool cleaned in accordanc
with SSPC-SP-2 (Hand Tool Cleaning). The repair epox
material shall be applied in accordance with the manu
facturer's instructions.
END OF SECTION
..
-
082895 VALVES AND APPURTENANCE: MAERKLE RESERVOIR PAGE 15020 - 11
SECTION 15120 - PIPING SPECIALTIES
PART 1 - GENERAL
1.1 THE REQUIREMENT
A. The CONTRACTOR shall furnish and install piping special.
ties as shown and specified, complete, including smal
steel pipe, stainless steel pipe, red brass pipe, coppe.
tubing, solvent-welded PVC pipe, mechanical and sleevc
coup1 ings, gaskets, bo1 ts, insulating connections,
continuity bonds, pipe insulating, and such othei
specialties as required for a complete and operablc
piping system in accordance with the requirements of thr
CONTRACT DOCUMENTS.
1.2 RELATED WORK SPECIFIED ELSEWRE
A. Section 01300, Submittals
B. Section 02200, Earthwork
C. Section 09800, Protective Coatings
1.3 CONTRACTOR SUBMITTALS
A. For the materials and equipment items supplied under the
provisions of this Section, the CONTRACTOR shall submit
copies of the manufacturer's product specifications anc
recommended installation details according to the
requirements of Section 01300, Submittals.
a
PART 2 - PRODUCTS
2.1 SMAU STEEL PIPE
A. Unless otherwise shown, galvanized steel pipe and black
steel pipe in sizes 6 inches in diameter and smaller
shall conform to the requirements of ASTM A 120
"Specifications for Black and Hot-Dip Zinc-Coated
(Galvanized) Welded and Seamless Steel Pipe for Ordinary
Uses," .and shall be standard weight. Galvanized steel
pipe shall not be cement mortar lined unless otherwise shown. Fittings for galvanized steel pipe shall be of
galvanized malleable iron.
2.2 RED BRASS PIPE
A. Brass pipe shall conform to the requirements of ASTM B
43 "Specifications for Seamless Red Brass Piper Standard
Sizes." Fittings shall be of bronze conforming to the
requirements of ASTM B 62 "Specifications for Composi-
tion Bronze of Ounce Metal Castings."
082895 PIPING SPECIALTIES
MAERKLE RESERVOIR PAGE 15120-1
0
SECTION 15120 - PIPING SPECIALTIES
2.3 COPPER TUBING
A. Copper tubing shall conform to the requirements of AST
B 88 "Specifications for Seamless Copper Water Tube,
and shall be Type K (soft). Fittings shall be soldere
or sweated on and shall be of cast bronze or forge
brass containing 85 percent copper.
2.4 WC (POLWINYL CHLORIDE) PIPE
A. PVC pipe shall be made from all new rigid unplasticizec
polyvinyl chloride and shall be Normal Impact (Type I]
Schedule 80, unless otherwise shown. PVC pipe shall bc
manufactured in accordance with ASTM D-1785 and PV(
fittings shall be manufactured in accordance with ASTI
D- 2464 and D02467. Elbows and tees shall be of thc
same material as the pipe. PVC shall be manufactured b!
Certainteed, Plastic Piping systems, or approved equiva-
lent.
2.5 MECHANICAL-TYPE COUPLINGS (GROOVED END)
A. Mechanical-type couplings shall be designed for a water
working pressure not less than the design pressure of
the pipe on which they are to be installed. Buried OL
submerged couplings shall be provided with Type 316
stainless steel bolts and nuts.
B. Couplings for steel pipe shall be Gustin-Bacon,
Victaulic Style 44, groove type or equivalent, when pipe
ends are banded, and Gustin-Bacon, Victaulic Style 77,
or equivalent, when pipe ends are grooved, and shall be
equipped with Grade H rubber gaskets. Couplings for
ductile iron pipe shall be Gustin-Bacon, Victaulic Style
31, or equivalent, and shall be equipped with Grade M
gaskets.
2.6 SLEEVE-TYPE COUPLINGS
A. Couplings shall be of steel with steel bolts, without
pipe stop, and shall be of sizes to fit the pipe and
fittings shown. The middle ring shall not be less than
1/4-inch in thickness and shall be either 5 or 7 inches
long for standard steel couplings, and 16 inches long for long-sleeve couplings. Bolts for exposed couplings
shall be hot-dip galvanized. Bolts and nuts for buried
or submerged couplings shall be of type 316 stainless
steel. Buried sleeve-type couplings shall be epoxy-
coated at the factory as specified in Section 09800
Protective Coatings.
082895 PIPING SPECIALTIES'
MAERKLE RESERVOIR PAGE 15120-2
SECTION 15120 - PIPING SPECIALTIES
B. Sleeve-type couplings shall be provided where shown, ar
shall be Rockwell (Smith-Blair), Style 411 Dresser, c
equivalent.
0
2.7 GASKETS AND SOLTS
A. Except as otherwise provided, gaskets for flanged joint
shall be 1/16-inch thick laminated asbestos fiber c 1/8-inch thick rubber fabric, full face.
B. Except as otherwise provided, bolts shall conform to tk
requirements of Section 05500.
2.8 INSULATING CONNECTIONS
A. General: Insulating bushings, unions, couplings c flanges, as appropriate, shall be used for joining pipe
of dissimilar metals, and for piping systems wher
corrosion control and cathodic protection are involved
All insulating couplings shall be installed i
accordance with the contract drawings.
B. Material: Insulating connections shall be of nylon Teflon, polycarbonate, polyethylene or other non
conductive materials, and shall have ratings and proper
ties to suit the service and loading conditions.
2.9 STAINLESS STEEL PIPE e
A. Stainless steel pipe shall be Type 316 Schedule 4
threaded pipe conforming to ASTM A312-83 "Specification
for Seamless and Welded Austenitic Stainless Stee
Pipe e "
2.10 FLEXIBLE EXPANSION JOINTS
A. Flexible expansion joints shall be provided where show on the drawings, and shall be manufactured of ductil
iron conforming to the requirements of AWWA C153. Al
flexible expansion joints shall be capable of deflectin
and expanding simultaneously, and shall be capable o
not less than 15" deflection and 4-inches expansion.
Expansion capability shall be designed as an integra
part of the ductile iron castings. All pressurl containing parts shall be lined with minimum 15-mils o
fusion bonded epoxy conforming to the applicabll
requirements of AWWA C213, and shall be holiday teste(
with a 1500 volt spark test conforming to AWWA C213,
Flexible expansion joints shall be Flex-Tend a<
manufactured by EBBA Iron, Inc., or approved equivalent.
082895 PIPING SPECIALTIEI
MAERKLE RESERVOIR PAGE 15120-
e
SECTION :15120 - PIPING SPECIALTIES
PART 3 - E)CECUTION
3.1 (;ENERAL
A. Except as modified herein, the installation of pipe an
materials provided under this Section shall conform t
the requirernent.s of Section 02601, Buried Piping Instal lation o
3.2 INSTALLATION
A. Small Steel Pipe: Buried galvanized or black steel pip
shall be coated as specified in Section 09800
Protective Coatings, or provided with an extruded hig
density polyethylene coating with minimum thickness o
35 mils,
B. PVC Pipe: PVC pipe joints shall be solvent-welded i
accordance with the manufacturer's instructions.
Expansion joints or pipe bends shall be provided t
absorb pipe expansion over a temperature range of 10
degrees F,
C, Couplings: Pipe couplings shall be installed in stric
* accordance with the manufacturer's printed recommenda tions.
D. Gaskets for Flanged Joints: Wherever blind flanges arl shown, the gaskets shall consist of 1/8-inch thic cloth-iaserted rubber sheet which shall cover the entirc
inside surface of the blind flange and shall be cementec
to the surface of the blind flange.
E. Insulating Connections: All insulating connection: shall be instadled in accordance with manufacturer':
printed instructions.
3.3 CONTINUITY BONDS
A. Where required by the CONTRACT DOCUMENTS, all joints,
except field-welded joints and insulating joints, shal:
be continuity bonded. Bonds shall be welded to the pip(
as shown, as well as to all major parts of any coupling!
used. Bonds shall be inspected and approved by tht
ENGINEER before the exterior of the pipe joint i:
coated, The bond shall be completely covered wit1
protective coating material prior to backfilling of thc
trench a
082895 PIPING SPECIALTIE!
MAERKLE RESERVOIR PAGE 15120-4
SECTION 15120 - PIPING SPECIALTIES
B. Submerged Anodes: At the locations shown, galvan anodes shall be attached to the pipe and valves insi
the reservoir. Anodes shall be 32-lb. high potenti
magnesium complete with 10 foot lead wire, No. 10 A
copper, with a Cadweld connection and THW insulation
The lead wire shall be attached to the case and t
connection insulated. Anodes may have a case of galv
nized steel spiral, perforated strip or galvanized ste
rod. Anodes shall be attached to the valves in acco
dance with the details shown on the CONTRACT DOCUMENT
No wire splicing will be allowed. Submerged anod
shall be shipped bare (unpackaged). Galvanic Anod
shall be Galvomag Grade A manufactured by Cathod
Protection Services or equivalent.
C. Buried Anodes: At the locations shown, galvanic anod
shall be attached to the pipes. The anodes shall be
17-lb. high potential magnesium anode complete with
feet of No. 10 AWG THW lead wire. The lead wire sha
be attached to the pipeline with a Cadweld connectic
and the connection shall all be insulated. No wi
splicing will be allowed. The buried anode shall 1
packaged in a cloth bag with low-resistivity backfill,
Packaged the anode shall weigh 45 lbs. The backfi
shall be a mixture containing the standard ratio of 7.
gypsum, 20% bentonite and 5% sodium sulfate. Buric
galvanic anodes shall be Galvomag Grade A (
manufactured by Cathodic Protection Services (
equivalent.
@
0
-
D. Exothermic Weld: Exothermic Welds (Cadweld) shall 1
made with weld kits designed specifically for tl
application.
E. The CONTRACTOR shall refer to the CONTRACT DOCUMENTS fc
installation instructions on Cathodic Protection te:
stations.
END OF SECTION
e
082895 PIPING SPECIALTII
MAERKLE RESERVOIR PAGE 15120-
Section 16050 - Page 1
SECTION 16050 e ELECTRICAL GENERAL PROVISIONS
PART 1 GENERAL
1.01 THE REQUIREMENT
A. The CONTRACTOR shall provide all tools, supplies,
materials, equipment, and all labor necessary for the furnishing, construction, installation, testing, and operation of all electrical work and appurtenant work necessary to provide a complete and operable electrical system, all in accordance with the requirements of the Contract Documents.
B. The CONTRACTOR shall make all field connections and terminations to all motors, panels, control equipment and devices, instruments, and to all vendor-furnished packaged equipment as required by these Specifications. The
provisions of this Section shall apply to all electrical items specified in the various Sections of Division 16 of
these Specifications, except where otherwise specified or shown in the Contract Documents.
C. The CONTRACTOR shall furnish and install all materials and
incidentals required to complete the electrical work as specified herein. incidentals shall not be limited to terminal lugs not furnished with vendor-supplied equipment, compression connectors for cables, splices, junction and terminal boxes, and _all control wires required by vendor-furnished eq-uipment to interconnect with other equipment all specifically shown on the Contract Documents.
Typical materials which may be a
D. All concrete work required for encasement, installation, or
construction of the work specified in the various Sections of Division 16 is included as a part of the work hereunder, and shall be 3,000-psi concrete conforming to the applicable requirements of Section 03300 - Cast-in-Place Concrete; provided, that the following exceptions and
supplementary requirements shall apply:
1. Consolidation of encasement concrete around duct banks
shall be by hand puddling, and no mechanical vibration shall be permitted.
2. A workability admixture shall be used in encasement
concrete, which shall be a hydroxylated carboxylic acid
type in liquid form. Admixtures containing calcium chloride shall not be used. a
Section 16050 - Page 2
3. Concrete for encasement of conduit or duct banks shall contain an integral red-oxide coloring pigment in the
proportion of 8 pounds per cubic yard of concrete.
1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. All work specified herein shall conform to or exceed the
applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these
specifications.
B. Codes and Standards:
NEC National Electrical Code, latest edition
Title 8, Industrial- Relations, Subchapter 5, Electrical Safety Orders, California Administrative Code
C. Government Standards:
FS W-C-596/GEN (1) Connector,Plug, Receptacle and Cable Outlet, Electrical Power
FS W-C- 5 96E/GEN ( 1 ) Connector, Plug, Receptacle and
FS W-S-896E/GEN (1) Switches, Toggle (Toggle and Lode),
Cable Outlet, Electrical Power
Flush Mounted (ac)
FS WW-C-581Dt E Conduit, Metal, Rigid, And Intermediate; And Coupling, Elbow, - and Nipple, Electrical Conduit: Steel, Zinc Coated
D, Commercial Standards:
ANSI C80.1 Zinc Coated, Rigid Steel Conduit,
ANSI C80.4 Fittings for Rigid Metal Conduit
Specification for
and Electrical Metallic Tubing,
Specifications for
Grounding and Bonding Equipment,
Safety Standard for
Soft or Annealed Copper Wire
ANSI/UL 467’
ASTM B3
IPCEA S-61-402 Thermoplastic - Insulated Wire and
NEMA 250 Enclosures for Electrical Equipment
Cable
(1,000 volts maximum)
Section 16050 - Page 3
NEMA PB-1 Panelboards
UL 6 Rigid Metal Electrical Conduit
UL 44 Rubber - Insulated Wire and Cable.
UL 514 Electrical Outlet Boxes and
a
Fittings
E. All equipment furnished by the CONTRACTOR shall be listed
by and shall bear the label of Underwriters' Laboratories,
Incorporated, (UL) or of an independent testing laboratory
acceptable to the local Code-enforcement agency having
jurisdiction.
F. The construction and installation of all electrical
equipment and materials shall comply with all applicable
provisions of the OSHA Safety and Health Standards
(29CFR1910 and 29CFR1926, as applicable), State Building
Standards, and applicable local codes and regulations.
1.3 PERMITS AND INSPECTION
A. Permits shall be obtained and inspection fees shall be paid
for as specified in the General Conditions.
0 1.4 CONTIZACTOR SUBMITTALS
A. Shop Drawings and Catalog Data: Shop drawings and catalog
data submittals shall be in accordance with Section 01300 -
Contractor Submittals. -
B. The CONTRACTOR shall submit complete material lists for the work of this Section. Such lists shall state manufacturer
and brand name of each item or class of material. The
CONTRACTOR shall also submit shop drawings for all
grounding work not specifically shown.
C. Shop drawings are required for materials and equipment listed in other sections. Shop drawings shall provide sufficient information to evaluate the suitability of the proposed material or equipment for the intended use, and for compliance with these Specifications. The following
shall be included:
1. Front, side, rear elevations and top views with dimensional data.
2. Location of conduit entrances and access plates.
3. Component data a a
Section 16050 - Page 4
4. Connection diagrams, terminal numbers, internal wiring
diagrams, conductor size, and cable numbers.
5. Method of anchoring, seismic requirement; weight.
6. Types of materials and finish.
7. Nameplates.
8. Temperature limitations, as applicable.
9. Voltage requirement, as applicable.
10. Front and rear access requirements.
D. Catalog data shall be submitted to supplement all shop drawings. Catalog cuts, bulletins, brochures, or the Pike or photocopies of applicable pages thereof shall be submitted for mass produced, non-custom manufactured material. These catalog data sheets shall be stamped to indicate the project name, applicable Specification section and paragraph, model. number, and options. This information shall be marked in spaces designated for such data in the stamp.
E. Materials and Equipment Schedules: The CONTRACTOR shall deliver to the ENGINEER within 30 days, a complete list of all materials, equipment, apparatus, and fixtures which it proposes to use. The list shall include type, sizes, names of manufacturers, catalog numbers, and such other information required to identify the items.
F. Manuals: The CONTRACTOR shall furnish manuals as part of
the shop drswing submittals specified under "Manualsg1 in Section 01300 - Contractor Submittals.
G. Record Drawings: In addition to the Record Drawings as a part of the record drawing requirements specified in Section 01300 - Contractor Submittals, the CONTRACTOR shall show depths and routing of all duct bank concealed below-
grade electrical installations. Said set of record
drawings shall be available to the ENGINEER during
construction. After final inspection, the CONTRACTOR shall transfer all record drawing information using a red pen to a set of bluelines which shall then be delivered to the ENGINEER. In addition, the Record Drawings shall show al.1 variations between the work as actually constructed and as
originally shown on the Drawings, based upon information supplied by the CONTRACTOR.
r
1.5 QUALITY ASSaTRANCE
A. Field Control of Location and Arrangement: The Drawings
diagrammatically indicate the desired location and
Section 16050 - Page 5
arrangement of outlets, conduit runs, equipment, and other items. Exact locations shall be determined by the CONTRACTOR in the field based on the physical size and arrangement of equipment, finished elevations, and other
obstructions. Locations shown on the Drawings, however,
shall be adhered to as closely as possible.
e
B. All conduit and equipment shall be installed in such a manner as to avoid all obstructions and to preserve head room and keep openings and passageways clear. Lighting fixtures, switches, convenience outlets, and similar items shall be located within finished rooms, as shown. Where
the Drawings do not indicate exact locations, such
locations shall be obtained from the ENGINEER. Where
equipment is installed without instruction and must be
moved, it shall be moved without additional cost to the
OWNER.
C. Workmanship: All materials and equipment shall be
installed in accordance with printed recommendations of the
manufacturer which have been reviewed by the ENGINEER. The installation shall be accomplished by workmen skilled in
this type of work and installation shall be coordinated in the field with other trades so that interferences are
avoided.
D. All work, including installation, connection, calibration,
testing, adjustment, and paint touch-up, shall be accomplished by qualified, experienced personnel working
under continuous, competent supervision. The completed installation shall display competent work, reflecting adherence to prevailing industrial standards and methods.
a
E. Protection bf Equipment and Materials: The CONTRACTOR shall provide adequate means for and shall fully protect all finished parts of the materials and equipment against damage from any cause during the progress of the work and
until acceptable by the ENGINEER.
F. All materials and equipment, both in storage and during
construction, shall be covered in such a manner that no finished surfaces will be damaged, marred, or splattered with water,.foam, plaster, or paint. All moving parts shall be kept clean and dry.
G. The CONTRACTOR shall replace or have refinished by the
manufacturer, all damaged materials or equipment, including face plates of panels and switchboard sections, at no
expense to the OWNER.
H. Tests: The CONTRACTOR shall make all tests required by the
ENGINEER or other authorities having jurisdictions. All
such tests shall be performed in the presence of the
ENGINEER. The CONTRACTOR shall furnish all necessary a
Section 16050 - Page 6
testing equipment and pay all costs of tests, including all replacement parts and labor necessary due to damage resulting from damaged equipment or from test and
correction of faulty installation. The following testing
shall be accomplished:
1. Testing for the ground resistance value specified under
"Grounding, II herein.
2. Insulation resistance tests as specified under "Wire and Cable, I) herein.
3. Operational testing of all equipment furnished and/or connected in other Sections of Division 16, Electrical, including furnishing of support labor for testing.
I. Standard test reports for mass-produced equipment shall be
submitted along with the shop drawing for such equipment.
Test reports on testing specifically required for individual pieces of equipment shall be submitted to the
ENGINEER for review prior to final acceptance of the
pro j ec t -
J. Any test failure shall be corrected in accordance with the industry practices and in a manner satisfactory to the
ENGINEER.
1.6 AREA DESIGNATIONS
r
A. General: For purposes of delineating electrical-enclosure
and electrical installation requirements of this project,
certain areas have been classified in the Contract
Documents as defined below. Electrical installations
within these areas shall conform to the referenced code
requirements for the area involved. All Outdoor, above
grade and areas internal to the Reservoir is classified as acorrosive area.
D. Corrosive Locations: Corrosive locations shall have
stainless steel threaded hardware; all other electrical
hardware, fittings, and raceway systems shall be BVC-
coated. Raceway supports such as hanger rods, clamps, and
brackets shall be st.ainless steel or PVC-coated. Electrical enclosures shall be NEMA Type 4X stainless steel or fiber glass. Corrosive locations shall include, but not be limited to, meter vaults, reservoir access, valve
structures.
1.7 CLEANUP
A. In addition to the requirements of "Cleanupt1 in Section
01710 - cleaning, a11 parts of the materials and equipment
shall be thoroughly cleaned. Exposed parts shall be thoroughly clean of cement, plaster, and other materials.
Section 16050 - Page 7
All oil and grease spots shall be removed with a non- flammable cleaning solvent. Such surfaces shall be
carefully wiped and all cracks and corners scraped out.
Paint touch-up shall be applied to all scratches on panels and cabinets. Electrical cabinets or enclosures shall be vacuum-cleaned before final acceptance.
B. During the progress of the work, the CONTRACTOR shall clear the premises and shall leave the premises and all portions of the site free of debris.
a
1.8 RELATED WORK
A. Modifications to Existing Electrical Facilities:
1. The CONTRACTOR shall make all modifications or alterations to existing electrical facilities required to successfully install and integrate the new electrical equipment as shown. All modifications to existing equipment, panels, or cabinets shall be made in a professional manner with all coatings repaired to match existing. The total costs for all modifications
to existing electrical facilities required for a complete and operating system shall be included in the CONTRACTOR'S original bid amount and no additional payment for this work shall be authorized. Extreme caution shall be exercised by the CONTRACTOR in digging
trenches in order not to damage existing underground utilities. Cost of repairs of damages caused during construction shall be the CONTRACTOR'S responsibility.
a
PART 2 PRODUCTS
2.1 GENERAL
A. All equipment and materials shall be new, shall be listed by UL, and shall bear the UL label, where UL requirements apply. All equipment and materials shall be the products of experienced and reputable manufacturers in the industry. Similar items in the project shall be products of the same manufacturer. All equipment and materials shall be of
industrial grade and standard of construction; shall be of
sturdy design and manufacture; and shall be capable of
reliable, trouble-free service.
2.2 GROUNDING
A. General: All components of the grounding electrode system
shall be manufactured in accordance with UL 467 and shall
conform to the applicable requirements of National Electrical Code Article 250.
a
Section 16050 - Page 8
B. Grounding cable shall be copper. Bare copper wire shall bc annealed, No. 8 AWG minimum, if not called out in the drawings.
. C. Ground rods shall conform to ANSI/UL 467 and shall be 3/4-
inch diameter copper-clad steel, sectional type, joined by
threaded copper alloy couplings.
1. Grounding connectors shall be high-strength copper alloy suitable for direct burial.
2. Welded connections shall be exothermic weld by Cadweld of Erico Products, or approved equal.
3. Manufacturers of grounding materials shall be Copperweld, Blackburn, Burndy, or approved equal e
2.3 UNDERGROUND DUCTS AND MANHOLES
A. General: Where an underground distribution system is required, it shall be comprised of multiple runs of single bore non-metallic ducts, concrete encased, with steel reinforcing bars. When non-metallic ducts are required, they shall be rigid Schedule 40 PVC for concrete encasement.
B. The concrete envelope shall have a compression strength of
3,000 psi in accordance with the requirements of Section
03300 - Cast-in-Place Concrete. -
1.4 RACEWAYS
A. General: Raceway shiall be manufactured in accordance with
UL and ANSI-standards and shall bear UL label as
applicable.
B. Rigid non-metallic conduit shall be Schedule 40 PVC.
1. Non-metallic conduits and fittings shall be UL listed,
sunlight-resistant, and rated for use with 90 degrees C
conductors.
2. Non-metallic conduits and fittings shall be manufactured by Carlon, Condux, or approved equal.
C. Flexible metallic coinduit shall be fabricated from
galvanized inter-locked steel strip. Liquid-tight flexible metallic conduit shall have an extruded PVC covering over the flexible steel conduit. For conduit sizes 3/4-inch through 1-1/4 inch, flexible conduits shall have continuous
built-in copper ground conductor. Flexible conduit shall
be American Brass, Electroflex, or approved equal.
Section 16050 - Page 9
D. PVC-coated raceway system shall conform to Federal
Specification WW-C-581E, ANSI C80.1, and to Underwriter's a Laboratories specifications.
1. The zinc surfaces of the conduits and fittings shall
remain intact and undisturbed on both the inside and the outside of the conduit through the preparation and application processing.
A PVC coating shall be bonded to the galvanized outer surface of the conduit. The bond between the PVC
coating and the conduit surface shall be greater than the tensile strength of the plastic.
2.
3. The thickness of the PVC coating shall be a minimum of
4. A PVC jacketed coupling shall be furnished with each
40 mils.
length of conduit. A PVC sleeve equal to the OD of the
conduit shall extend 1-1/2 inches from each end of
coupling.
5. PVC-coated conduits shall be as manufactured by Robroy,
Occidental (OCCAL) , or approved equal.
2.5 WIRE AND CABLE
A. General: All conductors, including ground conductors,
shall be copper. Insulation shall bear UL label and the
manufacturer's trademark, type, voltage and temperature
rating, and conductor size. Wire and cable shall be
products of American, Rome Cable, Okonite, Cablec, or
approved equal.
a
-
B. Control Cables: All control cables shall be rated for 600 volts and shall meet the following requirements:
1. Control wires shall consist of No. 14 gage stranded
copper conductors and shall be XHMW rated for 90
degrees C at dry locations and 75 degrees C at wet locations.
2. Control.wires at panels and cabinets shall be machine tool grade type MTW, UL approved, rated for 90 degrees
C at dry locations.
3. Multi-conductor control cable shall be rated at 600
volts and shall consist of No. 14 gage stranded copper
mils of polyethylene, 10 mils full color coded PVC
jacket over each insulated conductor, a polyester tape over assembly, and an overall PVC jacket. Multi-
conductor cable shall be identified by either IPCEA
color coding or ink imprinting. Multi-conductor cables
. conductors, individually insulated with a minimum of 20
a
Section 16050 - Page 11
may be used in conduits or cable trays as required by the Drawings. Multi-pull taped control conductor
assemblies may be used in conduits as approved by the
ENGINEER.
C. Building Wire and Cable: Building wires and cables shall be rated at 600 volts and shall meet the following
requirements :
1. Building wire shall be single conductor copper cable
listed by UL as Type XHHW rated 75 degrees C in wet locations and 90 degrees C in dry locations.
size No. 10 AWG and slnaller shall be solid or stranded. 2. Building wire No. 8 AWG and larger shall be stranded;
3. No wire smaller than No. 12 AWG shall be used unless specifically indicated.
D. Cable Terminations: Cable terminations shall be in accordance with the following:
1. Compression connectors shall be Burndy "Hi Lug", Thomas
& Betts "Shure Stake", or approved equal. Threaded connectors shall be split bolt type of high strength copper alloy.
2. Spring connectors (wire nuts) shall be 3M "Scotch Lek,"
3. Pre-insulated fork tongue lugs shall be "Thomas &
4. General'purpose insulating tape shall be Scotch No. 33,
- "Ideal Wing Nuts", or approved equal.
Betts" RC Series, Burndy, or approved equal.
Plymouth "Slip-knot" , or equal o High temperature tape shall be polyvinyl by Plymouth, 3M, or approved equal.
5. Epoxy resin splicing kits shall be 3M Scotchcoat 82
Series, Burndy Hy Seal, or approved equal.
2.6 PULL AND JUNCTION BOXES
A. Control station, pull and junction boxes, including covers, for installation in corrosive locations shall meet the NEMA
4X requirements and shall be stainless steel or fiber
glass-reinforced polyester and shall be furnished with
mounting lugs.
2.7 CONDUIT FITTINGS
A. General: Fittings shall comply with the same requirements
as the raceway with which they will be used. Fittings
Section 16050 - Page :
having a volume less than 100 cubic inches for use with rigid steel conduit, shall be cast or malleable non-ferrol metal. Such fittings larger than one inch shall be "mogu size." Fittings shall be of the gland ring compression
type. Covers of fittings, unless in ''dry1' locations, sha
be closed with gaskets. Surface-mounted cast fittings, housing wiring devices in outdoor and damp locations, sha have mounting lugs.
a
B. Insulated bushings shall be molded plastic or malleable
iron with insulating ring, similar to 0-Z Type A and B, equivalent types by Thomas & Betts, Steel City, Appleton, 0-Z/Gedney, or approved equal.
C. Insulated grounding bushings shall be malleable iron with insulating ring and with ground lug, such as 0-2 Type BL, equivalent types by T & B, Steel City, 0-Z/Gedney, or approved equal.
D. Erickson couplings shall be used at all points of union between ends of rigid steel conduits which cannot be coupled. Running threads and threadless couplings shall not be used. Couplings shall be 3-piece type such as Appleton Type EC, equivalent types such as manufactured b T & B, Steel City, 0-Z/Gedney, or approved equal.
E. Liquid-tight fittings shall be similar to Appleton Type S
equivalent types such as manufactured by Crouse-Hinds, T B, 0-Z/Gedney, or approved equal.
F. Hubs for threaded attachment of steel conduit to sheet
e
metal enclosures, where required, shall be similar to Appleton Type K[TB, equivalent types such as manufactured
T & B, Myers Scrutite, or approved equal.
G. Transition fittings to mate steel to PVC conduit, and PVC access fitting, shall be as furnished or recommended by t manufacturer of the PVC conduit.
H. Sealing fittings are required in conduit runs entering
corrosive areas and elsewhere as shown. Sealing fittings
shall be Appleton Type EYS, 0-2 Type FSK, or approved equal. Sealing compound shall not be poured in place unt electrical installation has been otherwise accepted.
I. Expansion fittings shall be installed wherever a raceway
crosses a structural expansion joint. Such fittings shal
be expansion and deflection type and shall accommodate lateral and transverse movement. Fittings shall be 0- Z/Gedney Type "DX, I' Crouse Hinds "XD, II or approved equal. These fittings are required in metallic and non-metallic raceway installations. When the installation is in a nor
metallic run, a 3-ft length of rigid conduit shall be use
to connect the non-metallic conduit to the fitting. a
Section 16050 - Page 1;
2.8 WIRING DEVICES
A. All wiring devices shall be a product of a single manufacturer and shall conform to applicable NEMA Standard5
for UO series. Devices shall be as manufactured by General
Electric, Hubbell, Sierra, Pass & Seymour, or approved
equal. switch handles shall be brown everywhere except in finishec
rooms, where they shall be ivory. Special purpose receptacles shall have a body color as shown.
and switches shall conform to Federal Specifications W-C-
596E and W-S-896E, respectively.
1. Receptacles:
General purpose duplex receptacles and toggle
Receptacles
a. General purpose duplex receptacles shall be grounding type, 125-volt, ac, 20-amperesf NEMA Configuration 5-20R, such as G.E. 4107-1 brown,
Hubbell 5252, or approved equal.
b. Convenience receptacles for installation in outdoor
and corrosive areas shall be NEMA 5-20R configured
and shall have stainless steel or nickel plated parts and pl-astic parts of Melanine.
Receptacles at outdoor locations shall be UL-
approved for: weatherproof locations with plug
inserted. These shall be Crouse-Hinds, Hubbell, Pin and Sleeve Series, or approved equal.
Receptacles at damp or dry locations shall be
Crouse-Hinds DS 23G, Pyle National N-1, or approved
equzl D
Receptacles at corrosive locations shall be Hubbell
52CM62 15 ampere, 53CM62 20 ampere, or approved
equal.
c. Ground fault: interrupter (GFI) receptacles shall be
NEMA 5-20R configured and shall mount in a standard outlet box. Units shall trip at 5 milliamperes of ground current and shall comply with NEMA WD-1-1.10
and UL 943. GFI receptacles shall be capable of
individual as well as lldownstreamlt operation. GFI
receptacles shall be Hubbell GF 5252, General Electric, or approved equal.
2. Switches:
a. Switches at outdoor locations shall be Crouse-Hinds
DS 128, Joy Flexitite, or approved equal,
Section 16050 - Page 13
b. Switches at damp locations shall be Joy Flexitite,
or approved equal.
2.09 CABINETS AND ENCLOSURES
a
A. General: All electrical cabinets and enclosures housing
control relays and terminal blocks shall be manufactured in
accordance with NEMA Publications 250, UL Standards 50 and
508.
1. Relay or control, and terminal cabinets shall be NEMA 4X Stainless Steel enclosures. Sizes shown on the Drawings are minimum. The CONTRACTOR shall provide sufficient terminal blocks to terminate 25 percent more conductors than are shown. Interiors of cabinets shall be finished white including internal back mounting plate.
B. Wiring of terminal cabinets, control or relay cabinets
shall be accomplished with stranded copper conductor rated for 600-volts and UL listed as Type MTW. Wires for
annunciator and indication circuits shall be No. 16 AWG.
All others shall be No. 14 AWG. Color coding shall be as specified elsewhere in this Section. Incoming wires to terminal or relay cabinets shall be terminated on a master set of terminal blocks. All wiring from the master terminals to internal components shall be factory-installed and shall be contained in 2-inch wide by [2] [4]-inch high plastic wireways having removable covers. Wiring to door- mounted devices shall be extra flexible and anchored to doors using wire anchors cemented in place. Exposed terminals of door-mounted devices shall be guarded to prevent accidental personnel contact with energized terminals.
e
C. All terminal block requirements shall be as manufactured by
WAG0 with cage clamp, Phoenix, or approved equal.
D. Engraving shall be as shown or as directed by the ENGINEER.
Nameplates shall be secured using cadmium plated Characters shall be uniform block style not smaller than
1/8-inch.
steel or other corrosion resistant screws. Adhesive alone is not acceptable.
E. Each relay or control and terminal cabinets shall be completed, assembled, wired, and tested at the factory.
Test shall be in accordance with the latest UL and NEMA
Standards. All cabinets shall bear UL label, as applicable.
2.10 SWITCHED RECEPTACLES a
Section 16050 - Page 1
A. Switched Receptacles shall be externally operated with
quick-make/quick-break mechanisms Pin and Sleeve series.
The switch shall be padlockable in the "off" position. Th
Receptacles shall be provided with matching Plugs of the
same Manufacturer.Switches shall have nameplates stating manufacturer, rating, and catalog number.
B. Switched Receptacle rating shall match the horsepower
requirements of the load at the particular voltage if not otherwise shown.
C. Switched Receptacle enclosure shall be NEMA 4X, Non Metallic, and shall be as manufactured by Mennekes, or approved equal.
2.11 ELECTRICAL IDENTIFICATION
A. Nameplates: Nameplates shall be fabricated from white-
letter, black-face laminated plastic engraving stock,
Formica type ES-1, or approved equal. Each shall be
fastened securely, using fasteners of brass, cadmium plated
steel, or stainless steel, screwed into inserts or tapped
holes, as required. Engraved characters shall be block
style of adequate size to be read easily at a distance of 6
feet with no characters smaller than 1/8-inch high.
B. Conductor and Equipment Identification: Conductor and
equipment identification devices shall be either imprinted
plastic-coated cloth marking devices such as manufactured
by Brady, Thomas & 13etts, or approved equal, or shall be
heat-shrink plastic tubing, imprinted split-sleeve markers cemented in place, or equal.
buried electrical installation shall be a 6-inch wide red
polyethylene tape. imprinted "CAUTION - ELECTRIC UTILITIES
BELOW. 'I
C. Identification Tape: Identification tape for protection of
PART 3 EXECUTION
3.1 GROUNDING
A. General: Grounding cable shall be sized by the CONTRACTOR
in accordance with code requirements when sizes are not specifically called for on the Drawings. The location of ground rods shall be as shown.
B. Equipment Ground: Ground continuity throughout the
facility shall be maintained by installing an electrically-
continuous metallic raceway system, or a non-metallic
raceway with a grounding conductor when non-metallic raceway is permitted in the Contract Documents.
Section 16050 - Page 15
1. Metallic raceway shall be installed with double lock
nuts or hubs at enclosures. containing dc conductors operating at more than 50 volts to ground, or any ac conductors, shall contain a copper grounding conductor either bare, or green if
insulated. Such conductor shall be bonded to terminal
and intermediate metallic enclosures.
Metal equipment platforms which support any electrical
equipment shall be bonded to the nearest ground bus or to the nearest switchgear ground bus. requirement is in addition to the raceway grounding required in the preceding paragraph herein.
Non-metallic raceway a
2.
This grounding
C. Grounding Electrode System: The CONTRACTOR shall install the grounding electrode system with all required components in accordance with National Electrical Code Article 250.
1. Connection to ground electrodes and ground conductors shall be exothermic welded where concealed and shall be bolted pressure type where exposed. Bolted connectors
shall be assembled wrench-tight.
Insulated grounding bushings shall be employed for all grounding connections to steel conduits in switchboards, in motor control centers, in pullboxes, and elsewhere where conduits do not terminate at a hub or a sheet metal enclosure. Where insulated bushings
are required, they shall be installed in addition to double lock-nuts.
2.
a
3. Copper bonding jumpers shall be used to obtain a continudus metallic ground.
3.2 UNDERGROUND DUCTS
A. The underground concrete encased duct bank shall be installed in accordance with the criteria below:
1. Duct shall be assernbled using high impact nonmetallic
spacers.and saddles to provide conduits with vertical and horizontal separation. set every 5 feet.
Plastic spacers shall be
2. The duct shall be laid on a grade line of at least 4
inches per 100 feet, sloping towards pullboxes. Duct
shall be installed and pullbox depths adjusted so that
the top of the concrete envelope is a minimum of 24
inches below grade.
Changes in direction of the duct envelope by more than
10 degrees horizontally or vertically shall be
3. a
Section 16050 - Page 1(
accomplished using bends with a minimum radius 24 time2
the duct diameter.
4. Couplings shall be staggered at least 6 inches
vertically. Bottom of trench shall be of select
backfill or sand. The duct array shall be anchored
every 4 feet to prevent movement during placement of
the concrete envelope.
5. Each bore of the completed duct bank shall be cleaned
by drawing through it a standard flexible mandrel one
foot long and 1/4-inch smaller than the nominal size ol
the duct through which the mandrel will be drawn.
After passing of the mandrel, a wire brush and swab shall be drawn through.
6. A raceway, in the duct envelope, which does not require
conductors, shall have a 1/8-inch polypropylene pull cord installed throughout the entire length of the raceway.
B. Duct entrances shall be grouted smooth; duct for primary and secondary cables shall be terminated with flush end bells, shall be assembled with waterproof mastic and shall be set on a 6-inch bed of gravel as recommended by the manufacturer or as required by field conditions.
c. Trenches containing duct banks shall be filled with select - backfill with no large rocks which could damage the duct.
3.3 RACEWAYS
A. General: Raceways shall be installed as shown, however, conduit routings shown are diagrammatic. Raceway systems shall be electrically and mechanically complete before conductors are installed. Bends and offsets shall be smooth and symmetrical, and shall be accomplished with tools designed for the purpose intended. Factory elbows shall be used for all 3/4-inch conduit. Bends in larger sizes of metallic conduit shall be accomplished by field
bending or by the use of factory elbows. All installations
shall be in-accordance with the latest edition of the
National Electrical Code.
B. Raceways shall be installed in accordance with the following schedule:
1. Low Voltage Raceway (control and power) :
a. Rigid Schedule 40 PVC shall be used for concrete
encased duct on earth.
Section 16050 - Page 1-
b. PVC-coated galvanized rigid steel raceways shall DE
used on exposed locations in corrosive areas.
c. Rigid Schedule 40 PVC shall be used for conduits
0
embedded in concrete slab on grade and above grade.
d. Rigid Schedule 40 PVC shall be used for area
lighting circuits and may not be concrete encased.
2. Exposed Raceways :
a. Conduits shall be rigidly supported with clamps, hangers, and Unistrut channels.
b. Intervals between supports shall be in accordance with the National Electric Code.
C. Conduit Terminations: Empty conduit terminations not in
pullboxes shall be plugged. Exposed raceway shall be installed perpendicular or parallel to buildings except where otherwise shown. Conduit shall be terminated with flush couplings at exposed concrete surfaces. Conduit stubbed up for floor-standing equipment shall be placed in
accordance with approved shop drawings. Metallic raceways installed below-grade or in outdoor locations and in concrete shall be made up with a conductive waterproof
compound applied to threaded joints. Compound shall be Zinc Clads Primer Coatings No. B69A45, HTL-4 by Crouse- Hinds, Kopr Shield by Thomas & Betts, or approved equal.
D. Conduit Installations:
a
1. Where a-run of concealed PVC conduit becomes exposed, a
transition to rigid steel conduit is required. Such transition shall be accomplished by means of a factory elbow or a minimum 3-fOOt length of rigid steel conduit, either terminating at the exposed concrete surface with a flush coupling. Piercing of concrete walls by non-metallic runs shall be accomplished by means of a short steel nipple terminating with flush
couplings.
2. Flexible conduit shall be used at dry locations for the
connection of equipment such as motors, transformers,
instruments, valves, or pressure switches subject to vibration or movement during normal operation or servicing. Flexible conduit may be used in lengths
required for the connection of recessed lighting fixtures; otherwise the maximum length of flexible
conduit shall be 18 inches.
3. In other than dry locations, connections shall be made a using flexible liquid-tight conduit. Equipment subject
Section 16050 - Page 1I
to vibration or movement which is normally provided
with wiring leads, such as solenoid valves, shall be
installed with a cast junction box for the make-up of connections. Flexible conduits shall be as
manufactured by American Brass, Cablec, Electroflex, 01
approved equal.
3.4 WIRES AND CABLES
A, General: Conductors shall not be pulled into raceway until:
1. Raceway system has been inspected and accepted by the
ENGINEER.
Plastering and concrete have been completed in affected areas. 2.
3. Raceway system has been freed of moisture and debris.
B. Wire and Cables:
1. Conductors of No. 1 size and smaller shall be hand
pulled. winches. Pulling tensions on the cables shall be within the limits recommended by the cable manufacturer. Wire pulling lubricant, where needed, shall be UL approved.
Larger conductors may be installed using power
-
2. Wire in panels, cabinets, and gutters shall be neatly grouped using nylon tie straps, and shall be fanned out to terminals.
C. Splices and-Terminations:
1. The CONTRACTOR shall provide, install, and terminate the conductors required for power and controls to electrical equipment and to interconnect incoming annunciator and control equipment specified in any
section of these specifications except as may be
otherwise specified in other sections. There shall be no cable splices in underground pullboxes.
2. Control conductors shall be spliced or terminated only
at the locations shown and only on terminal strips or terminal lugs of vendor furnished equipment. For the
purposes of the various Sections of Division 16 of the Specifications, I'Control Conductors" are defined as conductors operating at 120-volts or less in circuits
that indicate equipment status or that control the
electric energy delivered to a power consuming device.
Section 16050 - Page 1
3. Solid conductors shall be terminated at equipment terminal screws with proper care that conductor is tightly wound around screw and does not protrude beyonl screw head. Stranded conductors shall be terminated
directly on equipment box lugs making sure that all
conductor strands are confined within lug. Use forked
tongue lugs where equipment box lugs have not been
provided.
e
D. Cable Assembly and Testing: Cable assembly and testing shall comply with applicable requirements IPCEA Publicatior No. S-68-516 and other relevant IPCEA publications. Factory test results shall be submitted in accordance with Section 01300 - Contractor Submittals, prior to shipment of cable. The following tests shall be the minimum
requirements:
1. Insulation resistance shall be obtained and shall not
be less than the value recommended by IPCEA.
2. All cables rated at 600 volts shall be tested for
insulation resistance between phases and from each
Phase to a ground using a megohmeter.
3. All field testing mentioned above shall be done after cables are installed in the raceways.
5. Field test results shall be submitted to the ENGINEER for its review and acceptance.
a
6. Cables failing in the said tests shall be replaced with
a new cable.
E. Continuity Test: All control and instrumentation cables shall be tested for continuity, polarity, undesirable ground, and origination. Such tests shall be performed prior to placing all cables in service.
3.5 PULL AND JUNCTION BOXES
A. Pull and junction boxes shall be sized in accordance with the requirements of the National Electrical Code.
B. Outlet boxes shall be used as junction boxes wherever possible. Where separate pullboxes are required, they shall have screw covers.
C. Pull boxes shall be installed when conduit run contains more than 3 90-degree bends and runs exceed 200 feet.
3.9 CABLE AND EQUIPMENT IDENTIFICATION a
Section 16050 - Page 21
A. General: The completed electrical installation shall be provided with adequate identification to facilitate proper control of circuits and equipment and to reduce rnaintenancc effort.
B. Cable: The CONTRACTOR shall assign to each control and instrumentation wire and cable a unique identification
number. Said numbers shall be assigned to all conductors having common terminals and shall be shown on all shop
drawings. Identification numbers shall appear within 3
inches of conductor terminals. ltControllt shall be defined
as any conductor used for alarm, annunciator, or signal purposes :
1. Multiconductor cable shall be assigned a number which shall be attached to the cable at intermediate pull
boxes and at stub-up locations beneath free-standing equipment.. It is expected that the cable number shall form a part of the individual wire number. A11 individual control conductors and instrumentation cable
shall be identiEied at pull points as described above.
The instrumentation cable numbers shall incorporate the loop numbers shown on the Drawings.
2. All 120/240-volt system feeder cables and branch
circuit conductors shall be color coded as follows: Line A-black, Line B-red, and Neutral-white. Color coding tape shal.1 be used where colored insulation is not available. Branch circuit switch shall be yellow. Insulated ground wire shall be green, and neutral shall be gray. Color coding and phasing shall be consistent throughout the site, bus bars at panelboard shall be connected Line A-B, top to bottom, or left to right, facing connecting lugs ~
C. Equipment: Equipment and devices shall be identified as
-
follows:
1. Nameplates shall be provided for all panelboards,
panels, starters, switches, and pushbutton stations.
In addition to the name plates shown, control devices
shall be equipped with standard collar-type legend
plates- .
2. Control devices within enclosures shall be identified
as shown. Identification shall be similar to the
paragraph above.
3. Toggle switches which control loads out of sight of
f switch, and all multi-switch locations of more than 2 switches, shall have suitable inscribed finish plates.
the destination at the far end. Where it is not
4. Empty conduits shall be tagged at both ends to indicate
Section 16050 - Page 21
possible to tag the conduit, destination shall be
identified by marking an adjacent surface.
The CONTRACTOR shall provide typewritten circuit directories for panelboards; circuit directory shall
accurately reflect the outlets connected to each
circuit.
The CONTRACTOR shall install identification tape directly above buried unprotected raceway; install tape
8 inches below grade and parallel with raceway to be
protected. Identification tape is required for all
buried raceway not under buildings or equipment pads except identification tape is not required for
protection of street lighting raceway.
5.
a
6.
ENI) OF SECTION
a
-
a
SECTION
SECTION 16463 a
MINI-POWER CENTERS
PART 1 GENERAL
1.1 SCOPE
A. The Contractor shall furnish and install single-phase
general purpose individually mounted mini-power centc the two-winding type, self-cooled, as specified herei and as shown on the contract drawings.
1.2 REFERENCES
A. The mini-power center and all components shall be designed, manufactured and tested in accordance with latest applicable standards of ANSI and NEMA.
1.3 SUBMITTALS--FOR REVIEW/APPROVAL
A. The following information shall be submitted to the
Engineer.
1. Dimension drawing.
2. Technical certification sheet.
3. -Transformer ratings including:
@
a. Voltage.
b.Continuous current.
c. KVA.
d. Impedance.
4. Component ratings including:
a. Voltage.
b.Continuous current.
c.Interrupting ratings.
5. Cable terminal sizes.
B. Submit ten (10) copies of the above information. a
16463-1
SECTION 1646
1.4 QUALIFICATIONS
A. The manufacturer of the assembly shall be the
manufacturer of the secondary distribution equipment.
3. For the equipment specified herein, the manufacturer shall be IS0 9000, 9001 or 9002 certified.
C. The manufacturer of this equipment shall have produced
similar electrical equipment for a minimum period of five
(5) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Equipment shall be handled and stored in accordance with
manufacturer's instructions. One (1) copy of these instructions shall be included with the equipment at time
of shipment.
1.6 OPERATION AND MAINTENANCE MANtJALS
A. Three (3) copies of the equipment operation and
maintenance manuals shall be provided prior to final
* payment.
B. Operation and maintenance manuals shall include the following information:
1. Instruction b'ooks and /or leaflets.
2. Recommended renewal parts list.
3. Drawings and information required by section 1.06.
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. Cutler-Hammer/Westinghouse.
B. Square D
C. or approved equal.
2.02 RATINGS
A. KVA and voltage ratings shall be as shown on the
drawings.
16463-2
SECTION
B. Units shall be designed for continuous operation at
kVA, for 24 hours a day, 365 days a year operation,
normal life expectancy as defined in ANSI C57.96.
C. Transformer sound levels shall not exceed the follov
a
ANSI and NEMA levels for self-cooled ratings.
Up to 9KVA 40 db
10 to 5OKVA 45 db
2.3 CONSTRUCTION
A. Each mini-power center shall include a main primary
breaker, an encapsulated dry-type transformer, and E
secondary panelboard with main breaker.
B. Main primary, secondary, and feeder breakers shall 1:
C. Insulation Systems
enclosed with a padlockable hinged door.
1. Transformers shall be insulated with a 185 degr insulation system.
Required performance shall be obtained without exceeding the above-indicated temperature rise
40 degrees C maximum ambient, with a 30 degrees
average over 24 hours.
3. All insulation materials shall be flame-retarda
2. a
and shall not support combustion as defined in -Standard Test Method D635.
D.. Core and Coil Assemblies
1. Transformer core shall be constructed with high
grade, non aging, grain-oriented silicon steel
high magnetic permeability, and low hysteresis
eddy current losses. Maximum magnetic flux
densities shall be substantially below the
saturation point. The transformer core volume s
'allow efficient transformer operation at 10% ab
the highest tap voltage. The core laminations be tightly clamped and compressed. Coils shall
wound of electrical grade aluminum with continu
wound construction.
The core and coil assembly shall be completely
encapsulated in a proportioned mixture of resin and aggregat provide a moistureproof, shock-resistant seal. core and coil encapsulation system shall minimi
2.
a the sound level.
16463-3
SECTION 16463
3. The core of the transformer shall be grounded to the enclosure.
2.4 BUS
A. Panelboard bus shall be copper sized to NEMA 65 degrees C
rise.
2.5 WIRING/TERMINATIONS
A. All interconnecting wiring between the primary breaker
and transformer, secondary main breaker and transformer,
and distribution section shall be factory installed.
B. All transformers shall be equipped with a wiring compartment suitable for conduit entry and large enough
to allow convenient wiring.
2.6 MAIN DEVICES
A. Each mini-power center shall include a main primary breaker with an interrupting rating of 14 kA at 480 volts; and a secondary panelboard with main breaker rated
10 kA interrupting rating at 240 volts. ..
2.7 FEEDER DEVICES
A. The secondary distribution section shall accommodate one
inch, pluq-in breakers with 10 kA interrupting capacity.
2.8 ENCLOSURE
A. The enclosure shall- be made of heavy-gauge steel and the maximum temperature of the enclosure shall not exceed 90
degrees C.
B. The enclosure shall be totally enclosed, nonventilated,
NEMA 3R, with lifting eyes.
PART 3 EXECUTION
3.1 FACTORY TESTING
A. The following standard factory tests shall be performed
on the equipment provided under this section. All tests
shall be in accordance with the latest version of ANSI and NEMA.
16463-4
SECTION
1. Ratio tests at the rated voltage connection and
all tap connections. e
2. Polarity and phase-relation tests on the rated voltage connection.
3. Applied potential tests.
4. Induced potential test.
5. No-load and excitation current at rated voltage
the rated voltage connection.
B. The manufacturer shall provide three (3) certified cc
of factory test reports.
3.2 INSTALLATION
A. The Contractors shall install all equipment per the
manufacturer's recommendations and the contract drawi
a END OF SECTION
-
- a
16463-5
Section 16530 - Page 1
SECTION 16530 e SITE LIGHTING
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Exterior luminaires and accessories.
B. Poles.
1.2 RELATED SECTIONS
A. Section 03300 - Cast-in-Place Concrete: Foundations for
poles.
1.3 REFERENCES
A. ANSI C78.379 - Electric Lamps - Incandescent and
High-Intensity Discharge Reflector Lamps - Classification
of Beam Patterns.
ANSI C82.4 - Ballasts for High-Intensity-Discharge and Low
Pressure Sodium Lamps (Multiple-Supply Type).
B.
C. NFPA 70 - National Electrical Code.
1.4 SUBMITTALS FOR REVIEW a
A. Section 01300 - Submittals: Procedures for submittals.
B. Shop Drawings: Indicate dimensions and components for each luminaire which is not a standard Product of the
manufacturer.
C. Product Data: Provide dimensions, ratings, and performance
data.
1.5 PROJECT RECORD DOCUMENTS
A. Submit under provisions of section 01300.
B. Accurately record actual locations of each luminaire.
1.6 OPERATION AND MAINTENANCE DATA
A. Submit under provisions of section 01700.
B. Maintenance Data: Include instructions for maintaining
luminaire.
1.7 QUALIFICATIONS a
Section 16530 - Page 2
A. Manufacturer: Company specializing in manufacturing
products specified in thes Section with minimum three years documented experience.
1.8 REGULATORY REQUIREME.WTS
A. Conform to requirements of NFPA 70.
B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated.
1.9 DELIVERY, STORAGE, AND HANDLING
A. Section 01600 - Material arid Equipment: Transport, handle, store, and protect products.
1.10 COORDINATION
A. Furnish bolt templates and pole mounting accessories to
installer of pole foundations.
PART 2 PRODUCTS
2.1 LUMINAIRES
A. Furnish Products as specified on Drawings, or approved equal.
2.2 HIGH INTENSITY DISCHARGE (HID) BALLAST
A. Manufacturers:
1. Section TI1600 - Materials and Equipment: Product options and substitutions. Substitutions: Permitted.
B. Description: ANSI C82.4,low pressure sodium, high pressure
C. Provide ballast suitable for lamp specified.
D. Voltage: 120 volts.
sodium lamp ballast.
2.3 LAMPS
A. High Intensity Discharge (HID) Lamp Manufacturers:
1. Section 01600 - Materials and Equipment: Product
B. Lamp Types: As specified for luminaire. Refer to Section
options and substitutions. Substitutions: Permitted.
01600 for substitutions and product options.
C. Reflector Lamp Beam Patterns: ANSI C78.379.
Section 16530 - ?age 3
e 2.4 POLES
. A. Manufacturers: As specified on Drawings, or apprgved equal.
PART 3 EXECUTION
3.1 EXAMINATION
A. Examine excavation (and concrete foundation) for lighting
poles.
specified.
B. Examine each luminare to determine suitability for lamps
3.2 INSTALLATION
A. Provide concrete bases for lighting poles at locations
indicated, in accordance with Section 03300,
B. Install poles plumb. Provide double nuts to adjust plumb.
Grout around each base.
C. Install lamps in each luminaire.
D. Bond luminaires ,metal accessories and metal poles to
branch circuit equipment grounding conductor. Provide
supplementary grounding electrode at each pole. e
3.3 FIELD QUALITY CONTROL
A. Section 01400 - Quality Assurance, 01650 - Starting of
Systems: Fi5ld inspection, testing, adjusting.
B. Operate each luminaire after installation and connection.
Inspect for improper connections and operation.
3.4 ADJUSTING
A. Section 01650 - Testing, Adjusting, and Balancing:
8. Aim and adjust luminaires to provide illumination levels Adjusting installed work.
and distribution as directed.
3.5 CLEANING
A. Section 01700 - Contract Closeout: Cleaning installed
work.
B, Clean electrical parts to remove conductive and deleterious
materials.
C. Remove dirt and debris from enclosure. 0
Sectlon 16530 - Page 4
D. Clean photometric control surfaces as recommended by
manufacturer.
Clean finishes and touch up damage. E.
3.6 PROTECTION OF FINISHED WORK
A. Section 01700 - Contract Closeout: Protecting installed
work.
B. Relamp luminaires which have failed lamps at Substantial
Completion.
END OF SECTION
r
-
6
0
e
APPENDIXES
a
APPENDIX A
GEOTECHNICAL STUDY
a
1 /29/9
a
M&T AGRA, Inc.
‘,I ):>rl
I. e , , I I 1 :, /~rorjr?wfl:~j, _wfj ! t ‘2
-7
-
GEOTECHNICAL STUDY
Maerkle Reservoir
Carlsbad Municipal Water District
Carlsbad, California
-_1
I
0 CLIENT
John Powell & Associates
175 Calle Magdelena, Suite 101
Encinitas, California 92718
2
March 26, 1993
Job NO. 693-103
a
t 4
t ,#! . \,
TABLE OF CONTl3VI"T
1.0 INTRODUCTION .............................................. -1
1.1 PROPOSED CONSTRUCTION ............................... -1
1.2 SCOPE OF WORK -7 -.
2.0 FIELD EXPLORATION AND LABORATORY TESTING ................ -4
2.1 FIELD EXPLORATION ..................................... -4
2.2 LABORATORY TESTS ..................................... -4
-a
.........................................
3.0SITECONDITXONS ..............................................5.
.- 3.1 SURFACECONDITIONS .................................... -5.
3.3 RESERVOIR BASIN CONDITIONS ............................ -8- 3.2 GEOTECHMCAL CONDITIONS .............................. .7 .
-
4.0 CONCLUSIONS AND RECOMMENDATIONS .-. ...................... 9-
4.1 LINER REQUIREMENTS ................................... -9-
4.1.1 General ...................................... -9-
4.1.2 Permeability ................................. -10-
4.1.3 Sediment Volumes ............................. -10-
4.1.4 Core Desiccation .............................. -10-
4.1.5 Grading Recommendation ....................... -11-
4.1.6 Upstream Dam Face ........................... -12-
4.1.7 Settlement ................................... -12-
4.1.8 Excavatability ................................ -12-
4.1.9 Slope Stability ................................ -13-
4.1.10 Permeable and Nonpermeable Liner -13-
4.2.1 General ..................................... -16-
4.2.2 Access Service Road ........................... -17-
4.2.3 Footings .................................... -17-
a ...............
4.2 FLOATING COVER REQUIREMENTS ....................... -16-
. 4.2.4 Rock Anchors ................................ -18-
4.3 SPILLWAY ............................................... -20-
5.0 GEOECHMCAL REVIEW ...................................... -21-
6.0 CLOSURE .................................................... -22-
REFERENCES -23- ...................................................
FIGURES IN TEXT
Figure 1 . Vicinity Map ......................................... -6-
Figure 2 - Rock Anchor Detail ................................... -19-
Job No . 693-103 . March 26, 1993 8 1
a
i.,.'. ...... ..>.%.)I. ]/ ';r ....
PLATES
In Pocke PLATE I - SITE PLAN
APPENDIX A
e
SEISMIC REFRACTION SURVEY DATA ................... A-1 to A-
APPENDIX B
LABORATORY TESTING ................................ B-1 to B-:
APPENDIX c
JOINT MAPPING C-1 to C-'i .......................................
e
.. t3 11 Job No. 693-103 - March 26, 1993
a
-, . a. - ' ~,~t~/l(~ L;,/v,l-
1.0 INTRODUCTION a
*--
This report presents the results and recommendations developed from our geotechnic
study for the proposed covering and possible bottom lining of the Maerkle Reservoir. ’I3
reservoir site is located approximately 2 miles northeast of Palomar Airport in Carlsba
California. Maerkle Reservoir, formerly Squires Reservoir, has a capacity of approximatel
600 acre-feet and a surface area of about 16 acres. The proposed improvements include
floating cover, possible installation of a permeable or impermeable basin Liner, and spiUwa
.-. improvements.
The purpose of this study was to explore and evaluate the general soil/rock, geologic, an
hydrogeologic conditions for the proposed reservoir improvements, and provide geotechniu
recommendations and designs to aid John Powell & Associates and the Carlsbad Municipz
Water District (CMWD) in the preparation of project plans and specifications.
The existing facility consists of an import water storage basin developed by damming
natural drainage course with an approximately 100-foot maximum height, zoned earth-fii
embankment. Dam construction materials were obtained on-site, resulting in a cut roc1
impoundment basin. The facility is under the jurisdiction of the State Division of Safety o
Dams.
-.
0 Reference was made to various documents in both the public and private domain. Primaq
sources of information are listed immediately following the text of this report.
1.1 PROPOSED CONSTRUCTION
Present plans call for the installation of a floating cover and possibly a her system to
protect the CMWD drinking water supply from Maerkle Reservoir from contamination in
compliance with federal clean water regulations. Modification will also be made to the
existing spillway. Currently, consideration is being given to an impermeable geomembrane
liner or a permeable asphalt liner. However, it is possible that no liner will be required.
The floating cover will be restrained and suspended by a cast-in-place concrete footing at
the perimeter of the reservoir near the high-water line. A narrow service road or walkway
is being considered to access the cover and help control surface runoff from the surrounding
watershed.
In order PO facilitate the cover installation and maintehance, grading will be required to
provide more uniform shoreline and basin topography. Cut and fill earthwork will be
designed to remove prominences and fill re-entrant irregularities. If a liner system iS
installed, regrading will also be used to create suitable basin subgrade conditions. The
spillway is currently poorly developed and will be upgraded.
0 Job No. 693-103 - March 26, 1993 2
4
k?f” ti r )ill ‘I I 1 (1 >I .
11 SCOPE OF WORK
The geotechnical investigation included site reconnaissance, underwater exploration, soil itl rock sampling, field and laboratory testing, geologic evaluation, engineering analyst
formulation of design recommendations, and the preparation of this technical report. Tf
scope of work included of the following specific tasks:
0
...
...
7 sampling site.
...
...
Review of original reservoir construction documents.
General site reconnaissance, joint mapping, and location of soil and roc
Obtain rock and underwater soil samples for subsequent laboratory testing
Underwater reconnaissance and underwater photography of the reservoi
basin.
Seismic refraction surveys at the high-water line around the perimeter of thr
reservoir.
Pertinent laboratory tests of selected soil and rock samples.
Interpretation and analysis of field and laboratory test results.
-
...
..-
... a ... Evaluation of local geology.
... Characterization of regional geology.
...
...
Assessment of the local hydrogeoIogic regimen.
Preparation of general recommendations for project regrading, excavatability,
site preparation, fill placement and spillway suitability.
Preparation of specific design recommendations for rock anchors, underdrain
requirements, and porous asphalt materials.
Preparation of this written report which documents the work performed, the
physical data acquired and the resulting geotechnical design recommendations.
...
...
3 Job No. 693-103 - March 26, 1993 e
4
Enif' r r'tr 1
-
The laboratory tests were performed on bulk samples from the reservoir and shorelir
Details of the procedures and test results are discussed in Appendix B. a
3.0 SITE CONDITIONS
3.1 SURFACE CONJIITIONS
The reservoir site is located north of the Los Monos Canyon adjacent to Mount Hinto
dong the western boundary of Carlsbad as shown on the Vicinity Map (Figure 1). Prior t
1961, the area was a small canyon with a minor watershed tributary to Agua Hediond
Creek. Ln 1961-62, the Squires Dam (now known as Maerkle Dam) was built by th
Carlsbad Municipal Water District for storage of imported Colorado River water.
Maerkle Dam is a zoned, earth embankment dam with a Tow permeability core, downstrean
chimney drain and upstream and downstream earthfill shells with slopes of 3.5:'
(horizontal:vertid) and 2.5: 1, respectively. The dam impounds approximately 600 acre-fee
of water with a reservoir maximum water surface area of about 16 acres. Ground condition
vary around the perimeter of the impoundment. Immediately north of the right abutmeni
to about the surface inlet structure the basin slope is dominantly silty sand (decomposed
granite) with relatively gentle slopes. From the inlet structure to the northeast comer of the
reservoir the bank is straight, steep (approaching 1:l) with loose sandy fill at the top of the
cut rock slope. The southeast shoreline is very irregular and will require some grading tc
provide a more uniform shape to the shoreline. Slopes extending down to the waterline are
quite gentle.
The total watershed is approximately 60 acres, (see Bibliography - Boyle Engineering). An
access road which also serves as a drainage interception arid diversion channel is located
around the perimeter of the reservoir and transports runoff from the left (south) abutment
around the entire reservoir where it joins the spillway near the right (north) abutment. The
spillway was originally designed with a capacity of 136 cubic feet per second, (see
Bibliography - Boyle Engineering) and transmitted the flow to an eroded natural drainage
course west of the dam earthfill near its right abutment. Spillway improvements are being
considered to accommodate cover drainage.
A submerged outlet structure is located at the upstream toe of the dam and an inlet
structure is positioned along the northern shoreline above the high-water line. Other
improvements to the adjacent properties include a caretakers residence north of the dam,
chlorination building and pumping facilities at the toe of the dam, access roads, and several television and radio transmission towers north of the reservoir. Single-family residences
have recently been constructed to within about 2000 feet of the north and northeast portion
of the impoundment.
-
7
..I
-
0
Job NO. 693-103 - March 26, 1993 5 a
3
f <,I, ' e tk r,?~ t,, ,
a
a
e- -.%de. l inch- 2OOofea
LOCATION MAP
Page 6
a
4
”. . . I . ...., , ,, , .,I’ ;
33 GEOTECHNICAL CONDITIONS
n Earth materials exposed at the ground surface consist of weathered granitic rock associatc
with the Santiago Peak Volcanics of the southern California Batholith. Diver examinatic
and sampling of the reservoir bottom indicates that all residual and alluvial soils we
removed during project grading thirty years ago. Currently, minor residual/alIuvial s(
profiles (1 to 2 feet) are exposed at scattered locations above the high water elevatic
throughout the site. Geophysical survey lines suggest the near surface weathered rock varic
between 15 and 20 feet in thickness. Weathered rock, in this case, is defined as granit
rock with a seismic propagation velocity less than 5,000 feet per second. The weathere
rock is underlain by more sound rock with seismic velocity in excess of 5000 feet per seconc
Three diamond core borings were drilled along the dam foundation in about 1961 an
resultant drilling logs show "decomposed granite" bo depths of about 60 feet in ail thre
borings. Intact, sound rock was encountered below 60 feet. The fresh granitic rock i
interpreted to be represented by seismic velocities in the: range of f 10,000 feet per seconc
Typical outcrops expose small corestmes visible within the weathered rock. The graniti
bedrock is dense and has a coarsely crystalline texture. Weathering has resulted i
alteration along mineral grain boundaries so that mechanical disintegration produces a sand!
to blocky excavation product.
Joint orientation data were collected by means of a systematic scanline traverse at the soutl
corner of the reservoir and mapping along the remainder of the shoreline. The dat;
collected were plotted on a lower hemisphere, equal angle stereo-plot for evaluation.
Traverse data are included in Appendix C.
Measured joint orientations cluster to reveal four joint sets, albeit with significant scatteI
within each group. Representative orientations (strike/dip) of the four sets are 50/69SE.
65/75NW, 326/68SW and 340/71NE. These are all steeply dipping orientations with
northeastward and northwestward strikes. Few joints measured had dips shallower than 60"
and none sigruficantly shallower than 45".
The high dip angles of the great majority of joints makes joint-related (wedge) failure of the
rock supporting the reservoir cover footing very unlikely under the small loads that the cover
is understood to impose. Field inspection of footing excavations during construction should
reveal local, low-angle joints or other weakened surfaces which, together the prevalent joint
sets, could make specific areas vulnerable to loss of support.
Should the perimeter footing to support the reservoir cover be required to withstand
substantially greater loads than are anticipated at present, it is recommended that a
quantitative analysis of the potential for wedge-type failure be undertaken.
e
0
Job No. 693-103 - March 26, 1993 7
49
r 1,;) . . ,;,<,*,7vtf >*
0 33 RESERVOIR BASIN CONDITIONS
Sampling of bottom sediments and exposed weathered rock surface, reconnaissance, a
photography of the bottom of the reservoir were performed by two scuba divers wi
geotechnical backgrounds. Sediment cover over cut rock is very limited, typically behvec
one and three inches thick The thickest sediments were found at locations S-9 and S-1
where about 12 to 15 inches of deposition was measured. One undisturbed sample of tl
sediments was obtained at location S-9 using a 3-inch diameter Corps of Engineers tut
sampler. Samples of the exposed weathered granitics were also obtained at varioc
Iocations. These rock materials are essentially the same as in place "decomposed granitt
seen along the shoreline. The weathered granite typically consists of fine to coarse sat
Sediment samples were found to be black, fine sandy silt typical of suspended solic
imported by Colorado River water. Grain size distributions for a sample of the fin
-.
-l
1
I grained sediments and weathered granitics can be found in Appendix B.
,
e
I
I
Job No. 693-203 - March 26, 1993 8 '0
@
I r P,I'<-~ GCI r' CCtl I
Reconnaissance of the reservoir bottom revealed little vegetation, with the exception l
limited amounts of eel grass near sample location S-9. Scattered cobbles and boulders 1
to 4 feet in maximum diameter were seen over much of the basin bottom. Known bouldl
locations include S-4, S-5, S-8, S-12, S-13 and the photographed area (Plate I). The boulde
appear to be deposited on the bottom rather than projecting corestones still embedded
the weathered granitic matrix.
0
4.0 CONCLUSIONS AND RECOMMENDATIONS
4.1 IMPOUNDMENT BASIN RECONFIGURATION
4.1.1 General - To facilitate the installation of the floating cover and placement o
an impermeable geomembrane liner or a permeable asphalt liner, the reservoir will bc
drained and graded to create more uniform side slopes 'and bottom. Reconfiguration wil
entail removal of shoreline irregularities along the southeast side of tbe reservoir, and fil
placement in major re-entrants and the basin floor. Additional improvements are
recommended to stabilize the steep slopes above the waterhe along the north side of the
reservoir where recornpaction of loose fill and shotcrete pavement of cut rock to preven
surface erosion are warranted.
4.1.2 Hydrogeology - The outlet structure for the dm was originally positioned to
allow 10 acre-feet of storage below the outlet to retain any basin sediment, Therefore, the
remaining water will require pump dewatering. The dewatering system should be designed
by the contractor and reviewed by M&T AGRA.
Bank storage for the basin is estimated to total several acre-feet. The largest volume of
bleed-back will occur within a few weeks of drawdown along discontinuities in the basin
rock. However, due to low gross rock permeability it should be anticipated that seeps and
small springs will continue to discharge water throughout the construction of the liner and
cover, The quantities will be fairly small but could be enhanced by local rainfall prior to
and during construction.
According to Carlsbad Municipal Water District records, when the reservoir is full only
minor leakage is observed at the downstream toe of the dam. It is unknown if the majority
of the discharge originates through the dam or its foundation. Background information and
past experience would indicate that the most probable water source is outflow from the low
permeability dam core that is captured and drained by the gravel chimney drain. In other
words, the zoned dam is functioning as per design.
0
Job No. 693-103 - March 26, 1993 9 a
4$
tri" - e 1' I' -I 1
-.
Water pressure test data from the diamond core boring in 1961 produced in situ ro1
permeabilities that ranged from "impermeable" to 50 feet per year (4 x lO-5 cm/sec). The?
data for maximum hydraulic conductivity indicate that basin loss from the unline
impoundment is very low, a conclusion corroborated by District operating record
Therefore, the native rock provides a very low permeability containment system for t.l
reservoir. In addition, the following geohydrologic and surface hydrology conditio1
combine to create a very well protected environment against groundwater contaminants
0
if any.
o The reservoir is positioned on a topographically elevated massif of graniti
rock (Mt. Hinton) out of the path of regional groundwater gradients - (Se
Figure 1).
Stored water creates a positive hydraulic-gradient into the rock.
Surrounding terrain is generally of moderate relief which promotes run-of
and minimizes infiltration,
A channel around the reservoir intercepts most of the run-off and directs i
to the spillway.
-- b
b
b -.
In light of these considerations, a reservoir liner will not provide substantially improvec
groundwater contaminant protection over existing conditions.
4.1.3 Sediment Volumes Sediment thicknesses were typically 1 to 4 inches with twc
locations having thicknesses of 12 to 15 inches. A conservative estimate for detenninini
sediment volumes would be 6 inches average over the entire basin area.
4.1.4 Core Desiccation If an impermeable liner is installed, there are concerns
voiced by the Water District, that the core of the dam will become desiccated and crack,
leading to potential for water induced internal erosion. Aside from the fact that an
impermeable liner should obviate the need for a low permeability ductile core, desiccation
and cracking of the dam core is unlikely for the following reasons:
b Desiccation is typically experienced for only the upper 5 to 10 feet below the
ground surface.
The borrow material is described in original reports as "nonplastic to slightly
plastic", indicating low clay contents and low clay activity. Volume changes
which would cause cracking would be more likely in high plasticity clays.
Impermeable hers are dot 100 % impermeable. Typical installations have
10-15 punctures per acre with an average size of 1 square centimeter.
Therefore, it should be anticipated that adequate water to preserve moisture
contents will be available from membrane leakage.
o
r P
f
Job No. 693-103 - March 26, 1993 10
4
I.
f
i - ' ill )I 'll<, )!,il i OI i
Core moisture contents in the upper 10 feet could be monitored by installing twc
tensiometers along the dam crest. If moisture contents show significant decreases, thi
existing sprinkler system on the dam crest can be used as needed to replace soil rnoisturr
of the upper 10 feet of the dam.
4.1.5 Grading Recommendation AU site cleanup and grading will be subject to tht
approval of Carlsbad Municipal Water District and the Geotechnical Engineer. Cut and fil
earthwork is planned to produce a more regularly shaped and contoured basin tc
accommodate the cover and, possibly, a liner. It is understood that compacted fill,
consisting of cut rock from prominances, will be placed at some of the small inlets along the
southeast and eastern sides of the basin as well as in the steep, deep central trough of the
reservoir to create requisite uniform bottom and maximurn waterline topography.
The ground surface to be modified should be stripped.of any soil, loose rock, or boulders
basin sediments, brush, trees and organic debris arid disposed of off site. Tbe resulting
exposed surface will be firm weathered granitic rock
On-site soils which do not contain roots or organic debris will generally be suitable for use
as compacted fill. It is anticipated that cut areas will be limited to prominances along the
southeast side of the reservoir and cuts to create a access road. Excavatibility of the
weathered rock is discussed in subsequent sections of the report. Minor processing of the
excavated rock will be required to provide suitable fill materials. Rock particles larger than
12 inches in maximum dimension will require additional processing or special handling for disposal in the central basin fill.
On-site soil and rock used as compacted fill should be placed in lifts 8 inches or less in loose
thickness, moisture conditioned to within 0 to 4 percentage points above optimum moisture
content, and compacted to at least 90 percent relative compaction baed on the ASTM D
1557 laboratory test method. Boulders from one to three feet in maximum dimension can
be placed in the fill at the deepest part of the basin provided they are 6 feet below finished
grades and are individually placed in windrows and clean granular soil (Le. sand equivalent
greater than 30) is jetted or flooded around boulders so as to prevent nesting and creation
of voids around the boulders. Any rock exceeding three feet should be disposed of off-site.
Where unbuttressed fill is to be placed on slopes steeper than 51, a level, equipment width
toe bench should be established at the base of the fill. Benching into competent material
should continue as the fill progresses up-slope.
After completion of the fill, the slopes shall be dressed and graded so as to provide a
uniform surface and slope. All slopes shall be track-walked or rolled with equipment
approved by the Engineer. Existing fill slopes along the north shore of the reservoir will
also require dressing and compaction to the above standards prior to applying any protective
cover. Drainage should be provide behind gunited or shotcreted surfaces.
Job No. 693-103 - March 26, 1993 11
@
' ' i" 1,l I 5 -.
4.1.6 Upstream Dam Face Riprap (1 foot to 2 feet diameter rock) covers the entirc
upstream face of the dam. In order to provide a uniform surface for a liner system, it i
recommended that 9'4 inch crushed gravel be used to fill all voids around the riprap. The
riprap infill should cover the rock particles to a depth of at least six inches. The % incf
gravel should meet the specifications in Section 200-1.1 and 200-1.2 in Standarc
Specifications for Public Works Construction. Depending on the geomembrane liner used
a puncture-resistant geotextile may be needed between the crushed gravel layer and the
membrane.
0
4.1.7 Settlement Surface settlements are predicted for the deepest part of the basin
where substantial thicknesses of new fill will be placed. The settlements will occur as a
result of compression within the new fill itself. For a permeable or unlined bottom, total
ground surface settlements will be less than ?h inch. Maximum ground surface settlement
is predicted to be in the range of 1-M to 2% inches when the reservoir is filled if an
impermeable liner system is constructed over about 20 feet of fill and differential
settlements will develop in proportion to the fill thickness variations. If these adjustments
are considered unacceptable, relative compaction requirements can be raised to 95 percent
(based on ASTM D 1557), thereby reducing total and differential settlements to about 40
percent of those listed above.
Y
7
7
4.1.8 Excavatability Anticipated excavation conditions are indicated by the seismic
refraction data presented in Appendix k As a general statement, heavy weight hydraulic
excavators (such as the Caterpillar Model 245) experience difficulty when digging
homogenous rock-like materials having seismic propagation velocities (P-wave) greater than
4000 feet per second (f.p.s.). The upper limit of excavatability can be taken to about 5000
f.p.s. Large, single shank ripper-equipped bulldozers can successfully excavate materials in
the 6,000 to 8,000 f.p.s. range, depending on rock structure.
Review of the fundamental geophysical data Listed in the following tabie shows the
weathered granitics typically have seismic velocities of 2.200 to 4800 feet per second and the
more sound rock at depths of 15 to 20 feet have p-wave velocities of 7000 to 11,000 feet per
second. Geophysical survey data indicate little to moderate excavating difficulty to the
depths of about 15 feet below current grades. Potentially unexcavatable rock will be
encountered below these depths. The contractor should anticipate local bouldery masses
which will need to be broken by explosives, heavy-duty demolition tools or impactors ia the
0
I upper 15 feet.
0 Job No. 693-1103 - March 26, 1993 12
(49
E )I"' . r { ,,0lt>,l!<j, L;!, lj r,
A
a SUMMARY OF GEOPHYSICAL DATA
Seismic Approx. Approx. Estimate
Refraction First Second Depth to
Line Layer Layer Second Na Velocity
..
Ve I ocity Laver (feet /sec) (feet/sec) (feet)
SR- 1 2600 9800* 19
SR-2 1600-2800 4800 3
SR-3 2200-3500 8500 16
SR-5 3800 7100 14
-
7 SR-4 2300-3000 11,000 19
SR-6 3 100 11,000 - 21
-7 SR-7 1500 3500 3
* Reverse survey traverse considered unreliable
4.19 Slope Stability 1 Analyses were performed to assess the stability of thc
proposed side slopes along the banks. Fill soil strength parameters were selected based 01
experience with the materials to be excavated from the banks. On this basis, properlj
compacted fill slopes as steep as 1Yzl (horizontal:vertical) can be used. Final fill slope:
with slopes of 1M:l have a calculated overall static factor of safety greater than 15. Undem
pseudo-static conditions, a factor of safety greater than 12 was calculated. However, if ir
is decided that no liner will be required, submerged slopes no steeper than 3:f are
recommended because fill slopes will be mainly comprised of granular soils which are
susceptible to surface erosion from rainfall during construction or cover leaks and adverse
pore pressure during rapid drawdown.
1
*@
4.1.10 Permeable and Nonpemeable Liner Both her systems will require a firm,
unyielding subgrade. The subgrade materials will consist of compacted fill or weathered
granitic rock. Subgrade soils should be compacted to a minimum of 90 percent relative
compaction based on ASTM D 1557. Irregularities in the surface of the weathered grdtics
liner, consideration should be given to the use of a puncture-resistant geotextile between the
subgrade and geomembrane or overexcavation of the irregular rock surface and refill with
compacted fill to reestablish final grade.
I
I should be removed. If there is a concern that irregularities could puncture a geomembrane
.
1.
Job No. 693-103 - March 26, 1993 13
!, a a 4
i 11r)i ., 6 ,i)qrn(’rilri/ (,r vi[
;
Because the existing reservoir has experienced very limited seepage loss, consideration cod(
be given to a partial soil-cement liner system. After final grading, the reservoir surfaa
would either consist of dense decomposed granite in cut areas or an 8-inch thick soil cemen
layer in fill areas. In fill areas, fill would be compacted to a minimum of 90 percent relativc
compaction to within 8-inches of finai grade. The final surface would consist of soil-cemea
placed in two lifts, each 4-inches thick It is estimated that a 6 to 8 percent cement conten
by weight, mixed with on-site decomposed granite would provide an adequate final surface
A partial soil-cement liner system would be more economical than a geomembrane line]
system but it is not known if such a system would be accepted by jurisdictional agencies. If such a system was approved, it would be necessary to conduct tests on soil-cement -
A specimens to determine the cement content for design.
7
? A nonpenneable (geomembrane) liner system will require an underdrain. From a technical
standpoint, 6 inches of Caltrans Class 2 Permeable Material will provide adequate drainage.
Construction specifications should call for a minimum 6-inch drainage blanket and adequate
verification to ensure compliance of finished thickness subsequent to rolling to consoIidaie
and smooth the gravel. Depending on which liner product is selected, it may be necessary
to provide further protection against puncture, An 8-ounce or 10-ounce, nonwoven
geotextile should be adequate for geomembrane liners with moderate puncture resistant
properties.
The drainage blanket should be planned for all reservoir bottom surface having a finished
slope of 31 or flatter. Steeper slopes can be covered with the geotextile underlayment for
puncture protection and drainage. One of the €allowing gestextiles or their equivalent
should be used for the slopes and over the underdrain:
0
American Engineering Fabrics
Amoco Amoco 4508 or 4510
Phillips Supac 8NP or ZONP
AEF 880 or 1080
A network of perforated collector pipes and tightline outlet should be embedded in the
gravel blanket to accumulate and discharge seepage from both the her and any minor
groundwater inflow. Herring bone pattern collectors radiating from a central outlet is
suggested. All piping should be equivalent to schedule 40 P.V.C., and placed in graded V-
ditches with the drainage material used as backfii. Perforated collectors should be spaced
approximately 150 feet on center. Minimum 3-inch diameter collectors and a 6-inch outlet
is recommended. The outlet should terminate in a sump for pump discharge or penetrate
the dam for gravity flow. If the latter option is selected, the pipe boring annulus should be
sealed by grouting after pipe instdlation to emure a positive waterstop.
Job NO. 693-103 - March 26, 1993 14 I: a
i @
t,,. . 1 It-’
>
An alternative Iiner of impermeabIe asphalt is also under consideration. Specifications f
porous asphalt base can be found in Caltrans Standard Specifications Section 29, 29-1.02
(Asphalt Treated Permeable Base). In conversation with several local asphalt m
designers, the Caltrans Standard Specifications were suggested. Since the Caltrans materi
is intended to be protected by a low permeability, high density wear layer; the mix m,
have a limited service life. Therefore, it is recommended that a permeable surface cour:
be used over the Caltrans permeable base or a drainage layer complying with the criter
on the foIlowing page. This dual layer should provide an excellent liner system with vel
low maintenance.
It is understood that a more economical porous asphalt design, consisting of a single 3-inc
layer of porous asphalt, has successfully been used on several reservoirs in souther
California. It is not known if these reservoirs have been in service long enough to evaluat
the long term stability of this design.
0
7
0
Job No. 693-103 - March 26, 1993 15 ;; 0
I 6
'7
r, ' ,'
1
7
7
1
I
t
Y
>
7 e
1
7
I
MIX COMPOSITIONS FOR FORMED IN PUCE ASPKALT LININGS
P-
Sieve Size Percent Passing
1 in. 100 100
?4 in. 95- 100 93- 100
1/2 in. 85-95 -
% in. --
No. 4 44-56 5-25
No. 8 30-40 2- 15 No. 16 -
No. 30 13-22 0-3 No. 50 -- -
No. 100 3-8 --
No. 200 1-4 --
Asphalt cement *, 5.0-6.0 2.0-4.0
35-65
0-7
percent by weight of total
Mix Type Permeable Open-Graded
(Medium Voids) (High Voids)
Minimum Recommended 3 inches 3 inches Compacted Depth
Recommended Usage Permeable Surface Drainage Layer
'mix
4.2.2 Access/Service Road Construction of the access service road on the upstrea
dam face at an elevation near the high-water line should be performed so as not to distui
the impervious core. Several options appear feasible: 0
1. The access road can be constructed entirely of fill, using the cover footing a
an earth retaining wall to support the approximately 2.5 feet of fill needed t
provide an 8-foot wide roadway.
Composite cut and fill grading could be designed to minimize the retainin1
wall height.
Providing a paved surface sloped (shoulder to shoulder) at approximately thc
existing 3%:1 dam face gradient.
Actual design may also be influenced by whether a liner system is installed and its
construction features.
Along most of the perimeter of the reservoir the accessuay will be excavated into weathered
granitic rock, except for the area along the northwest shore, north of the inlet pipe where
the topography is too steep to build a new road. Due to the steep bank at this location, a
narrow walkway will likely be provided with stairs descending from the existing storm water
diversion channel. These steep slopes may be gunited or shotcreted to control erosion, and
recommendations for slope preparation are presented in Section 4.1.5.
2.
-, 3,
42.3 Footings In the upstream dam face and any local areas where the cover
a
footing will be founded on compacted fill, the following recommendations can be used.
Allowable Vertical Bearing = 2500 psf Ultimate Passive Resistance =
Coefficient of Friction = 0.5
2:l slope; 150 ps€/ft
5:l slope; 350 psf/ft
Footings bearing in firm undisturbed weathered rock can be designed for the following
allowable capacities:
J Allowable Vertical bearing = 3500 psf
21 slope; 250 psf/ft
5:l slope; 500 psf/ft
Ultimate Passive resistance =
Coefficient of Friction = 0.6
Resistance to lateral Ioads on the footing may be provided by friction at its base and passive
earth pressure against the side of the footing. Linear interpolation can be used for passive
resistance at intermediate gradients. The upper foot of compacted fill and the riprap section
Job NO. 693-103 - March 26, 1993 17 1.
@
* '?<, I/ E,?//t
i
should not be relied upon for passive pressure or vertical bearing. If adequate facto1
safety for overturning or sliding cannot be obtained, short piles or grouted anchors ma
required. A typical pile would be 12 to 18 inch diameter and about 5 feet 1
Geotechnicd design recommendations can be provided if needed. It is assumed
grouted anchors will extend through the fill into weathered rock; except in the dam secl
and recommendations are provided in the following section.
a
42.4 Rock Anchors Rock anchors will likely be required to secure the CI
retaining footing to the existing slope around portions of the reservoir perimeter and
be useful for shotcrete support along the steep north slopes. Unconfined compres
testing was performed on six specimens of rock obtained at the surface near the high w
line at the locations shown on Plate I to aid in anchor design, Specimens with var
degrees of weathering were tested. Test results are presented in Appendix B.
Design recommendations are as follows:
7
--I
b An allowable grout to rock bond stress of 3.1 kips per square foot (kf)
be used in the weathered rock For anchors greater than 10 feet in length
ksf can be used below 10 feet (see Figure 2).
For anchors less than 10 feet in length, resistance in the upper 2 feet oi
anchor should be neglected.
A minimum bond length of 5 feet is recommended.
Anchors systems should be provided with double corrosion protection.
Anchor design should be reviewed by the geotechnical consultant.
A test program should be initiated which includes testing 10% of the gro
anchors to 200% of the design load. The anchor should be rejected if:
anchor cannot hold test load without continued displacement and/or n
than 0.1 inch total displacement occurs in 5 minutes of loading.
b
B
w
*
b
e
> b Anchor lock-off load should be 125% of design.
J
b Anchors for shotcreted slopes do not require proof testing.
3
_1 -
Job No. 693-103 - March \ 26, 1993 --
@3
I: 0
i \
;
AI, - ,/ 1- .,
r’-----.-.-.-.-.---.---------------------------.-------.-- -------_--________-------.-. a
I ----*------------____________________I__--.-------~---*---.--- ---.____--,
10 fd -. Aacba’ lmga -
;
I
43 SPILLWAY
The spillway transmits flow to a natural drainage course northwest of the dam along tl
right abutment. Runoff from the existing perimeter interceptor ditch/roadway also drai
into the spillway drainage course. Reconnaissance of the spillway and natural cham
indicates two visible erosion control concrete structures; me located as a spillway weir
the reservoir high water elevation and the other at the top of the slope transition to tl
natural drainage. The drainage course is in fairly competent weathered granitics a~
erosion appears to be quite minor. A topographic map born 1960, prior to dam constructic
indicates that the drainage course is a natural feature. Based on available information,
does not appear that erosion of the drainage course will redirect water toward the da,
perspective. However, issues related to the hydraulic capacity of the spillway and associate
drainage course are beyond the scope of this study.
0
-
i embankment and the existing spillway improvements are adequate from a geotechnic;
-
a
I
1.
Job No. 693-103 - March 26, 1993 20 ';.
, or1t<.J J;r<s
i @
t .I . 1
d
5.0 GEOTECHNICAL REVIEW
Geotechnical review is of paramount importance in engineering practice. The pa
performance of many foundations and pavements has been attributed to inadequate revic
prior to construction.
The geotechnical engineer should review the completed project plans and specificatiol
prior to bidding and construction. Such review is necessary to determine whether tl
geotechical recommendations have been effectively incorporated into constructic
documents. This office is best qualified to make professional interpretations based on tl
work already performed. The review should be. verified in a written report by tl
Observations and testing should be performed by representatives of the geotechnic,
engineer of record during earthwork constructions. ft should be anticipated that th
substrata exposed by construction may locally differ from that encountered during th
geotechnical investigation. Reasonably continuous construction observations during sit
grading allows evaluation of the exposed soil, rock and geohydrologic conditions, an
confirmation or revision of the assumptions and extrapolations made in formulating th
design parameters and recommendations.
a
-
-.
-7
li geotechnical engineer.
T
7
7 Site preparation, removal of unsuitable soils, approval of any imported earth materials 1 needed, fill placement, proper moisture conditioning, and other ground preparatio
operations, along with footing excavations, anchor and pile installation should be observe(
and tested by the geotechnical engineer.
@ -
1
I.
1-
c4
r.
A,
t
9,
1
21 Job No. 693-103 - March 26, 1993
LA iL a
1, t3 f II'II~ rtl,!! Gr LII c , e.
6.0 CLOSURE 0
This report is based on the project as described and the information obtained from limit(
exploration at the locations indicated on the plan. Resultant findings are based on the fie1
laboratory, and office studies, combined with an interpolation and extrapolation of soil ax
rock conditions between and beyond the test locations, or surface exposures. The resd
reflect our interpretation of the limited direct evidence obtained. Our firm should k notified of any pertinent change in the project plans. If conditions are found to differ fro1
those described, a re-evaluation of the recommendations may be required.
Our recommendations for this site are, to a high degree, dependent upon proper qualii
control for problematic soil removal, fill placement, and footing and anchor installatior
Consequently, recommendations are made contingent on the opportunity for M&T AGW
to observe grading operations and anchor construction. if parties other than M&T AGW
are engaged to provide such services, they must be notified that they will be required tc
assume complete responsibility for all phases (design and construction) of the project withi]
the purview of the geotechnical engineer. They should notify in writing the owners
designers, appropriate governmental agencies, and this office that they concur with thc
recommendations in the report and any subsequent addenda or will provide altemativc
recommendations.
This document has not been prepared for use by parties or projects other than those namec
or described above, as it may not contain sufficient information €or other parties or other
purposes. This report has been prepared in accordance with generally accepted geotechnical
practices and makes no other warranties, either express or implied, as to the professional
advice or data included.
M&T AGRA, Inc.
7
0
GE No. 550 .
Donald W. Clark
REG No. 1091
9. JJV/SHM/D WC/jr
Distribution: (2) Client
I (b Job No. 693-103 - March 26, 1993 22
. . ,..
1. a
)ll’l > \..
BIBLIOGRAPHY
American Water Works Association, AWWA Standard far Flexible-Membrane-Lining i
Floating-Cover Materials for Potable Water Storage, ANSI/AWWA D 130-87 (F
Edition), 1987.
0
Asphalt Institute, Asphalt and Hydraulics, Manual Series No. 12.
Boyle Engineering, Inc., Design of Squires Dam and Appurtenant Structures for Carlsb
Municipal Water District, February 1961.
County of San Diego, Brthophoto Topographic Survey, Sheet 358-1689, scale 1:2400, J1
County of San Diego, Topographic Survey, Sheet 358-1689, scale 1:2400, July 1960.
Fugro Consulting Engineers and Geologists, Site Inspection and Instrumentation Evaluatic
- 25, 1979.
at Squires Dam, May 28, 1980,
Hoak, E. and Bray, J.W., Rock Slope Engineering, The Institution of Mining ai
Metallurgy, London, 1981.
Rogers, Thomas, H., Geologic Map of California, SANTA ANA SHEET, 1965.
US. Geological Survey, 7.5 minute Quadrangle Series, Topographic, San Luis Rc
0
Quadrangle, scale 1:24,000, 1968, photorevised 1975.
U.S. Geological Survey, 7.5 minute Quadrangle Series, Topographic, San Luis Re
Quadrangle, scale 1:24,000, 1948.
Weber, F. Harold, California Divisions of Mines and Geology, Geology of Miner:
Resources of San Diego County, California, County Report 3, 1963
Xanthakos, Petros, P., Ground Anchors and Anchored Structures, John Wiley & Sons, 1991
I
!
’ 0 Job No. 693-103 - March 26, 1993 23
2
i @
0
0
0.
-
3
.!3 * g
% o
R
8 +
0 ill
g 4 m
"1 c. 9
E *i %
o\ i41 i3"
r
8
8
5 *
4 og q
m5: ;u" d ;2i
08
G
8 %
k
5
-2
s
c3 s=
4
v1 t
t-l
*e
0 'W * 3
%
E t,
r/l
.w 3
'ha s
2
0
0 0 2 0 m e4 0 0 rr, d
(sPm==rP) 3F.L 1a*=.L ?P?S PaNaSqO
9 Job NO. 593-103 - March 26, 1993 1
4D
4D
I
>a'
c
I
'3 la e g -$ a 333 f * 'f 3 $j '" h 53 3
8 d
n 3 a 0
v1
v)
g
3 $. 8 si f-. cu
4 -t i?
dc VI
5
4
;?
5 2 0 -
8 4
Q ag h; s=
$ .2
IJ
li
m i!
3
0
0 *r
cs) t>
.ry
a=
0 t,
Ccl *z
4
eJ
*w
0 H
0 0 0,
(vu-) 9P.L 13AU.L m=!as PQu=lo
0 g t-4 0 0 M -t
43 Job No. 693-103 - March 26, 1993
0
7
7
8
a
I ,
I
d I
.!a e .
a
0 ii L ‘
%.
9
a
aa
q. I
0 80
C
1
0 t--
P
0 3
9
s
SI ~
* e4
1 t.
Q 8 t,
0 -
53; P
3
*ii d
3
a,
It i2 .I
.9 A
h h .. v 9 f
2
ii v) dr *m C
* z t d d
c
6. f 3
t
P t
*.
0 @
0 0 0,
(sp~cnasrllrm . ) amrJ.P~=J.~~SparuasqO
0 2 c\( 0 0 VI e
4 Job NO. 693-103 - March, 26, 1993
.
8 4
0 o\
0
2
Y
I I
t , L *s .a -{ 1
13;
z 3 -; 3i
p: d .! "2 1
C
c
C
b
..
0
0-
0 t-
0
B 3
0
c. v d
Q -L
"I e4 m
0 Y
5 .?j 0
Q) a1 0 E
M !
.I3 a
L
e - 4
9 f
6
E
* sg
!I *F C
* s E J d
< 0 *C T N
t
t t
'L
0,
0 0 0,
(sp~o==!IIF) amL P*)=.l. 3-9s Pe~aSqO
0 s P4 0 0 w -3
@ Job NO. 693-103 - March 26, 1993
0'
-
d
a>
I
15
g g 3 $3 3
52 3
s a d
C .3 .- 0
; 3 :g
48;
a
v)
L
g
3
0 3
$
3
"I e lo
de m
4
8 4
E e 3g 2
s
0 u m
9, t=
0.
Es s g
B -2 cl
u2 P
3
0 .- w 5? u 5 %
F
u
VJ
*w 8 c.\
VU G
0,
0 0 2
(VU-) ~VL P*W 3-3s p3-0
0 4 Pd 0 0 v, d
a Job NO. 693-103 - March 26, 1993
4D
APPENDIX B
DIVISION OF SAFETY OF DAMS PERMIT
0
112911
0
3iP i. ci ;i,~, ;R,
19% HllR -8 ,
State of California DEPARTMENT OF WATER RESOURCES DW. ShiEYj, ~
Division of Safety of Dams
FTLE m DUPLICATE omcm,u SICNATURE REQUIRED ON BOTn ,A*- ./ , ~r NO. .... La2 . .......................... A- ppsd ....~.? .r.ch..8,...~-.-
APPLICATION FOR
Applicant must not GI1 in the above blanks.
0
APPROVAL OF PLANS AND SPECIFICATIONS FOR '
REPAIR OR ALTERATION OF A DAM AND RESERV
For fuU information concerning the filling out and Ning of this form send for Statutes and Regu lations Pertaining M Supervision of Dams and Reservoin. This applieatioo involva DO right to appro riate water. To sexre the right to appropriate water. appliiathn should be made to the State Later Resources Control bard OQ forms which they will provide upon request.
.. ........................... . Namc of individual signing application Addm
1
I, .WbF.E.... PLWRYX of .59.54. .EL. .-Q. .Red,. .C%&.$bS
County of .. sr".!?!%?... .......... State of .. .!?%f?m1a. .......... , hereby make application for t
Maerkle (formerly Squires) plans and specifications for the{~~~~~on of ............................................................... dam
(%de out one) Name of dam and reservoir
The owner of the dam and reservoir is f. . !?is trict. .........
of .,.595R. ,fl..W.. RwL.. ...... County of ..... Sa. Diem .................. State of ...... Gd,i.fr:
CilrlsWdd~ss
If the owner is a corporation, give name and address of president and secretary -
Claude A. Lewis, Resident ...........................................................
e.*
The applicant is acting for the owner in the capacity of ....... !?is.K%t.%@?.~ .............
Agent, Lessee. TmSfk, Engineer
Location of Dam
I. The dam is in .??!?..!?%9 ....... County, in the ,!'!:!!I. 1/4, Sec. .12 ....
0
Agua Hedionda Cree? and is located on ................................................. tributary to .....
Cnck. nver or watershed
Description of Proposed Work
2. Type of dam ...... m..Wiff!. C&?Y. .@re.. .................................................................
Concruc arch or gravity. canh. rockfill. dc.
3. Description of work contemplated ...The..?%?t!??9..e
Yiith .a. .mm. asnbalt.. cancr,e.te. u.!Aex,. . and. PWmd. .Kim. .R. .hyWLan..f.Lm.tk
4.. .R*.. rnYF!. . w.*xer. .m.. ,will.. be. .CO.~Se?4~Xed. .and.. a.. new. .storm. .@a.G
s.tmture,. .inlethutlet. piping .d. lighting. installed.. .......
..........................................................................................................................
........................................................................
no change in 4. Work will result in ..................................... the maximum storage level. 'No change in" or 'lowering"
...........................................................................................................................
This form u rxX lo bc uud if the alteration will inc~t~se the water storage elevalion of the rcscrvoir 8s prcviauly ope
5. Work is to commence.by . .S'Pt?!!?%..!gg! ................ and to be completed by Sept-.r..
6. Engineer .John. .!??ell.&. .&?.???.?tes.~...!nc.:.. 7. Contractor To..!?.?
bed 3 && .... z...PA Appliunt
this ..... L... day of ....... ?BE@ ................... DW 4 (REV a(m5
@ -/o 9
@
-. _- . - . -_ -
%mi d Gbl- DEPARTMENT OF WATER RESOURCES TI. Rra
Division of Safcty of Dams
,/A'-
ISFOR31ATIOS REGARDlNG SCPERVISION
OF COKSTRUCnON OF DAMS AND RESERVOiRS
/' 0
It is required by the California Water Code that this Department supervi
alteration 0 f iYae r kle Dam and Re:
for safety. It is also required that the construction work on the dam and reserv
under the responsible charge of a registered civil engineer representing the owner.
In general, the Department supervises the work by reviewing and approving proce
decisions, and portions of the work that have been approved by the registered en
or by hisher authorized representative.
During the work on this dam and reservoir, the Department Will be represen
Richard Sanchez , Regional Engineer, tele
assigned Field Engineer, telephone (916) 323-1 115 . Their ol
located at 2200 X Street; Suite 200;
Rescjurces. Division of Safety of Darns. P. 0. Box 911,836, Sacramento, CA 9423
The Regional Engineer should be contacted by you or your representative several
prior to the stan of construction to determine the appropriateness of a pre-constr
conference and the schedule for such a meeting if it is deemed necessary.
Supervision of construction by this Department is usually conducted in the fol:
manner:
1.
(916) 322-6206 and James S. Veres
the mailing address is Department of
The owner or hisher representative notifies the Regional Engineer approximate
week prior to the start of construction to arrange for the initial constr
inspection.
Inspections of construction are made by the Field Engineer as deemed neccs:
ensure compliance with approved plans and specifications and to ensure that de mens which might prove unsafe are conectea.
The foundation or abutments are not covered until the Field Engineer has insi
and approved them. This includes the foundations for cutoff trenches, outlet cc
spillway channel, etc., which will be covered by concrete and/or other mater
the dam.
As construction progresses, any changes in work and/or the plans and specific
found necessary must be given prior approval by the Department. Request fo
changes are submitted in writing to the Department of Water Resources, D of Safety of Dams, P. 0. Box 942836, Sacramento, CA 94236.0001.
Progress of the work and/or construction procedures which might result in an
condition will not be permitted; for example, unsatisfactory progress which
result in an unsafe dam in flood season or placement of eanh embankment u
adequate moisture conditioning of the soil.
The Field Engineer will make every attempt to schedule hisher inspections sc
avoid delay in construction. Your cooperation is needed in giving prior notifi
as far in advance as possible of the time when an inspection will be requirec
0
2.
3.
4.
5.
6.
w W(U)
70 -/q
a
.-
APPROVAL OF APPLICATION FILED March 8, 1995
, 1-- - INCLUDING THE PLANS AND SPECIFICATIONS
I
This is to certify that the within application, including plans and specifications
of ............................................ dam and reservoir, No. ..........., has been exami
same is hereby ......................... approved, subject to the following terms and limi
I. Construction work shall be commenced on or before ......................................
2. Construction work shall be completed on or before ........................................
1023 Maerkle
4B
-’ alteration
(Strike out one)
.... .... ......
.........................................................
.........................................................
..........................................................................................................
..........................................................................................................
..........................................................................................................
..........................................................................................................
..... ............................................................................
...........................................................................................................
...........................................................................................................
...........................................................................................................
..................................................... ... 0
...........................................................................................................
...........................................................................................................
..........................................
Witness my hand and the seal of the Depart
of Water Resources of the State of Californi
this $.!.t.h. day of ........... 19?.f
...
Division of Safety of Dams
Registered Civil Engineer No. L2.3.7.2 ........
4D
-
0
APPENDIX C
DEPARTMENT OF HEALTH SERVICE PERMIT
4B
11291E
4D
pETEwILso( 5 IAI t VF CALIFORNIA - HEALTH AND WARE AC Y
DEPARTMENT OF HEALTH SERVICES
DWNKlNG WATER FIELD OPERATIONS BRANCH
1350 FRONT STREET, ROOM 2050
CN DIEGO, CA 92101 -x--- ___ -- - -_ 3) 5254159
i
4li 21
2x (619) 5254383 <I .
wAy - 11995 April 28, 1995
William E. Plummer, P.E.
District Engineer
Carlsbad Municipal Water District
5950 El Camino Real
Carlsbad, CA 92008
Subject: 200 MG Maerkle Reservoir, Plans and Specifications
Dear Mr, Plummer:
We have completed our review of the plans and specifications
for lining and covering the Maerkle Reservoir. We found no
discrepancies and the plans and specifications are acceptable
to this Department.
We understand that in the disinfection process, the reservoir
will initially be filled to 5 percent (10 million gallons) of
capacity with water having a 50 mg/1 free chlorine
concentration, The water will be allowed to sit in the
reservoir for a minimum of six hours and then the reservoir
will, be filled to capacity. Following is a list of
additional requirements that the District must comply with
prior to obtaining permission from the Department to place
the new reservoir in service:
1. The full reservoir must be allowed to stand idle and soak
''
for a minimum of five days.
2. After five days, the water in the reservoir must be
sampled and analyzed for volatile organic chemicals (Test
Method 502.2 or 524.2) and must be sampled and analyzed
for the presence of coliform bacteria.
3. All test results must be submitted to the Department for
review and approval prior to placing the reservoir into
service. 4B
&Ud /zd-/df
- -
Mr. William Plummer
April 28, 1995
Page 2 pi 4 dB
Please be aware that the Department has encountere
situations in the past where carbon tetrachloride wa
initially detected in tanks and reservoirs where Hypalo
liners had been installed.
If you have any questions regarding this letter pleas
contact Steve Williams at (619) 525-4580.
Sincerely,
q/.&iq)3.&>
Toby J. Roy, P.E.
District Engineer
San Diego Office
Drinking Water
Field Operations Branch
0,
cc: San Diego County Environmental Health Services
L042895.DOC/Carlsbad MWD, Disk No. l/JSW
(D
.II
0,
APPENDIX D
OPEN SPACE CONSERVATION EASEMENT
e
11291
(c)
\
EXHIBIT "A' 0
ALL THOSE PORTIONS OF LOT "C" RANCHO AGUA HEDIONDA ACCORDING TO MA
NO. 823 IN WE CITY OF CARLSBAD, COUNTY OF SAN DIEGO, STATE 0
CALIFORNIA AND FILED IN THE OFFICE OF COUNTY RECORDER ON NOVEMBER 1E
1896, BEING A PORTION OF LAND DESCRIBED AS FOLLOWS:
PARCEL "A'
BEGINNING AT THE MOST NORTHWEST CORNER OF SECTION 12, TOWNSHIP 12
SOUTH, WNGE 4, WEST, SAN BERNARDINO BASE MEDIAN AS SHOWN ON RECORC
OF SURVEY NO. 13850, FILE/PAGE NO. 92476309 RECORDED JULY 30, 1992, SAIL
RECORD OF SURVEY BEING USED AS THE BASIS OF BEARING; THENCE ALONG THE
WEST LINE OF SAID SECTION 12 SOUTH 00'23'18" EAST 1,410.04 FEET; THENCE
LEAVING SAID WEST SECTION LINE AND ALONG THE SOUTHERLY BOUNDARY LINE OF THE CARLSBAD MUNICIPAL WATER DISTRICT RESERVOIR SITE, NORTH 45'1 6'33'
EAST, 179.93 FEET, TO THE TRUE POINT OF BEGINNING OF PARCEL A; THENCE
CONTINUING ALONG SAID SOUTHERLY BOUNDARY SOUTH 8634'19" EAST 608.04
FEET; THENCE NORTH 63W19" EAST, 252.19 FEET; TO A POINT HEREIN AFTER
KNOWN AS POINT 'A''; THENCE LEAVlNG SAID SOUTHERLY BOUNDARY LINE NORTH
8634'1 9" WEST 626.93 FEET; THENCE SOUTH 6O"33'4lt0 WEST, 236.05 FEET TO THE
TRUE BOfNT OF BEGINNING OF PARCEL A, ALSO
PARCEL "B'
BEGINNING AT POINT "A' AS DESCRIBED ABOVE; THENCE CONTINUING ALONG
SAID SOUTHERLY BOUNDARY THROUGH A TANGENT 280.00 FOOT RADIUS CURVE,
CONCAVE SOUTHERLY HAVING A CENTRAL ANGLE OF 37'45'23" AN ARC DISTANCE
OF 184.51 FEET TO THE TRUE POINT OF BEGINNING OF PARCEL "B'; THENCE
CONTINUING ALONG SAID SOUTH AND SOUTHEASTERLY BOUNDARY UNE ALONG
A TANGENT 220 FOOT RADIUS CURVE CONCAVE NORTHWESTERLY HAVING A
CENTWL ANGLE OF W11'15" AN ARC DJSTANCE OF 215.74 FEET; THENCE NORTH
4439'55" EAST 131.83 FEET; THENCE LEAVING SAID BOUNDARY LlNE NORTH
45"20'05" WEST, 94.00 FEET; THENCE SOUTH 5996'53" WEST 393.87 FEET TO THE
TRUE POINT OF BEGINNING OF PARCEL "B".
0
PARCEL A CONTAiNING 1.80 ACRES
PARCEL B CONTAINING 0.90 ACRES
TOTAL ACREAGE 2.70 ACRES
CMWD 90-109
0
ry
Rrtca ”., LBOAC? --Awe/ -B:... 0 1
4PN 169 -Z30 -2