Loading...
HomeMy WebLinkAboutWilliam Kirchnavy Construction Inc; 1988-03-03; 3243. ___ - .- - -- __ - - - __ - . .- - . -- - -. - - - . -. . -- *: P JECT + 32 L TABLE OF CONTENTS - PA( Part I - Procedural Documents NOTICE INVITING BIDS PROPOSAL BIDDER'S BOND TO ACCOMPANY PROPOSAL DESIGNATION OF SUBCONTXICTORS I BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 1I BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 1 CONTRACT 1 LABOR AND MATERIALS BOND 1< PERFORMANCE BOND 21 CERTIFICATION OF COMF'LIANCE 2 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION 2 Part I1 - General Prcwisions SECTION - PA 1 Plans and Specifications 2 Work to be Done 3 Definitions and Intent 4 Codes and Standards 5 Constructi-on Schedule 6 Non-conforming Work 7 Guarantee 8 Manufacturer t s Instructions 9 Internal Combustion Engines 10 City Inspectors I 1 I I I I I I I I I I I I I - PA SECTION 11 Provisions Required by Law 12 Intent of Contract Documents I 13 Substitution of Materials 14 Record Drawings 15 Permits 16 Quantities in the Schedule 17 Safety and Protection of Workers and Public I 18 Surveying 19 utilities 20 Water for Construction 21 Test of Materials 22 Compaction Tests 23 Cleanup a:nd Dust Control 24 Special 1:nsurance Instructions for Contractors 1( Part 111 - SDecial Provisions 1 General Provisions 2 Construction Materials - I R 3 Construct ion Methods L - 4 Alternate Rock Products, Asphalt Concrete, Portland Cement Concrete and Untreated Base Material 4 I Part Iv - SuDDlemental SDecial Provisions 1 2 City of Carlsbad 3 4 Pacific Bell Telephone Costa Rea:L Municipal Water District 3 3 4 San Diego Gas and Electric Company I I I 1 I I I I 1 I 1 1 I I I I I I Part V - Standard Drawinqs 1 2 San Diego Area Regional Standard Drawings City of C!arlsbad Standard Drawings I 3 Costa Real Municipal Water District Standard Drawinc American Public Works Association Standard Drawings 4 5 CALTRANS Standard Drawings I 1 I I I I 1 I I I I I 1 I I I 1 1 CITY OF CARLSBAD, CALIFORNIA - NOTICE INVITING BIDS Sealed bids will be: received at the Office of the Purchas: Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, unl 4:OO P.M. on the 13th day of January, 1988, at which time tl will be opened and read for performing the work as follows: PALOMAR AIRPORT ROAD IMPROVEMENTS EAST OF EL CAMINO REAL CONTRACT NO. 3243 The work shall be performed in strict conformity with 1 specifications therefor as approved by the City Council of 1 City of Carlsbad om file with the City Clerk. Reference hereby made to the specifications for full particulars i description of the work. No bid will be received unless it is made on a proposal fc furnished by the Purchasing Department. Each bid must accompanied by security in a form and amount required by 1: The bidder's security of the second and third next lowt responsive bidders may be withheld until the Contract has bc fully executed. The security submitted by all other unsuccessj bidders shall be rekurned to them, or deemed void, within I (10) days after the Contract is awarded. Pursuant to I provisions of law (Public Contracts Code Section 459( appropriate securities may be substituted for any obligat: required by this notice or for any monies withheld by the City ensure performance under this contract. The documents which must be completed, properly executed, i notarized are: I 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. 5. Bidder's Statement of Financial Responsibility Bidder's Statement of Technical Ability and Experience All bids will be compared on the basis of the Engineei Estimate. The estimated quantities are approximate and sei solely as a basis for the comparison of bids. No bid shall be accepted from a Contractor who has not bc licensed in accorda:nce with the provisions of State law. q Contractor shall state his or her license number 2 classification in the proposal. I I I I I I U I 1 1 i I I i 1 Sets of plans, special provisions, and Contract documents may obtained at the Purchasing Department, City Hall, Carlsbz California, for a non-refundable fee of $25.00 per set. The City of Carlsbad reserves the right to reject any or all bj and to waive any minor irregularity or informality in such bids The general prevailing rate of wages for each craft or type worker needed to execute the Contract shall be those determined by the Clirector of Industrial Relations pursuant the Sections 1770, 1773, and 1773.1 of the California Labor COC Pursuant to Section 1773.2 of the California Labor Code, current copy of applicable wage rates is on file in the Office the Carlsbad City Clerk. The Contractor to whom the Contract awarded shall not pay less than the said specified prevailj rates of wages to all workers employed by him or her in t execution of the Contract. The Prime Contractor shall be responsible to insure compliar with provisions of Section 1777.5 of the California Labor Code. The provisions of Part 7, Chapter 1, of the California Labor Cc commencing with Section 1720 shall apply to the Contract f work. A prebid meeting and tour of the project site will not be held. Bidders are advised to verify the issuance of all addenda a receipt thereof one day prior to bidding. Submission of bi without acknowledgment of addenda may be cause of rejection Bonds to secure faithful performance of the work and payment laborers and materials suppliers each in an amount equal to c hundred percent and fifty percent, respectively, of the Contra price will be required for work on this project. The Contractor sha:Ll be required to maintain insurance specified in the contract. Any additional cost of said insuran shall be include din the bid price. Approved by the City Council of the City of Carlsba California, by Resolution No. 7294, adopted on the /B day &JT, Y@}l&~u;' 1988. I I i bid. &&L 1 gal- 1 & Aletha L. Rautenkranz, Cityklerk I 3 I I I 1 I I I 1 I 1 1 I I Dollars Per Cubic Yard I 1 1 1 I I CITY OF CARLSBAD PALOMAR AIRPORT ROAD IMPROVEMENTS EAST OF EL CAMINO REAL CONTRACT NO. 3243 8 ID - City Council CITY OF CARLSBAD 1200 Elm Avenue Carlsbad, CA 92008 The Undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids and Information for Bidders, examined the P1 ans and Specifications, arid hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3243 in accordance with the Plans and Specifications of the City of Carlsbad, and the General , Special and Supplemental Special Provisions thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: Item Quantity Item Description with Unit Cost Total No. and Unit Prices Written in Words (Figures) (Figures) Estimated 1 LS Mobilization and Preparatory Work at D6Tlars (Lump Sum) ($25,000.00 Maximum) 2 3,025 CY Uncl assi f i ed Excavation at 54 23-oLzo Qo __t___ - 6% 2/ L;)3-4Le 3 920 CY Unclassified Fill at 4 32- 4/&6 CE ms Per Cubic Yard I- 268-02-1(~).314.6 3a 1 I I I u I 1 I 1 1 i I B I I I 1 Estimated Item Quantity Item Description with Unit Cost Total No. and Unit Prices Written in Words (Figures) (Figures) - 4 5,440 CY Untreated Base (21" / Ye /05-5-3LL c Thick) at Dollai-s Per Cubic Yard ____f__ 5 700 CY Untreated Base (8" Thick for Interim Paving) at Dollars Per Cubic Yard 1 Thick for Sidewalk) at Dollars Per Cubic Yard /?e /3 3-&30°3 __t__ 6 115 CY Untreated Base (4" /"/a 22P= ment (6" Thick) at YTJ2c 99522 QB __t___ 7 3,025 TON Asphalt Concrete Pave- 4 I 32. = Dollars Per Ton ment (4" thick for Interim Paving) at Dollars Per Ton ment (3" thick for Temporary Paving) at IEITZFj Per Ton (6") at Dollars Per Lineal Foot 8 670 TON Asphalt Concrete Pave- 37a 24577b0? -I 9 425 TON Asphalt Concrete Pave- - 323 O5 /6./7/ OJ3 --3 3% { ASH# X I &-e j&L&g-e+- 10 420 LF Asphalt Concrete Berm I 11 2,000 LF Curb & Gutter-Type G /O 9s 2/8c~@- - I at Dollars Per Lineal Foot 7 268-02-1(~). 314.6 1 3b Est ima t ed I tern Qu ant i ty Item Description with Unit Cost Total No. and Unit Prices Written in Words (Figures) (Figures) 12 152 SF Concrete Driveway (7 1/2" I I 1 - 27L 4,p 3 73- 3 Yb-= Thick) at I iKKFs Per Square Foot 13 1 EA Pedestrian Ramp at Dol 1 ars Each at /q/ s5-3, I? 9,365 SF Sidewalk (4" Thick) sf/ ' 14 1 Dollars Per Square Foot 2" /?&53" 6/20" /q244" 15 2 EA Type 6-1 Inlet (21') - at Dollars Each at Dol 1 ar5 Each Spi llwaiy at Dollars Each 1 I 1 I I I I I I I I 16 1 EA Type 6 CSP Inlet (Mod) /3/w= /&&I" - 17 1 EA Asphalt. Concrete //5-0% 1/5-23 f2iZ 18 1 EA Adjust Water Valve 447" +7-- 67ae 4537pQ Well to Grade at Dollars Each 19 3 EA Street Lighting at Dol 1 ars 20 LS Parkway Landscaping at d' 7$626..@ Dollars (Lump Sum) 21 LS Irrigation System at 72 3/(73Z ",b I Dollars (Lump Sum) 7 268-02-1(~) .314.6 3c I I I I I I I 1 I I I i I I 1 1 Est ima t ed Item Quantity Item Description with Unit Cost Total - No. and Unit Prices Written in Words (Fi gures) (Figures) 22 260 LF 18-i nch Rei nf orced Concrete Pipe Storm Drain (1350-D) Double in Trench at Dollars Per Lineal Foot ,22366 w T 86 e 1 of Trench 23 233 LF 18-i nch Reinforced -7 Concrete Pipe Storm /ql 3Y /I &3z--y /?,3?7” Drain (1350-D) at Dollars Per Lineal Foot Concrete Pipe Storm Drain (1350-D) at Dollars Per Lineal Foot 24 60 LF 24-inch Reinforced 878” ,5268 O0 25 1 EA Type El Headwall (for I Double 18” RCP) at /634e- 434 bo Dol 1 ars Each 26 1 EA Type Ei Headwall (for //(3-z”-” //L5-- 04 24” RCP) at Dol 1 ai-s Each I 27 1 EA Timber Bulkhead at k20” 6iZF 310” #650“ /u 23 372.3 ez 4&” 2000@- Dol 1 ai-s Each 28 15 CY Rip Rap Energy D i s s i pat or at Dollars Per Cubic Yard Brow Ditch at i33Tii-s Per Lineal Foot 30 5 EA Adjust Manhole to Grade at Dol 1 ars Each 29 365 LF - 268-02-1 ( W> e 314.6 1 3d Estimated I I I I I I I I I I I I 1 I I Item Quantity Item Description with Unit Cost Total No. and Unit Prices Written in Words (Figures) (Figures) 31 3 EA Survey Monuments at - 6 6-0 O0 / 73-22 OLZ I Dol lars Each 32 LS Tsaff i c Si gnal Re1 oca t i on at Dol 1 ars (Lump Sum) I 33 LS Traffic Control at Dollars (Lump Sum) 6 /.02,,= LA 30/075-”9 d /,&&a- A 27(-90” A 7.;”/1/) 6.0 54 35545.4” 34 LS Final Striping at Dol lars (Lump Sum) 35 LS Final Signing at Dollars (Lump Sum) Control1 at Dol 1 ars (Lump Sum) 37 LS Pressuire Reducing 36 LS Temporary Erosion I Station at Dol 1 ars (Lump Sum) Street Lighting and Irriga,tion at ElTZs (Lump Sum) Pressure Reducing Station at Dollars (Lump Sum) 38 LS Service Pedestal for d 44 40 y 39 LS Service Pedestal for % q5-7Q8’” 268-02-1(~).314.6 e Estimated It em Quantity It ern Descri pt i on wi t h Unit Cost Total No. and Unit 40 1,773 LF Waterline (16" ACP) at Prices Written in Words (Figures) _(Figures) - - 137 = - - Dollars Per Lineal Foot 41 131 LF Waterl ine (16" Steel Pipe) ?+= 4340 2266" +37L o, -&-+& 80 0' -4 7A"" +35' at Dol iars Per Lineal Foot (16" BFV) at Dol 'I ars Each (16"G. V.) at Dollars Each (2-inch) at - 42 2 EA Val ye Assembly 43 1 EA Val ye Assembly 44 3 EA Manual Air Release .- Dollars Each 45 LS Waterl i ne Connection 873- 873* 9 No. 1 at Dollars (Lump Sum) No. 2 at Dollars (Lump Sum) Bracing at Do'lfars (Lump Sum) - 46 LS Waterl i ne Connection A /a40 e - 47 is Sheet? ng, Shoring and d //&)% 48 2 EA Job signs, 4' x 8', 6" mounted at Dollars Each 42P- 764z - 6: Total amount of bid in numbers: $ 727 Lt37 s ?I Yak4 j (j=--.4~*~0 Addendum(a) No(s) /' has/have been received and isjare in( in this proposal. //dg1;9" 268-02-1(~).314.6 - I 4 Estimated Item Quantity Itern Description with Unit Cost Total No. and Unit Prices Written in Words (Figures) (Figures) 40 1,773 LF Waterline (16" ACP) at I I I I I I I I 1 I I I I - - Doll'irs Per Lineal Foot at Dol lu-s Per Lineal Foot (16" BFV) at Dollars Each ( 16"G. V. ) at Dol 1 cm Each (2-inch) at 41 131 LF Water1 ine (16" Steel Pipe) I 42 2 EA Valve Assembly 43 1 EA Valve Assembly I 44 3 EA Manual Air Release I Dollars Each 45 LS Water1 i ne Connection No. 1 at Dol 1 ars (Lump Sum) No. 2 at - 46 LS Waterline Connection - I Dollars (Lump Sum) 47 LS Sheeti ng , Shoring and Bracing at Ddrlars (Lump Sum) 48 2 EA Job signs, 4' x 8', mounted at I Dol 1 drs Each 268-02-1 ( W) o 314.6 TE (6 1 1200 ELM AVENUE CARLSBAD, CA 92008-1989 Mitg of Marlsbab PURC HAS1 NG DEPARTMENT November 24, 1987 ADDENDUM NO. 1 PRO.EcI:: PALLWAR AIRPORT ROAD, EAST OF EL CAMIN0 REFL, PROJECT NO. 3243 This addendun, receipt acknmledged, must be attached to proposal form when bid is shtted. -s+ I acknowledge receipt of Addendum No. 1 - 3 k 1200 ELM AVENUE TE CARLSBAD, CA 92008-1989 (61! aitg Of afttlsbnll PURCHASING DEPARTMENT January 4, 1988 ADDENDUM NO. 2 PROJECT: PALaMAR AIl?€OF?T ROAD, EAST OF EL CAMNO REAL, PRQJECT NO. 3243 Please include the attached as part of the Contract. This addendun, receipt acknclwledged, must be attached to propsal form when bid is suhnitted. P *-/ Purchasing Officer dL-- I AC.KNm RECEIKT OF ADDWUM NO. 2. c - 2075 LAS PALMAS DRIVE T . CARLSBAD, CALIFORNIA 92009-4859 (6' Office of the Municipal Projects @it@ Of Qklrlabab November 23, 1987 TO: All bidders for City of Carlsbadls PALOMAR AIR FROM: City of Carlsbad RE: ADDENDUM NO. 1 ROAD, EAST OF EL CAMINO REAL, PROJECT NO. 3243 Addendum No. 1 fclr the project specifications and cont documents for the City of Carlsbadls Palomar Airport Road, of El Camino Real, Project No. 3243, is hereby issued Nove 23, 1987. All bidders are directed to substitute Paqe 4 of the cont documents and project sDecifications with the attached. addendum relates solely to the addition of total project bic words and numbers as it relates solely to Page 4 of the cont documents and project specifications. Item numbers, estim quantities and units, item descriptions, unit costs, and t item number costs are not changed by this addendum. Please direct any questions concerning Addendum No. 1 to Mr Virgilio, Project Manager, City of Carlsbad, Municipal Proj Department, 2075 Las Palmas Drive, Carlsbad, California, 92 (619) 438-1161. J M JJC:mja - 4 ADDENGUM 2-Palormr Airprt mad, East of El Camino Real, Project NO. 3243 Iten 8A to Page 13 8A. Imnigration Reform and Control Act. requirements of the Irrndgration Reform and Control Act of 1986. Contractor shall comply with the The following to Page 17 coNTRACToR*S CERTIFICATION OF AWAENESS OF IMMIGRAT1C)N REFORM AND CONTFOL ACT OF 1986 "I am aware of the requirmnts of the Irrpnigration Reform and Control Act of 1986 and have canplied with these requiramts, including but not limited to verifying the eligibility for employitlent of all agents, employees, sub-mntrac and consultants that are incLuded in this Contract. 'I 1 I I I I I I I I I I I I 1 I I All bids are to be computed on the basis of the given estimat quantities of work, as indicated in this proposal, times the ur price as submitted by the bidder. In case of a discrepar between words and figures, the words shall prevail. In case an error in the extension of a unit price, the correct extension shall be calculated and the bids will be computed indicated above and compared on the basis of the correct totals. The Undersigned has checked carefully all of the above figui and understands that the City will not be responsible for error or omissions of the part of the Undersigned in making The Undersigned agrees that in case of default in executing t required Contract with necessary bonds and insurance policj within twenty (20) days from the date of Award of Contract City Council of the City of Carlsbad, the proceeds of check bond accompanying this bids shall become the property of the Cj I this bid. I of Carlsbad. Licensed in accord<ance with the Statutes of the State California roviding for the registration of Contractors, Licer No. 30&0& Identification The Undersigned bidder hereby represents as follows: 1. That no Councilmember, officer agent, or employee of 1 City of Carlsbad is personally interested, directly indirectly, in this Contract, or the compensation be paid hereunder; that nor representation, oral in writing, of the City Council, its officers, agenl or employees has inducted him/her to enter into tl. Contract, excepting only those contained in this form Contract aind the papers made a part hereof by : terms; and 2. That this bid is made without connection with i person, firm, or corporation making a bid for the same work, i is in all respects fair and without collusion or fraud. Accompanying this proposal is 2Lku.Q (Cash, Certified Check, Bond or Cashier's Chec I for ten percent (10%) of the amount bid. I I I I I The Undersigned is aware of the provisions of Section 3700 of t Labor Code which requires every employer to be insured agair liability for work:ers' compensation or to undertake sel insurance in accordance with the provisions of that code, i agrees to comply with such provisions before commencing I performance of the work of this Contract. The Undersigned is aware of the provisions of the State California Labor Code, Part 7, Chapter 1, Article 2, relative the general prevailing rate of wages for each craft or type worker needed to execute the Contract and agrees to comply w. 1 its provisions. 1 Phone Number I Date && 5 &&A Ly Bidder's Name 6,'~- 744oa'L /-/3-&P, /L,/L) LLL3R dsz k92 -.&uZz?&& E%' 522067 &/z&mPw I I I 1 3 I I I B I Bidder I s Address Type of Organization (Individual, Corporation, Partnership) List below names of President, Secretary, Treasurer, and Manag if a corporation; arid names of all partners, if a partnership: ?' I- i cy 1 /7 :7e< //.)%r./; ,, "is I (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST I ATTACHED) (CORPORATE SEAL) h I I I 1 I 1 I I I I I I I I 1 I I i 4 , * BIDDER’S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, WM. 0-- d . &/fl //// /5w9%d. 1 /yx ,7-&%,J dp’ /p$gF &/9,,/3,47 /yD /H~~&hfas Surety i Principal, held and firmly ound unto the Cyty of Carlsbad, California, an amount as follows: (must be at least ten percent (10%) of 1 and wa- /9-cmJLT~ -G-” for which payment will and truly made, we bind ourselves, ( heirs, executors and administrators, successors or assigi jointly and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if proposal of the above-bounden principal for: rM/&P&w&Tr J*Lh?%$y &yzPz7- &@ @Y7- @F9 2% */&O &L- in the City of Carlsbad, is accepted by the City Council of s City, and if the above bounden Principal shall duly enter i and execute a Contract including required bonds and insura policies within twlenty (20) days from the date of Award Contract by the City Council of the City of Carlsbad, being d notified of said award, then this obligation shall become n and void; otherwise, it shall be and remain in full force effect, and the amount specified herein shall be forfeited to said City. In the event any Principal above named executed this bond as individual, it is agreed that the death of any such Princi shall not exonerate the Surety from its obligations under t bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this, day of w* , 3,988. /-- /~4p+P&La Corporate Seal (if Corporation) /’; J /L- ‘grinyip21 / : +/ +ffl 4&?, ,/ , k,-&--+ /I? - fl -4p /&+Q7%@ M@flk/ /w &iK/ / 3 lH=-Yz&y _- (Notarial acknowledgement o (Attach acknowledgement of execution by all PRINCIPAI wm/ //tr-Fi%d-/ 1 Attorney in fact) I-- fh 7 CERTIFICA'IE OF ACKNOWLEDGhfENT - S~TY COUNTYOF~~ 1 ''' STATE OF CALIFORNIA On this -& day of .d., 19 e, before me a Notary Public in and for the said cmunty, persondly appeared personally known within instrument executed it SEAL ca 57 HARTFORD ACCIDENT AND INDEMNITY COMPANY karfiord. Connecticut -_ POWER OF ATTORNEY Know all men by these Presents. That the HARTFORD ACCIDENT AND INDEMNITY COM- PANY. a cor2oration duly organized uncler the laws Of the State of Connecticut. and having its princNpal office !n the City of Hartford. County of Hartford. State of Connecticut. does hereby make. constitute and appoint RONALD W. RASWSSEN of SAN DIEGO, CALIFORNIA its true and lawful Attorney(s1-in-Fact. wth full power and authority to each of said Attorney(s)-in-Fact sn their separate capacity if more than one is named above. to sign. execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies. guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities. and executing or guaranteeing bonds and undertakinqs required or permitted in all actions or proceec!ings or by law allowed, ----_ _---- _-_----- ----__ ----- ---_ ___---- ----_ -----____ -__---- __----- ---._ ------- -_ _----- -------- ------ --_____ ---___ ---__ ---_ --I-___ and 10 bind the HARTFORD ACCIDENT AND INDEMNITY COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD ACCIDENT AND INDEMNITY COMPANY and sealed and attested by on4 other of such Officers and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions. 11) By-Laws adopted Sy the Stocknolders of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a rnee!ing duly called and held on the 10th day of FeSruary. 1943. ARTICLE IV SECTiON 8 The President or any V,ce-P’e:,ident acting with any Secretary or Assistant Secietary. shall have power ana auinor:‘i tc acwnt ‘or pursoses only of execu:ing ana attesting bonas ara unaertaklnos and Other writings ooiigatory in the nature tne‘eof one or more Resiaent vsce- Presidents Resicent AsSIStani Secretaries and Attorneys-in-Fac? ana at any time to remove any such Resicent Vjce.”‘es#cent Res 5mt Assistan: Secretary or Attorney-in-Fact and revme the power and authority g;ven to hm SECTION 11 Attorneys-8n-Fact sraii nave :power and authority Suqect to the terms ana limitattons of the Dower 01 attorney 6slrec :a :Pe- tr execute ana aejwer on behai! of the Company ma to attacn the Seal 01 the Company thereto any ana ail bows anc Lnce‘takings alcl OIner .vri!irgs omgaiorv m :he nature thereof. ana any sucn mtrurnentexecutea by any such Anorney-in-Fact snall oe as binding @OF :ne Cornpanv as I! sqnec cy an Exacutwe O’fcer and seaiea and attestec by ore other of such Officers (21 Excerpt from the Minures of a meeting of the Board of Directors of the HARTFORD ACCIDENT AND INDEMNITY COMPANY duly called and held on the? 11th day of June. 1976: RESOLVED Ro~en N Y Sener Ass6:ant V#ce-Presdent and Thomas i Delaney. Assistant V>Ce-Presiden! shaii eacn have as Icng as ne holds sucn o!:lce !ne same cower as ary Vice-?residi?nt under Sections 6 7 ana 8 of Arlic!e Iv of :he By-Laws of the Consaiy This power of attorney is signed and sealed by facsimile under and by the authority of :he foilowing Resolutic? adopted by the Directors of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a meeting buiy called ana heid on the 6th bay of August. 1976. RESOLVED Thai wereas Robert N H Sener Ass~stant VICe-Prrslaent ana Thornas F Seianey Ass>stant V#Ce-P7eS,Cenl acting NI!~ any Secretarvor Ass1s:ant Secretary each Lave the ioower ana authority as long as he holds sbcn office. to aDpointby a poser of ancrley. !or 3ilrocses only 01 executing ana at:esting bcncs an0 ~naertakirigs and other writings obligatory in the natcre thereof one or mwe Resicent Vtce-P‘es~cents 4ss1slanf Secretaries ana Attorieys-in-Fact NOW therelore :he szgnatures o! Such Ollicxs and the seal 01 the Company may be affixea to any such power of attorney or to any celificate reiatirs tnereto nv !acsirniie ana any such power o! attorney or certilicate bearing such facsimile signatures or facsimile sea snail 3e va.id ana binding upon the Company ana any such power so execLtea anc cemf~ea by facsimile signatures and facsimile seal shall be valid aria binning upon the Csrnpany In the future with respect to any bond or uncertaking to which 11 IS attached In Witness Whereof, the HARTFORD ACCIDENT AND INDEMNITY COMPANY has caused these presents to be signed Sy its Assistant Vice-President. and its corporate seal to be hereto affixed. duly attested by its Secretary. this 7s:day of April. 1983 Attest. HARTFORD ACCIDENT AND INDEMNITY COMPANY @ 0 -* -?A?’ STATE Miry Scnarr OF Secrerar CONNECTICUT. I ss 7. %.wF--= RoneCt~ H Sener :’$ .--* Og? dayof m4.pL Oawa A Jonnson COUNTY OF HARTFORD. \ On this 1st day of April. A D. 1983. before me personally came Robert N. H. Sener. to me Known who beinG by me duly sworn. did depose and say’ that he resides in the County of Hartford. State of Connecticut. that he is the Assistant Vice- President of the HARTFORD ACCIDENT AND INDEMNITY COMPANY. the corporation described in and whch execv!ed the above instrument: that he knows the seal of said corporation: that the seal affixed to the said instrument is such corporate seal: that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT. / COUNTY OF HASTFORD. \ CERTIFICATE I. the unbersigned. Assistant Secretary pf the HARTFORD ACCIDENT AND INDEMNITY COMPANY. a Connecticut Corporation. DO HEREBY CERTIFY that :he foregoing and attached POWER OF ATTORIqEY remains IT. full force and has not been revoned. and furthermore that Article IV. Sections 8 and 11. of :he By-CaWS of the Company. and the RPsoiutions of :he Board of Directors. set forth IC the Power of Attorney. are now in force. G or,a Maz3ta5 %ray Pumc ?Ay Cornm#ss,ci Exores March 31 ‘088 ._ ~ ...E <..- 5s 19 B? Signed anc sealed at the City of Hartford Dated the _-- Assrsranf SecreraV Farm S-3507.10 2wiea In US A -iiy I I 1 I I I I I I I I I I I I B I I I - DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the subbids of t following listed Contractors in making up his/her bid ant tl the subcontractors Listed will be used for the work for whi they bid, subject to the approval of the City Engineer, and accordance with applicable provisions of the specifications. changes may be made in these subcontractors except upon the pr: approval of the City Engineer of the City of Carlsbad. 1 following information is required for each subcontractc Additional pages can be attached if required. Items of Full Company Complete Address Phone No. Work Name with Zip Code with Area Coc JI//NC //s- 2a3- / k2u-z- ~Z/U/-.#- c% 6 714- 4&- ,. -* ,/ d/P- -969 f4%5k-%9k x- &k-!$-&~LGL-G&d JW# I_ I 1 I I I 1 I I - I 1 I I I i 1 I DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to prcbvide the following information on the subb of all the listed subcontractors as part of the sealed 1 submission. Additicinal pages can be attached, if required. Type of State Carlsbad Amount Contracting Business of I Full Company Name- License &I No. License No.* Bid ($ or i 2&L4 +4Q - -+lfc&L /z 3, -5 7&/P/UL - 3-A6c~~ii 4 5”: C-e &&-&-&e:- 347L534 /a. 7; &&d& aou~ I cSZ/N,Y%- a - //,/223 5- 7 f - - - - - * Licenses are renewable annually. If no valid license, indic tlNONE.tt Valid license must be obtained prior to submission signed Contracts. &m cZikLd,4/ AL4A7 Bidd r’s Com an Name /U/U2/ /vo/3 l?Y /L&X!.l2 ad 2- c+‘ 72.067 (Notarize or mplete Address Corporate Seal) Authorized Signature m 1 1 I I I I I 1 I I I 1 1 1 I 1 I I BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statemc of his/her financial responsibility. ,, 1 - /g,?/ /. ”’ a - /f -- (Notarize or 1 Corporate Seal) I i I 1 I 1 1 I II I Name and Phone Contract Name and Address No. of Person Type of Amount of I Corn leted of the Employer to Contact Work Contract /?/y /-/ c SkEEE I I II I 8 I I 8 I I I 1 I I I I I I I I CONTRACT - PUBLIC WORKS This agreement is made this % day of w , 1988, by between the City of Carlsbad, California, a munici] corporation, (hereinafter called ''City11) , and whose principal pl%c:e of business is - Dr. (hereinafter balled "Contractor". ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all w TA~ .T Rirr&~nr Pnn4-_ Trip- -- Ca-c PA -- 4?&9 - specified in the Contract documents for: (hereinafter cadled ttproject11) 2. Provisions of Labor and Materials. Contractor shall prov all labor, materials, tools, equipment, and personnel perform the work specified by the Contract documents. 3. Contract Documents. The Contract documents consist of t Contract: the bid documents, including the Notice Bidders, Instructions to Bidders I and Contracto: Proposals: the Plans and Specifications, the Spec Provisions, and all proper amendments and changes m thereto in accordance with this Contract or the Plans Specifications, and the bonds for the project: all of wh are incorporated herein by this reference. The Contractor, her/his subcontractors, and materi suppliers sha1:L provide and install the work as indicat specified, and implied by the Contract documents. Any it of work not indicated or specified, but which are essent to the completion of the work, shall be provided at Contractor's expense to fulfill the intent of s documents. In all instances through the life of Contract, the City will be the interpreter of the intent the Contract documents, and the City's decision relative said intent w.ill be final and binding. Failure of Contractor to apprise her/his subcontractors and materi suppliers of this condition of the Contract will not reli her/him of the responsibility of compliance. 4. Payment. All full compensation for Contractor's performa of work under this Contract, City shall make payment to Contractor per Section 9-3 of the Standard Specificati for Public Works Construction. The closure date for e monthly invoice will be the 30th of each month. I 1 I 1 I I I 8 1 1 I 1 1 I I 1 1 Invoices from the Contractor shall be submitted according the required city format to the City's assigned projc manager no later than the 5th day of each month. Paymei will be delayed if invoices are received after the 5th each month. The final retention amount shall not released until the expiration of thirty-five (35) dz following the recording of the Notice of Completion pursuz to Civil Code Section 3184. 5. Independent Investiqation. Contractor has made Independent Investigation of the jobsite, the sc conditions at the jobsite, and all other conditions tl might affect the progress of the work, and is aware of thc conditions. The Contract price includes payment for i work that may he done by Contractor, whether anticipated not, in order to overcome underground conditions. information that may have been furnished to Contractor City about underground conditions or other job conditions for Contractor's convenience only, and City does not warri that the conditions are as thud indicated. Contractor satisfied with all job conditions, including undergroi conditions and has not relied on information furnished I City. 6. Contractor Responsible for Unforeseen Conditio1 Contractor shall be responsible for all loss or dam; arising out of the nature of the work or from the action the elements or from any unforeseen difficulties which 1 arise or be encountered in the prosecution of the work un' its acceptance by the City. Contractor shall also responsible for expenses incurred in the suspension discontinuance of the work. However, Contract shall not responsible for reasonable delays in the completion of . work caused by acts of God, stormy weather, extra work, matters which the specifications expressly stipulate will borne by City. 7. Chanse Orders. City may, without affecting the validil Contract, order changes, modifications and extra work issuance of written change orders. Contractor shall m no change in 'the work without the issuance of a writ change order, and Contractor shall not be entitled compensation for any extra work performed unless the C has issued a written change order designating in advance amount of additional compensation to be paid for the wo If a change order deletes any work, the Contract price sh be reduced by a fair and reasonable amount. If the part are unable to agree on the amount of reduction, the w shall nevertheless proceed and the amount shall determined by litigation. The only person authorized to i I 1. I 1 I I I I 1 I 1 I I I 1 1 I I order changes or extra work is the Project Manager. ' written change order must be executed by the City Manager it is for $5,000.00 or less or approved by the City Count and executed by the Mayor if the amount of the change ort exceeds $5,000.00. 8. Prevailins Waqe:. Pursuant to the Labor Code of the sTate California, the director of the Department of Industr Relations has determined the general prevailing rate of : diem wages in accordance with Labor Section 1773 and a CI of a schedule of said general prevailing wage rates is file in the office of the Carlsbad City Clerk, and incorporated by reference herein. Pursuant to Labor C Section 1775, Contractor shall pay prevailing wage Contractor sha.11 post copies of all applicable prevail wages on the job site. 9. Indemnity. Contractor shall assume the defence of, pay expenses of defense, and indemnify and hold harmless City, and its officers and employees, from all clai loss, damage, i.njury and liability of every kind, nature description, directly or indirectly arising from or connection with the performance of the Contractor or wo or from any failure or alleged failure of Contractor comply with any applicable law, rules or regulati including those relating to safety and health; except loss or damage which was caused solely by the act negligence of the City; and from any and all claims, lo damages, injur-y and liability, howsoever the same may caused, resultimg directly or indirectly from the nature the work covered by the Contract, unless the loss or dam was caused solely by the active negligence of the City. expenses of defense include all costs and expenses includ attorneys fees for litigation, arbitration, or other disp resolution method. 10, Insurance. Without limiting Contractor's indemnificati it is agreed tlhat Contractor shall maintain in force at time during the performance of this agreement a policy policies of insurance covering its operations and insura covering the lj-ability stated in Paragraph 9. The policy policies shall1 comply with the special insura instructions in the Supplementary General Provisions shall contain the following clauses; Contractor's liability insurance policies shall contain following clau., cues : A. ''The City is added as an additional insured as respe operations of the named insured performed under contr 1 with the Cjity.'' I I I 1 I I 1 I 1 I I I 1 I I I I I 1 B. "It is agreed that any insurance maintained by the C shall apply in excess of and not contribute wi. insurance provided by this policy, I' All insurance policies required by this paragraph sh contain the following clause: A. "This insurance shall not be cancelled, limited or n renewed until after thirty (30) days written notice been given to the City." B. "The insurer waives any rights of subrogation it has may have, against the City or any of its officers employees. 'I' Certificates of insurance evidencing the coverage requi by the clauses set forth above shall be filed with the C prior to the effective date of this agreement. 11. Workers' Compensation. Contractor shall comply with requirements of Section 3700 of the California Labor Co Contractor shall also assume the defense and indemnify save harmless the City and its officers and employees f all claims, lass, damage, injury, and liability of ev kind, nature, and description brought by any person emplo or used by Contractor to perform any work under t Contract regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the C certification of the policies mentioned in Paragraphs 10 11 or proof of worker's compensation self-insurance prior the start of any work pursuant to this contract, 13. Claims and Lawsuits. Contractor shall comply with Government Tort Claims Act (Government Code Section 900 seq.) prior to filing any lawsuit for breach of t contract of any claim or cause of action for money damages. 14. Maintenance of Records. Contractor shall maintain and m available at no cost to the City, upon request, records accordance with Sections 1776 and 1812 of Part 7, Chapter Article 2, of the California Labor Code. If the Contrac does not maintain the records at Contractor's princi place of business as specified above, Contractor shall inform the City by certified letter accompanying the ret of this Contract. Contractor shall notify the City certified mail of any change of address of such records. I D E 1 B I 8 I I 1 I 1 I I B I 1 15. Labor Code Provisions. The provisions of Part 7, Chapter commencing with Section 1720 of the California Labor C are incorporated herein by reference. 16. Security. Securities in the form of cash, cashier's che or certified check may be substituted for any mon withheld by the City to secure performance of this contr for any obligation established by this contract. Any ot security that is mutually agreed to by the Contractor the City may he substituted for monies withheld to ens performance undler this contract. 17. Provisions Required bv Law Deemed Inserted. Each and ev provision of law and clause required by law to be inser in this Contract shall be deemed to be inserted herein I included herein, and if, through mistake or otherwise, 4 such provision is not inserted, or is not correc' inserted, then upon application of either party, . Contract shall forthwith be physically amended to make s' insertion or correction. 18. Additional Provisions. Any additional provisions of tl agreement are set forth in the "General Provisionst1 Itspecial Provisionstt attached hereto and made a part here1 (Notarial acknowledgement of execution of ALL PF!INCIPALS E must be attached.) BY APPROVED AS TO FORM: fFr?@$;? +#jft@rneY ? F. BIoh!DO JR., CjTY p; ATTEST: __l___rr_____ I WONALD R. BALL City Clerk I 1 I I Contractor's Certif i.cation of Awareness of Workers g Compensat: Responsibility. "1 am aware of the provisions of Section 3700 of the Labor C< which requires every employer to be insured against liability j workers I compensation or to undertake self-insurance accordance with the provisions of that code, and I will corn] with such provisions before commencing the performance of 1 work of this Contract. It 1 I Contractor ,*/$&A/ / ,$&7$,gpspci Y --j \/" j Ji I I 1 I I I 1 I I I I 1 1 Owners & Contractors Protective Auto Liability 2 2028 02 054; - 1 */ - h -, n - sond -roo JL~L-~?-- I I I 1 I I I I 1 I 1 I I I I I PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State California, by Resolution No. 82-34 , adopted 2/9/88 , has awarc t0 3 J. -VV Fnnsi- T~TP , (hereinafter designated the llPrincipallt), a Contract for: Construction of improve~ents to Palomar Airport Road Fast of El Camino Re; Project No. 3243 in the City of Carlsbad, in strict conformity with the contrac the drawings and specifications, and other Contract documents 1 on file in the Office of the City Clerk of the City of Carlsl all of which are incorporated herein by this reference. WHEREAS, said Principal has executed or is about to execute Si Contract and the terms thereof require the furnishing of a bc for the faithful performance of said Contract; fi as princig 1-ar t--orLL -1 (hereinafter designated as the Itch- aizd Iccierr,r,Lty Gomp~n57 , as Surety, are held and fin bound unto the City of Carlsbad, in the sum of - o@ollars ($779,556-71) ) , said sum be Pand,fiw hiinih-w=i fifty siy &7n/ equal to one hundred percent (100%) of the estimated amount the Contract, to be paid to the said City or its cert attorney, its successors and assigns; for which payment, w and truly to be made!, we bind ourselves, our heirs, executors administrators, successors or assigns, jointly and several firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the ab bounden Contractor, his/her or its heirs, executo administrators, succ:essors or assigns, shall in all things st to and abide by, and well and truly keep and perform covenants, conditions, and agreements in the said Contract any alteration thereof made as therein provided on his/her their part, to be kept and performed at the time and in manner therein specified, and in all respects according to th true intent and meaning, and shall indemnify and save harm1 the City of Carlsbad, its officers and agents, as ther stipulated, then this obligation shall become null and vo otherwise it shall remain in full force and virtue. As a part of the obligation secured hereby and in addition the face amount specified therefore, there shall be inclu costs and reasonable expenses and fees, including reasona attorneys fees, inc:urred by the City in successfully enforc such obligation, all to be taxed as costs and include in NOW, THEREFORE, WE, & t~- Kirc-hnam I HARTFORD ACCIDENT AND INDEMNITY COMPANY Haniord. Connecticut * .* X POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD ACCIDENT AND INDEMNiTY COM- PANY. a corporation duly organized under the laws of the State of Connecticut. and having iis principal office in the City of Hartford. County of Hartford. State of (:onnecticut. does hereby make. constitute and appoint , 5 RONALD kl. RASMUSSEN of SAN DIEGO, CALIFORNU its true and lawful Attorney@)-in-Fact. with full power and authority to each of said Attorney(s)-in-Fact. in their separate capacity if more than one is named above. to sign. execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature mereof on behalf of the company in its business of guaranteeing the fidelity of persons holding places of public or private trust: guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowld, _--- -- __----- - ----- __----- /-- ----------- --_/----- -------- -----==_)-- ----- ---------- -- ---- --------__-____ and to bind the HARTFORD ACCIDENT AND INDEMNITY COMPANY thereby as fully and to the same extent as if such hands and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD ACCIDENT AND INDEMNITY COMPANY and sealed and attested by on2 other of such Officers. and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions: (1) By-Laws adopted by the Stockholders of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a meeting duly called and held on the 10th day of February. 1943. ARTICLE IV SECTION 8 The President or any Vce-President. acting with any Secretary or Assistant Secretary. shall have power and authority to appoint. for purposes only of executing and anesting boncls aPd undertakings and other writings obligatory in the nature thereof. one or more Resident Vice- Presidents. ReSident Assistant Secretaries ancl Anorneys-in-Fact and at any time IO remove any such Resident Vice-president. Residrnt Assistant Secretary. or Attorney-in-Fact. and revoke the power and authority given to him. SECTION 11. Anorneys-in-Fact shall have power and authority. Sub1ect to the terms and limitations of the power of attorney Issued 15 then. IO execute and deliver on behalf of the Company ;and lo anach the seal of the Company therPt0 any and all bonds and undertakings. and other writings obligatory 11 the nature thereof. and any such instrument executed by any Such Attorney-in-Fam shall be as binding upon the Company as if signed by an Executive Officer and sealed and anested by orleother of such Ofhcers. (2) Excerpt from the Minutes of a meeting of the Board of Directors of the HARTFORD ACCIDENT AND INDEMNITY RESOLVED: Robert N. H. Sener. Assistant Vice-President and Thomas F. Delaney. Assistant Vice-President. shall each have as long as he holds This power of attorney is signed and sealed by facsimile under and by the authority of the following Resoluticn adopted by the Directors ofthe HARTFQRD ACCIDENT AND INDEMNITY COMPANY at a meeting duly called and held on the 6th day of August. 1976. RESOLVED. That. whereas Robert N. H. Sener. Assistant Vice-president and Thomas F Delaney. Assistant Vice-President. acting with any Secretary or Assistant Secretary. each have the power and authorify. as long as he holds such office. to aopoint by a power of anorney. for purposes only of executing and attesting bond5 and undertakings and other writings obligatory in the natwe thereof. one or more Resident Vice-Presidents. Assistant Secretaries and Anorneys-an-Fact: N~w.therefore.thesig~aturesofsuchOfficersandmeseaIofmeCompanymay beaffixedtoanysuchpower of anorneyortoanycemficaterelattng thereto by facsimile. 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 power so executed anti certified by facsimile signatures and facsimile seal Shalf lx valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached In Witness Whereof, the HARTFORD ACClOENT AND INDEMNITY COMPANY has caused these presents to be signed by its Assistant Vice-President. and its corporate seal to be hereto affixed. duly attested by its Secretary, this 1st day of April. 1983. Attest: HARTFORD ACCIDENT AND INDEMNITY COMPANY COMPANY duly called and held on the 11th day of June. 1976: such office the same power as any Vice-President under Sections 6. 7 and 8 of Article 1V of the By-Laws of the Comoany Mav kndrl. Secretarv STATE OF CONNECTICUT, / COUNTY OF HARTFORD. \ On this 1st day of April. AD. 1983. before me personally came Robert N. H. Sener. to me known. who being by me duly sworn. did depcse and say: that he resides in the County of Hartford. State of Connecticut: that he IS the Assistant Vice- President of the HARTFORD ACCIDENT AND INDEMNITY COMPANY. the corporation described in and which executed the above Instrument: that he knows the seal of said corporation: that the seal affixed te the said instrument is such corporate seal: that it was so affixed Iiy order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT. 1 COUNTY OF HARTFORD. i ss CERTIFICATE I. the undersigned. Assistant Secretary of the HARTFORD ACCIDENT AND INDEMNITY COMPANY. a Connecticut Corporatton. DO HEREBY CERTIFY that the foregolng and attached POWER OF ATTORNEY remains IC full force and has not been revoked: and furthermore. that Article IV. Sections 8 and 11, of the By-Laws of the Company. and the Rpsolutions of the Board of Directors. set forth ir. the Power of Attorney. are ow in force. %.Ne Robert N. H Sener AsYs1afif HcePresidenr *7J?’ ’ 5s b. *aTo A&YmapL Gloria Mazotas Nofary Public My Commlssjon Expires March 31. 1988 (-J $?& %“e<s..? Slgned and sealed at the City of Hartford. Dated the 2 &,k! dayof /2&- 19w- David A. Johnson. Odd.+ Assislant Secretary Form 5-3507.10 Pnntea In U.S A I I I I I 1 1 I I I I I I I 1 I I 1 I - CERTIFICATION OF COMPLIANCE *1 I hereby certify that in performing under the Purchase Order awarded by the City Carlsbad, will compl-y with the County of San Diego Affirmatj Action Program adopted by the Board of Supervisors, including E current amendments. - Date Gfl /_A& 5 (NOTARIZE OR CORPORATE SEAL) Title (Notarial acknowledgement of execution by all principals must attached) I 1 1 I I I I 1 I 1 1 1 I 1 I 1 I ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between t City of Carlsbad whose address is 1200 Elm Avenue, Carlsba California, 92008, hlereinafter called IICity1l and whose address is - hereinafter called llContractorll and whose address is hereinafter called llEscrow Agent. It For the consideration hereinafter set forth, the Own€ Contractor and Escrow Agent agree as follows: I 1. Pursuant to Section 4590 of Chapter 13 of Division 5 Title 1 of the Government Code of the State of Californj Contractor has the option to deposit securities with Escr Agent as a substitute for retention earnings required to withheld by City pursuant to the Construction Contrz entered into between the City and Contractor for in the amount of dated (hereinafter referred to as the llContractll). A copy of sz contract is attached as Exhibit I1Att. When Contract deposits the securities as a substitute for Contri earnings, the Escrow Agent shall notify the City within t (10) days of the deposit. The market value of t securities at t:he time of the substitution shall be at le? equal to the cash amount then required to be withheld retention under the terms of the Contract between the Cj and Contractor. Securities shall be held in the name of and she designate the Contractor as the beneficial owner. Prior any disbursements, Escrow Agent shall verify that t present cumulative market value of all securiti substituted is at least equal to the cash amount of ? cumulative retention under the terms of the Contract. 2. The City shall make progress payments to the Contractor j such funds whic:h otherwise would be withheld from progrc payments pursuant to the Contract provisions, provided tl the Escrow Agent holds securities in the form and amoi specified above. i 1 1 I 1 I I I I I I 1 1 I I 1 1 1 3. Alternatively, the City may make payments directly to Escr Agent in the amount of retention for the benefit of the Cj until such time as the escrow created hereunder terminated. 4. Contractor shall be responsible for paying all fees for t expenses incurred by Escrow Agent in administering t escrow account. These expenses any payment terms shall determined by tlhe Contractor and Escrow Agent. 5. The interest earned on the securities or the money marl accounts held in escrow and all interest earned on tl: interest shall be for the sole account of Contractor i shall be subject to withdrawal by Contractor at any time e from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any pi of the principal in the Escrow Account only by writt notice to Escrow Agent accompanied by written authorizatj from City to the Escrow Agent that City consents to t withdrawal of the amount sought to be withdrawn Contractor. 7. The City shall have a right to draw upon the securities the event of default by the Contractor. Upon seven (7) dz written notice to the Escrow Agent from the City of t default of the Contractor, the Escrow Agent shi immediately convert the securities to cash and shz distribute the case as instructed by the City. 8. Upon receipt of written notification from the Cj certifying that the Contractor has complied with E requirements and procedures applicable to the Contrac Escrow Agent shall release to Contractor all securities z interest on deposit less escrow fees and charges of t Escrow Account. The escrow shall be closed immediately uy disbursement of all monies and securities on deposit i payments of fees and charges. 9. Escrow Agent shall rely on the written notifications fi the City and the Contractor pursuant to Sections 4 and inclusive, of this agreement and the City and Contract shall hold Escrow Agent harmless from Escrow Agent's rele? and disbursement of the securities and interest as set foi above. I 10. The names of the persons who are authorized to sign five I written notices or to receive written notice on behalf the City and on behalf of Contractor in connection with I foregoing, and exemplars of their respective signatures E 1 as follows: I I I 1 I I 1 1 I 1 1 I I 1 I 1 I 1 For City: Title Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City a Contractor sha:Ll deliver to the Escrow Agent a ful executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement their proper officers on the date first set forth above. For City: Title Name Signature Address For Contractor: Title Name Signature U Address I 1 1 I I I 1 I i M 1 I 1 I 1 1 1 PART I1 - GENERAL PROVISIONS SECTION 1 PLANS AND SPECIFICATIONS - Section 1 1 P1 ans and Specifications The Specifications for the Work shall consist of the latest edition of thc Standard Specifications for Pub1 ic Works Construction (1985 Edition)! hereinafter designated SSPWC , as i ssued by the Southern Cal i forni a Chapters 01 the American Public Works Association, the Contract Documents, and the General, Special and Supplemental Special Provisions thereto. The Construction Plans consist of 17 sheets designated as City of Carlsbac Drawing No. 283-8 , and consisting of: Sheet 1 Title Sheet Sheet 2 Sta. O+OO to 5ta. 11+00 Sheet 3 Sta. 11+00 to Sta. 18+92.38 Sheet 4 Storm Drain at Sta. 0+75 Sheet 5 Profiles Sheet 6 Expanded Plan and Details Sheet 7 Construction Phasing and Traffic Control Sheet 8 Construction Phasing and Traffic Control Sheet 9 Construction Phasing and Traffic Control Sheet 10 Striping - Signing - Signalization Sheet 11 16" ACP Water1 ine Sheet 12 16" ACP Water'line Sheet 13 CRMWD Pressure Reducing Station Sheet 14 Parkway Landscaping Sheet 15 Irrigation System Sheet 16 Irrigation Details Sheet 17 Irrigation Details The Standard Drawings utilized for this Project are the San Diego Are; Regional Standard Drawings (1985 Edition) , hereinafter designated SDRSD, a: issued by the San Diego County Department of Transportation, together with thr City of Carl sbad Suppl emental Standard Drawings, Costa Real Municipal W ater District Standard Drawings, and other selected standard drawings. Copies 01 pertinent Standard Drawings are enclosed with these Documents. 1 268-02-1 (w) .314.26 Page 1 1 1 1 I I I I 1 1 1 1 I I I 1 1 I 1 PImT I1 - GENERAL PROVISIONS Section 2 - Work to be Done SecG-on 3 - Definitions and Intent Section 2 Work to be Done The work to be done shall consist of furnishing all labc equipment and materials, and performing all operations necessz to complete the Project Work as shown on the Project Plans and specified in the Specifications. Section 3 Definitions and Intent A. City Engineer, Engineer, District, District Representative The above words shall mean the City of Carlsbadls Projt Manager or his approved Representative. B. Reference to Drawings: Where words "shown, l1 "indicated, It "detailed, Iv "notec llscheduled,vt or words of similar import are used, it shall understood that reference is made to the Plans accompanyj these Provisions, unless stated otherwise. C. Directions : Where words Ildirected, It "designated, I* Ilselected, It or words similar import are used, it shall be understood that t direction, designation or selection of the Project Manager intended, unless stated otherwise. The word llrequiredvt i words of simi1a.r import shall be understood to mean 1 required to properly complete the Work as required and approved by the Project Manager, unless stated otherwise. 1 D. Equals and Approvals: Where the words "equal, I( "approved equal, It ltequivalentlt i such words of similar import are used, it shall be understc such words are followed by the expression "in the opinion the Engineer," unless otherwise stated. Where the WOI "approved, I* "approval, It "acceptance, M or words of simil import are used,, it shall be understood that the approvz acceptance, or similar import of the Engineer is intended. Page 2 PAFlT I1 - GENERAL PROVISIONS Section 3 - Definitions and Intent Section 4 - Codes and Standards Section 5 - Construction Schedule -- -- 1 I 1 I I II I 1 I I I l 1 I 1 I 1 -- E, Perform and Provide: The word "perform" shall be understood to mean that the Contractor, a her/his expense, shall perform all operations, labor, tools and equipment and further, including the furnishing and installing of materials that ar indicated, specified, 01" required, to mean that the Contractor, at her/hi expense, shall ;furnish and install the work, complete in place and read to use, including furnishing of necessary labor, materials, tools equipment and transportation. I Section 4 Codes and Standards Standard Specifications incorporated in the requirements of the Specification by reference shall be those of the latest edition at the time of receivin Bids. It shall be understood that the manufacturers or producers of material so required either have such Specifications available for reference or ar fully familiar with their requirements as pertaining to their product o materi a1 . Section 5 1 Construction Schedule A construction schedule is to be submitted by the Contractor per Section 6- of the SSPWC at the time of the pre-construction conference. No changes shal be made to the construction schedule without the prior written approval of th Project Manaqer. Any progress payments made after the scheduled completion date shall no constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocation c conflicting utilities shall be requirements prior to commencement of Work b the Contractor. The Contractor shall begin Work within 15 calendar days after being dul notified by an issuance of a "Notice to Proceed" and shall diligent1 prosecute the Work to completion within 150consecutive calendar days. If th completion date is not met the Contractor will be assessed the sum of 875o.c per day for each day beyond the completion date as liquidated damages for th delay. Any progress payments made after the specified completion date shal not constitute a waiver of this paragraph or of any damages. 268-02-1( W) ,314.26 Page PART I1 - GENERAL PROVISIONS -- Section 6 - Non-Conforming Work Section 7 - Guarantee Section 8 - Manufacturer's Instructions Section !? - Internal Combustion Engines - Settion 10 - City Inspectors Section 6 I I I 1 1 I I I 1 1 I 1 I 1 I I I Non-Conformi ng Work The Contractor shall remove and replace any Work not conforming to the Plans and Specifications upon written order by the City Engineer. Any cost causec by reason of this non-conforming Work shall be borne by the Contractor. Section 7 I Guarantee All Work shall be guaranteed for one (1) year after the filing of a "Notice 01 Completion" and any faulty Work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. Section 8 - Manufacturer's Instructions Where installation of Work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute thc necessary copies of such instructions, including two (2) copies to the Citj Engi neer. Section 9 - Internal Combustion Engines All internal combustion engines used in the construction shall be equippec with mufflers in good repair when in use on the Project with special attentior to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 1 Section 10 City Inspectors All Work shall be under the observation of a City Construction Inspector Inspectors shall have free access to any or all parts of Work at any time< Contractor shall furnish Inspectors with such information as may be necessarj to keep her/hirn fully informed regarding progress and manner of Work an( character of materials. Inspection of Work shall not re1 ieve Contractor fror any obligation to fulfill this Contract. 268-02-1(~) .314.26 Page 4 PART 11 - GENERAL PROVISIONS Section 11 - Provisions Required by Law Deemed Inserted Section x? - Intent of Contract Documents Section13 - - Substitution of Materials I I I 1 I I I I I I I I 1 1 I I 1 I Section 11 Provi si oils Requi red by Law Deemed Inserted Each and every provision of law and clause required by law to be inserted ir this Contract shall be deemed to be inserted herein and the Contract shall bt read and enforced as though it were included herein, and if, through mistakt or otherwise, any such provision is not inserted or is not correctly inserted, then upon application of either party the Contract shall forthwith bt physically amended to make !such insertion or correction. Section 12 Intent of Contract Documents The Contractor, her/his Subcontractors and materials suppliers, shall providf and install the Work as indicated, specified and implied by the Contract Documents. Any items of Work not indicated or specified, but which arc essential to the completion of the Work, shall be provided at the Contractor': expense to fulfill the intent of said documents; In all instances throughoul the life of the Contract, the City will be the interpreter of the intent 01 the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/hiz subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance. Section 13 Substitution of Materials The Proposal of the Bidder shall be in strict conformity with the Drawings an( Specifications, and be based upon the items indicated or specified. Thc Contractor may offer a substitution for any material , apparatus, equipment, 01 process indicated or specified by patent or proprietary names or by names 01 manufacturer which she/he considers equal in every respect to those indicate( or specified. The offer, made in writing, shall include proof of the Statc Fire Marshal's approval (if required) , all necessary information. Specifications, and data,, If required, the Contractor, at her/his owr expense, shall have the proposed substitute, material , apparatus, equipment or process tested as to its quality and strength, its physical, chemical, or other characteristics, and its durability, finish, or efficiency by a testin! laboratory as selected by the City. If the substitute offered is not deemec to be equal to that so indicated or specified, then the Contractor shal' furnish, erect, or install the material, apparatus, equipment, or proces: indicated or specified. Such substitution proposals shall be made prior tc beginning of construction, if possible, but in no case less than ten (10) day: I prior to actual installation. 268 -02 - 1 ( W) .314.26 Page 5 PAFlT I1 - GENERAL PROVISIONS Section 14 - Record Drawings Section 15 - Permits Section 1.6 - - Quantities in the Schedule I I I I I I 1 II 1 I I I 1 II I I I - 1 Section 14 Record Drawings The Contractor shall provide and keep up-to-date a complete "as-built" recorc set of transparent sepias, which shall be corrected daily and show everj change from the original Drawings and Specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other lrlork not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of Drawings shall be kept on the jot and shall be used only as d record set and shall be delivered to the Engineer on completion of the Work. Section 15 Permits The general construction, electrical, and plumbing permits will be issued bq the City of Carlsbad at no charge to the Contractor. The Contractor i: responsible for all other required licenses and fees. Section 16 I Quantities in the Schedule The quantities given in the schedule, for unit price items, are for cornparin! Bids and may vary from the actual final quantities. Some quantities may b6 increased and others may be decreased or entirely eliminated. No claim shall be made against the City for damage occasioned thereby or for loss 01 anticipated profits, the Contractor being entitled only to compensation for the actual Work done at the Unit Prices Bid. The City reserves and shall have the right, when confronted with unpredictec conditions , unforeseen events , or emergencies to increase or decrease thc quantities of Work to be performed under a scheduled unit price item or tc entirely omit the performance thereof, and upon the decision of the City to dc so, the City Engineer will direct the Contractor to proceed with the said Worl as so modified. If an increase in the quantity of Nork so ordered shoulc result in a delay to the Work, the Contractor will be given an equivalenl extension of time. 268-02-1(~).314.26 Page 6 PART I1 - GENERAL PROVISIONS Section 17 - ;Safety & Protection of Workers and Public Section 18 - Surveying I Section 19 - Utilities I I 1 I I I I I i 1 I I 1 1 I I Section 17 Safety & Protection of Workers and Public The Contractor shall take all necessary precautions for the safety 01 employees on the Work and shall comply with all applicable provisions 01 Federal, State and Municipal safety laws and building codes to prevenl accidents or injury to persons on, about, or adjacent to the premises wherr the ldork is being performed. He/she shall erect and properly maintain at al' times, as required by the conditions and progress of the Work, all necessar; safeguards for the protection of workers and public, and shall post danger signs warning against hazards created by such features of construction a! protruding nails, hoists, well holes, and falling materials. Section 18 I Surveying Contractor shall empl oy a Licensed Land Surveyor or Registered Civi 1 Engineer to perform necessary surveying for this Project. Requi rements of the Contractor pertaining to t.his item are set forth in Section 2-9.5 of the SSPWC. Contractor shall i rtcl ude cost of surveying service within appropriate items of proposal. No separate payment will be made. Section 19 Utilities Utilities for the purpose of these Specifications shall be considered a: including, but not limited to, pipe lines, conduits, transmission lines, anc appurtenances of "Public Utilities" (as defined in the Public Utilities Act 01 the State of California) or individually solely for their own use or for use of their tenants, and storm drains, sanitary sewers, and street lighting. Tht City of Carlsbad and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans all utilities which exist within the limits of the Work. However, the accuracy or completeness of the utilities indicated on the Plans is not guaranteed. Service connections to adjacent property may or may not be shown on the Plans. It shall be the responsibility of the Contractor to determine the exact location and elevation of all utilities and their service connections. The Contractor shall make 1 268-02-1(~) .314.26 Page 7 PAElT I1 - GENERAL PROVISIONS I I I I I I II I I I I I I I I I I Section 19 - Utilities Sectiori 20 - Water for Construction - his/her own investigation as to the location, type, kind of material, age and condition of existing utilities and their appurtenances and service connections which may be affected by the Contract Work, and in addition he/she shall notify the City as to any utility, appurtenances, and service connections located which have been incorrectly shown on or omitted from the P1 ans . The Contractor shall notify the owners of all utilities at least 48 hours in advance of excavating around any of the structures. At the completion of the Contract Work, the Contractor shall leave all utilities and appurtenances in a condition satisfactory to the owners and the City. In the event of damage tc any utility, the Contractor shall notify the owners of the utility immediately. It is the responsibility of the Contractor to compensate for utility damages. The temporary or permanent relocation or alteration of utilities, including service connections, desired by the Contractor for his/her own convenience shall be the Contractor's own responsibility, and he/she shall make all arrangements regarding such Work at no cost to the City. If delays occur due to utilities relocations which were not shown on the Plans, it will be solelj the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utili ties which interfere with the construction, the Contractor, upon request to the City, may be permitted to temporarily omit the portion of Work affected by the utility. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the City. All costs involved in locating, protecting and supporting of all utility lines shall be included in the Price Bid for various items of Work and no additional payment wi 11 be made. I Section 20 Water for Construction The Contractor shall obtain a construction meter for water utilized during the construction under this Contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall include the cost of water and meter rental within appropriate items of the proposal. Nc separate payment wi 11 be made. I 268-02-1(~) .314.26 Page 8 PART I1 - GENERAL PROVISIONS Section 21 - Test of Materials Section 22 - Compaction Tests Sect= - 23 - Cleanup and Dust Control I I I I I I I I I I I I I I I I I I - I Section 21 Test of Materials Testing of materials shall conform to Section 4-1.4 of the SSPWC and the foll owing: Except as elsewhere specified, the Agency will bear the cost of testins material and/or workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the City Engineer, the source of supply of each of thc materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after trial, it is found that sources of supplj which have been approved do not furnish a uniform product, or if the producl from any source proves unacceptable at any time, the Contractor shall furnist approved materials from other approved sources. After approval , any materia' which becomes unfit for use due to improper storage, handling or any other reason shall be rejected. Section 22 Compaction Tests All backfill and subgrade shall be compacted in accordance with the notes or the Plans and the SSPWC. Compaction tests may be made by the City and al' costs for such testing shall be borne by the City. Said tests may be made ai any place along the Work as deemed necessary by the City Engineer. The cost: of any re-tests made necessary by non-compliance with the Specifications shal' be borne by the Contractor. Section 23 C1 eanup and Dust Control Cleanup and dust control shall conform to Section 7-8.1 of the SSPWC and shal be executed even on weekends and other non-working days at the City's request. Page 9 258-02-1 (w) .314.26 I PART I1 - GENERAL PROVISIONS Section 24 - Special Insurance Instructions for Contractors I I I I I I I I I I I I I I I I I Section 24 Special Insurance Instructions for Contractors I Contractor shall procure and maintain for the duration of the Contrac insurance against claims for injuries to persons or damages to property whicl may arise from or in connection with the performance of the Work hereunder b. the Contractor, his agents 9 representatives, employees or Subcontractors. I the insurance is on a "claims made" basis, coverage shall be maintained for period of three years from the date of completion of the Work. The cost o such insurance shall be included in Contractor's Bid. The insurance compan. or companies shall meet the requirements of City Council Resolution No. 8108. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office Form Number GL-0002 (Ed. 1/73) coverin! Comprehensive General Liability; and Insurance Services Office Forr Number GL-0404 covering Broad Form Comprehensive General Li abi 1 ity and 2. Insurance Services Office Form Number CA-0001 (Ed. 1/78) coverin! Automobile Liability, Code 1 "any auto"; and 3. Workers' Compensation as required by the Labor Code of the State 01 California and Employers' Liability Insurance; and 4. The Owner may require the Contractor to procure, before commencing an; work, insurance to indemnify the Owner from any damage to the worJ caused by earthquake or by tidal wave or by both such occurrences, Such determination by the Owner will be made prior to the award of thc Agreement to the Contractor and the Contractor will be notified of such determination concurrently with the Notice of Award. If the Owner determines not to require the Contractor to procure such insurance, the Contract Price shall be reduced by the amounts set forth in the bid items for the premium for such insurance. B. Minimum Limits of Insurance Contractor shall mainta-in limits no less than: 1. Comprehensive General Liability: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit,, a separate aggregate in the amounts specifiec shall be established for the risks for which the City or its agents, officers or employers are additional insured. 268-02- 1 ( w ) .3 14.26 Page 10 I I I I I I I D I 1 I I I I I I B I PimT I1 - GENERAL PROVISIONS Section 24 - Special Insurance Instructions for Contractors 2. Automobile Liability: $1,000,000 combined single li: per accident. for bodily injury and property damage. 3. Workers' Compensation and Employers' Liability: Worke Compensation limits as required by the Labor Code of State of California and Employers' Liability limits $1,000,000 per accident. C. Deductibles and Self-Insured Retentions Any deductibles of self-insured retentions must be decla to and approved by the City. I D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, following provisions: 1. General Liability and Automobile Liability Coverage: a. The City, its officials, employees and volunteers to be covered as insured as respects: Liabil arising out of activities performed by or on beh of the Contractor; products and completed operati of the Contract: premises owned, leased or used the Contractor; or automobiles owned, leased, hi or borrowed by the Contractor. The coverage sh contain no special limitations on the scope protection afforded to the City, its officia employees or volunteers. b. The Contractor's insurance coverage shall be prim insurance as respects the City, its officia employees and volunteers. Any insurance or se insurance maintained by the City, its off icia employees or volunteers shall be excess of Contractor's insurance and shall not contribute w it. Page 11 PART I1 - GENERAL PROVISIONS I 1 1 u I I 1 1 1 I I I I 1 I I I Section 24 - Special Insurance Instructions for Contractors c. Any failure ta comply with reporting provisions of the policie shall not affect coverage provided to the City, its officials I empl oyees or volunteers. 2. All Coverages Each insurance policy required by this clause shall be endorsed t state that coverage shall not be suspended, voided, canceled, reduce( in coverage or in limits except after forty-five (45) days' prio Written Notice by certified mail, return receipt requested, has bee1 given to the City. If the insurance is suspended, voided, canceled reduced in coverage or in limits, the Contractor shall obtain othe insurance which compl i es with these requi rements. I E. Acceptabil ity of Insurers Insurance is to be placed with insurers with a Bests' rating o no-less-than A:XI unless otherwise authorized by City Council Resolutio No. 8108. F. Verification of Coverage - Contractor shall furnish the City with certificates of insurance and wit] original endorsements affecting coverage required by this clause. Tht certificates and endorsements for each insurance policy are to be signec by person authorized by that insurer to bind coverage on its behalf. Thc certificates and endorsements are to be in forms provided by the City an( are to be received and approved by the City before Work comnences. G. Subcontractors Contractor shall include all Subcontractors as insureds under its policie! or shall furnish separate certificates and endorsements for eact Subcontractor. A1 1 coverages for Subcontractors shall be subject to al' sf the requirement stated herein. 268-02-1(~) .314.26 Page 12 I I. I I I I I I 1 1 I 1 I 1 1 I 1 1 PART 111 SPECIAL PROVISIONS Section 1 I General Provi sions 1-1 GENERAL PRO V I S I 0 NS 1-1.1 General. General Provisions of these Special Provision! shall conform to Part 1 of the SSPWC, except as modified hereinafter. 1-1.2 Definitions. Add the following to Section 1-2: Agreement - The written agreement with the City of Carlsbad coverinl the performance of the Contractor Is improvement work which shal include and make reference to plans, specifications, and faithfu performance bonds; also, any and a1 1 supplemental agreements amendinl or extending the work contemplated and which may be required ti complete the work in a substantial and acceptable manner Supplemental agreements are written agreements covering alterations amendments or extensions to the agreement and may include contrac change orders. Final Acceptance - A written notification by the City relieving th Contractor of the maintenance responsibilities under the publi improvement agreement for improvements constructed in accordance wit approved plans and specifications notwithstanding the Contractor' obligations for the one year guarantee of warranty period under th agreement. The date of the final acceptance shall be the start dat of the one year guarantee or warranty period and the date the Cit assumes the maintenance responsibilities. Owner - Where used, Owner shall be construed to mean the City o Carl sbad. Standard Drawings - Standard drawings shall mean the San Diego Art Regional Standard Drawings (1985 Edition) together with the City ( Carlsbad Standard Drawings, Costa Real Municipal Water Distric Standard Drawings, American Pub1 ic 'vlorks Association Standai Drawi ngs, and Caltrans Standard Drawi ngs, pertinent copies theret attached herewith,, - 268-02-1(~) .314.27 Page 1 PART I11 - SPECIAL PROVISIONS 1 I I I I I I 1 I I 1 I I 1 I I -- Section 1 - General Provisions Standard Special Provisions - Standard Special Provisions shall mear the "Standard Special Provisions for use with the APWA/AGC 'Standarc Specifications for Pub1 ic Works Construction' (1985 Edition)," approved and adopted by the Regional Standards Committee, prepared bq the County of San Diego Department of Public Works, January 1986. I 1-2 SCOPE AND CONTROL OF THE WORK 1-2.1 Delete the second paragraph, being "Section 4100.5 establishe: that, ... streets 01- highways, including bridges.". 1-2.2 Delete the first sentence, being "Except for that portion ... will no1 be required.". Modi fy !Section 2-3.1 as fol 1 ows : I Modify Section 2-3.2 as follows: I 1-2.3 Add the following paragraphs as Section 2-3.2.1: The Contractor shall review each condition of this Contract and causc to be inserted in all Subcontracts comparable provisions relative ti the Work to bind Subcontractors to the Contractor by the terms of thc Subcontract Docunients insofar as applicable to the Work 0' Subcontractors in the same manner that Contractor is bound to Ownei (e.g., payment bond, insurance, arbitration, termination 01 unauthorized assignment or on bankruptcy, etc.), and to give thr Contractor the same power as regards terminating any Subcontract tha the Owner may exercise over the Contractor under any provision of thc Contract Documents. Copies of Contracts between the Contractor an( any Subcontractors shall be furnished to the Owner upon request. A1 1 payments by Contractor to Subcontractor(s) which involve materia made by joint check shall specifically allocate the payment betweel the materialmen involved and the Subcontractor. Nothing contained in this Contract shall create any contractua relation between any Subcontractor and the Owner. 1-2.4 Add the following sentence to the fourth paragraph o Section 2-4: The Performance Bond must remain in effect for a period of one (1 year after substantial completion, which is the period of th Contractor's warranty. 1-2.5 Add the following paragraphs as Section 2-5.1.1: The Contractor may be furnished additional instructions and detai Drawings by the Fngineer, as necessary to carry out the Work require by the Contract Dolcuments. 268-02-1(~) .314.27 Page 2 I PART I11 - SPECIAL PROVISIONS -- Section 1 - General Provisions I I I I 1 1 1 I I 1 The additional Drawings and instruction thus supplied will become part of the Contract Documents. The Contractor shall carry out th Work in accordance with the additional detail Drawings an instructions. 1-2.6 Replace the third paragraph of Section 2-5.3 with th following paragraphs: When submitted for the Engineer's review, Shop Drawings shall bea the Contractor's certification that he has reviewed, checked an approved the Shop Drawings and that they are in conformance with th requirements of the Contract Documents. The following Contractor' certification shall appear on all submittals: "It is hereby certified that the (equipment, material shown and marked in this submittal is that proposed to b incorporated into this Project, is in compliance with th Contract Documents, can be installed in the allocate spaces, and is submitted for approval. Certified By: I' - Date The following procedures will apply to Shop Drawing submittals: a. The Contractor shall submit to the Engineer for approval six (6) copies of all Shop Drawings. These Drawings shal be complete, certified by the Contractor, and shal contain all required information in detail - Th Contractor shall make any corrections to Shop Drawing b. When approved by the Engineer, each copy of the Drawing will be stamped approved, signed, and dated by tt- .c. Three (3) sets of said approved Drawings will be return€ d, The approval of the Drawings shall not be construed as complete check, but will indicate only that the generz method of construction and detailing is satisfactory. e. Upon the Contractor's receipt of approved Shop Drawing: he shall furnish to the Engineer instruction ar maintenance manuals and parts lists of all major equipmer furnished. Data in these manuals shall cover complete1 all items as specified and as supplied. 1 required by the Engineer. I Engi new. 1 to the Contractor. 1 I 1 1 I 268-02-1 (w) .314.27 Page 3 1 PART I11 - SPECIAL PROVISIONS Sec:tion 1 - General Provisions - I 1 1 1 I I I I 1 I I I 1 I I I 1 I 1-2.7 Materials, supplies or equipment to be incorporated into the Wor shall not be purchased by the Contractor or the Subcontractor subjec to a chattel mortgage or under a conditional sale contract or othe agreement by which an interest is retained by the seller. Whenever under this Agreement it is provided that the Contractc shall furnish materials or manufactured articles, or shall do Wor for which no detailed Specifications are set forth, the materials c manufactured articles shall be of the best grade in quality an workmanship obtainable in the market from firms of established goc reputation, or, if not ordinarily carried in stock, shall conform t the usual standards for first class materials or articles of the kin required, with due consideration of the use to which they are to t: put. In general 9 the Work performed shall be in full conformity at: harmony with the intent to secure the best standard of constructic and equipment of the Work as a whole or in part. All equipment, materials, and supplies to be incorporated in the Wor shall be new, unless otherwise specified. The Contractor will pay all sales, consumer use, and other simila taxes assessed by Federal, State or local authorities where the Wor is performed. 1-2.8 2-9.3 Survey Service. A1 1 construction surveying shall b performed under the supervision of a Registered Civil Engineer c Licensed Land Surveyor at the expense of the Contractor. As a minimum, survey stakes shall be set and stationed by th Contractor's surveyor as follows: 1. Curbs 50' Intervals (25' intervals for horizontal an 2. Curb Returns BCR, 1/4, 1/2, 3/4 and ECR Points 3. Headers 50 ' Intervals 4. Sewers 50 ' Intervals 5. Storm Drains 50' Intervals 6. Water1 i ne 50' Intervals 7. Structures 4 Corners with reference elevations 8. Rough Grade As required to achieve cut or fill to finishe grade (or flowline) as indicated on a grade sheet The Contractor shall transfer grade hubs for construction an inspection proposed to crown line base grade of streets as require by the Engineer. The Contractor shall provide the Engineer with three copies of surve cut or grade sheets prior to commencing construction of surveyed iten Page 4 Add the following paragraphs to Section 2-6: Delete Section 2-9.3 in its entirety and replace with: vertical curves ) 268-02 - 1 ( W) .3 14.2 7 1 I 1 I I I 1 1 I I I I I 1: I I 1 1 1 PART I11 - SPECIAL PROVISIONS - Section I - General Provisions 1-2.9 Add the following paragraphs to Section 2-10: 2-10.1 Proi ect Manaser t s Authority 2-10.1.1 The Project Manager shall act as the representative the City of Carlsbad and the Costa Real Municipal Water Distr during the construction period. He shall decide questions wh may arise as to quality and acceptability of materials furnis and Work performed. He shall interpret the intent of Contract Documents in a fair and unbiased manner. The Engin will make visits to the site and determine if the Work proceeding in accordance with the Contract Documents. 2-10.1.2 The Contractor will be held strictly to the intent the Contract Documents in regard to the quality of materia workmanship and execution of the Work. Inspections may be at factory or fabrication plant of the source of material supply. 2-10.1.3 The Project Manager will not be responsible for construction means, controls, techniques, sequences, procedur or construction safety. 2-10.1.4 The Project Manager shall promptly make decisi relative to interpretation of the Contract Documents. 2-10.1.5 Any plan or method of Work suggested by the Proj Manager, but not specified or required, if adopted or followed the Contractor in whole or in part, shall be used at the risk responsibility of the Contractor. The Project Manager, the C of Carlsbad, nor the Costa Real Municipal Water District st assume any responsibility therefor. 2-10.2 Inspection and Testinq 2-10.2.1 All materials and equipment used in the constructior the Project shall be subject to adequate inspection and test in accordance with generally accepted standards, as required defined in the Contract Documents. 2-10.2.2 The Owner shall provide all inspection and test services not required by the Contract Documents. Performance these tests and all costs will be borne by the Owner: excc that the cost of any test which shows unsatisfactory rest shall be borne by the Contractor. 2-10.2.3 The Contractor shall provide,at his expense, testing and inspection services required by the Contr Documents. Page 5 PART I11 - SPECIAL PROVISIONS Section 1 - General Provisions I I I i I I 8 I I I I I I I I B 1 I I 2-10.2.4 If the Contract Documents, laws, ordinances, rules regulations or orders of any public authority having jurisdictio require any Nork to specifically be inspected, tested, or approved b. someone other than the Contractor, the Contractor will give th Engineer timely notice of readiness. The Contractor will furnish thl Engineer the required certificates of inspection, testing o approval. All inspection fees imposed by public agencies other tha the Owner shall be paid for by the Contractor. 2-10.2.5 Inspections, tests, or approvals by the Engineer or other shall not relieve the Contractor from his obligations to perform th Work in accordance with the requirements of the Contract Documents, 2-10.2.6 The Engineer and his representatives will at all time have access to the Work. In addition, authorized representatives an agent of any participating Federal or State agency shall be permitte to inspect all Work, materials, and other relevant data and records The Contractor will provide proper facilities for such access an observation of the Work and also for any inspection, or testin thereof. 2-10.2.7 If any Work is covered contrary to the written instructio of the Engineer or Work done for which the Contractor has no requested and received inspection, it must, if requested by th Engineer, be uncovered for his observation and replaced at th Contractor's expense. 2-10-2.8 If the Engineer considers it necessary or advisable tha covered Work be inspected or tested by others, the Contractor, at th Engineer's request, wi 11 uncover, expose or otherwise make avail ab1 for observation, inspection or testing as the Engineer may require that portion of the Work in question, furnishing all necessary labor materials, tools and equipment. If it is found that such Work i defective, the Contractor will bear all the expenses of SUC uncovering, exposure, observation, inspection and testing and o satisfactory reconstruction. If, however, such Work is not found t be defective, the Contractor will be allowed an increase in th Contract Price or an extension of the Contract Time, or both directly attributable to such uncovering, exposure, observation inspection, testing and reconstruction, and an appropriate Chang Order shall be issued. 2-10.2.9 Upon request of the Engineer, the Contractor shall furnis certification of compliance that fabricated or manufactured product conform to the standards of the industry as specified in thes Contract Documents and that said fabricated or manufactured product were fabricated or manufactured under the quality control standard of the stated Specifications of these Contract Documents. 268-02-1(~) .314.27 Page 6 Pm-r 111 - SPECIAL PROVISIONS I 1 I I I I I I I 1 I I I I I I I Section 1 - General Provisions -- 1-3 CHANGES IN THE WORK 1-3.1 Payments resulting from value engineering proposals, as approved bj the Engineer, shall be made subject to the terms of Item 4 of thf Contract. 1-3.2 Add the following paragraph as Section 3-2.1.1: 3-2.1.1 The Engineer, also, may at any time, by issuing a Fielc Order, make changes in the details of the Work. The Contractor shal proceed with the performance of any changes in the Work so ordered b; the Engineer unless the Contractor believes that such Field Orde entitles him to a change in Contract Price or Time, or both, in whicl event he shall give the Engineer Written Notice thereof within sevei (7) days after the receipt of the ordered change. Thereafter thi Contractor shall document the basis for the change in Contract Pricl or Time within thirty (30) days. The Contractor shall not executl such changes pending the receipt of an executed Change Order o further instruction from the Owner. Add the following sentence to Section 3-1.2: 1-4 CONTROL OF MATERIALS 1-4.1 Add the following sentence to the second paragraph o Section 4-1.5: This 35-day period of time is included in the number of days allowe for the completion of the Work. 1-4.2 Add the following paragraph after the third paragraph o Any cost differential resulting from the approval of a substitutio shall be deductible from the Contract Price and the Contrac Documents shall be appropriately modified by Change Order. Th Contractor warrants that if substitutes are approved, no majo changes in the function or general design of the Project will result Inci dental changes or extra component parts required to accommodat the substitute will be made by the Contractor without a change in th Contract Price or Contract Time. I Section 4-1.5: 1-5 UTILITIES 1-5.1 No change herein. Reference is hereby made to Part IV Suppl ement Special Provisions of these Contract Documents an Specifications for particular requirements for public utilitie I affecting the Work. 268-02-1(~) .314.27 Page 7 PART 111 - SPECIAL PROVISIONS I I I I I I I I I I I I I 1 1 I I I - Section 1 - General Provisions 1-6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 1-6-1 Add the following paragraphs as the first paragraphs o Section 6-1: A pre-construction conference will be held prior to commencement o the Work. Attendees shall be the Contractor, his Subcontractors, i applicable, the Owner, the Engineer, representatives of Federal State or local regulatory or enforcement agencies, and any othe parties deemed appropriate by the Owner. A1 1 understandings, interpretations and agreements reached at th pre-construction conference shall be reduced to writing by th Engineer and mailed to all parties attending said pre-constructio conference, The understandings, interpretations and agreements se forth there.in shall thereinafter be considered as a part of th Contract Documents. 1-6.2 Add the following paragraphs after the first paragrap (prior to modification herein) of Section 6-1: The schedule shall be prepared so that it can be updated by th Contractor when significant changes in an activity time and/o completion time occur, as the Engineer may direct. After th schedule is approved by the Engineer, six (6) copies shall b furnished to the Engineer for distribution. All costs for schedul preparation and printing is included in the Contractor's Bid. The Engineer reserves the right to alter said schedule to preven excessive public nuisance or to exclude areas where rights-of-wa acquisition might still be in progress, or provide timely facil itie for testing and connection to other installations dependent upon thi 1-6.3 6-3.1.1 The Owner may suspend the Work or any portion thereof fa a period of not more than ninety (90) days or such further time a agreed upon by the Contractor, by Written Notice to the Contracto and the Engineer which notice shall fix the date on which Work shal be resumed. The Contractor will resume that Work on the date s fixed. The Contractor will be allowed an increase in the Contrac Price or an extension of the Contract Time, or both, direct1 attributable to any suspension. I Project , Add the following paragraphs after Section 6-3.1: 268-02-1(~). 314.27 Page 8 PART 111 - SPECIAL PROVISIONS Section 1 - General Provisions I I I I I I I I I I I I I I I I I I I - 6-3.1.2 If, through no act or fault of the Contractor, the entir Work is suspended for a period of more than ninety (90) days by thl Owner or under an order of court or other public authority, or b. request of litigation relating to the Project, or the Engineer fail to act on any request for payment within thirty (30) days after it i submitted, or the Owner fails to pay the Contractor substantially th sum approved by the Engineer or awarded by arbitrators within thirt (30) days after it is submitted, or the Owner fails to pay th Contractor substantially the sum approved by the Engineer or awarde by arbitrators within thirty (30) days of its approval an presentation, then the Contractor may, after ten (10) days fro delivery of a Written Notice to the Owner and the Engineer, terminat the Agreement and recover from the Owner payment for all Wor executed and all expenses sustained. In addition and in lieu o terminating the Agreement, if the Engineer has failed to act on request for payment or if the Owner has failed to make any payment a aforesaid, the Contractor may upon ten (10) days Written Notice t the Owner and the Engineer stop the Work until he has been paid a1 amounts then due, in which event and upon resumption of the Work Change Orders shall be issued for adjusting the Contract Price o extending the Contract Time or both to compensate for the costs an delays attributable to the stoppage of the Work. 6-3.1.3 If the performance of all or any portion of the Work i suspended, delayed, or interrupted as a result of a failure of th Owner or Engineer to act within the time specified in the Contrac Documents, or if no time is specified, within a reasonable time, a adjustment in the Contract Price or an extension of the Contrac Time, or both, shall be made by Change Order to compensate th Contractor for the costs and delays necessarily caused by the failur of the Owner or Engineer. 1-6.4 Default by Contractor. 1-6.4.1 Replace Section 6-4 with the following paragraphs: If the Contractor is adjudged a bankrupt or insolvent, or if he make a general assignment for the benefit of his creditors, or if trustee or receiver is appointed for the Contractor or for any of hi property, or if he files a petition to take advantage of any debtor' act, or to reorganize under the bankruptcy or applicable laws, or i he repeatedly fails to supply sufficient skilled workmen or suitabl materials or equipment, or if he repeatedly fails to make promp payments to Subcontractors for labor, materials or equipment or if t- disregards laws, ordinances, rules, regulations or orders of ar public body having jurisdiction of the Work or if he disregards tt- authority of the Engineer, or if he otherwise violates any provisic of the Contract Clocuments, then the Owner may, without prejudice t any other right or remedy and after giving the Contractor and hi 268-02-1(~) ,314.27 Page 9 I PART 111 - SPECIAL PROVISIONS - Section 1 - General Provisions I I I I I I I I I I I I I I I 1 I surety a minimum of ten (10) days from delivery of a Written Notice terminate the services of the Contractor and take possession of th Project and of all materials, equipment, tools, constructia equipment and machinery thereon owned by the Contractor, and finis the Nork by whatever method he may deem expedient. In such case th Contractor shall riot be entitled to receive any further payment unti the Work is finished. If the unpaid balance of the Contract Pric exceeds the direct and indirect costs of completing the Project including compensation for additional professional services, SUC excess shall be paid to the Contractor. If such costs exceed SUC unpaid balance, the Contractor will pay the difference to the Owner Such costs incurred by the Owner will be determined by the Enginee and incorporated in a Change Order. Where the Contractor's services have been so terminated by the Owner said termination shall not affect any right of the Owner against th Contractor then existing or which may thereafter accrue. An retention or payment of monies by the Owner due the Contractor wil not release the Contractor from compliance with the Contrac Documents. After ten (10) days from delivery of a Written Notice to th Contractor and the Engineer, the Owner may, without cause and withou prejudice to any other right or remedy, elect to abandon the Projec and terminate the Agreement. In such case, the Contractor shall t paid for all Work executed and any expense sustained plus reasonabl profit. The Owner's authority and responsibility with respect t termination for convenience of Owner or upon breach of contract ar set forth in more detail in Section 1-6.5 of these General Provisions 1-6.5 Termination of Contract. I 1-6.5.1 Replace Section 6-5 with the following paragraphs: The performance of Work under this Contract may be terminated t Owner in accordance with this clause in whole or from time-to-time i part whenever Owner or Owner's Representative determines that SUC termination is in the best interest of Owner. Any such terminatic shall be effected by delivery to Contractor of a Notice c Termination specifying the extent to which performance of Work undc the Contract is terminated, the date upon which the terminatic becomes effective,, and the reason for the termination. After receipt of a Notice of Termination, except as otherwis directed by Owner or Owner's Representative, Contractor shall: a. Stop Work under the Contract on the date and to the exter specified in the Notice of Termination; 268-02- 1 ( W) .314.27 Page 1( I PART I11 - SPECIAL PROVISIONS -- Section 1 - General Provisions I I I I I I I I I I I I I I I I I b. Place IIO further orders or subcontract for materials services, or facilities, except as may be necessary for completion of such portion of Work under the Contract a is not terminated; c. Terminate all orders and Subcontracts to the extent tha they relate to the performance of Work terminated by thc Notice of Termination; d. Assign to Owner in the manner, at the times, and to thl extent directed by Owner or Owner's Representative all o the right, title, and interest of Contractor under thl orders and Subcontracts terminated, in which case Owne shall have the right, in its discretion, to settle or pa. any or all claims arising out of the termination of suc e. Settle all outstanding liabilities and all claims arisin out of such termination of orders and Subcontracts to th extent Owner may require; f. Transfer title and deliver to Owner, in the manner, at thl times, and to the extent, if any, directed by Owner (1 the fabricated or unfabricated parts, Work in progress completed Work, supplies, and other material produced as part of, or acquired in connection with the performance o Work terminated by the Notice of Termination and (2) thl completed or partially completed Plans, Drawings information, and other property which, if the Contract ha1 been completed, would have been required to be furnishe to Owner; g. Use his best efforts to sell , in the manner, at the time to the extent, and at the price or prices directed o authorized by Owner or Owner's Representative any propert, of the types referred to in f. above, provided Contract0 (1) shall not be required to extend credit to an. purchasers, and (2) may acquire any such property unde the conditions prescribed by and at the prices approved b. Owner or Owner's Representative. The proceeds of any SUC transfer or disposition shall be applied in reduction o any payments to be made by Owner to Contractor under thi Contract or shall otherwise be credited to the price o cost of the Work covered by this Contract or paid in suc other manner as Owner or Owner's Representative may direct h. Complete performance of such part of the Work as shall no have been terminated by the Notice of Termination to th satisfaction of Owner; I orders and Subcontracts ; 268-02-1 (w) .314.27 Page 11 PART 111 - SPECIAL PROVISIONS Section 1 - General Provisions I I I I I 1 I I I I I I I I I I I I I --. i. Take such action as Owner or Owner's Representative ma, direct for the protection and preservation of the propert, related to this Contract which is in the possession o Contractor and which the Owner has or may acquire a interest. After receipt of a Notice of Termination, Contractor shall submit t Owner his Termination Claim, in the form and with certificatio prescribed by Owner or Owner's Representative. This Claim shall b submitted promptly but in no event later than (3) months from th effective date of termination, unless one or more extensions i writing are granted by the Owner or Owner's Representative up0 Contractor's Written Request within such (3)-month period or an. authorized extension of the (3)-month period. Owner may deny o grant the request for an extension of Time as Owner may determine i its sole discretion. Owner's decision to grant or deny the extensio shall be final arid binding on all parties to this Contract. Up0 failure of Contractor to submit his Termination Claim within the tim allowed, Owner or Owner's Representative may determine, on the basi of information available to him, the amount, if any, due to th Contractor by reason of termination and shall thereupon pay t Contractor the amount so determined. Contractor and Owner may agree upon the whole or any part of th amount paid to Contractor by reason of the total or partia termination of Work pursuant to this clause provided an agreement, i writing, has been reached within three months following the date th Termination Notice has become effective. In the event Camtractor and Owner are unable to agree on th termination price, Owner shall pay to Contractor the amoun determined by Owner or Owner's Representative, in it sole discretion to be fair and equitable under the circumstances excluding amount Owner and Contractor have agreed to in accordance with the terms o this Section. In no event shall Contractor be entitled to receive any amount up0 termination of this Contract which exceeds the total Contract Pric reduced by the amount of payments otherwise made and further reduce by the Contract Price of Work not terminated, by the fair value, a determined by Owner or Owner's Representative, in its sol discretion, or property which is destroyed, lost, stolen, or damage so as to become undeliverable to Owner, by all unliquidated advance or other payments on account made to Contractor applicable to th terminated portion of the Contract, by any claim which Owner may hav against Contractor in connection with this Contract, by the agree price for, or the proceeds of sale of any materials, supplies, o other things acquired by Contractor or sold, pursuant to th provisions of this clause and not otherwise recovered or credited t 268-02-1(~) .314.27 Page 12 PART 111 - SPECIAL PROVISIONS I I I I I I I I I I I I I I I I 1 I -- Section 1 - General Provisions Owner, and by estimated or actual costs to correct Contractor's Worl which Owner or Owner's Representative, in it sole discretion determines to be defective. The decision of Owner or Owner" Representative in determining the proper termination amounts shall bl final and binding on all parties to this Contract. Unless otherwise provided for in this contract, Contractor shall from the effective date of termination until the expiration of threl years after final settlement under this Contract, preserve and makl available to Owner at all reasonable times at the office o Contractor, and without charge of any kind to Owner, all Contractor' books, records, documents, and other evidence bearing on the cost and expenses of Contractor under this Contract. For this purpose Contractor specifically consents to a1 low Owner to receive SUC copies of Contractor's tax returns as Owner may deem necessary t verify Contractor's costs. In the event Owner terminates the Contract in whole or in part due t the failure of Contractor, its agents, servants, employees o Subcontractors to perform any Work in the time or manner designate in the Contract Documents, Owner shall immediately serve Writte Notice of the Termination upon the Surety and the Contractor, and th Surety shall have the right to take over and perform the Contract provided, however, that if the Surety within fifteen (15) days afte the serving upon it of a Notice of Termination does not give th Owner 'zlritten Notice of his intention to take over and perform th Contract or does not commence performance thereof within thirty (30 days from the date of serving said Notice, the Owner may take ove the work and prosecute the same to completion by Contract or by an, other method he may deem advisable for the account and at the expens of the Contractor, and his Surety shall be liable to the Owner fo any excess costs or other damages occasioned the Owner thereby, an in such event the Owner may, without liability for so doing, tak possession of and utilize in completing the Work such materials appliances, plants, and other property belonging to the Contract0 that may be on the site of the work and be necessary therefor. Fo any portion of such Work that the Owner elects to complete b. furnishing his own employees, materials, tools and equipment, th Owner shall be Compensated for such in accordance with the schedul of compensation for force account work in the article on payment fo changes in the kdork, In the event Owner terminates the Contract as a result of a breach o any Contract terms by Contractor, its agents, servants, employees o Subcontractors, if the unpaid balance of the Contract Price exceed the direct and indirect costs of completing the Work, including, bu not limited to, all costs to Owner arising from professional service and attorneys' fees and all costs generated to insure or bond th Work of substituted Contractors or Subcontractors utilized t 1 268-02 -1 ( W, .3 14.2 7 Page 13 PART 111 - SPECIAL PROVISIONS Section 1 - General Provisions I I I 1 1 I I I I I I I 1 I I I I I I complete the Work:, such excess shall be paid to Contractor. If SUC costs exceed the unpaid balance, Contractor shall pay the differenc to Owner promptly upon demand; on failure of Contractor to pay, tt Surety shall pay on demand by Owner. Excessive costs not paid t Contractor or its Surety within thirty (30) days following tt- mailing of a demand for such costs by Owner shall earn interest 2 the rate of fifteen percent (15%) per annum or the maximum rat authorized by Cal jfornia law, whichever is lower. 1-6,6 1-6.1.1 Add the following paragraphs following the last paragral of Section 6-6: The Contractor shall not be charged with liquidated damages or ar excess cost when the delay in completion of the Work is due to tt following, and the Contractor has promptly given Written Notice c such delay to the Owner or Engineer: a. To any preference, priority or allocation order dul issued by the Owner. b. If delays are caused by unforeseen events beyond th control of both the Contractor and the Owner, such delaj will entitle the Contractor to an extension of Time 2 provided herein, but the Contractor shall not be entitle to damages or additional payment due to such delays. War government regulations, labor disputes, strikes, fire: floods!, adverse weather necessitating cessation of work other similar action of the elements, inability to obtai materials, equipment or labor, required "extra Work", c other specific reasons as may be further described in tt Speci f i cations may constitute such a delay. No extension of Time will be granted for a delay caused t the inability to obtain materials unless the Contractc furnishes to the Engineer documentary proof of tt inability to obtain such materials in a timely manner 1 accordance with the sequence of the Contractor' operat-ions and the approved construction schedule. c. To any delays of Subcontractors occasioned by any of tt causes specified in Paragraphs 'a' and 'b' of this article d. If delays beyond the Contractor's control are caused t reasons other than those mentioned above but substantia11 equal in gravity to those enumerated, and an extension c Time is deemed by the Engineer to be in the best interest of the Owner, an extension of Time may be granted, but tt Contractor shall not be entitled to damages or addition; payment due to such delays. Delays and Extensions of Time. 268-02-1(~).314.27 Page 11 1 PART I11 - SPECIAL PROVISIONS - Section 1 - General Provisions 1 1 I I I I I I I li I 1 1 1 I I I If delays beyond the Contractor's control are caust solely by action or inaction by the Owner, such dela; will entitle the Contractor to an extension of Time. e. Extensions of Time, when granted, will be based upon tl effect of delays to the project as a whole and will not 1 granted for non-controlling delays to minor includi portions of Work unless it can be shown that such dela: did, in fact, delay the progress of the Project as a wholr f. If the Contractor desires payment for a delay or l extension of Time, he shall , within thirty (30) days aftr the beginning of the delay, file with the Owner a Writtc Request and report as to the cause and extent of tl delay. The request for payment or extension must be mar at least fifteen (15) days before the specified completii date. Failure by the Contractor to file these iter within the times specified will be considered grounds fi refusal by the Owner to consider such request. 1-6.7 @ Time of Completion. 1-6.7.1 Add the following paragraphs to Section 6-7.1: The Date of Beginning and the Time for Completion of the Work a essential conditions of the Contract Documents and the Work ernbraci shall be commenced on or before a date specified in the Notice Proceed. The Contractor will proceed with the Work at such rate of progress insure full completion within the Contract Time. It is express understood and agreed, by and between the Contractor and the Owne that the Contract Time for the Completion of the Work describr herein is a reasonable time, taking into consideration the avera climatic and ecoriomic conditions and other factors prevailing in t If the Contractor shall fail to complete the Work within the Contra1 Time, or requests for extension of Time approved by the Owner, th the Contractor will pay to the Owner the amount for liquidat damages as specified in the Agreement for each calendar day that t Contractor shall be in default after the time stipulated in tl Contract Documents. I locality of the Work. 268-02-1(~) .314.27 Page 1 I PAFlT 111 - SPECIAL PROVISIONS - Section 1 - General Provisions I I I 1 I I I I I 1 I I 1 I 1 I 1-6.8 Completion and Acceptance. 1-6.8.1 Payment of undisputed Contract amounts is contingent upon Contract( furnishing Owner with a release of a71 claims against Owner arisir by virtue of the Work related to such amounts. Disputed claims 1 stated amounts may be specifically exempted by Contractor from tj 1-6.9 Liquidated Damages. 1-6.9.1 In case the Work called for under this Contract is not completf within the time limit stipulated herein, the Owner shall have ti right, in lieu of assessing liquidated damages, to extend the Time ( Completion thereof. If the time limit be so extended, the Ownc shall have the right to charge to the Contractor and to deduct frc the final payment for the Work, the actual cost to the Owner c engineering, inspection, superintendence, and other overhead expensc which are directly chargeable to the Contract and which accrue durir the period of such extension, except that the cost of final survej and preparation of final estimate and the cost accruing by reason ( unavoidable delays shall not be included in such charges. Add the following paragraph to Section 6-8: I operation of the release. Add the following paragraph to Section 6-9: 1-7 RESPONSIBILITIES OF THE CONTRACTOR 1-7.1 Add the following paragraph as the first paragraph ( Section 7-1 (Section 7-1, "CONTRACTOR'S EQUIPMENT AND FACILITIES", 1 be designated Section 7-1.1 with appropriate references there1 7-1 SUPERVISION OF WORK The Contractor shall supervise and direct the Work. He will t solely responsible for the means, methods, techniques, sequences ai procedures of construction. 1-7.2 The Contractor shall employ only such foremen, mechanics and labore as are competent and skilled in their respective lines of work, ai whenever the Engineer shall notify the Contractor that any man on tl Work is, in his opinion, incompetent, unfaithful , intemperate, 1 disorderly or refuses to carry out the provisions of this Contrac. or uses threatening or abusive language to any person on the Wo representing the Owner, or is otherwise unsatisfactory, such m I noted) : Replace Section 7-2.1 with the following paragraph: Page 1 268-02- 1 ( w ) .3 14.2 7 1 PART I11 - SPECIAL PROVISIONS Section 1, - General Provisions --- I 1 I I I I 1 I I I 1 I I i I I I I shall be discharged immediately from the Work and shall not b re-employed upon it except with the consent of the Engineer. SUC discharge shall not be the basis of any claim for damages against th Owner or his agents. 1-7.3 Replace Section 7-3 with the following paragraphs: The Contractor shall not commence any Work under the Contrac Documents until he obtains at his own expense all required insurance Such insurance must have the approval of the Owner as to Company limits, form and amount. The Contractor shall not permit an Subcontractor to commence Work on the Project until the Subcontractc has also complied with these insurance requirements. The types c insurance which the Contractor shall secure and maintain for the ful Contract Time are Norker's Compensation Insurance, Comprehensiv General Liability Insurance, Builder's Risk "All Risk" Insurance, an Earthquake and Tidal Wave Insurance as hereinafter specified Nothing contained in these insurance requirements is to be construe as limiting the extent of the Contractor's responsibility for paymen of damages resulting from his operations under the Contract Documents Before commenci ng any Work, the Contractor shall submit wri tte evidence that he and all Subcontractors have obtained for ti- Contract Time full Worker's Compensation Insurance coverage including Occupational Disease coverage, for all persons whom the employ or may employ in performing the Agreement. Such insuranc shall at all times be maintained in strict accordance with th requirements of the current California Worker's Compensatic Insurance laws. In case any employees are to be engaged in hazardoL Work under the Contract Documents and are not protected under tt- Worker 's Compensation Insurance laws, the Contractor and a1 Subcontractors under him who empl oy such persons, shall provid adequate insurance for the protection of such employees. Before comencing any Work, the Contractor shall procure for tt enti re Contract Time full Comprehensive and General Liabilit Insurance and Vehicle Liability Insurance coverage as hereinaft6 specified. Such insurance shall insure the Contractor and a1 Subcontractors for all claims for personal injury, including sicknes and death, and all claims for destruction of or damage to propertj including loss of use, arising out of or in connection with an operations under the Contract Documents, whether such operations t by the Contractor or by any Subcontractor under the Contractor, or t anyone directly or indirectly employed by the Contractor or by ar Subcontractor. Such General Liability Insurance shall be written with a limit ( liability of not-less-than $1,000,000 for all employees and agent: A deductible amourit of $25,000 on all perils will be allowed. 268-02-1(~) ,314.27 Page 1; 1 PART 111 - SPECIAL PROVISIONS -- Section 1 - General Provisions 1 I I 1 I 1 1 I I I I 1 I 1 1 1 I 1 The Owner may require the Contractor to procure, before comencin! any Work, insurance to indemnify the Owner from any damage to the Work caused by earthquake or by tidal wave or by both sucf occurrences. Such determination by the Owner will be made prior tc the award of the Agreement to the Contractor and the Contractor wil' be notified of s'Jch determination concurrently with the Notice oi Award. If the Owner determines not to require the Contractor to procure sucl Insurance, the Contract Price shall be reduced by the amounts sei forth in the bid items for the premium for such Insurance. If the Owner determines to require the Contractor to procure sucl Insurance, such Insurance shall include as additional named Insured! the Owner, Owner's Representative, the Engineer and his consultants and each of theii- officers, employees, and agents. The policy oi policies for such Insurance may provide for a deductible amoun; not-to-exceed five (5) percent of the Contract Price, As provided ii Sections 4150 and 4151 of the California Government Code, thl Contractor is responsible for the cost of repairing or restoring Worl up to five percent of the contract amount. Prior to commencement of any Work under the Contract Documents, thl Contractor shall obtain and furnish to the Owner a Certificate o Insurance as to each type of Insurance required by this Section. Thl forms of Certificate of Insurance provided in Section 1.8 of thl Procedural Documerits must be used for the Insurance required herein and no substitutions will be accepted by the Owner. The Contractor and any Subcontractor, or anyone directly o indirectly employed by any of them or anyone for whose acts any o them may be liable, will indemnify, defend and hold harmless th Owner and the Engineer and their agents and employees from an against a1 1 claims , damages , losses and expenses including attorney' fees arising out of or resulting from the performance of the Work provided that any such claims, damage, loss, expense or fees i attributable to bodily injury, sickness, disease or death, or t injury to or destruction of tangible property including the loss o use resulting therefrom; and is caused in whole or in part by any ac or omission of the Contractor, Subcontractor, or any person or entit, employed by them, directly or indirectly. The indemnities named on this Section shall be entitled to designat the attorney of their choice and indernnator agrees to pay the fee o the attorney so designated. 268-02-1 ( W) .314.27 Page 18 1 PART 111 - SPECIAL PROVISIONS - Section 1 - General Provisions 1 1 I 8 I 1 I 1 I I: I 1 I I 1 I I 1 ' In any and all c;;aims against the Owner or the Engineer, or any o their agents or employees, by any employee of the Contractor, an Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable the indemnifica tion obligation shall not be limited in any way by any limitation o the amount or type of damages, compensation or benefits payable by o for the Contractor or any Subcontractor under Workmen's Compensatia Acts, Disability Benefit Acts or other Employee Benefits Acts. The obligation of the Contractor under these paragraphs shall nc extend to the liability of the Engineer, his agents or employee arising out of the preparation or approval of maps, Drawings opi ni ons , reports, surveys , Change Orders , desi gns or Speci f i cati ons. The Contractor shall indemnify, defend and save the Owner, th Owner's Representative, the Engineer, and their consultants, and eac of their officers, employees and agents harmless from all cost: losses, expenses, damages, attorneys' fees, and other cost: including all costs of defense, which any of them may incur wit respect to the failure, neglect, or refusal of Contractor t faithfully perform the Work and all of Contractor's ob7igations undc the Agreement, including but not limited to, Contractor's failure t complete any portion of the Work by the Time specified in tt- Contract Documents. Such costs, expenses, and damages shall incluc all costs incurred by the Owner, the Owner's Representative, tk Engineer, and their consultants to defend against any claims, stc notices, or lawsriits based thereon in which any of them is made party. The indemnities named on this Section shall be entitled to designat the attorney of their choice and indemnator agrees to pay the fee < the attorney so designated. 1-7.4 Workers' Compensation Insurance. No change to Section 7.4. 1-7.5 Permits . 1-7.5.1 Permits and licenses of a temporary nature necessary for tl prosecution of the Work shall be secured and paid for by tf Contractor unless otherwise stated. Permits, 1 i censes and easemenl for permanent structures or permanent changes in existing facili tic shall be secured and paid for by the Owner, unless otherwii specified. The Contractor shall give all notices and comply with a' laws, ordinances, rules and regulations bearing on the conduct of tl Work as drawn and specified, If the Contractor observes that tl Contract Documents are at variance therewith, he shall prompt' notify the Engineer in writing, and any necessary Changes shall I adjusted as provided for, Changes in the Work. Add the following paragraph to Section 7-5: 268-02-1(~) ,314.27 Page 1' PART 111 - SPECIAL PROVISIONS Sec:tion I - General Provisions 1 I II I B I 1 I 1 I I I I I 1 I I - 1-7.6 The Contractor's Representative. No change to Section 7-6. 1-7.7 Cooperat ion and Col 1 ateral Work. 1-7.7.1 The Owner reserves the right to let other Contracts in connectic with this Project. The Contractor shall afford other Contractor reasonable opportunity for the introduction and storage of thei materials and the execution of their Work, and shall property connec and coordinate his Work with theirs. If the proper execution c results of any part of the Contractor's Work depends upon the Work c any other Contractor, the Contractor shall inspect and prompt1 report to the Engineer any defects in such Work that render i unsuitable for such proper execution and results. The Owner may perform additional Work related to the Project t himself, or he may let other Contracts containing provisions similz to these. The contractor will afford the other Contractors who ai parties to such Contracts (or the Owner, if he is performing ti additional Work himself), reasonable opportunity for the introductic and storage of materials and equipment and the execution of Work, ai shall properly connect and coordinate his Work with theirs. If the performance of additional Work by other Contractors or tt Owner is not noted in the Contract Documents prior to the executic of the Contract, Written Notice thereof shall be given to tt Contractor prior to starting any such additional Work. If tl Contractor believes that the performance of such additional Work t the Owner or others involves him in additional expense or entitlc him to an extension of the Contract Time, he may make a clai therefor as provided herein. Add the following paragraphs to Section 7-7: 1 1-7.8 Project Site Maintenance. No change to Section 7-8. 1-7.9 Protection and Restoration of Existing Improvements. 1-7.9.1 Add the following paragraph after the first paragraph ( The Contractor will remedy all damage, injury or loss to any proper caused, directly or indirectly, in whole or in part, by tl Contractor, any Subcontractor or anyone dirgctly or indirect employed by any of them or anyone for whose acts any of them I 1 iable , except damage or loss attributable to the fault of tl I Section 7-9: 268-02-1 ( W) . 3 14.27 Page 21 PART 111 - SPECIAL PROVISIONS Section 1 - General Provisions I I I I 1 I I I I 1 1 I t I I I 1 I I - Contract Documents or to the acts or omissions of the Owner or tt Engineer or anyone employed by either of them or anyone for who! acts either of them may be liable, and not attributable, directly I indirectly, in whole or in part, to the fault or negligence of tl Contractor. 1-7.10 1-7.10.1 Add the fol1 owing paragraphs as the i ni ti a7 "Genera' paragraph of Section 7-10: 7-10.1 General. The Contractor will be responsible fi initiating, maintaining and supervising all safety precautions ai programs in connection with the Work. He will take all necessar precautions for the safety of, and will provide the necessai protection to prevent damage, injury or loss to all employees on tl Work and other persons who may be affected thereby, all the Work ai all materials or equipment to be incorporated therein, whether storage on or off the site, and other property at the site ( adjacent thereto, including trees, shrubs, lawns, walks, pavement! roadways, structures and utilities not designated for rernova relocation or replacement in the course of construction. Until the formal acceptance by the Owner of the performance of tl Contractor hereunder, either by furnishing equipment and/or materia or by performance of Work, the Contractor shall have the charge ai care thereof and shall bear the risk of injury or damage to any par thereof by the action of the elements or from any other taus( whether arising from the execution or from the non-execution of tl Work. The Contractor shall rebuild, repair, restore, and make got all injuries or damages to any portion of that which he is to provic or complete hereunder occasioned by any of the above causes befo compl eti on and acceptance and shall bear the expense thereof. case of suspension of Work from any cause whatsoever, the Contract1 shall be responsible for all equipment and/or materials then up1 Owner property and shall properly store them, if necessary, and sha erect temporary structures where necessary in so doing. Nothing these Contract Documents shall be considered as vesting in tl Contractor any r-jght of property in materials used after they ha been attached or affixed to the Work or the soil upon Owner's re property, but all such materials shall, upon being so attached 1 affixed, become the property of the Owner. 1-7.10.2 Add the following to Section 7-10.3: Traffic controls shall be in accordance with Section 8-550 Department of Transportation Planning Manual , Part 8, and t Department of Transportation Manual of Traffic Controls. In t event that the Contractor fails to install barricades or such 0th warning devices as may be required by the Engineer, the City may, its sole option, install the warning devices and charge t Contractor $lO/day/warni ng device. Pub1 i c Conveni ence and Safety. 268-02-1(~) .314.27 Page 2 I PART 111 - SPECIAL PROVISIONS Section I. - General Provisions --- 1 I I 1 B 1 I 1 I I I I .I I I 1 I II The project plans indicate general direction for and sequencing c traffic control re uirements for the project. The Contractor shal operations and the detail requirements specified. The Contractc shall additional ly be cognizant of the recommendations provide within the "Work Area Traffic Control Handbook" (Published t Building News, Inc,, 3055 Overland Avenue, Los Angeles, CAY 90038 and approved and endorsed by ITE, APWA and MTTEA, and implement SUC recommendations and procedures in his prosecution of the work to tk satisfaction of the Engineer. Transition period and local area controls not specifically indicatc shall conform to the previously specified requirements and guideline: Flagmen, when required, shall be equipped in conformance with Sectic 12-2.01 of the Department of Transportation Standard Specifications. Traffic-handling equipment and devices , as indicated, specified ar required, shall conform to Section 12-3 of the Department ( Transportation Standard Specifications. Payment for traffic control will be made at the Lump Sum Price B: therefore. The contract Lump Sum Price paid shall include ful compensation for furnishing all labor, materials, tools, equipmer and incidentals and doing all work involved in providing such traff- control procedures , except temporary roadway paving associatt therewith and final striping and signage, each of which is providf for separately within the Bid Schedule. Traffic control cost include, but are not limited to, required demolition work, temporal earthwork , temporary drainage, warni ng si gnage , del ineator! barricades, temporary striping, temporary signing, removal ( temporary facilities and such other work, including flagmei sequencing directional signals, and other controls necessary 1 accomplish the work with due regard for public safety and effectit prosecution of the work. 1-7.10.3 7-10-5 Hours of Work. All work shall normally be perform between the hours of 7:OO a.m. and sunset from Mondays throu: Fridays. The Contractor shall obtain the approval of the Engineer he/she desires to work outside the hours stated herein. 1-7.10-4 Add the following paragraph as Section 7-10.6. 7-10.6 Emergencies. In emergencies affecting the safety 1 persons or the Work or property at the site or adjacent thereto, tl Contractor, without special instruction or authorization from ti Engineer or Owner, shall act to prevent threatened damage, injury 1 loss. He will give the Engineer prompt Written Notice of ai significant changes in the Work or deviations from the Contrac Documents caused thereby, and a Change Order shall thereupon I issued covering the changes and deviations involved. Page 2 review and adjust t R e procedures indicated to be consistent with hi Add the following as Section 7-10.5: 268-02-1 ( W) 314 27 PART 111 - SPECIAL PROVISIONS Section 1 - General Provisions 1 I 1 I B I I I 1 I I I 1 I I 1; 1 1 -- 1-7.11 Patent Fees or Royalties. 1-7.11.1 However, if the Contractor has reason to believe that the design process or product specified is an infringement of a patent, he shal be responsible for such loss unless he promptly gives SUC information to the Engineer. 1-7.12 Advertising. No change to Section 7-12. 1-7.13 Laws to be Observed. 1-7.13.1 7-13.1 As a convenience to the Contractor, the followin paragraphs identify laws, ordinances and regulations believed to b appl icable to the Work, together with Contract requirement engendered therefrom. The Contractor shall verify applicability an variance to this listing and shall be solely responsible t compliance with all legal requirements affecting the Work to be done. The Contractor will comply with a1 1 applicable laws, ordinances rules, regulations and orders of any public body having jurisdiction including the applicable provisions of the California Occupationa Safety and Health Act of 1973, Part 1, Division 5, of the Labor Cod 6300, et. seq., and the Construction Safety Orders of the Division o Industrial Safety. He will erect and maintain, as required by th conditions and progress of the Work, all necessary safeguards fo safety and protection. He will notify owners of adjacent utilitie when prosecution of the Work may affect them. Prior to the beginning of any Work, the Contractor shall obtain, a his sole expense, a permit from the California Division of Industria Safety for Work on the Project, and shall provide a copy of same t the Owner. In accordance with Government Code Section 4216, Contractor shal notify Underground Service Alert at least two days prior t excavation with a description of the area to be excavated t determine if any participant has a subsurface installation in th area. Add the following sentence to Section 7-11: I Add the following paragraphs to Section 7-13: 268-02-1(~) .314.27 Page 23 PART 111 - SPECIAL PROVISIONS Section 1 - General Provisions I I I I 1 1 I I I I 1 I I I 1 I I I - The Contractor shall not commence any excavation over five (5) fee in depth until he has submitted to the Owner a detailed Plan showin the design of shoring, bracing, sloping, or other provisions to b made for worker protection from the hazard of caving ground durin any such excavation and such plan has been accepted by the Owner o by a registered civil or structural engineer, employed by the Owner to whom authority to accept has been delegated. If such plan varie from the shoring system standards promulgated by the Department o Industrial Safety, the Plan shall be prepared by a registered civi or structural engineer employed and paid by the Contractor. Nothin in this section shall be deemed to allow the use of a shoring sloping, or protective system less effective than that required b the Construction Safety Orders. Nothing contained in this Articl shall be construed as relieving the Contractor of the ful responsibility for providing shoring, bracing, sloping, or othe provisions which are adequate for worker protection. In addition to any requirements imposed by law, the Contractor shal shore up, brace, underpin, and protect, as may be necessary, a1 foundations and other parts of all existing structures adjacent t and adjoining the site of the Work which are in any way affected b the excavations 01- other operations connected with the performance o the Work. Whenever any notice is required to be given by the Owne or the Contractor to any adjacent or adjoining landowner or othe party before commencement of any Work, such notice shall be given b the Contractor. The Contractor shall not load nor permit any part of any structure t be loaded with any weights that will endanger the structure, nc shall subject any part of the Work to stresses or pressures that wil The Contractor's attention is directed to Division 2, Part 7, Chapte 1 of the Labor Code of California and especially to Article (Wages) and Article 3 (Working Hours). I endanger it , a, The Director of the Department of Industrial Relations ha found and determined the general prevailing rates of wage in the locality in which the public Work is to t performed, copies of which are maintained at the Owner' principal office, and are available to any intereste party on request. Contractor shall post a copy of sai documeint at each job site. The Contractor shall forfei to the Owner a penalty of Twenty-Five (25) Dollars fc each calendar day, or portion thereof, for each work paid less than the stipulated prevailing rate, and shal in addition pay to each worker for each such day tb di fference between the prevai 1 ing rate and the actual wa! paid. 268-02-1 (w) ,314.27 Page 21 I PART I11 - SPECIAL PROVISIONS - Section 1 - General Provisions I I i I I I I I I I I I I I I I I b. In accordance with Sections 1773.1 and 1773.8 of the Lab0 Code the Contractor shall pay travel and subsistenc payments to each workman needed to execute the Work a such ti-avel and subsistence payments are defined in th appl icable collective bargaining assurances filed with th Department of Industrial Re1 ations. c. Pursuant to Labor Code Section 1810, et. seq., it i stipulated hereby that eight (8) hours labor constitutes legal day's work hereunder. d. Pursuant to Labor Code Section 1813, it is stipulate hereby that the Contractor shall, as a penalty to th Owner, forfeit Twenty-Fi ve (25) Dollars for each workma employed in the execution of this Contract by th Contractor or by any Subcontractor hereunder for eac calendar day during which such workman is required o permitted to work more than eight (8) hours in any on calendar day and forty (40) hours in any one calenda week, unless such worker receives compensation for a1 hours worked in excess of 8 hours at not less than 1-1/ times the base rate of pay, in violation of the provision of Article 3 (commencing with Section 1810), Chapter 1 Part 7, Division 2, of the Labor Code. e. The Contractor is aware of and will comply with th provisions of Labor Code Sections 1777.5 and 1777.6, a amended effective January 1, 1977, with respect to th employment of apprentices. Pursuant to Section 1777.5, i is hereby stipulated that the Contractor will b responsible for obtaining compliance therewith on the par of any and all Subcontractors employed by him i connection with this Contract . In accordance with Section 1777.3 of said Labor Code, th Owner will file with the Department of Industria Relations, Division of Apprenticeship Standards, o "Extract of Public Works Contract Award'' upon issuing th Notice of Award in the form appended herein. f. Attent'ion is directed to the provisions in Section 1777. and 1777.6 of the Labor Code concerning the employment o apprentices by the Contractor or any Subcontractor unde him. The Contractor and any Subcontractor under him shal comply with the requirements of Sections 1777.5 and 1777. of the Labor Code in the employment of apprentices. a 268-02-1(~).314.27 Page 25 PART I11 - SPECIAL PROVISIONS Section I - General Provisions I I I I I 1 I I I I 1 I I I I I I I --- Information relative to apprenticeship standards, was schedules, and other requirements may be obtained from tk Director of Industrial Relations, ex-officio tt Administrator of Apprenticeship, San Franciscc California, or from the Division of Apprenticeshi Standards and its branch off i ces. Willful violations of Section 1777.5 will result in forfeiture of $50.00 for each calendar day ( noncompl i ance which shall be withheld from progrer paymerits by Owner upon notice from the Department c Industrial Relations (Labor Code 1777.7). In the event of any legal or equitable proceeding to enforce t! terms or conditions of this Agreement, the parties agree that vent shall be in the judicial district in which the office of the Owner . 7 ocated. If any provision of this Agreement is held by a Court of competer jurisdiction to be invalid, void or unenforceable, the remainir provisions shall nevertheless continue in full force without beir impaired or invalidated in any way. A1 1 clauses contained in the Contract Documents shall be interpret( in a manner which renders them valid under applicable provisions ( State and Federal law where a consistent interpretation is possible. In the event that any arbitration proceeding, administrati! proceeding or litigation in law or in equity, including an action fc declaratory re1 ief, is brought to enforce or interpret the provisior or performance of this Agreement, the prevailing party shall t entitled to the award of a reasonable attorney's fee and the costs ( the proceeding, which shall be determined by the Court or tt presiding officer at the proceeding, authorized to make determination of the issues at the hearing level, or in a separal action brought for that purpose, in addition to any other relief 1 which the prevailing party may be entitled. If any party to this Agreement becomes a party to any litigatior administrative proceeding or arbitration concerning the enforcemet or interpretation of the provisions of this Agreement or tl performance of this Agreement by reason of any act or omission c another party or authorized representatives of another party to th. Agreement and not by any act or omission of the party that becomes party to that proceeding or any act or omission of its authorizc representatives, the party that causes another party to becor involved in the proceeding shall be liable to that party fc reasonable attorney fees and costs of the proceeding incurred by th, party in the proceeding. The award of reasonable attorney fees ai costs shall be dexermined as provided above. I 268-02-1(~) ,314.27 Page 21 I PART I11 - SPECIAL PROVISIONS _. Section 1 - General Provisions 1 I I I I I I I I I I I I I I I I I In the event opposing parties have each prevailed on one or mol causes of action actually contested or admitted by pleadings ( pre-hearing documents on file, the presiding officer may offset su( fees and costs between prevailing parties after considering ti necessity of the proceeding and the importance of the issue or issut upon which a partly has prevailed. It shall be the responsibility of the Contractor to maintain i accurate payroll record showing the name, address , Soci a1 Securi' Number, work classification, straight time and overtime hours work4 each day and week, and the actual per-diem wages paid to ea( empl oyee in accordance with Labor Code 1776, and to insure that eac Subcontractor on the Project also complies with all provisions c Labor Code 1776 and this Contract provision. All payroll records shall be certified as accurate by the applicab Contractor or Subcontractor or its agent having authority over SUI matters. The Contractor shall insure that all payroll records are availab for inspection at the Contractor's principal office during norm( business hours, and shall notify the Owner, in writing, of the plac where all payroll records are located from time to time. Contractor shall furnish a copy of all payroll records, upon reques' to employees or their authorized agents, to the Owner, to tl Division of Labor Standards Enforcement, and to the Division c Apprenticeship Standards of the Department of Industrial Re1 ation1 Contractor shall also furnish a copy of payroll records to tl general public upon request provided the public request is mac through the Owner, the Division of Apprenticeship Standards or ti Division of Labor Standards Enforcement or the Department I Industrial Relations. In no event shall members of the genet-( public be given access to payroll records at the Contractor principal office. Records made available to the general public in accordance with t prior paragraph shall be marked or obliterated in such a manner th the name and address of the Contractor and/or Subcontractor and tl name, address and telephone number of all employees does not appe on the modified records. Contractor shall file a certified copy of any requested payro records with the entity that requested such records within ten (I days of the date a Written Request for payroll records has bel recei ved. 268-02-1(~) .314.27 Page 2 I PART 111 - SPECIAL PROVISIONS - Sec:tion 1 - General Provisions I I I I I I u 1 I I I I I 1 I Failure of Contractor to comply with any provision of this Section c Labor Code 1776 within ten (10) days of the date a Mritten Reques for compliance is received shall result in a forfeiture of $25.00 pe calendar day or portion thereof, for each worker, until stric compliance is obtained. Upon notification by the Division c Apprenticeship Standards or the Division of Labor Standard Enforcement of the Department of Industrial Relations, the Owne shall withhold penalties under this Section or Labor Code 1776 frc the Contractor's progress payments then due. By entering into this Contract or any Subcontract pursuant to thi Contract, the Contractor and each Subcontractor who performs Work c supplies goods, services or materials hereby offers and agrees t assignato the Owner all rights, title, and interest in and to a1 causes of action it may have under Federal or State AntiTrust Lah including, but not limited to, any antitrust action any of them ma have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or undc the Cartwright Act (Chapter 2 commencing with Section 16700 of Part of Division 7 of the Business and Professions Code), arising from ti- purchases of goods, services or materials pursuant to this Contrac or any related Subcontract. This assignment is made and become effective at the time the awarding body tenders final payment to ti- Contractor, without further acknowledgment of the parties Contractor shall insure that a comparable provision is included 1 all Subcontracts at all tier levels which are executed pursuant t this prime Contract. Contractor shall have the rights set forth 1 Section 4553 and 4554 of the Government Code. 1-7.14 AntiTrust Claims. No change, reference Section 1-7.13 above. I I 1-7.15 Payroll Records. No change, reference Section 1-7.13 above. 1-8 FACILITIES FOR AGENCY PERSONNEL I Provide Class "B" Field Office pursuant to Section 8-2.2. 268-02-1 ( w j .3 14.27 Page 21 PART 111 - SPECIAL PROVISIONS Section 1 - General Provisions I II I I I I I 1 I I I I I I II 1 I -- 1-9 MEASUREMENT AND PAYMENT 1-9.1 Add the following paragraph as Section 9-3.4.1: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at thc lump-sum price bid therefor in the schedule. The Contract lump-sui price paid for mobilization shall include full compensation fo furnishing all labor, materials, tools, equipment and incidentals and for doing a17 tne Work involved in mobilization and preparator. Work as specified herein. Progress payments for mobilization an1 preparatory Vork will be made as follows: 1. For the first progress payment (after the Contractor' acceptance of the Notice to Proceed) 10 percent of th amount bid for mobilization and preparatory Work will bl a1 1 owed. 2. When 2.5 percent of the total original Contract amount i earned from other schedule items, an additional 20 percen of the amount bid for mobilization and preparatory Wor wi 11 be a1 1 owed. 3. When 5.0 percent of the total original Contract amount i earned from other schedule items, an additional 20 percen of the amount bid for mobilization and preparatory Wor will be allowed. 4. When 10.0 percent of the total original Contract amount i earned from other schedule items, an additional 30 percen of the amount bid for mobilization and preparatory Wor wi 11 be a1 1 owed. 5. When 25.0 percent of the total original contract amount i earned from other schedule items, an additional 20 percen of the amount bid for mobilization and preparatory Wor will be allowed. 1 I 1-9.2 Add the following paragraphs as Section 9-3.4.2: 9-3.4.2 Sheeting, Shoring and Bracing. 9-3.4.2.1 General. Contractor shall install all sheeting, shoring bracing and such other protective measure required by law o necessary for worker protection in excavations. 268-02-1(~). 314.27 Page 29 I I I 1 I II 1 I 1 I II I I I I I 1: I II PART 111 - SPECIAL PROVISIONS Section I - General Provisions 9-3.4.2.2 Payment. Sheeting, shoring and bracing, or equivalent will be paid for at the Contract Lump-Sum Price Bid, Payment shal include full compensation for furnishing all labor, materials, tool and equipment, and doing all Work involved in providing SUC protection- Payment shall include the cost of preparation an submittal of Plans and obtaining the required permit from the Stat Division of Indust ri a1 Safety. 1-10 GUARANTY 1-10,l Add the following paragraphs as Section 1-10: The Contractor shall guarantee that a1 1 materi a1 s and equipmen furnished will be new unless otherwise specified. The Contractor shall guarantee all materials and equipment furnishe and Work performed for a period of one (I) year from the date o Substantial Completion. The Contractor warrants and guarantees for period of one (1) year from the date of Substantial Completion of th system that the completed system is free from all defects due t faulty materials or workmanship and the Contractor shall prompt1 make such corrections as may be necessary by reasons of such defect including the repairs of any damage to other parts of the syste resulting from such defects. The Owner will give notice of observe defects with reasonable promptness. In the event that the Contract0 should fail to make such repairs, adjustments, or other Work that ma be made necessary by such defects, the Owner may do so and charge th Contractor the cost thereby incurred. The Performance Bond shal remain in full force and effect through the guarantee period. 268-02-1( w). 314.27 Page 30 I 1 I I 1 I I I 1 I I I I I I I I PART 111 SPECIAL PROVISIONS Section 2 I Construction Materi a1 s 2-1 ROCK MATERIALS 2-1.1 General. Modify Section 200-1.1 of the SSPWC to includ the following provision: "Alternate Rock Material, Type S, may be used on the work (Referenc Sect i on 400). 2-1.2 Stone for Rip Rap. Modify Section 200-1.6 of the SSPWC t i ncl ude the appl i cab1 e portions of the Standard Speci a1 Provision relating to that Section. 2-2 PORTLAND CEMENT CONCRETE 2-2.1 General. Modify Section 201-1 of the SSPWC to include th applicable portions of the Standard Special Provisions relating t that Section. 2-2.2 Job Site Mixing. Job site mixing will not be perrnitte except as allowed pursuant to Subsection 201-1.4 of the SSPWC or a otherwise authorized by the Engineer. 2-2.3 Expansi on Joint Fi 11 er and Joint Seal ants. Del ete Sectio 201-3.3, Polystyrene Joint killer, in its entirety. 2 -3 MASONRY MATERIALS 2-3.1 Concrete Block. Modify Section 202-2.1.2 of the SSPWC t include the applicable portions of the Standard Special Provision relating to that .Section. 2-4 ASPHALT CONCRETE 2-4.1 General. Modify Section 203-6 of the SSPWC to include th applicable portions of the Standard Special Provisions relating t that Sect i on. I 268-02-1(~).314.28 Page 31 PART 111 - SPECIAL PROVISIONS 1 i I I 1 1 1 I I I I I 1 1 I I I I Section 2 - Construction Materials 2 -5 MISCELLANEOUS METAL ITEMS 2-5.1 Chain Link Fabric. Modify Section 206-6.3 of the SSPWC t include the applicable portions of the Standard Special Provision relating to the Section. 2 -6 PIPE 2-6.1 Asbestos Cement Sewer and Storm Drain Pipe. Delet Section 207-6 in its entirety. 2-6.2 Asbestos Cement Pressure Pipe. Delete Section 207-7 i its entirety. Reference Part IV of these Specifications for Asbesto Cement 'vlaterline Construction. 2-6.3 Vitrified Clay Pipe. Modify Section 207-8.2.1 of th SSPWC to include the applicable portions of the Standard Specia Provisions. 2-6.4 Cast Iron and Ductile Iron Pipe. Modify Section 207-9.2. of the SSPWC to include the applicable portions of the Standar Speci a1 Provi s i ons re1 at i ng to that Sect i on 2-6.5 Corrugated Steel Pipe and Pipe Arches. Add to Sectio 207-11.1 of the SSPWC the following: "Unless otherwise specified, the mi nimum gage for corrugated meta pipe shall conform to the following: Gage 8" to 24" inclusive 16 30" to 35" inclusive 14 42" to 48" i ncl usi ve 12 54" to 66" inclusive I10 72" to 96" incl usi ve 8 A bituminous coating shall be applied to all corrugated pipe an bands in accordance with the requirements of this Section prior t shipment from the factory." 2-6-6 Pipe Appurtenances. 2-6.6.1 Add to the SSPWC as Section 207-20 the applicable portion of the Standard Special Provisions relating to that Section, excep as further modified hereinafter. 2-6.6.2.1 Add to the Standard Special Provisions immediate1 foll owing the Title "207-20 Pipe Appurtenances" the foll owing: "207-20.1 General. Unless otherwise specified, all pip appurtenances shall comply with the appropriate standard drawing o the City of Carlsbad." 1 268-02-1 ( W) 314.28 Page 32 PART 111 - SPECIAL PROVISIONS I I 1 I i I I I I I I IC 1 I I I I I I Section 2 - Construction Materials 2-6.7 Asbestos Products. Amend Sections 207-10.4.3, 207-10.4. and 207-11.5.3 of the SSPWC to include the following: "Asbestos materi a1 s shall not be used." 2-6.3 Correction. Correct the reference to Asphalt Masti Coating in Sections 207-12.4 and 207-14.2 of the SSPWC to read: I' . . . Subsection 207-11.5.3." 2-7 ELECTRICAL COMPONENTS 2-7.1 General. Modify Section 209 of the SSPWC to include th applicable portions of the Standard Special Provisions relating t the foll owing: 2-7.1.1 Modify Sections 209-2.1, 209-2.3 and 209-2.4 i conformance with the Standard Speci a1 Provisions. Suppl ement th requirements of Sections 209-2.1 and 209-2.4 of the SSPWC with th additional applicable reqirements specified within the State o California Department of Transportation (CALTRANS) Standar Specifications, Section 86-6 and 86-2.08, respectively. 2-7.1.2 Add Sections 209-2.5, 209-2.6, 209-2.7, 209-2.8, 209-2. and 209-2.10 in conformance with the Standard Special Provisions. 2 -8 SOILS AND AGGREGATE TESTS 2-8.1 General. Modify Section 211 of the SSPWC to include th applicable portions of the Standard Special Provisions relating t the foll owing: 2-8.1.1 Modify Sections 211-2.1 and 211-2.2 in conformance wit the Standard Special Provisions. 2-8.1.2 Add Section 211-5 in conformance with the Standard Specia Provisions. 2-9 LANDSCAPE AND IRRIGATION MATERIALS 2-9.1 General. Modify Section 212 of the SSPWC to include th following revisions: 2-9.1.1 Delete Section 212-2.1.6 in its entirety. 2-9.1.2 Modify Sections 212-1.1.2, 212-1.2, 212-1.3, 212-1-4 212-1.5, 212-2 and 212-3 to include the applicable portions of th Standard Special F'rovisions. 2-9.1.3 Add Sections 212-1.2.6, 212-1.4.7, and 212-1.6 i conformance with the Standard Special Provisions. 268-02-1(~) .314.28 Page 33 PART I11 - SPECIAL PROVISIONS 1 I II 2-10 ENGINEERING FABRICS I Section 2 - Construction Materials 2-10.1 the Standard Special Provisions relating to that Section. Add to the SSPWC as Section 214 the applicable portions o I I I I I 1 I 1 I I 1 I I I 1 268-82-1(~) .314.28 Page 34 I I I 1 I I PART I11 SPECIAL PROVISIONS Section 3 Construction Methods 3-1 EARTHWORK 3-1.1 General. Earthwork shall conform to Section 300 of the SSPWC, except as modified herein. e I 3-1.2 Requirements. Add the following to Section 300-1.3.2: d. Pipelines - Where an existing abandoned pipeline is not otherwise removed by the grading operation, it shall be removed within 20 feet of street area and within all areas of excavation or fill and replaced with properly COITipaCted soils. In all other areas, the pipe shall be completely plugged with concrete or be removed. The removed portion of the pipe line shall be salvaged to the yard of the owner of the utility when required by the Engineer. 3-1.3 Unclassified Excavation. Add the following Subsections tc Section 300-2.2: 300-2.2.3 Compressible Soil. Compressible soils such as existins uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, such Compressible soils shall be removed from areas to receive fill or from areas upon which surface improvements are to be placed. The removal of such compressible soil shall be paid for at thc Contract Unit Price for unclassified excavation unless it iz considered otherwise unsuitable by the Engineer in which case it will be paid for in accordance with Subsection 300-2.2.1. I I I I I I 1 I I I I 268-02-1(~) .314.29 Page 35 1 PART I11 - SPECIAL PROVISIONS Sectlon 3 - Construction Methods -- I. - 300-2.2.4 Instability of Cuts. The Contractor shall remow additional material as directed by the Engineer to improve thc stability of excavated cuts. The removal of such excavated materia' shall be paid for at the Contract Unit Price for unclassifiec excavation unless it is considered otherwise unsuitable by tht Engineer, in which case it will be paid for in accordance witt Subsection 300-2.2.1. However, if due to the character of the Work such removal is not properly compensible at the Contract Unit Pricc for unclassified excavation, the Work may be paid for in accordanct with Section 3. 3-1.4 Slopes. Modify the first sentence of the second paragrapt of Section 300-2.5'of the SSPWC to read as follows: The tops of excavation slopes and the end limits of excavations shall be rounded and provide smooth transitions to abutting existin! ground, and these quantities will not be included in the quantitie5 to be paid for as excavation. 3-1.5 Measurement (Unclassified Excavation). Modify Sectior 300-2.8 of the SSPWC to include the following provisions: The quantity shown in the Bid Schedule for unclassified excavation i: based upon street structural sections of 27 inches for pavement section and 12 inches for interim paving, each at locations a: Should the Contractor disagree with the existing ground elevation2 shown on the Plans to the extent that such a discrepancy will be thc basis of request for a change in the quantity for which payment is tc be made, he shall notify the Engineer, in writing, 72 hours ir advance of any disturbance of the original ground. Should sucl notice not be given, the quantity for which payment is to be mad6 will be based upon the existing surface elevations shown on the Plans, Such notice shall include the location and extent of the discrepancj and supporting evidence of the discrepancy. The Engineer will promptly review such notice and notify the Contractor of his finding: within 72 hours of his receipt of such notice. 3-1.6 Payment (Unclassified Excavation). Modify Section 300-Z.! of the SSPWC to include the following provisions: Payment, at the unit price bid, will be made for the quantity a! adjusted by the Engineer to conform to the actual thickness of thc structural section constructed, as determined by field "R" valut tests. No compensation other than that for the modified quantitj will be allowed for changes to conform to a different thickness oi structural section as SQ determined. Payment shall include costs 01 grading of access roads shown on the Drawings and shall include tht cost of the earthen swales shown on the Drawings. I 268-02-1(~) .314.29 Page 36 I I I I I 1 I 8 I I 1 I D I I I indicated on the drawings. I PART 111 - SPECIAL PROVISIONS -- Section 3 - Construction Methods I I I I I I I I I 1 1 1 I 1 I I I 1 3-1.7 Prepara.tion of Fill Areas. Add the following to Sectior 300-4.2 of the SSPlrlC: Areas to receive fill, including areas overexcavated as directed b: the engineer, shall be scarified to a depth of 6 to 8 inches, brough to near optimum moisture conditions and compacted to at least 91 percent relative compaction. Add the following to Section 300-4.4 of the SSPWC: Benching shall conform to the City of Carlsbad Supplemental Standar Drawing GS-14. Quantities for benching preparatory to fil pl acement , where required, are considered incidental work and thes quantities will not be included in the quantities to be paid for a excavation. 3-1.8 Add the following to Section 300-4.8 of the SSPWC Compaction of fill slopes should, as a preferred method, be achieve by overbuilding the slopes laterally and then cutting back to th compacted core at design line and grade. However, should th compaction of slopes be not obtained in that manner, fill slope shall be backrolled at intervals not greater than four feet as th fill is placed, followed by final compaction of the entire slope The outer 8 inches of the slope surface may be rolled to a relativ compaction of 85 percent. Feathering of fill over the tops of slope will not be permitted. The tops of slopes shall be rounded a detailed on City of Carlsbad Supplemental Standard Drawing GS-14. 3-1.9 Measurement and Payment (Unclassified Fi 11 ) . Modi f Section 300-4.9 of the SSPWC to include the following provisions: The quantity used in determining payment for unclassified fill shal also include the quantities of fill required to replace materia removed under the direction of the engineer. The quantity shown i the Bid Schedule for unclassified fill is based upon stref structural sections of 27 inches for pavement sections and 12 inche for interim paving, each at locations as indicated on the drawings Payment, at the unit price bid, will be made for the quantity a adjusted by the Engineer to conform to the actual thickness of th structural section constructed , as determined by fie1 d "R" Val li tests. No compensation other than that for the modified quantit will be allowed for changes to conform to different thicknesses c structural section as so determined. Should the Contractor disagree with the existing ground elevatior shown on the Plans to the extent that such a discrepancy will be tk basis of request for a change in the quantity for which payment is t be made, he shall notify the Engineer, in writing, 72 hours i advance of any disturbance of the original ground. Should SUC notice not be given, the quantity for which payment is to be ma( will be based upon the existing surface elevations shown on the Plans Page 3; Slopes. 268-02-1(~) .314.29 I PART I11 - SPECIAL PROVISIONS Section 3 - Construction Methods -- I I I I I I I 1 I I- 1 r I I I I I Such notice shall include the location and extent of the discrepanc and supporting svidence of the discrepancy. The Engineer wil promptly review such notice and notify the Contractor of his finding within 72 hours of his receipt of such notice. 3-1.10 Imported Borrow. Modify Section 300-5.2 of the SSPWC i conformance with the Standard Special Provisions. 3-1.10.1 Measurement and Payment. Replace the second paragraph o Section 300-5.4 of the SSPWC with the following: Quantities of imported borrow will be measured and paid as specifie for unclassified excavation on Subsections 300-2.8 and 300-2.9. 3-1-13 Rip Rap for Rock Slope Protection. Add Subsection 300- to the SSPWC in conformance with the Standard Special Provisions. 3-1.14 Temporary Erosion Control. Add Subsection 300-9 to th SSPWC as follows: 300-9 TEMPORARY EROSION CONTROL 300-9.1 General. Temporary erosion control shall conform to th requirements shown on the Plans, specified herein, and as elsewher required by the Contract Documents. 300-9.2 Scope. Temporary erosion control shall include, but no be limited to, the work specified herein, and shall additionall, include such additional measures, as may be directed by the Engineer to properly control maintenance of the site area and constructio impacts upon areas receiving drainage flows from the project area. 300-9.2.1 Grading Controls. The Contractor shall provide temporar, earth berms, sandbags and similar measures, coordinated with hi construction procedures, as necessary to control site erosion durin the construction period. 300-9-2.2 Non-Irrigated Erosion Control. At the completion o finish grading of construction area, the Contractor shall provid hydroseeding of the construction area as specified herein Non-irrigated erosion control includes, but is not limited to furnishing a17 materials, labor and transportation required t execute this work as specified herein and as necessary to complet the contract, including: -- a. Hydroseeding; and b, Hydromulching I 268-02-1(~; -214.29 Page 38 I PART I11 - SPECIAL PROVISIONS SectJon 3 - Construction Methods -- I I I I I I I I 1 I I I I I 300-9.2.2.1 Seed Mix. - The seed mix shall be a combination of thc following seeds at the specified rates per acre: I a. Atriplex Semibaccata 10 pounds b. Arternesia Californica 2 pounds c. Dimosphotheca Aurantianca 4 pounds do Ence i i a Cal i fornica 4 pounds e. Erigonum Fasciculatum 20 pounds f. Eschscholzia Californica 12 pounds g. Lolium Perennae 20 pounds h. Lotus Scoparius 4 pounds i. Mimulus Puniceus 4 pounds j. Poterium Sanguisorba 10 pounds k. Trifolium Mirta 30 pounds I Total Seeds Per Acre 120 pounds 300-9.2.2.2 Hydroseed Materials. Hydromulch shall be Con Wed Silvi Fiber or equal. Hydromulch additive shall be Ecology Controls M-Binder or equal. Hydroseed fertilizer shall be R Binder commercial 16-20-0 or equal. Seed mixes for each mix shall be delivered to the jobsite in sealed unopened, labeled containers listing the total pure live see( analysis report and its respective corresponding lot number shall bt indicated. The seed supplier shall scarify and dehull such seed: that are so specified; perform fertilizing, catalytic pre-merge hormone activator, and/or boiling water as per manufacturer'! instructions. Any deviations from these procedures, pure-1 ive see( count, species and quantities must be authorized in writing by thc Engineer. Seed shall be a new crop, of purity and germination rate standards oi the industry, fresh and viable, free of noxious weeds and shall bear a guaranteed analysis. The weights of the various seed to be used ii the slurry shall be determined from marked weights per sack and sac1 count or by weighing on approved scales. Hydroseed materials for non-irrigated areas shall consist of thc following per acre: I a. Hydromulch 2,000 pounds b. Hydromulch additive 40 pounds c. Hydroseed fertilizer 200 pounds d. Water 3,000 pounds e. Seed Mix 120 pounds I 268-02-1(~).314.29 Page 39 I PART 111 - SPECIAL PROVISIONS Section 3 - Construction Methods -- I I I I I I 1 I I I I I I 1 I I 300-9.2.2.3 Hydroseed Application Equipment. Hydraulic equipmeni used for the application of fertilizer, seed, and slurry of preparec wood pulp or fiber shall be of the "Super Hydroseeder" type a: approved by the Eiigineer. No known equal. This equipment shall havc a built-in agitation system with an operating capacity sufficient tc agitate, suspend and homogeneously mix a slurry containing mulch fertilizer, additive and seed. The slurry distribution lines shal' be large enough to prevent stoppage and shall provide eve1 distribution of the slurry. The slurry tank shall be mounted on z traveling unit which will place the slurry tank and spray nozzles within sufficient proximity to the areas to be sprayed so as tc provide uniform distribution without waste. 300-9.2.2.4 Application Areas. Areas which shall receive hydroseeding include, but are not necessarily limited to, all slope: in excess of 5% within the road right-of-way and all disturbed area: outside of road rights-of-way which are not required by the Contract Documents to be otherwise landscaped or surface improved. 300-9.2.2.5 Application Procedures. a) Do not put seed into water until just before the start of seeding, allowing only time for adequate mixing. b) Using the wood pulp as a guide, the equipment operator shall spray the soil with a uniform visible coat of slurry. The slurry shall be applied in a sweeping motion, in an arched stream, so as to fall like rain allowing the wood fibers to build upon each other, until a complete, even coverage coat is achieved. c) Delivery time (moment from placing seed in water until tank is empty) shall not exceed 30 minutes. d) Seed mix shall be added to the slurry on the project site in the presence of the Engineer. 3 0 0- 9.2.2.6 Pos t-Appl i cat i on Procedu res. All bare spots in hydroseeded areas shall be re-hydroseeded by the Contractor within seven (7) days after direction by the Engineer and/or as necessary for full plant coverage. Such direction of areas to be rehydroseeded will be given within 30 days after the completion of work or portion thereof. 300-9.2.2.7 Maintenance. The Contractor shall maintain all hydroseeded areas,, starting with the application operations and continuing for specified calendar days after all planting is complete and approved by the Engineer. Maintenance does not start until after installation of materials has been accepted. Provide all equipment and means for proper application of water to those planted areas not equipped with an irrigation system. Hand water in hydroseeded areas as necessary to ensure germination. I I 268-02-1 ( W) .3 14.29 Page 40 I PART 111 - SPECIAL PROVISIONS Section 3 - Construction Methods -- I 1 I I 1 I I E I I II I I I The maintenance period shall be for 90 calendar days. 300-9.3 Payment. Full compensation for any required temporar erosion control shall be considered as included in the Lump Sum Pric Bid and no other Compensation will be allowed therefore. I 3-2 SUBGRADE PREPARATION 3-2.1 General. Modify Section 301-1 of the SSPWC to include th appl i cab1 e porti om of the Standard Speci a1 Provisions re1 atin thereto. I 3-3 UNTREATED BASE 3-3.1 General. Modify Section 301-2.1 and 301-2.4 of the SSPW to include the folTowing provisions: 301-2.1 Material. Untreated base shall be crushed aggregate base. 301-2.4 Payment. The quantity shown in the bid schedule foi untreated base is based upon a twenty-one-inch (21") thickness foi Pavement Section, an eight-inch (8") thickness for interim paving am a four-inch (4") thickness under sidewalk, each at locations ai indicated on the drawings. Payment, at the Unit Price Bid, will bc made for the quantity as adjusted by the Engineer to conform to thc actual thickness of the structural section constructed, as determine( by field "R" value tests. No compensation, other than that for thi modified quantity, will be allowed for changes to conform to ( different thickness of structural section from that shown on thc I P1 ans. 3 -4 ASPHALT CONCRETE PAVEMENT 3-4.1 General . Asphalt concrete pavement shall conform tc Section 302-5 of the SSPWC as modified to include those portions of the Standard Special Provisions relating to that Section and the following provisions: 302-5.1 Material. Asphalt concrete shall be 111-C2-AR-4000, Reference also modifications specified in Part 111, Section 4 herein. Grade of emulsified asphalt for seal coat shall be as recommended bq the suppl i er. I 268-02-1( W) -314.29 Page 41 I PART 111 - SPECIAL PROVISIONS Section 3 - Construction Methods -- I I I I 302-5.8 Payment. The Contract Price Bid shall include the cost o furnishing and applying prime coat, tack coat, seal coat and redwoo header. The quantity shown in the bid schedule for asphalt concret pavement is based upon thicknesses of six-inch (6"), four-inches (4" and three-inches (3") for paving, interim paving and temporar paving, respectively, each at locations as indicated on the drawings Payment, at the Unit Price Bid, will be made for the quantity a adjusted by the Engineer to conform to the actual thicknes constructed , as determined by field "R" value tests. No compensation other than that for the modified quantity, will be allowed foi changes to conform to a different thickness of structural sectioi from that shown on the Plans. I I ACCESS RAMPS AND DRIVEWAYS 3-5 CONCRETE CURBS, WALKS,GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS 3-5.1 General. The above items shall conform to the detail: shown on the Plans and included herewith and Section 303-5 of thc SSPWC as modified to permit the use of alternate rock material - Typi S as specified in Section 400 as modified herein and as Section 303-! is modified by the applicable portions of the Standard Specia' provisions relating to that Section and the following provisions: 303-5.1.3 Driveways. Driveways are to conform to Standard Drawinc No, 614 modified to a thickness of 7-1/2". 303-5.5.5 A1 1 ey Intersecti ons , Access Ramps , and Driveways. Finishing of access ramps (including pedestrian ramps) shall be as i ndi cated on reference drawi ngs. 303-5.9 Measurement and Payment. Curb and gutter and curb shall be considered as continuing across driveways and access ramps wher constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions. I I I I I I 1 1 E I I 1 3 -6 UNDERGROUND CONDUIT CONSTRUCTION 3-6.1 General. Modify Section 306 of the SSPWC to include the appl icable portions of the Standard Special Provisions re1 ating tc that Section, with the exception of revisions to Subsections 306-1.4.5 and 306-1.4.8, and the following: 306-1.3.4 Compaction Requirements. Delete Section 306-1.3.4 and replace with the following: "Trench backfill shall be densified to a minimum of 90 percent re1 ati ve compact ion. I' 306-1.3.5 Trench Resurfacing. Delete the last paragraph of Section 306-1.5.1 and replace with the following: "Payment for trench resurfacing shall be taken to be included within the appropriate item of work and no separate payment will be made t h ere f o re. 'I I- PART 111 - SPECIAL PROVISIONS Section 3 - Construction Methods -- 8 1 1 I I I I I 1 I I I 1 1 I I 3 -7 CURB INLETS, LOCAL DEPRESSIONS, CATCH BASINS, PIPE COLLAR, AN HEADWALLS 3-7.1 General. The above items shall conform to the requiremen of the Drawings, to Sections 303-1 and 303-2 of the SSPWC, and to th appl i cable Standard Drawings except as modified herein. For th purpose of this Section, Section 303-1 shall be modified to permi the use of alternate rock material - Type S as specified in Sectic 400 as modified herein. For the purpose of this Section, Section 303-1 and 303-2 shall also be modified to include the applicabll portions of the Standard Special Provisions relating to thos 3-7.2 Pipe Collar. Pipe collar shall be installed wher required by the Plans and shall conform to the City of Carlsba Supplemental Standard Drawing No. DS-5. The shape on the bottoi portion of the collar shall be as shown on Standard Drawing No. D-62. 3-7.3 Payment. Payment shall be made on the basis of th Contract Price Bid for each item and shall also include ful compensation for manhole frames and covers, reinforcing miscellaneous metal items, and pre-cast concrete sections, and a1 appurtenant items required to complete the work as indicated Payment for local depression, including abutting linear curb, shal be included within the Contract Price Bid for curb inlet. Paymen for pipe collar shall be included within the Contract Price Bid foi pipe and no additional allowance will be made therefore. I Sections and the following: 3-8 RIP RAP ENERGY DISSIPATER 3-8.1 General. Rip rap energy dissipater shall conform to tht rock class, dimensions, filter material, and type shown on the Plan: and shall be in accordance with the Standard Drawings, Section: 200-1.6 and 300.8 of the SSPWC as modified herein. 3-8.2 Measurement and Payment. Rip rap energy dissipaters wil' be paid for at the Contract Price Bid per cubic yard, complete and it place, in accordance with the Contract Documents or as directed bj the Engineer. The Unit Price Bid shall include full compensation foi furnishing all labor, tools, equipment, materials and incidentals anc for doing all Work involved in the construction including but not limited to earthwork, rock, filter material and fill, where required. 1 3-9 STREET SURVEY MONUMENTS 3-9.1 General. Street survey monuments shall conform tc Standard Drawing No. M-10 except that locations will be as shown or the Plans. Street survey monuments shall conform to Section 309 of the SSPWC as modified by those portions of the Standard Special Provisions relating to that Section, except that locations shall be as shown on the Plans. Page 43 268-02- 1 (w) .314.29 I PART IIX - SPECIAL PROVISIONS -- Section 3 - Construction Methods I 1 I I I: I 1 I 1 1 B I I I 1 I 3-10 STREET LIGHTING AND TRAFFIC SIGNALS 3-10.1 General. - Street lighting and traffic signal work shal conform to the Plans, Standard Drawings and requirements specified i, Section 307 of the SSPWC except as supplemented and modifiec herei naf ter . 3-10-1-1 Modify Section 307 of the SSPWC to include the applicablr portions of the Standard Special Provisions relating thereto and it conformance with references to the State of Cal ifornia Department 01 Transportation (CALTRANS) Standard Specifications , Section 86, an( requirements speci Fi ed hereinafter. 3-10.1.2 Supplement Section 307-1.2 of the SSPWC with thc addi ti onal requi rements of CALTRANS Standard Speci f i cati ons Secti or 3-10.2 Conduit. Replace Section 307-2.5 of the SSPWC witk CALTRANS Standard Specifications Section 86-2.05, except 1 iquidtight flexible metal conduit and intermediate steel conduit (IMC) shall not be used. 3-10.3 Bonding and Grounding. Metal water service piping shall not be used for grounding purposes. 3-10.4 Wiring. Supplement the requirements of Section 307-2.6 of the SSPWC with the additional requirements specified within the CALTRANS Standard Specifications Section 86-2.09. 3-10.5 Inductive Loops, Supplement the requirements of Section 307-4.9.3 with the additional requirements specified with the CALTRANS Standard Speci f i cati ons Secti ons 86-5.01A( 4) and 86-5.OlA( 5). TRAFFIC SIGNING, STRIPING AND PAVEMENT MARKINGS 3-11-1 General. Traffic signing, striping and pavement markings shall conform to the Plans; the State of California Traffic Sign Specifications; the State of California Department of Transportation Standard Specifications Sections 82, 84 and 85; and the State of California Department of Transportation Traffic Manual, all as supplemented and modified herein, 3-11.2 Signing. Traffic signing shall conform to the following requi rements. 3-11.2.1 General. The Contractor shall provide and instal 1 a1 1 final signs, markers and delineators at locations shown on the plans and speci f i ed herei n. I 86- 1.02. 3-11 I 268-02-1 ( W) .314.29 Page 34 PART 111 - SPECIAL PROVISIONS Section 3 - Construction Methods I I I I I 1 I I I I 1 I 1 I 1 I -- 3-11.2.2 Sign Materials. Signs shall conform to the currenl requirements of the State of California, Department of Transportatiot Traffic Sign Specifications specified herein with the change: i ndi cated. I "Specifications for Reflective Sheeting Aluminum Signs" Section Change 11.8.9 ' "Transportation Laboratory" shall be III.A.ll.a., 1I.C. considered changed to "Engineer" . "Property of State of California" and "Property State of Cali fornial' shall be considered changed to "Property of City of Carl sbad". III.C.l., IV. 1I.D. Contractor to obtain his own set of reduced detai 1 drawings. I' De p a r t me n t of Transportation 'I shall be considered changed to "Engineer". "City" . i nches. "Office of Business Management Warehouse" shall be considered changed to "Project Site". changed to "City of Carlsbad." manufacturer Is number. IV,II.E. "State" shall be considered changed tc ZII.B.l. Thickness of aluminum sheet shall be 0.063 IV. VI 0 "State of California" shall be considered 1I.C. Show the manufacturer's name instead of the "Specifications for Reflex Reflectors for Traffic Signs, Del i neators , and Warni ng Devi ces . I Sect i on Change A. Use center-mount design. G. "State of California" shall be considered changed to "City of Carlsbad". I 268-02-l(~) ,314-29 Page 45 I PAR:T 111 - SPECIAL PROVISIONS Section 3 - Construction Methods -- I I I 1 I I 1 I I 8 I I 1 3-11.2.3 Sign Post Materials. Sign posts shall be 2-7/8 inch O.D. SCH 10, 0.120-inch wall thickness, aluminum alloy, 6063-T6, clea anodized poles confirming to the requirements of ASTM B221. 3-11.2.4 Installation of Traffic Signs. Traffic signs shall b installed at the locations shown on the plans and as specifie herein. The signs shall be mounted on posts in accordance wit Section 56, "Signs" of the State Standard Specifications. A7 fastening hardware is to be provided by the Contractor. The sign post shall be set in a minimum 10-inch diameter by 2-foot 2-inch deep 500--C-2500 concrete footing. The post shall be se vertical at 2 feet behind the curb face, embedded a minimum of feet, 0 inches into the footing with 2-inch minimum cove. The sig post shall be long enough to mount the required sign at its prope height in accordance with the California Department o Transportation Is Traffic Manual. 3-11.2.5 Payment. A11 costs for final signing shall be included i the Lump Sum price bid for the various items of work as specified an no additional compensation will be allowed therefore. The contract0 is referred to Section 1-7.10.2. 3-11.3 Markers and Delineators. Markers and delineators shal conform to the materials and installation requirements specified i CALTRANS Standard Specifications Section 82. 3-1 1-3.1 Payment. Markers and delineators as indicated an required shall be paid for within the Lump Sump prices bid fo Traffic Control and/or Final Signing, each as appropriate, and n additional. compensation shall be allowed therefore. 3-11.4 Traffic Stripes and Pavement Markings. Traffic stripe and pavement markiings as indicated and required shall conform to th requirements specified in CALTRANS Standard Specifications Sectio 84, except: 1. The Contractor shall establish proposed control fo 2. The Contractor shall provide all materials required for 3, Delete all references to measurement and payment, 1 1 traffic striping for approval by the Engineer; execution of the work; and 3-11.4.1 Payment. Traffic stripes and pavement markings a indicated and required shall be paid for within the LUMP SUM price bid for traffic control and for final striping, each as appropriate and no additional compensation will be a1 lowed therefore. I B 268-02 -1 ( W) 3 14.29 Page 46 I PART 111 - SPECIAL PROVISIONS Section 3 - Construction Methods 1 8 I I Io I I I I I 1 1 I 1 I I O.C. I I 3-11.5 Pavement Markers. Pavement markers shall conform to th materials and install ation requirements of CALTRANS Standarl Specifications Section 85, except: 1. Submit Manufacturers' or Suppliers' Certificate o 2. Delete all references to measurement and payment. Compliance in lieu of sampling and testing specified, and 3-11.5.1 Payment. Pavement markers as indicated and required shal be paid for within the LUMP SUM prices bid for traffic control ani for final striping, each as appropriate, and no additiona compensat i on wi 1 1 be a7 1 owed therefore. 3-11.6 Traffic signing, striping and pavement marking shall b paid for at the Lump Sum prices bid and shall include applicabl labor, tools, equipment, materials and incidentals for doing all Worl in installing the traffic signing, striping and pavement markings. 3-12 SURVEYING 3-12.1 General. The Contractor shall provide the survey servicr required by Section 2-9.3 of the SSPWC as modified hereinbefore. Thc Work shall be performed under the supervision of a Registered Civi Engineer or Licensed Land Surveyor. The Engineer shall be furnishec with three sets of grade sheets. 3-12.2 Payment. No payment shall be made for this survey servicc and the cost of *all labor, materials and equipment required tc perform the Work shall be included within the appropriate bid item. 3-13 TIMBER BULKHEAD 3-13.1 General. Timber bulkhead shall conform to the Plans anc the materials and construction details specified herein. 3-13.2 Materials. Timber members shall be No. 2 Douglas Fii planks (Fb = 1250 psi) creosote treated in conformance with thc requirements of Section 204-2 of the SSPWC. Nails shall be 40r gal van1 zed. 3-13.3 Construction. Construct timber bulkhead to dimension: indicated. Nail bulkhead planks to vertical brace with 40d at 3-incl I 268-02-1 ( W) .3 14.29 Page 47 PART III - SPECIAL PROVISIONS Section 3 - Construction Methods -- I 1 1 I I D I 1 I 1 1 i 1 I 1 1 I 3-13.4 Installation, Install timber bulkhead in place with a1 joints tight and neatly fit. Backfill in place and compact backfil to 95 percent relative density in conformance with Section 300-3.5 o the SSPWC, 3-13.5 Payment. Timber bulkhead shall be paid for at the Una’ Price bid and shall include applicable labor, tools, equipment materials, backfill and compaction and incidentals for doing all wor 1 required. D 268-02-1(~) ,314.29 Page 48 I I I 1 I I I I I I I I I 1. I I I PART 111 SPECIAL PROVISIONS Section 4 A1 ternate Rock Products, Asphalt Concrete, Port1 and Cement Concrete and Untreated Base Materi a1 4-1 GENERAL Modify Sections 400-1 through 400-4 of the SSPWC to include the applica portions of the Standard Special Provisions relating to those Sectioi particularly as follows: 4-1 -1 Combined Aggregates, Add the following to Section 400- of the SSPr’’The exact percentage of asphalt to be included in mix shall be subject to the approval of the Engineer.” 4-1.2 Asphalt Concrete Berm, Asphalt concrete dikes (ber shall be Type A Section conforming to Standard Drawing No. G. Asphalt concrete shall conform to Section 400-4 of the SSPWC modified herein. The amount of asphalt binder used shall increased one percent by weight of the aggregate over the amount asphalt binder used in the asphalt concrete placed on the trave 4-1 -3 Measurement and Payment. Asphalt concrete dikes (ben will be paid for at the Contract Price Bid per linear foot (measu in the horizontal plane) of such dike installed in accordance w the Contract Documents or as directed by the Engineer. The Unit Price Bid shall be considered to include full payment a1 1 materials, labor, equipment and incidentals, including tack co required to construct the dike (berm) in accordance with the Contr I way o 1 Documents. 268-02-1(~).3i4.30 Page 4 I I I 1 I I 1 IC I I I 8 I I 1 I I I PART IV SUPPLEMENTAL SPECIAL PROVISIONS SECTION 1 COSTA REAL MUNICIPAL WATER DISTRICT 4-1.1 General. Procedural Documents, General Provisions an Speci a1 Provisions govern the work herei n. Where requi rement specified within the Special Provisions are at variance with th requirements specified herein, these Supplemental Special Provision shall govern. 4-1.2 Earthwork (Water Mains), 4-1.2.1 General. 4-1-2.1. 1 Earthwork. Earthwork shall consist of performing a1 operations to clear, grub, excavate, backfill, and remove and replac pavements for the installation of pipelines and appurtenances Earthwork shall include the removal of water and a71 materials o what ever nature ,, 4-1.2.1.2 Scope of Work. The Contractor shall provide all labor materials, tools, and equipment necessary to complete all of th earthwork as required, Excavation shall include the removal of wate and a17 other unsatisfactory material of whatever nature and shal include the clearing of sites for construction, 4-1.2.1.3 Earthwork and Repairs in City, County and Stat Rights-of-way shall be done in accordance with requirements an provisions of the permits issued by those agencies in addition to th requirements of these Supplemental Special Provisions. If a permi is not required, earthwork and repairs shall conform to the standard of the agency in whose right-of-way the work is done, in addition t the requirements of these supplemental Special Provisions. 4-1,2.1.4 Relative Compaction. Relative compaction specifie herein shall be a percentage of the maximum density at optimu moisture content as determined in accordance the latest revision o California Test Method No. 216, ASTM Designation No. 01557. (Note in Method C applicable only if the percentage of plus 3/4-inch (3/4" material is greater than ten percent (10%) by weight of the origina 1 sample.) 268-01-1(~) .314#2.2 Page 1 I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS Section 1 - Costa Real Municipal Water District 4-1.2.1.5 - Safety Precauti ons. All excavations shall t performed, protected, and supported as required for safety and in ti manner set forth in the Operation Rules , Orders , and Regulatior prescribed by the Division of Industrial Safety of the State c California. Barriers shall be placed at each end of all excavatior and at such places as may be necessary along excavations to warn a1 pedestrian and vehicular traffic of such excavations. Lights shal also be placed along excavations from sunset each day to sunrise ti next day until such excavation is entirely refilled. 4-1.2.1.6 Blasting. Blasting for a19 excavation will b permitted only after securing approval of the gistrict and only whe proper precautions are taken for the protection of persons an property. The hours of blasting will be fixed by the District. An damage caused by blasting will be repaired by the Contractor at hi expense. The Contractor's method of blasting and procedures shal conform to State laws and local ordinances. Precautions should b taken to post signs warning operators of radio equipment to st0 transmitting in any area in which blasting operations are in progess The Contractor shall also obtain permission from the Fire Departmen in whose jurisdiction the blasting is taking place. The following precautions shall also be taken: 1, Electric blasting caps should not be transported in cars wit two-way radios. 2. Electric blasting caps should be transported in their origina containers and none should have their wires extended. 3. All cars with two-way radios while within 300 feet (300') of an. electric blasting operation should have the transmitter turne off. 4. Only a non-electric blasting method such as blasting cap and fus or primacord with blasting cap and fuse should be permitted i within two (2) miles of a commercial broadcasting station. 5. A falling pin seismograph shall be employed by the Contract0 during bl asti ng as di rected by the District . 4-1.2.1.7 Obstructions. The Contractor's attention is directe to the possible existence of pipe and other underground improvement. which may or may not be shown on the plans. The Contractor shal' preserve and protect any such improvements whether shown on the plan! or not. Such improvements, in order to prosecute the work, shall bc removed, mai ntai ned and permanently rep1 aced, each as appropri ate, b! the Contractor at his expense. The Contractor's attention i! directed to General Provisions, Section 19 for additiona' requi rements . I I I I I I 1 1 I I I I I I 1 I I I 268-01-1 (w) .314#2.2 Page 2 PART IV - SUPPLEMENTAL SPECIAL PROVISIONS Section 1 - Costa Real Municipal Water District 4-1.2.1.8 - Excavat i on in County Ri ght -of -Way. Excavat i on with the right-of-way of the County of San Diego . ' shall done in accordance with requirements and provisions of the permi issued by the County of San Diego for the construction within the right-of-way. Such requirements and provisions, where applicabl shall take precedence and supersede the provisions of the 4-1.2.1-9 Excavation in City of Carl sbad Right -of -Wa Excavation within the right-of-way of the City of Carlsbad shall done in accordance with requirements and provisions of the permi issued by the City of Carlsbad for the construction within the right-of-way. Such requirements and provisions, where applicabl shall take precedence and supersede the provisions of the Supplemental Special Provisions, 4-1-2.2 Materials and Uorkmanship. 4-1.2.2.1 Clearing ahd Grubbing. All brush, roots, vegetatio rubbish, debris, and other deleterious material shall be removed a disposed of so as to leave the construction site clean and neat. 4-1.2.2.2 Trench Excavation. Trench excavati on for pi pel i ne fittings, val ves and appurtenances shall be as fo71 ows : Minimum trench width shall be: I I I I B I 1 1 I 1 1 I I I I Supplemental Special Provisions, I i 1 Nominal Inside Pipe Diameter Trench Width 4" through 12" Outside diameter plus 12" 14" through 24" Outside diameter plus 16" 27" through 36" Outside diameter plus 20" - Where shoring olr encasement is required, trench widths shall 4-1.2.2.2.1 Trench Depth Trench depth shall be adequate accommodate the pipe and its foundation at the profile shown on t plans. In the absence of such profile grade, the top of pipe grac shall be located four feet (4') below the street finish grade or fi? feet (5') below existing ground at the pipe location, whichever 4-1,Z.Z.Z.Z Pipe Subgrade. Pipe subgrade at the trench bottom sha have a flat or semi-circular cross section. The bottom of the treni for steel pipe shall be graded and prepared to provide a firm ai uniform bearing throughout the entire length of each joint except fi required "bell holes" at joints. Pipe shall not be laid on ear mounds. Asbestos-cement couplings shall not rest on the trenc bottom , 1 increased accordingly. i 1 ower. 268-01-l(~) .314#2.2 Page 3 1 PART IV - SUPPLEMENTAL SPECIAL PROVISIONS Section 1 - Costa Real Municipal Water District 4-1.2.2.2.3 Foundations In Poor Soil. Foundations in poor soi shall be constructed by removing a71 soft, spongy, and deleteriou materials below pipe bottom grade to a depth determined by th District's Representative. The void shall then be backfilled to pip grade with sand compacted to a minimum relative compaction of 9 percent (90%). The replacement of unsound materials to a depth a directed by the District below bottom of pipe grade shall b considered part of' the work. 4-1.2.2.2.4 Foundations In Rock. Foundations in rock shall b constructed by removing rock a minimum depth of six inches (6") belo bottom of pipe grade and backfilling with sand compacted to a minimu relative compaction of 90 percent (90%). 4-1.2.2.2.5 Correction of Faulty Grades. All excavations Carrie below pipe grade shall be backfilled to proper grade with san compacted to a minimum relative compaction of 90 percent (90%). 4-1.2.2.3 Backfill. All trenches and excavations shall b bac kf i 7 1 ed after pipe, fittings , val ves and appurtenances have bee installed. 4-1.2.2.3.1 Procedure In Pipe Zone. The pipe zone shall b considered to extend from the bottom of the excavation to twelv inches (12") above the top of the pipe. Backfill material in the pipe zone shall be sand, Sand shall be fre from foreign materials such as dirt, rocks, sticks, vegetation, etc. and shall be so graded that not more than ten percent (10%) by weigh shall pass a No, 200 sieve. With prior approval of the Distric Representative, select native material may be substituted for san when the native materials are of a uniform granular nature and fre from stones, clods or other deleterious materi a1 s. Backfill shall be placed in layers simultaneously on each side of th pipe for the full width of the trench. Sand may be placed an compacted in layers up to twelve inches (12") in compacted thickness A11 other material shall be placed and compacted in layers no exceeding six inches (6") in compacted thickness, In placing an compacting the backfill, particular attention is to be given to th underside of the pipe and fittings to provide a firm support alon the full length of the pipe. Care shall be exercised in backfillin to avoid damage to any pipe coating. I I I I 1 I I I I 1 I I I I I I I I 268-01-1 (w). 314#2.2 Page 4 PART IV - SUPPLEMENTAL SPECIAL PROVISIONS I I I I I I I I I I I I I I I B I Section 1 +- Costa Real Municipal Water District 4.1.2.2.3.2 Procedure Above Pipe Zone. From the top of the pip zone to the ground surface or finish grade, the material for backfil shall conform to that specified for the pipe zone except that it ma contain stones up to six inches (6") in diameter but shall be s graded that at least 40 percent (40%) of the material passes a No. sieve. The coarser materials shall be well distributed through06 the finer materi a'l . Backfill material shall be placed in layers of a thickness which cz be compacted throughout to the specified density with compactic equipment which wjll not damage the pipe and fittings. 4-1.2.2.3.3 Compaction. All backfill shall be compacted throughoi by tamping or water settling to minimum relative compaction of I percent (90%) or to the density required by the agency in whos right-of-way the work is located, whichever is more restrictive. 4-1.2.2.3.3a Tamping Method. Backfill material shall be placed i uniform layers of the thickness specified above. The moistur content of the backfill material shall be near or at the optimi required for compaction and each layer shall be tamped unti compacted to the required minimum relative compaction. Heavy-dut compacting equipment having an overall weight in excess of 125 pounc shall not be used until backfill has been completed to a depth of t\r feet (2') over the top of the pipe. 4-1.2.2.3.3b Water Settling Method. This method may not be us€ when in the opinion of the District's Representative: 1) the backfill material is not sufficiently granular I 2) the adjacent soils are not sufficiently pervious to permit tf 3) consolidate properly by this method, water to drain away, or adjacent soils or nearby structures may be damaged. I In the pipe zone, the backfill material shall be placed in unifoi layers of the thickness specified above. At the top of each layei the trench shall be diked at suitable intervals depending upon tt slope, and the trench between dikes shall be filled with sufficier water to inundate the backfill materials. The backfill materii shall then be agitated to promote its consolidation. Care shall I exercised to prevent floating the pipe. I Page 5 268-01-1 (w) .314#2.2 I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS Section 1 - Costa Real Municipal Water District Following backfilling of the pipe zone, the trench shall be diked a suitable intervals depending upon slope, and the trench between dike shall be filled and maintained with sufficient water so that backfil matzrials subsequently placed will be inundated during and followin placement. The water level shall be controlled to prevent floatin of the pipe. Backfill materials above the pipe zone shall be place in the water-filled trench in uniform layers not exceeding 18 inche (18") in thickness, 4-1.2.2.4 Excess Excavated Material. The Contractor shall mak the necessary arrangements for and shall remove and dispose of a1 excess excavated material. In open terrain, surplus material may b disposed of within the right-of-way by spreading, providing tha rocks or lumps which cannot be readily covered by spreading ar removed. 4-1.2.2.5 Final Clean-up. After backfill has been completed, th right-of-way shall be dressed smooth to the contour of the origina ground and left in a neat and presentable condition, free of a1 cleared vegetation, rubbish and other construction wastes. Rocks an lumps which cannot be readily covered by spreading shall be haule away and disposed of by the Contractor. On slopes where, in th opinion of the District Is ilepresentative, rainfall runoff woul create an erosion problem, the Contractor shall excavate a approximately 100-foot (100') intervals V-type interception ditche to collect and carry runoff to the low side of the right-of-way. Th interception ditches shall be approximately one-foot (1 * ) deep an shall be skewed approximately 45 degrees (45") with the centerline o the ri ght -of -way. 4-1 , 2 , 3 Payment. Payment for earthwork, trenching and backf i 7 associated with construction of water system facilities shall b included within the appropriate item of work and no additiona payment will be made therefore. I I 1 I 1 I I I I I I I I 1 I I I I Port1 and Cement Concrete. - 4-1.3 4-1.3.1 General. The Contractor shall furnish all labor materials, tools and equipment for the construction of plain an reinforced concrete as shown on the plans and herein specified, 4-1.3.2 Mat e r i a 1 s and Wo r kma n s h i p , 4-1.3.2.1 Cement. Cement shall be Portland Cement Type 11 conforming to ASTM Designation C150. 4-1,3,2.2 Aggregates. All aggregates used in grout, mortar, an in concrete shall conform to the Special Provisions, The maximu nominal size of coarse aggregate shall be 1-1/2 inches (l-l/Z"). 268-01-1 (w) .314#2.2 Page 6 I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS Section 1 -. Costa Real Municipal Water District 4-1.3.2.3 -- Water. Water used shall be of potable quality. 4-1.3.2.4 - AdmTxtures. Admixtures to prevent segregation and t improve workability or to accelerate the setting of the concrete wil be permitted provided the admixture proposed shall first be approve in writing by the District's Representative, and the proportions a the admixture to be used shall be fixed by the District' 4-1.3.2.5 - Strength Requirements. All concrete shall b proportioned to attain a minimum cylinder strength of 3,250 psi in 2 days unless designated by class. The compressive strengths are to b determined in accordance with ASM Designation No. C39. Not les than six (6) sacks of cement shall be used per cubic yard, I concrete as shown on the plans is designated by class, said concret shall conform to the Special Provisions. 4-1.3.2.6 Proportioning. The exact proportions of the concret ingredients shall be established by a material testing laborator approved by the District Is Representative. The Contractor shal notify the District Is Representative of his proposed source o aggregate and submit proposed mix design in sufficient advance tim to permit the review and approval of the design of the mix Aggregates shall be proportioned by weight. Cement shall b proportioned by the sack or by weight. 4-1.3.2.7 Mixing. The cement, sand and coarse aggregates shal be so mixed and the quantity of water added shall be such as tc produce a homogeneous mass of uniform consistency. Each mixture use( shall be of the batch type and be of a design to ensure uniforr distribution of a77 the materials throughout the mass during thi mixing operation when operated at the speed and capacity recommendel by the manufacturer, and the mixer shall be so operated, Each mixei shall be so constructed that the District Is Representative car conveniently observe the consistency and uniformity of the concreti in the mixer during the operation. Only sufficient water shall be used in mixing any class of concretl to produce a workable mass suitable for the particular type o construction involved. Water shall be added prior to or during thl mixer charging operation. The mixing of each batch after a1 materials have been placed in the mixer shall continue for not les than 90 seconds for a stationary mixer smaller than two (2) cubic yards in capacity and for not less than two (2) minutes for a larger stati onary mixer. If transit mix concrete is used, the mixing time shall not be les: than three (3) minutes for each cubic yard of capacity. The mixture shall be continuously agitated until all of the concrete has beer 1 I I I I I 1 1 i 1 I 1 I I I I I I i Representative. 268-01-l(~) .314#2.2 Page 7 1 PART IV - SUPPLEMENTAL SPECIAL PROVISIONS Section 1 -- Costa Real Municipal Water District discharged from the mixer drum. The total elapsed time between th introduction of water to the batch and deposition the complete mix i the forms shall !not exceed 60 minutes for concrete mixed in transi mixers. The manufacturer's guaranteed capacity of the drum shall no be exceeded. 4-1.3.2.8 Plac- Concrete shall be placed only in the presenc of the Distx s Representative and not until all formwork reinforcement, installation of items to be embedded, and preparatio of concrete surfaces to be bonded have been inspected and approved b him. Concrete surfaces on or against which other concrete is to be place shall be thoroughly cleaned of surface laitance and clean aggregat shall be exposed. Abrasive blast cleaning may be required. Each concreting operation shall be continuous until the placing i the course, section or monolith is completed. Fresh concrete shal not be permitted to fall from a height greater than six feet (6' without the use of adjustable length pipes or "elephant trunks." In order to assure that there will be no interruption in SUC continuous placing, the Contractor shall have available standb concrete mixing equipment ready for use in case of breakdown, or h shall make arrangements , satisfactory to the District ' Representative, with the supplier of the concrete, if transit mi concrete is being used, so that the District's Representative may b assured that once placement is started, it can be completed withou interruption. The vibrating equipment, including standby equipment shall be at the site and tested in the presence of the District' Representative during the day preceding the pl anned day of placement . Appropriate mechanical vi brati on shall be used in placing concrete t eliminate stone pockets and voids, to consolidate each layer wit that previously placed, to completely embed reinforcing bars an other embedded items, and to bring just enough fine material to th faces of top and exposed surfaces to produce a smooth, dense and eve texture. Vibrators shall be of the high-frequency internal type an the number in use shall be ample to consolidate the incoming concret to a proper degree within 15 minutes after it is deposited in th forms. In all cases, at least two (2) vibrators shall be availabl at the site. The use of external vibrators for compacting concret will be permitted when the concrete is otherwise inaccessible fo adequate compaction, provided the forms are constructed sufficient1 rigid to resist displacement or damage from external vibration an the vibrators are approved by the District's Representative. I 1 I I I I I I I 1 I 1 1 I I I I I 268-01-1(~).314#2.2 Page 8 PART IW - SUPPLEMENTAL SPECIAL PROVISIONS I I I I I I I I I 1 I I I 1 1 1 I I I Section 1 -' Costa Real Municipal Water District 4-1.3.2.9 Forms. All forms shall be smooth, mortar-tight, trui to the required lines and grades, and of sufficient strength t resist any appreciable amount of springing out of shape during th placing of concrete. All foreign matter shall be removed from form before concrete is placed therein. Forms previously used shall b thoroughly cleaned before re-use. Prior to placing concrete, a1 forms shall be oiled with a high penetrating form oil which leaves nl film on the surface that can be absorbed by the concrete Immediately prior to placing concrete, a1 1 forms shall be thoroughl. wetted . Forms shall not be removed until the concrete has hardenel sufficiently to safely support its own weight and possibl construction loads. Forms supporting concrete members which arl subject to direct bending stress shall not be removed or struck unti concrete test cylinders show that a strength of not less than 2,50 psi in compression has been attained. In no case, however, shal forms be removed or released prior to the expiration of 48 hour following placing of the concrete. Forms for all surfaces which will not be completely enclosed o hidden below the final surface of the ground shall be made o surfaced plywood. Insofar as practicable, forms shall be SI constructed that the form marks will conform to the general lines o the structure. A11 sharp edges shall be chamfered with one-inch b. one-inch (1" x I.") triangular fillets. Form clamps and ties with effective water stops shall be used tl maintain accurately the specified wall thicknesses. These ties shal be either of the threaded or snap-off type so that no metal will bl left within 1-1/2 inches (l-l/Z") of the surface of the wall. Thl use of twisted wire ties will not be permitted. 4-1.3.2.10 Openings. Pipe sleeves, inserts for pipe connections anchors, and forms for pipe holes must be accurately placed an1 securely fastened to the forms in such a manner that the placing o concrete will not alter their alignment or location. 4-1.3.2.11 Joints. Construction joints shall be made only wherc shown on the plans unless otherwise approved by the District" Representative. In case of emergency, construction joints shall bc placed as directed by the District's Representative. After the pour has been completed to the construction joint and thc concrete has hardened, the entire surface of the joint shall bc thoroughly cleaned of surface 1 aitance and clean aggregate shall bc exposed by abrasive blast cleaning. Wire brushing and air and water jets may be used while the concrete is fresh, provided results equa to abrasive blast cleaning are obtained. 268-01-1(~) . 314#2.2 Page 9 1 PART HV - SUPPLEMENTAL SPECIAL PROVISIONS Section 1 - Costa Real Municipal Mater District Construction joints shall be keyed. Keyways shall be formed beveled strips cr boards placed at right angles to the direction shear. Except where otherwise shown on the plans or specifie keyways shall be at least 1-1/2 inches (1-1/2") in depth over least 25 percent (25%) of the area of the section. When it is necessary to make a joint because of an emergenc reinforcing steel shall be furnished and placed across the joint directed by the District Engineer. Furnishing and placing su reinforcing steel shall be at the Contractor's expense and no payme] wi 7 1 be made therefor. 4-1.3.2.12 Curing. Except as described below, all newly placl concrete shall be kept wet by the continuous application of water f the first seven (7) days after the concrete has been placed. Concrete surfaces which will be below ground after backfilling a minor structures, such as pipe headwalls, pipe anchor blocks, cat basins, and the like, may be cured by the application of pigment curing compound. The curing compound shall meet the specificatio of AASHTO Designation M-148 Type 11, White Pigmented. Applicati shall be done with hand-spraying equipment in a manner satisfacto to the District's Representative. Surfaces to be cured by tl pigmented curing compound method shall be kept moist or wet until tl curing compound is applied, and the curing compound shall not applied until all patching or surface finishing has been complete! The pigmented curing compound shall not be applied to the surfaces c construct ion joints or on reinforcing steel. 4-1.3.2.13 Surface Finishes. During the placing of concrete, car shall be taken in vibrating or other consolidating of the concrete t ensure surfaces of even texture, free from voids. Immediately aftc the forms have been removed, a71 form bolts shall be removed to minimum depth of 1-1/2 inches (1-1/2") below the surface of tk concrete. All holes and depressions caused by the removal or cuttir back of such form bolts shall be cleaned and filled with cemer mortar composed of one (1) part by volume of cement to two (2) part of sand. The mortar shall contain sufficient white cement to tir the mortar to the shade of the surrounding concrete. Care shall t exercised to obtain a good bond with the concrete. All rock pockets and honeycomed areas shall be repaired by chippir back to solid concrete and filling the resulting space in the san manner as specified for bolt holes. This work shall be don immediately following the removal of forms. If, in the judgment o the District's Representative, voids are of such an extent o character as to affect the strength of the structure materially or t endanger the life of the steel reinforcement, he may declare th concrete unacceptable and require the removal and replacement of tha portion of the structure. I I I I I 1 I I 1 I 1 I 1 I I 1 I 1 268-01-1 (w) .314#2.2 Page 10 i PART IV - SUPPLEMENTAL SPECIAL PROVISIONS Section 1 - Costa Real Municipal Water District Except for surfaces which are to be buried, all fins and othe projections shall be removed and the surfaces shall be brushed wit stiff wire brushes or otherwise finished until a uniform color ha been obtained. The use of carborundum stones may be required t remove unsightly bulges or discolorations. The object of thes operations is to obtain smooth, even surfaces of uniform appearance free from unsightly bulges or depressions due to form marks and othe imperfections. The Contractor's attention is called to the fact tha the degree of care exercised in building forms and the character o materials used in fonwork are the main factors affecting the amoun of finishing which will be required. All flat work shall be finished and worked from the poured slab an floated and steel troweled to a smooth, hard finish. 4-1.3.2.14 Reinforcement . Reinforcing bars shall be deforme bi 11 et -steel bars for concrete reinforcement conforming to AST Designation: A615, Grade 40 or 60, as indicated, or low alloy stee conforming to ASTM Designation A706. The various grades of steel ma not be used interchangeably in structures. Bars shall not be bent or straightened in a manner that would injur the material. Hooks shall conform to the Manual of Standard Practic of the American Concrete Institute. Main reinforcing bars shall not be spliced except as shown on th plans. Splices at points of maximum stress shall be avoided. Wher bars are spliced, they shall be lapped at least 30 bar diameters an wired together to provide a minimum distance of two inches (2" between the splice and the nearest adjacent bar or surface of th concrete. Splices shall be staggered at least 40 bar diameters. Metal reinforcement shall be accurately placed as shown on the plan and shall be securely held in position by wiring at intersection with No, 16 or larger wire and by using supplemental reinforcing o approved spacers. The minimum spacing center to center of paralle bars shall be three (3) times the diameter, but in no case shall th clear distance between bars be less than two inches (2"). All bar shall have a clear coverage of 1-1/2 bar diameters but not less tha one inch (1") measured from the surface of the concrete to th outside of the bar. For formed surfaces to be in contact with soil minimum cover shall be two inches (2"). For concrete placed agains earth, minimum cover shall be three inches (3"). Metal supports ma be used provided no portion of the support extends to within 1-I/ inches (1-1/2") of the surface of the concrete. Wooden support shall not be used. Wire mesh used for- reinforcement shall be rolled flat before placin concrete and shall be supported and tied to prevent movement durin concrete placement, Mesh shall conform to ASTM Designation No, A185. 268-01-1(~).314#2.2 Page 11 I I 1 1 1 I I I 1 I I 1 1 1 I I 1 I 1 PART IV - SUPPLEMENTAL SPECIAL PROVISIONS Section 1 -- Costa Real Municipal Water District Reinforcement, at the time concrete is placed, shall be free fro rust, scale or other coatings that would destroy or reduce the bond. 4-1.3.2.15 Rubber Waterstops. Materials, fabrication, and splice shall conform to the Special Provisions. Stops shall be firm1 supported during concrete placement to prevent dislocation and t insure that ends remain at right angles to the construction joints. 4-1.4 Asbestos Pipe. 4-1.4.1 General. Pipe and fittings shall conform to the AWN C400-80 (R86 or latest revision) specifications, "Asbestos-Cemen Pipe, 4-16 Inches for Water" and couplings, Pressure Class 150 c Class 200, as designated on the plans. 4-1.4.2 Asbestos-Cement Pipe 4-1.4.2.1 General. Where water mains shall be asbestos-cement installation shall include all pipe fittings and thrust blocks valves, and other service facilities and shall be installed a specified hereinafter. All pipe shall be carefully handled an stored to prevent damage and Contamination. Fittings fo asbestos-cement pipe, including tees, crosses, plugs, bends, an adapters, shall be cast-iron or ductile-iron. Other fittings, a required, shall be provided for the various types of pipe connection as indicated and as hereinafter specified. 4-1.4.2.2 Quality. Asbestos-cement pipe shall be of the clas shown on the plans, as manufactured by Johns-Manville Company Certain-Teed Corporation, Capco or approved equal. Each couplin sleeve shall be tested to a hydrostatic pressure equal to four (4 times the recornended maximum operating pressure; and each length o pipe tested to three and one half (3-1/2) times the recommende 4-1.4.2.3 Couplings and Adapters. Couplings or sleeves shall b of a type recornended by the manufacturer of the pipe furnished. Adapters shall be of a type approved for this particular work by th pipe manufacturer and the District Engineer. 4-1.4.2.4 Cast Iron Fittings. Cast-iron fittings shall confor to the specific:ations of AWWA/ANSI CllO/A21.10-82 (or lates revision). They shall be of the type required for the type of pip used and shall be cement mortar lined in accordance with AWWA/AN5 C104/A21.4-85 (or 1 atest revi si on ) . 1 I I I I I I I I I I I I I 1 1 1 1 maximum operating pressure. 268-01-1 (w). 314#2.2 Page li PART IV - SUPPLEMENTAL SPECIAL PROVISIONS I I I 1 II I I I 1 I I I I I 1 I I 1 Section P - Costa Real Municipal Water District Be17 ends of fittings for use with asbestos-cement pipe shall be cas' or machined to meet the dimensions and tolerances recommended by thl manufacturer of the pipe approved for use on the project. The ring groove and all interior surfaces of the bell shall be smoot, and free from ridges, notches, or uneven surfaces. g Pipe, Pipe of the various types and size indicated sha 1 be furnished and installed in accordance with thl drawings. Proper and suitable tools and appliances for the safe an1 convenient handling and laying of the pipe and special fittings shal be used. All pieces shall be carefully examined for defects and n piece shall be laid which is known to be defective. If any defectiv piece should be discovered after having been laid, it shall b removed and replaced with a sound one in a satisfactory manner by thl Contractor at his own expense. The pipes and special fittings shal be thoroughly cleaned before they are laid, shall be kept clean unti they are accepted in the completed work, and when laid shall confon accurately to the lines and grades given by the Engineer. Open end shall be plugged when work is stopped for the night or for any othe reason. Special care shall be exercised to avoid leaving bits o wood, dirt and other foreign particles in the pipe. If any suc particles are discovered before the final acceptance of the work they shall be removed and any damaged or otherwise unsuitable pipe valves and fittings replaced, as required by the District Engineer at the Contractor's expense. Pipe delivered to the site and subjected to excessive periods of dus or any other objectionable contamination before being placed in th trench shall be cleaned by air hose or other satisfactory method then swabbed thoroughly with a chlorine solution of a strengt satisfactory to the District Engineer. The pipe shall then be hose out with pure water. Where the objectionable contamination might b injurious to health, the pipe so contaminated will be rejected an the Contractor shall remove same from the site. 4-1,4.2.6 Bedding of Pipes. Shall be in accordance with thes Supplemental Provisions for earthwork, Section 4-1.2. Bedding shal be on an even grade and of good alignment, with continuous bearing o the bottom of the trench. Excavation shall be made for collars o bells. I Fn 4-1,4.2,5 268-01-1(~).314#2.2 Page 13 1 PART IV - SUPPLEMENTAL SPECIAL PROVISIONS Section 1 - Costa Real Municipal Water District 4-1.4.2.7 Abestos-Cement Pipe. Shall be laid in the trench trr to line and grade and shall be uniformly and continuously supportc upon the bottom of the trench for the entire length of each sectioi Jointing shall be accomplished by placing the sleeve and rubber rim or rings, over the exposed end of the last section of the pipe laic then, placing the section of pipe in place and pulling the sleeve ai rings over the joints by a means approved by the District Engineei The ends of the pipe sections shall be separated by a space of ni less than one-eighth of an inch (1/8"), and not more than one-quart1 of an inch (1/4"). After the coupling has been pulled into placi the location of the rubber rings shall be checked by a metal gauge, Joints between asbestos-cement pipe and cast-iron or steel pipe sha be made by using Smith-Blair Type 431 or Romac Style 501 adapter! flanged coup1 ing adapters, or approved equal. Changes in hori zontal and vertical a1 i gnment shall be made whenevc possible by deflecting each joint a maximum of two degrees (2") fl factory belled pipe and a maximum deflection of four degrees (4") fc unbelled pipe. Joints of less than 6'6" lengths shall not be USI for this purpose unless special approval is given by Distric Engineer. Milled over-all short lengths (MOA'S) shall be used on for making closures and at fittings and gate valves, subject to tl requ i rements of Section 4-1.4.6. Reference a1 so Section 4-1.4 regarding use of polyvinyl chloride (PVC) pressure pipe for MOA pipi Cast-iron fittings shall be used for all bends where deflectic exceeds maximum deflection as stated above, The pipe shall be well bedded for its entire length between fi hydrants and/or valves and/or fittings. Ample room shall be le around all fittings and valves for ease in inspection to insure th the fittings and valves do not support the pipe. The Contract1 shall back all dead-ends and fittings with concrete thrust ai support blocks and anchors as indicated and/or as directed by t District Engineer. Contractor shall install a minimum of 3' section of pipe and a maximum of 6'6" section of pipe into a fittings. In a short section of pipe between two fittings, coupling shall be installed. Flanges shall be firmly bolted with machine, stud or tap bolts of t proper size as specified in these Supplemental Special Provisions f Steel Pipe, Section 4-1.5. 4-1.4.2.8 Concrete Thrust Blocks of an adequate size and ma shall be poured at all changes in direction or reduction in size resist thrust in either direction. The concrete shall be 5-sack m (2000 psi in 28 days) and shall conform to these Supplemental Speci Provisions for Portland Cement Concrete, Section 4-1.3. The thru blocks shall completely fill the space between the fittings and t trench wall. At all bends or angles, the concrete shall be poured the top of the fitting. Concrete shall not be placed in dire contact with the AC pipe adjacent to the fitting. 268-01-1(~) .314#2.2 Page 1 1 I 1 I I I 1 1 I I c I 1 E I I u I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS 1 I 1 1 I I I I 1 I I I I I I 1 I I 1 Section 1 -' Costa Real Municipal Water District 4-1.4.2.9 - Location Tape Installation. See Section 4-1.6, Valve and Hydraulic Spec:ialties, regarding location tape installation. 4-1.4.3 - Earthwork. All earthwork shall conform to thes Supplemental Special Provisions for Earthwork, Section 4-1.2. 4-1-4.4 - Connection to Existing Mains. Before work of an nature is begun which would interfere with the operation of th existing main, the Contractor shall have on hand at the site of th work all of the materials necessary for the orderly and uninterrupte prosecution of the work. The Contractor shall make the necessar arrangements with the District and the District's Representative fc any shutdown and give ample notice of the period for which th shutdown is required to be scheduled. The opening and closing of a1 valves shall be done in the presence of the District' Representative. The Contractor shall obtain an Encroachment Permi from the District prior to making a connection. 4-1.4.5 Field Testing and Sterilization. The Contractor shal provide temporary blocking, plugs, flanges, etc., as may be necessar to field test and sterilize the pipes. The limdt of testing ar sterilizing required shall be at points of connection to existir pipelines, All testing and sterilization shall conform to thes Supplemental Special Provisions for Testing and Sterilizatior Section 4-1.8. 4-1-4.6 Prohi bition of Field Cutting. Field cutting c asbestos cement pipe will not be permitted. Where adjustments c pipe 1 engths are requi red , closure coup1 i ngs as manufactured t Certainteed Corporation, or approved equal, may be utilized. 4-1.4.7 Spec:ial Use of Poly-vinyl Chloride (PVC) Pressure Pipe: The Contractor shall be permitted to utilize "Poly Vinyl Chloric (PVC) Pressure Pipe, 4-12 Inches for Water" per C-900-81 (or late5 revision) as herein modified in lieu of asbestos cement pipe as SE forth in this section of the Standard Specifications for "mille over-all" (MOA) pipe sections. This general approval shall t limited for use of PVC to "milled over-all" (MOA) pipe sections maximum of 6'6" pipe lengths. PVC pipe sections for MOA use shall t supplied with outside diamaters compatable with those of adjoinir asbestos cement pipe. Such PVC pipe sections shall be "Tuf-Link" z manufactured by J,M. or approved equal. Where otherwise shown ( approved plans or with written approval by the District Engineer, P\ pipe may be utilitized for specific applications such as crossin! under sewer mains I, 268-01-1(~) .314#2.2 Page l! 1 PART IV - SUPPLEMENTAL SPECIAL PROVISIONS Section 1 -’ Costa Real Municipal Water District Measurement and Payment. Payment for asbestos cemen waterline will be made at the appropriate contract unit price bid pe lineal foot, complete and in place, in accordance with the contrac documents or as directed by the Engineer. The unit price shall include full compensation for furnishing a1 labor, tools, equipment, materials and incidentals and for doing a1 work involved in the construction of such water main. The unit pric shall include but shall not be limited to the cost, in place, a pipe, couplings, fittings, joints, wire or tape, thrust restraints earthwork and the cost of all testing and disinfection, connection to existing lines unless otherwise specifically noted to be part a another bid item, all certifications, pavement removal an rep1 acement , and cleanup and no additional compensation wi I1 b allowed therefore. Measurement will be made in a horizontal plane along the longitudina axis of the water main. No deduction in length will be made fa valves or joints, Where intersecting water mains are constructe under this project the measurements for each leg shall extend to th center1 ine intersections. - 4-1.4.8 1 I I I I I I 1 4 I I 1 1 1 1 1 I I 268-01-1 (w) .314#2.2 Page 16 1 PART IV - SUPPLEMENTAL SPECIAL PROVISIONS SECTION 1 -- Costa Real Municipal Water District Steel Pipe - 4-1-5 4-1.5.1 -- General. Pipe and fittings shall conform to th specifications for steel pipe and fittings. 4-1.5.2 Welded Steel Pipe. 4-1.5.2.1 Quality Of Steel. Steel plates or sheets used in tt manufacture of the pipe shall conform to the physical properties c American Society for Testing Materials Specification A283 Grade "G (for plates) or Specification A570 Grade "30" (for sheets), both o the latest revision. The plates or sheets shall conform to the gauge or thickness shown o the plans, said gauges being in accordance with Manufacturer' Standard Gauge Table and having a definite thickness equivalent fo each gauge number (see American Iron and Steel Institute "Manual o Steel Construction", latest edition, Section 6, U.S. Standard Gage), 4-1.5.2.2 Fabrication. Pipe shall be manufactured in accordanc with AWWA Speci f i cation C200-80 (or 1 atest revi si on) 9 except a herein provided. The diameter specified shall refer to the finishe net inside diameter of the completed pipeline and the Contract0 shall take into consideration lining thickness in placing order fo pipe, The pipe shall be manufactured in courses not less than ten fee. (10') long, having not more than two (2) longitudinal and three (3 circumferential seams per section, except where shorter lengths o more than one of either type of welded seam are required by specia conditions and approved by the District Engineer. All longitudinal seams shall be butt welded from the exterior agains copper faced mandrels with either single or twin arc electrodes depending on the wall thickness. All circumferential seams shall bl butt welded from the exterior, and when required from the interior a well, using single arc electrodes for each such weld. All seam shall be welded by an approved shielded arc process which protect the weld metal from the atmosphere while cooling and which assure full fusion with the parent metal and complete penetration. All pipes and pipe joints shall be of uniform diameter an workmanship. Any pipe, either before or after placing of cemen. mortar lining and cement mortar coating, will be rejected if not ir compl ete accordance with these speci f i cati ons , The manufacturer of the pipe to be furnished shall have had three (3 years of experience manufacturing pipe of a similar size and type The District Engineer shall be the sole judge that this experiencc qualifies the manufacturer to furnish the pipe. I 1 I I I I I 1 I I I E I 1 I I I I 268-01-1(~) .314#2.3 Page 17 I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS SECTION 1 - Costa Real Municipal Water District 4-1.5.2.3 Ends Of Pipe Sections. Standard ends of pipe sectiol shall be bell and spigot, rubber gasket type, as shown on tl drawings or approved by the District Engineer, circular in shape ai so designed and fabricated that when the pipe is laid, the joint wi be self-centering. The joint shall be so designed that the gaskc will be completely enclosed by steel on all four sides. Both enc shall be formed in such a manner to insure perfect roundness of tl ends and a groove of uniform dimensions. The difference ci rcumferential measurement between the outside circumference of tl spigot and the inside circumference of the bell shall be 6/100-inc (0. OS") minimum and 18/100-inch (0.18") maximum. The gasket sha not be required to bear the weight of the pipe. The outlinc interior surface of the bell and the uncoated exterior surface of tl spigot shall be protected by a corrosion resistant paint. The joii shall be so proportioned and the gasket shall be of such a size th, the gasket, will be confined and compressed sufficiently to make water-tight joint under the combined condition of maximum be ci rcumference and maximum unsymetrical closure. The manufacturc shall keep production records of measurements made on the bell ai spigot of each length of pipe. Other ends, where called for on the drawings, shall be of ti following types or equals. 4-1.5.2.3.1 Ends For Mechanical ly Coup1 ed Fie1 d Joints. Ends fc Dresser-type couplings shall be plain, with the weld bead groui flush outside for the required distance back from each end. Fc Vi ctual i C-type coup1 ings, ends shall be banded, or provided wil shouldered ends. For bolted joints, ends of sections shall t swaged, i f requi red. 4-1.5.2.3.2 Plafn Ends Fitted With Flanges. Ends to be fitted wil flanges shall have the weld bead ground flush for the distance tl flange is to slip over the end, Flanges shall be welded to the pi! ends with full fillet welds both inside and outside. Flanges sha' conform to the requirements of these Supplemental Special Provisior for Valves and Hydraulic Specialties, Section 4-1.6.3.4. All flange bolts and nuts, except where otherwise specified, shall t made of the best quality refined iron or mild steel, and shall ha\ sound, well fitting threads. Bolts shall be provided with standai hexagonal cold-pressed nuts and standard square heads, unler hexagonal heads are required for clearance, Flange bolts for eat size of flange shall be of the diameter required, and of such length that, after installation, they will not project more thi three-eights inch (3/8") beyond the outer face of the nut. Gaskets of "Cranite," or equal, one-sixteenth inch (1/16") thic shall be used in all flanged joints, full face type. I I I I I I I I I 1 I 1 I I 1 I I 1 - 268-01-1(~) .314#2.3 Page 11 I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS SECTION 1 -. Costa Real Municipal Water District I I I I I I I I I I I I U I 1 I 4-1.5.2.3.3 Ends of Pipe Sections - Welded Joints. One (1) of eac section shall be swaged out to form a female or bell end which shal permit the male or spigot end to enter approximately one inch (1" with a clearance of approximately 1/32 inch (1/32"). The spigot en shall be "sized" to permit it to enter the bell end of the adjacen section and the weld bead shall be ground flush for the distance i is to enter the bell end. 4-1.5.2.3.4 Nelded Joints shall be completed in the trench. Whe the pipe is being laid, both the spigot and the bell ends shall h thoroughly cleaned of all foreign matter and all protective materia shall be removed from the surfaces that are to be in contact at th joints. Just prior to joining the two ends together, each end of th pipe shall be I'biittered'' with cement mortar in such a manner and i sufficient quantity to completely fill the space between th respective mortar linings. After the joining is completed, the pip interior shall be swabbed to remove all excess mortar by drawing a approved type swab or squeegee through the pipe. For pipe 24 inche (24") in nominal inside diameter and larger, a one-half inch (1/2" recess between adjacent linings shall be provided and later pointe from the inside with cement mortar and troweled smooth. All welding shall be done by experienced welders, qualified i accordance with the Standards of the American Welding Society. Fie1 welding shall comply with the requirements of AWWA C206-82, standar for field welding of steel water pipe. In all band welding, the metal shall be deposited in successiv layers and the minimum number of passes or beads in the complete weld shall be as follows: I Steel Cy1 inder Thickness Fillet Weld I Inches Minimum Number of Passes Smaller than 3/16" 1 3/16" and 1/4" 2 5/16" 3 31'8" 3 Where welded joints are designated on the Plans, the pipe may bc joined with rubber gaskets as specified in the above provision foi rubber ring joints in lieu of slip (lap) joints. The outside recesi between the bell and spigot shall then be caulked with a rod ti facilitate the welding. The weld shall be continuous for the ful circumference of the pipe. After the joints have been welded, the joint shall be grouted wit1 cement mortar in the same manner as specified for rubber ring joints. 268-01-1 (w) .314#2.3 Page 19 I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS SECTION 1 - Costa Real Municipal Water District 4-1.5.2.3.5 Bonded Joints. Standard rubber gasket joints shall electrically bonded with steel jumper rods in accordance with t, Rubber Gasket. The rubber gasket used for sealii field joints shall be made of special composition rubber, shall circular, and of such size as to provide a water-tight joint. TI rubber compound shall consist of first grade natural rubbe synthetic rubber, or suitable combination thereof. The gasket sha be the sole element depended upon to make the joint watertight. TI gaskets shall be furnished with the pipe. Gaskets shall conform the following ph.ysica7 requirements when tested in accordance wi Federal Test Method Standard No. 601. 4-1.5.2.4.1 Tensile Strength. The tensile strength of the compoui shall be not less than 2,700 psi for natural rubber or 2,300 psi fc synthetic rubber. (Method 4111.) 4-1.5.2. 4.2 El ongati on of Rupture. Two-inch (2") gauge marks sha' stretch to not less than ten inches (10") at rupture. (Method 4121. 4-1.5.2.4.3 Specific Gravity. The specific gravity shall I between 1.15 and 1.25. (Method 3311.) 4-1.5.2.4.4 Tensile Strength After Aging. The tensile strength i the compound shall be not less than eighty percent (80%) of tl tensile strength before aging after being subjected to an acceleratc aging test in an air oven for 96 hours at 158°F (Method 722), or ' an oxygen bomb test for 48 hours at 158°F and 300 psi (Method 7111). 4-1.5.2.4.5 Testing. Each section of pipe shall be hydrostatical' tested under an internal pressure to eighty-five percent (85%) of tt specified yield point fiber stress of the plate or sheet furnishec Hydrostatic testing shall otherwise conform to the requirements i A7 1 leaks shall be repaired by chipping to sound metal , hand weldin! and the section then re-tested. A11 tests shall be made against fabricated field Joint mandrel. I I I I I I I I I I I I I I I - I Standard Drawing. - 4-1.5.2.4 I AWWA C200-80. I 268-01-1(~) -31452.3 Page 2( I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS SECTION 1 - Costa Real Municipal Water District 4-1.5.2.4.6 4-1.5.2.4.6.1 General. Cement mortar linings and coatings shal comply with mxndard C205-85 (or latest revision), except a herein modified. 4-1.5.2.4.6.2 -- Materials. Pipe shall comply with detai specifications herein for Welded Steel Pipe. All objectionabl matter, such as loose mill scale, rust, dirt, oil or grease, shall b removed from the pipe prior to the application of the cement morta lining and coating. No strength value shall be given concrete morta or any reinforcing material for withstanding internal pressure. Cement used in cement mortar shall comply with ASTM Specification C150, Type 11. Aggregate used in cement mortar shall be composed o clear, sharp, durable grains graded as required by the applicatio process. Mater used in cement mortar shall be clean and free fro1 objectionable quantities of organic matter, alkali, salts or othe deleterious substa,nces. The cement mortar used for the inside an outside coatings shall be composed of mixtures of cement, aggregat and water as above, well mixed and of the proper consistency t produce dense, homogeneous lining and coating materials. All cement mortar shall develop an ultimate compressive strength o not less than 2,600 psi at seven (7) days and 4,500 psi at 28 days a determined by ASTN Specification C39, latest revision. The morta used for lining and coating shall consist of one (1) part of Portlan Cement to not more than three (3) parts of aggregate by weight with minimum amount of water to give the best overall results with th particular material and method used for the work. Steel reinforcing wire used in the outside cement mortar coatin shall be bright basic wire of low carbon, open hearth steel, no annealed after the last draw, and with a minimum ultimate tensil strenght of 80,000 psi, and conforming to ASTM Specification A82 To1 d Drawn Steel ldi re for Concrete Reinforcement ." 4-1.5.2.4.6.3 Interior Lining. The cement mortar shall be applied t the inside of each section of pipe by means of troughs or retractin feed lines while the pipe is rotated with its axis in a horizonta position. This initial application shall produce a unifot- longitudinal distribution throughout the length of pipe. Then th pipe shall be rotated at a speed which will uniformly distribute th mortar around the inside circumference of the pipe and produce dense, smooth and uniformly compacted lining. During the spinnin operation, surplus water, which has been forced to the surface of th lining, shall be removed by a blower or other suitable means Immediately after the spinning operation, each section of pipe shal be ti 1 ted to drain off any excess water still remaining, and each en Application Of Cement Mortar Lining And Coating D I I I I I I I I 1 I I I I 1 I 1 I 268-01-1(~).314#2.3 Page 21 I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS SECTION I -7 Costa Real Municipal Water District shall be capped with a waterproof cover, properly attached, t prevent the escape of moisture from the interior of the pipe. Th pipe shall be carefully moved to a storage area and cured unde sprinklers without being disturbed for not less than four (4) days i an exterior cement mortar coating is to be applied, or for not les than seven (7) days if the exterior coating is omitted. 4-1.5.2-4.6.4 Exterior Coating. The cement mortar shall be applie to the outside of each section of pipe by means 06 a nozzle, o nozzles, through which the mortar is forcibly expelled against th outside surface of the pipe in such a manner as to form an even dense and tightly adhering coating. During the coating operation the pipe shall be rotated and moved in a longitudinal directio beneath the coating nozzles. The rotation and longitudinal travel o the pipe shall be uniform and at the proper rate to provide a coatin of the specified thickness. The standard reinforcing for the cemen mortar coating shall be a spirally wound steel reinforcing wire o the specified gauge, embedded in the coating. The wire shall b 14-gauge at one-inch (1") pitch, Immediately after the coating has been completed, the outside of eac end of each section shall be cleaned to bare metal and shall have th mortar troweled and shaped to suit the type of joint being used. A1 bare metal exposed at the ends of each section of pipe shall b cleaned and suitably protected. The pipe shall then be cured unde sprinklers for not less than four (4) days before being disturbed. 4-1.5.2.4.7 Ins ection, The District Engineer or his authorize( representative -%- shal at all times have the right to inspect the worl and materials. The manufacturer shall furnish the District Engineei reasonable facility for obtaining such information as he may desirt regarding the progress and manner of the work and the character an( qual i ty of materi a1 s used, 4-1.5.2.4.8 Load'ing and Transportation. After the pipe has beel properly cured, it shall be loaded on trucks or railroad cars and when necessary, supported in such a manner, using adequate dunnage steel saddles and padding, to insure the safekeeping of the pipc while in transit. During the loading and unloading operations, tht pipe shall be handled in a workmanlike manner, and every precautioi shall be taken to prevent damage to the coating. Under nc circumstances are sections to be dropped or bumped. District'! Representative shall be present during loading and unloadins I I I I 1 I I I 1 I I 1 1 I 1 I I I operations. 268-01-1 (w) .314#2.3 Page 22 I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS SECTION 1 - Costa Real Municipal Water District 4-1.5.2.4.9 Lay-ing Pipe. Pipe of the various types and size1 indicated shall be furnished and installed in accordance with thr drawings. Proper and suitable tools and appliances for the safe an( convenient handling and laying of the pipes and special fitting shall be used. All pieces shall be carefully examined for defect and no piece shall be laid which is known to be defective. If an: defective piece should be discovered after having been laid, it shal be removed and replaced with a sound one in a satisfactory manner b. the Contractor at his own expense. The pipes and special fitting shall be thoroughly cleaned before they are laid, shall be kept clea until they are accepted in the completed work, and when laid shal conform accurately to the lines and grades given by the Engineer Open ends shall be plugged when work is stopped for the night or fo any other reason. Special care shall be exercised to avoid leavin bits of wood, dirt, and other foreign particles in the pipe. If an such particles are discovered before the final acceptance of th work, they shall be removed and any damaged or otherwise unsuitabl pipe, valves and fittings replaced, as required by the Distric Engineer, at the Contractor's expense. Pipe delivered to the site and subjected to excessive periods of dus or another objectionable contamination before being placed in th trench shall be cleaned by air hose or other satisfactory method then swabbed thoroughly with a chlorine solution of a strengt satisfactory to the District Engineer. The pipe shall then be hose out with pure water. Where the objectionable contamination might b injurious to health, the pipe so contaminated will be rejected an the Contractor shall remove same from the site. 4-1.5.2.4.9.1 Bedding of Pipes. Bedding of pipes shall be on an eve grade and of good alignment with continuous bearing on the bottom o the trench. Excavation shall be made for collars or bells. 4-1.5.2.4.10 Concrete Thrust Blocks. Concrete thrust blocks shal be shown on the plans. Concrete shall be a minimum of 5-sack, 2,OO psi as specified in these Supplemental Special Provisions fo Portland Cement Concrete, Section 4-1.3. 4-1.5.3 Earthwork, All earthwork shall conform to thes Supplemental S3mvisions for Earthwork, Section 4-1.2. 4-1.5.4 Connection to Existing Mains. Before work of an nature is begun which would interfere with the operation of th existing main, the Contractor shall have on hand at the site of th work all of the materials necessary for the orderly and uninterrupte prosecution of the work. The Contractor shall make the necessar arrangments with the District and the District's Representative fo any shutdown and give ample notice of the period for which th shutdown is required to be scheduled. The opening and closing of a1 valves shall he done in the presence of the District' Representative. The Contractor shall obtain an encroachment permi from the District prior to making a connection. Page 23 1 I 1 1 II I I II I 1 I 1 1 1 I I I 1 268-01 -1 ( W) . 314#2.3 I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS .SECTION 1 -= Costa Real Municipal Water District 1 I I I I II I 1 1 I I 1 1 I I 4-1.5.5 - Field Testing and Sterilization. The Contractor shal provide temporary blocking, plugs, flanges, etc., as may be necessar to field test and sterilize the pipes. The limits of testing ar sterilization required shall be at butt strap closures ar connections as shown on the plans. All testing and sterilizatic shall conform to these Supplemental Speci a1 Provisions for Testi r and Sterilization, Section 4-7.8. 4-1.5.6 Shop Drawings. Prior to fabrication, the Contract0 shall submit shop drawings prepared by the pipe manufacturer showin details of materials and dimensions to be supplied. Shop drawing shall be accompanied by a factory certification that the materials t be supplied will comply in all respects with the plans an speci f i cati ons for the work. 4-1.5.7 Measurement and Payment. Payment for steel water1 in will be made at the appropriate contract unit price bid per linea foot, complete and in place, in accordance with the contrac documents or as directed by the Engineer. The unit price shall include full compensation for furnishing a1 labor, tools, equipment, materials and incidentals and for doing a1 work involved in the construction of such water main. The unit pric shall include but shall not be limited to the cost, in place, o pipe, couplings, fittings, joints, wire or tape, thrust restraints earthwork and the cost of all testing and disinfection, connection to existing lines unless otherwise specifically noted to be part o another bid item, all certifications, pavement removal an1 rep1 acement , and cleanup and no additional compensati on wi 11 b allowed therefore. Measuremei t will be made in a horizontal plane along the longitudina axis of the water main. No deduction in length will be made Fo valves o joints. Where intersecting water mains are constructe under this project the measurements for each leg shall extend to th I I centerline intersections. 4-1.6 4-1.6.1 General. A1 1 val ves and hydraul i c speci a1 t i es requi re by the plans and specifications and furnished by the Contractor shal be put into operation before acceptance of the work. Such operatioi shall be in accordance with every detail of operation, and sucl valves and/or hydraulic specialties shall show no sign of leakage Glands and other appurtenances shall be in first class working order. 4-1.6.2 Gate Valves. Gate valves shall be furnished by thc Contractor and installed, complete with piping, fittings, valve boxei and covers, at the locations indicated on the plans and in accordancc with these specifications. Unless otherwise shown on the plans, al' gate val ves shall have non-risi ng stems, and "O"-ri ng seal s. I 268-01-1(~) .314#2.3 Page 24 Val ves and Hydraul i c Speci a1 ties . PART IV - SUPPLEMENTAL SPECIAL PROVISIONS I I I I I I I I ! I I 1 1 E I I 1 SECTION 1 =- Costa Real Municipal Water District 4-1.6.2.1 Scope, 4-12 Inch. These specifications cover iron-boc resiliented-seated gate valves with non-rising stems with a desi< working pressure of 200 psi. All valves shall comply with AWh Standard C509-81 or its latest revision. All internal and extern; ferrous metal surfaces shall be factory epoxy coated to a minim thickness of 4 mils and meet AWWA Standard C550-81 or its late2 revision. The resilient gate shall be fully encapsulated. Vali stems shall be NDZ-S bronze, Copper Development Association (CDC Alloy No. C99500 with a maximum of 2% zinc and 2% aluminum, and minimum tensile strength of 70,000 psi and a minimum yield strengt of 40,000 psi. Gate valves 4-12 inch shall be American 80 CRS Valve 4-1.6.2.2 Scope, 14" and Larger. These specifications cover irc body bronze mounted gate valves of the double disc, parallel seat bottom wedging type, and non-rising stem, for cold water service fc 150 psi or 250 psi. Bronze for interior parts of valves shall t ASTM 862 (85-5-5-5) bronze, and shall contain not more than tLc percent (2%) aluminum, and not more than seven percent (7%) zinc Stems shall meet the strength requirements below: 1 or approved equal o Minimum Tensile Strength 60,000 psi Minimum Yield Strength 30,000 psi Minimum Percent Elongation in 2" 10 percent 4-1.6.2.3 ualit All Class 150 gate valves shall be Mueller or approved w manufactured in accordance with the AWk Specification C500-80 (or latest revision). All Class 250 gat valves shall be Muel ler Class 250, or approved equal. 4-1.6.2.4 Three-Inch (3") and Smaller Gate Valves. The body ar all interior working parts, except the stem, shall be constructed c ASTM 862 (85-5-5-5) bronze. The stems shall be of bronze and hav the additional strength requirements as specified below. Minimum Tensile Strength 60,000 psi Minimum Yield Strength 30,000 psi Minimum Percent Elongation in 2" 10 percent 4-1.6.2.5 Valve Boxes. The Contractor shall furnish new valv boxes and estensions for a17 new valves, Brooks Traffic Box 4-1 Series, J & R or approved equal, except that valve boxes for normall closed valves shall be Brooks drawing 3-RT or approved equal. Se CRMWD Drawing No. 10 for "Buried 2 1/2" Gate Valve Installation". I 268-01-1(~) .314#2.3 Page 2E I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS SECTION 1 -- Costa Real Municipal Water District 4-1.6.3 4-1.6,J.l Victaulic Couplings. Victaulic couplings shall b designed for a water working pressure equal to the design pressur for which they are to be installed. They shall be equipped wit rubber gaskets for water service. They shall be designed for us with cast-iron pipe or fabricted steel pipe with shouldered ends Bolts shall be of alloy steel. Couplings shall be Style No, 41, 44 77 or a style approved by the District Engineer, as manufactured b Victualic Company of America, or approved equal. 4-1.6.3.2 Flexible Coupling. Flexible coupling shall be of th compression rubber gasket tyupe as manufactured by Dresser, Style No 38 (steel couplings for cast-iron pipe), or by Smith-Blair Type No 431, or approved equal, as required for the particular type of pip involved and approved by the District Engineer. 4-1.6-3.3 Pressure Gauges. The Contractor shall furnish an install pressure gauges at the locations shown on the plans. Gauge shall be Ashcroft 3-1/2 inch (3-1/2") 1009A 1/4 L.0-200 psi with 1/ inch (1/4") N.P.T., and shall be supplied with shut-off cooks fro tapped connection to 1/4 inch (1/4"), or approved equal. A bronz corporation stop shall be placed between the tapped connection an the bushing, 4-1.6.3.4 Flanges, Gaskets, Studs and Nuts 4-1.6.3.4.1 The Pipe, Fittings, and Gate Valves shall be designe to operate at the safe working pressures as designated on the plan or as specified elsewhere in these specifications. All flanges shal be specified in the American Standard Association Specifications wit the exceptings hereinafter noted. 4-1.6.3.4.2 The Contractor Shall Furnish the District Enginee certified copies of the manufacturer's test reports that all types o valves, fittings and specials, including their flanges, have passe the hydrostatic test as set forth in the specifications. Th Contractor shall furnish to the District Engineer satisfactory tes certificates that all flanges conform to these specifications. 4-1-6-3.4.3 Cast-Iron Flanges. Cast-iron flanges shall be AS Designation 816.1, latest revision, for Class 125 and ASA Designatio 816.2, latest revision, for Class 250. One-hundred fifty pound (15 lb.) and three-hundred (300 lb,) steel flanges shall be AS Designation 816-5, latest revision, Flanges shall be as specified b ASA Designation with the exception that all classes of flanges to b buried shall be flat faced with ring-type gaskets. Flanges to b placed in structures, either underground or above ground, shall be a fol 1 ows : Cast-iron flanges Class 125 or 150-pound steel flange shall be flat faced with ring-type gaskets; Cast-iron flanges Clas 250 or 300-pound steel flanges shall be raised with ring-typ gaskets. In any case, flange thickness shall not be less than tha designated by applicable ASA Specifications , m 268-0P-l(~) .314#2,3 Page 26 Hydra u 1 i c Spec i a 1 ti es I I 1 1 B I 1 1 4 I I 1 1 I I I 1 I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS SECTION 1 -. Costa Real Municipal Water District 4-1.6.3.4.4 Forged Steel Slip-On Flanges or Welding Neck Flanges Forged steel slip-on flanges or welding neck flanges, when called fo on the drawings, shall be furnished for all companion flanges an connections and shall be Taylor forged steel fittings or approve equal. 4-1.6.3.4.5 B1 i nd F1 anges . B1 i nd flanges shall be pl at e-typ flanges conforming to the requirements hereinafter specified or shal be Taylor forged steel or approved equal. Plate-type flanges shal be permitted for blind flanges, reducing flanges, special flanges an flanges which arp greater in diameter than 24-inch (24") nomina size. Flanges 26 inches or greater in diameter shall be manufacture to MSS (Manufacturer's Standardization Society) SP-44 standards. Plate flanges less than two inches (2") in thickness shall b machined from steel plate conforming to the requirements of ATS Standard A285, firebox, Grade C. Plate flanges two inches (2") o more in thickness shall be machined from forged steel conforming t the requirements of ASTM Standard A181, Class 60. 4-1.6.3.4.6 Gaskets for F1 anged Joints. Gaskets for flanged joint shall be made of asbestos composition sheet packing, graphited o both sides, 1/16-inch (1/16") thick and of the type required for th joining of the type facing on the flanges being used. Gaskets shal be of a quality equal 'to Crane Company's Cranite, Johns-Manville 6 or Garlock No. 7021. 4-1.6.3.4.7 Studs for Flange Connections. The studs for flang connections shall conform to the requirements of ASTM Standard A193 Grade 6-7, except that requirements specified herein shall contro where at variance with said ASTM Standard. Studs threaded ful length, each with one (7) nut, shall be furnished for flange bolting Nuts shall conform to the requirements of ASTM Standard A194, Grade or Grade 2. The fit shall be free fit (Class Z), except that mediu fit (Class 3) sha.11 be provided in holes tapped for studs. Thread made by rolling will not be permitted. Studs will be of such lengt that not less than 7/4-inch (1/4") nor more than 3/8-inch (3/8") wil project through the nut when drawn tight. 4-1.6.4 Plug Valves: Plug valves shall be furnished by th Contractor as indicated on the plans, and shall be installed complete with piping, fittings, valves boxes and covers at th locations indicated on the plans and in accordance with thes speci f i cat i ons . 4-1.6.4.1 Quality: All plug valves shall be Rockwell Nordstro semi-steel plug valves, or approved equal, with either gearin modified for buried service with two-inch (2") square operating nu or operating hand wheel, as indicated on the plans. I I 1 I t I I I I 1 I 1 8 1 8 8 I I 268-01-1 (w) .314#2.3 Page 27 I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS SECTION 1 - Costa Real Municipal Water District 4-1.6.5 Butterfly Valves 4-1.6.5. 1 Butterfly Valves shall be furnished by the Contract0 as indicated on the plans and shall be installed complete wit; piping, fittings, valve boxes and covers at the locations indicate1 on the plans and in accordance with these specifications. 4-1.6.5.2 Butterfly Valves as shown on the plans shall compl, with AWWA Standard for Rubber Seated Butterfly Valves C504-80. A1 butterfly valves shall be flanged. 4-1.6.5.3 Quality: All butterfly valves shall be Dresser No. 45 or 1450, or approved equal as indicated on the plans. Only butterfl valves 12 inches (12") in diameter and larger may be used. AI butterfly valves used must be flanged and where used i asbestos-cement pipelines, shall have approved flanged adapters s that appropriate thrust blocks may be installed as shown in th Standard Drawings, Butterfly valves shall be supplied with manua operators unless otherwise specified. Butterfly valves may be use only when so indicated on the plans. Air Release and Vacuum Valves: The Contractor shal furnish air release and vacuum valves at all locations shown on th plans and other high points as deemed necessary to District Enginee including all pipe, valves, fittings, valve boxes and covers as show on the plans and standard drawings necessary for a complete an ope rat i ng system 4-1-6.6.1 Qual i ty : Combi nati on ai r re1 ease and vacuum Val ve s ha1 1 be APCO heavy-duty combination air re1 ease valves, or approve equal, size as indicated on the drawings. 4-1.6.7 Fire Hydrants: Fire hydrants shall be Jones 3700, o approved equal, and installed per District Standards. 4-1.6.8 Copper Water Tube: Copper water tube shall conform t "Standard Specifications for Seamless Copper Water Tube," AST Designation No. B88, Type K (soft), latest revision. 4-1.6.8-1 Copper Water Tube Within Enclosed Areas: All coppe water tubes within enclosed areas, that are exposed, shall conform t "Standard Specifications for Seamless Water Tube," ASTM Designatio No. 888, Type K (hard), latest revision. 4-1.6.8.2 Joints: All sweat-type fittings shall be silve soldered, 15 p-(15%) SILFLO, or approved equal. I 1 1 1 1 1 1 1 1 8 1 I 1 I 1 I 4-1.6.6 I I 268-01-1 (w] .314#2.3 Page 2E I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS SECTION 1 -. Costa Real Municipal Water District - Buried Pipe, Flanges, and Valves 4-1.6.9 4-1.6.9.1 Bu r i ed Pipe , F1 anges , and Val ves : A7 1 undergroun valves, flanges, nuts and bolts shall be coated with two (2) coats o E. C. 244 as manufactured by 3-M Company, or non-oxide grease, o approved equal, and then double wrapped with 10 mil PVC (o equivalent to 20 mil total) and all seams taped to prevent the entr of moisture. (fleference Supplemental Special Provisions, Sectio 4-1.6.9.2 - Bu ri ed Copper Tubing : A7 1 underground (buried) coppe tubing, brass, pipe, fittings, valves, and appurtenances shall b wrapped (or PLASCI-Sleeve L.A.PM0 or approved equal protected) wit 10 mil PVC and taped securely to tubing. All seams shall be taped t prevent the entry of moisture. 4-1.6.9.3 Location Tape Installation: All buried waterline shall require location tape installed over centerline of the wate line and 12 inches (12") above the tope of pipe. Tape shall b metalized foil core two-inch (2") width "Detectable Terra Tape" c approved equal. 4-1.6.9.4 Service Connections : A1 1 water service connections regardless of main size or services size, shall be made with bronz double strap saddles. Saddles shall be James Jones Co. 5-979 c approved equal, and shall be supplied with flat silicon bronze strap and bronze nuts. Saddles shall be tapped with iron pipe threads Full circle openings for the straps shall be provided in the saddle S1 otted openings are not acceptable. 4-1.6.10 Payment. Payment for valves and hydraul ic special ti e shall be made upon the unit price bid and shall include but not k limited to the cost of earthwork, pavement removal and replacement piping or tubing, valves, valve boxes, fittings, thrust restraints connections to other pipes, fittings, adaptors, certifications testing, disinfection, and cleanup and no additional compensatic will be allowed therefore. Payment for waterline connections designated on the drawings ar provided within the Bid Schedule will be made at the unit price bl and shall include but not be limited to the cost of earthwork pavement removal and rep1 acement , required obstruction removal : piping or tubing, valves, valve boxes, fittings, thrust restraint: connections to other pipes, fittings , adaptors , certification: testing, disinfection, and cleanup and no additional compensatic wi 11 be a1 1 owed therefore. Payment for service connections shall be included within tf appropriate bid item and no additional allowance will be ma( therefore. 1 1 I 1 1 1 I I 1 1 1 I I I 1 I I I 4-1.10. ) 268-01-1 (w) .314#2.3 Page 2! PART IV - SUPPLEMENTAL SPECIAL PROVISIONS I I I 1 1 8 I I 1 1 1 8 I I I I SECTION 1 -. Costa Real Municipal Water District 4-1.7 - Pressure Reducing Station Mechanical Equipment. 4-1.7.1 General : A1 1 pressure reducing station mechani ca equipment, valves and hydraulic specialties required by the plans an specifications arid furnished by the Contractor shall be put int operation before acceptance of the work. Such operation shall be i accordance with every detail of operation, and such mechanica equipment, valves and/or hydraulic specialties shall show no sign o 'leakage. Glands and other appurtenances shall be in first clas working order. 4.1.7.2 - Gate Valves: Gate valves shall be furnished by th Contractor and installed, complete with piping and fittings, at th locations indicated on the plans and in accordance with thes specifications. Unless otherwise shown on the plans, all gate valve shall have non-rising stems , and "0"-ring seals. 4-1.7.2.1 Scope: These specifications cover iron-bod resiliented-seated gate valves with non-rising stems with a desig working pressure of 200 psi. All valves shall comply with AWW Standard C509-81 or its latest revision. All internal and externa ferrous metal surfaces shall be factory epoxy coated to a minimu thickness of 4 mils and meet AWWA Standard C550-81 or its lates revision. The resilient gate shall be fully encapsulated. Valv stems shall be NDZ-S bronze, Copper Development Association (CDA Alloy No. C99500 with a maximum of 2% zinc and 2% aluminum, and minimum tensile strength of 70,000 psi and a minimum yield strengt of 40,000 psi. Gate valves 4-12 inch shall be American 80 CRS Valve or approved equal. 4-1.7.3 4-1.7.3.1 Victaulic Couplings: Victaulic couplings shall t: designed for a water working pressure equal to the design pressur for which they are to be installed. They shall be equipped wit rubber gaskets for water service. They shall be designed for us with cast-iron pipe or fabricated steel pipe with shouldered ends Bolts shall be of alloy steel, Couplings shall be Style No, 77 or style approved by the District Engineer, as manufactured by Victauli Company of America, or approved equal. I Hy d rau 1 i c Spec i a 1 t i es : 1 8 268-01-1 (w) * 314#2.4 Page 30 PART IV - SUPPLEMENTAL SPECIAL PROVISIONS I 1 It I I rn I I i I I I I I 1 1 1 SECTION 1 -. Costa Real Municipal Water District 4-1.7.3.2 Pressure Gauges: The Contractor shall furnish an install pressure gauges at the locations shown on the plans. Gauge shall be Ashcroft. 3-1/2 inch (3-1/2") 1009A 1/4 L.0-200 psi with 1/ inch (1/4") N.P.T., and shall be supplied with shut-off cocks fro tapped connection to 1/4 inch (1/4"), or approved equal. A bronz corporation stop shall be placed between the tapped connection an the bushing. 4-1.7.3.3 - F1 ariges, Gaskets , Studs and Nuts : 4-1.7.3.3,l - The Pipe, Fittings and Gate Valves shall be designed t operate at the safe working pressures as designated on the plans a as specified elsewhere in these specifications. All flanges shall b specified in the Amera'can Standard Association Specifications wit the exceptions hereinafter noted. 4-1.7.3.3.2 The Contractor shall furnish the District Enginee certified copies of the manufacturer's test reports that all types a valves, fittings and specials, including their flanges, have passe the hydrostatic test as set forth in the specifications. Th Contractor shall furnish to the District Engineer satisfactory tes certificates that all flanges conform to these specifications. 4-1.7.3.3.3 Cast-Iron Flanges: Cast-iron flanges shall be AS Designation B16.1, latest revision, for Class 125. One-hundred fift pound (150 lb.) steel flanges shall be ASA Designation B16.5, lates revision. Flanges shall be as specified by ASA Designation with th exception that all classes of flanges to be buried shall be fla faced with ring-type gaskets. Flanges to be placed in structures either underground or above ground, shall be as follows: Cast-irc flanges Class 125 or 150-pound steel flanges shall be flat faced wit ring-type gaskets. In any case, flange thickness shall not be les than that designated by applicable ASA Specifications. 4-1.7.3.3.4 S.O.W.O. Flanges, Forged Steel Slip-on Flanges: Forge steel slip-on flanges, when called for on the drawings, shall t furnished for all companion flanges and connections and shall t Taylor forged steel fittings or approved equal. 4-1.7.3.3.5 Gaskets for Flanged Joints : Gaskets for flanged joint shall be made of asbestos composition sheet packing, graphited ( both sides, 1/16-inch (1/16") thick and of the type required for tf joining of the type facing on the flanges being used. Gaskets shal be of a quality equal to Crane Company's Cranite, Johns-Manville t or Garlock No. 7021. I I 268-01-1 (w). 314#2.4 Page 31 PART IV - SUPPLEMENTAL SPECIAL PROVISIONS I 1 1 I I I c I I' E I I 1 1 I I 1 SECTION 1 - Costa Real Municipal Water District 4-1.7.3.3.6 Studs for Flange Connections: The studs for flangr connections shall conform to the requirements of ASTM Standard A193 Grade 8-7, except that requirements specified herein shall contro where at variance with said ASTM Standard, Studs threaded ful length, each with one (1) nut, shall be furnished for flange bolting Nuts shall conform to the requirements of ASTM Standard A194, Grade or Grade 2. The fit shall be free fit (Class 2), except that mediui fit (Class 3) shall be provided in holes tapped for studs. Thread made by rolling will not be permitted. Studs will be of such lengt that not less than 1/4-inch (1/4") nor more than 3/8-inch (3/8") wil project through the nut when drawn tight. 4-1.7.3.4 Pressure Reducing Valves shall be furnished by th Contractor as indicated on the plans and shall be installed complet with piping and fittings at the locations indicated on the plans an in accordance with these specifications. All valves shall be cas iron body with stainless steel trim with a design working pressur range of 30-250 psi upstream and 20-200 psi downstream. All interna and external ferrous metal surfaces shall be factory epoxy coated t a minimum thickness of 12 mils. Flange ends shall conform to ANS 816.1, Class 125. A11 pressure reducing valves shall be CIA-VA Model 926-02 (Class 125), Muesco Figure 115-11 (Class 125). 4-1.7.3.5 Pressure Relief Valves shall be furnished by th Contractor as indicated on the plans and shall be installed complet with piping and fittings at the locations indicated on the plans an in accordance with these specifications. All valves shall be Cas Iron Body with stainless steel trim with a design working pressure o 20-200 psi. All internal and external ferrous metal surfaces shal be factory epoxy coated to a minimum thickness of 12 mils. Flang ends shall conform to ANSI 8-16.1, Class 125. All Pressure Relie Valves shall be CIA-VAL Model 5OA-01 (Class 125), Muesco Figure 111 (Class 125), or approved equal. 4-1.7.4 Structures and Supports: 4-1.7.4.1 Pipe Supports shall be furnished by the Contractor an installed at the locations indicated on the plans and in accordanc with these Specifications. All supports shall be Fee & Mason Figur 4-1.7.4.2 Concrete Vault: The Contractor shall furnish concret vault as shown on plans. Vault shall be constructed in conformanc with the plans, details and requirements specified in Section 4-le2 Access hatch shall be Bilco 5-4 or approved equivalent. Access step shall be polypropylene coated steel conforming to dimensiona requirements of governing agencies. 1 1 291 or approved equal. 268-81-1 (w) .314#2.4 Page 32 PART IV - SUPPLEMENTAL SPECIAL PROVISIONS I I I 1 1 I I f 1 1 I m E B I SECTION 1 .. Costa' Real Municipal Water District 4-1.7.5 Mechanical - Systems: 4-1.7.5.1 - Wall Mounted Fan shall be furnished by the Contract0 as indicated on the plans and shall be installed complete at th location indicated on the plans and in accordance with thes speci f i cat i ons . Fan shall be 6" diameter and shall have performance range up to 200 cfm. 4-1.7.5.2 Sump Pump shall be furnished by the Contractor a indicated on the plans and shall be installed complete with pipir and fittings at the locations indicated on the plans and i accordance with these specifications. Pump shall be cast iron bor with bronze ball check capable of handling 45 gpm. Pump shall t able to handle up to 518" solids and have a minimum discharge size c 1-1/4 inches. Pumps shall be Hydramatic No. SP 25 (1/4 HP, 120\ la) , or approved equal. 4-1.7.5.3 Exhsust/Intake Vents shall be furnished and install€ - by the Contractor complete as indicated on the plans and i accordance with these specifications. Vent pipe shall be 6" diametc galvanized steel with welded mushroom type hood. Hood and Vent shal be Alhambra foundry A2163 or approved equal. Primer and Paint fc above ground portion of steel pipe vents shall be zinc-rich primt with two coats of chlorinated rubber-modified-alkyd paint to a tot; of 6 mils thickness and shall meet AWWA Standard C204-75 or it' latest revision. 4-1.7.6 Payment. Payment for pressure reducing station will 1 made at the Lump Sum price bid and shall include but not be limit6 to full Compensation for furnishing all labor, materials, tool: equipment and incidental s for doing a1 1 earthwork , concrete work mechanical work, electrical work, architectural work, site work ai installing all equipment including, but not limited to, pipin< val ves , speci a1 s 9 pressure reducing Val ves , pressure re1 i ef Val vt utilities, and appurtenances and all other necessary items i specified and indicated as required for a complete, operable ai functional pressure reducing station. 4-1.8 Testing and Sterialization General : These specifications designate tt requirements for field testing and sterilization of all water mail and appurtenances intended for the conveyance of potable water undt pressure. Sco e of Work The Contractor shall furnish all laboi materials (including _il___T;_ water tools and equipment necessary to provic and complete field testing and sterilization as specified. e 4 4-1.8.1 I 4-1.8.1.2 1 268-01-1 (w) . 314#2.4 Page 33 PART IV - SUPPLEMENTAL SPECIAL PROVISIONS I 1 I 1 I i 1 I 1 I I I B I I SECTION 1 - Costa Real Municipal Water District 4-1.8-2 - Field Testing: have been 1 aid arid backf i 11 ed and the requi red compaction obtai ne( and approved, the pipe shall be subjected to a four (4) houi hydrostatic pressure test. This test shall consist of subjecting thc pipeline to a hydrostatic pressure of 75 psi in excess of thc designated working pressure specified for the class of pipe at thc low point in the section being tested. The pressure test shall bc made subsequent to any trench backfill compactive weight in excess 0' 125 pounds. 4-1.8.2.2 Maximum Length of Pipe to be included in any one tesi shall be not more than 2,500 feet or the distance between valves whichever is greater. 4-1.8.2.3 Preparation: The lines shall be filled with water a least 72 hours prior to testing. While filling and immediately prio to testing, all air shall be expelled from the pipeline. Where ai valves or other suitable outlets are not available for releasirlg ai or applying the test, taps and fittings approved by the District' Representative shall be installed and later securely plugged. 4-1.8.2-4 Procedure: The pressure in the pipeline shall bi pumped up to the specified test pressure. When the test pressure ha been reached, the pumping shall be discontinued until the pressure ii the line has dropped 25 psi, at which time the pressure shall agai be pumped up to the specified test pressure. This procedure shall bi repeated until four (4) hours have elapsed from the time thl specified test pressure was first applied. At the end of thi period, the pressure shall be pumped up to the test pressure for thl last time. Pressure test equipment shall be inspected and approve by the District Engineer prior to use. 4-1.8.2 5 Leakage: Leakage shall be considered as the tota amount of water pumped into the pipeline during the four (4) hou period, including the amount required in reaching the test pressur for the final time. Leakage shall not exceed the rate of four (4 gallons per inch of nominal inside diameter pes 1,000 feet (1,000' of pipe per 24 hours. If leakage exceeds this rate, the leak point shall be located and stopped, and all defective pipe, fittings valves and other accessories discovered shall be removed and rep1 ace with sound material and the test shall be repeated until the leakag does not exceed the rate specified above. All perceptible leak shall be similarly repaired. The lossage will be from a containe with chlorinated water that will be accessible to measurement o water used in the four (4) hour test. 4-1.8.2.5.1 Welded Steel Water Mains: No leakage will be allowe for welded steel water mains, Y 4-1.8-2.1 Pressure Test: After the pipe and all appurtenance: I 1 ' 268-O1-1 (w) ,314#2.4 Page 34 I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS I I I I 1 I i I I I IE I I I 1 u I SECTION 1 - Costa Real Municipal Water District 4-1.8.3 Sterilization: 4-1.8.3.1 Chlorination: After water system installation, the enti re pipeline, including all valves, fittings, hydrants, service laterals and other accessories, shall be sterilized in accordance with AWWA Specification C601-81 (or latest revision), which provides: Chlorine gas or chlorine compound solution shall be placed into the mains to form a chorine concentration of approximately 25 ppm or that which will provide a minimum residual of 10 ppm in all parts of the line after 24 hours have elapsed. Du ri ng the steri 1 ization process , a1 1 valves , hydrants and other accessories shall be operated. After chlorination, the water shal' be flushed from the line at its extremities until the replacemeni water is equal chemically and bacteriologically to that of thi permanent source of supply. The Contractor shall keep chlorini residual testing and indicating apparatus available on the sitc during the entire sterilization period. The District shall be notified 24 hours prior to the conmencement 0' the sterilization process and a District Representative shall be ai the site at the start of the sterilization process and at thc completion of the process. If a break occurs after the hydrostatic and chlorine tests, the lini will be rechlorinated and retested at the direction of the Distric 4-1.8.4 Bacteriological Test: At the completion of the systei and before the system is placed in service, bacteriological test shall be taken at various points as determined by the Distric Engineer. The bacteriological tests shall be made by a certifiel laboratory selected by the District. All tests shall conform to thi requirements of the California Health and Safety Code, the Californi Water Code, the California Administrative Code, and in accordanc with the AWWA Specification C601-81 (or latest revision). 4-1.8.5 Cross Connection Avoidance: When filling, flushing o otherwise providing a connection between an existing potable wate system and an unaccepted water system being tested and steri 1 i zed the Contractor shall, at the option of the District Engineer, instal an approved backflow prevention device in the interconnection. 4-1.8.6 Payment. Payment for testing and sterilization shal be made within the appropriate prices bid and no additiona compensation will be allowed therefor. 1 Engi neer. 1 268-01-1 (w) . 314#2.4 Page 35 PART IV - SUPPLEMENTAL SPECIAL PROVISIONS I I I I I I I m E I I 1 I E B I SECTION 1 - Costa Real Municipal Water District 4-1.9 Pai nti ng 4-1.9.1 General: All exposed ferrous metal surfaces an( appurtenant facilities, either interior or exterior, shall be paintec as herein specified. Storage tanks and/or other major structure! shall be pai nted i n accordance with detai 1 ed speci a1 provision: included in their respective project plans and specifications. 4-1.9.2 Surface Preparation: Surfaces to be painted shal first be thoroughly cleaned to remove dirt, loose scale, rust, oil grease or other foreign matter immediately prior to painting Cl eani ng shall be done with abrasives , scrapers , wi re brushes sandblasting, solvents or other means approved by the District' Representative. 4-1.9.3 Exposed Ferrous Metal : Exposed ferrous meta appurtenances, under either interior or exterior conditions, shall bl painted. Such appurtenances include, but shall not be limited to valves, fittings, supports, piping, vents, etc. 4-1.9.3.1 Prime Coat: Surfaces to be painted shall receive prime coat of Rust-Oleum No. 769 Damp Proof Red prime, or approve 4-1.9.3.2 Finish Coat: After priming, a finish coat shall b applied. The finish coat shall be Rust-Oleum No. 865 enamel o approved equivalent. If in the opinion of the District' Representative, there is inadequate coverage, a second applicatio may be required. The finish coat(s) shall be Rust-Oleum Dunes Tan o 4-1.9.4 Valve Box Lids: Valve box lids shall receive two (2 coats of Proline No. 806 S.Y., striping yellow or approved equal. 4-1.9.5 Fire Hydrants: Fire hydrants and fire hydrant valve shall receive a prime coat of Proline No. 116 primer and two (2 coats of Pro1 ine No. 1014 enamel , medium yellow, or approved equal. 4-1.9.6 Brass, Bronze and Copper: Brass, bronze and coppe appurtenances except fire hydrants and hydrant valves shall not b painted unless specifically called out on project plans an speci f i cations . 4-1.9.7 Payment. Payment for painting will be made within th appropriate work items bid and no separate payment will be mad therefor. 1 equi Val ent . 1 equal. I 268-01-1 (w) .314#2.4 Page 36 \ PART IV - SUPPLEMENTAL SPECIAL PROVISIONS I I I R I 1 I II 1 I I I i I I I I I SECTION 1 - Costa Real Municipal Water District 4-1.10 Polyethylene Wrap 4-1.10.1 General : These speci f i cati ons designate th requi rements for the i nstall ati on , measurement and payment fo 4-1.10.1.1 Scope of Work: The Contractor shall furnish all labo materials , tools and equipment necessary to construct complete an ready for service the polyethylene wrap of at least 8-mils i thickness. The wrap shall be placed around all cast iron (ductile fittings and pipe, flexible cast iron (ductile) or steel couplings adapters and valve bodies, which will be exposed to earth backfill Such wrap shall olverlap adjoining pipe coating by at least 12 inche (12") and shall be placed prior to placing concrete anchor, thrust and support blocks. Wrap shall be firmly held together with Scotc No. 33 tape or approved equal. 4-1.10.1.2 Application: 4-1.10.1.2.1 Cast-Iron Pipe, Ductile-Iron Pipe and Steel Pipe an Fittings: 4-1.10.1.2.1.1 Before lowering the pipe from the trench side int the trench, it shall be raised with a crane about three feet abov the ground, by use of a sling or pipe tongs. A cut section of th polyethylene tube about two feet longer than the pipe shall then b slipped over the spigot end of the pipe and bunched up, accordio fashion, between the spigot end of the pipe and the supporting slin or pipe tongs. 4-1,10.1.2.1.2 The pipe shall then be lowered into the trench, th spigot end shall be seated into the bell of the previously installe pipe and the pipe shall then be lowered to the trench bottom. shallow bell hole shall be provided to facilitate wrapping of th joint , 4-1.10.1.2.1.3 The joint shall then be made up in normal fashion. 4-1.10.1.2.1.4 The sling or tongs shall then be removed from th center of the pipe length, The bell end of the pipe shall then b raised about three or four inches and the previously place polyethylene tube shall be extended along the full length of th barrel. About one foot of tube shall be left bunched up at each en of the pipe to provide overlap of the adjoining pipe. 4-1.10.1.2.1.5 To make the overlap joint, the plastic tube shall 'c pull ed over the bell of the pipe, folded around the adjacent spiga and secured to the pipe with about three circumferential turns c two-inch wide plastic adhesive tape. The plastic tube on th adjacent spigot shall then be pulled over the above secured wrap c the pipe bell and sealed in place behind the bell with about thre circumferential turns of two-inch wide plastic adhesive tape. I pol yethyl ene wrap. 268-01-1 (w) .314#2.4 Page 37 PART IV - SUPPLEMENTAL SPECIAL PROVISIONS I I I I I I I I I B I I I I I 1 I I I SECTION 1 - Costa Real Municipal Water District 4-1.10,1.2.1.6 The loose plastic wrapping on the pipe shall b pulled snugly around the pipe barrel, the excess material shall b folded over at the top of the pipe and the fold shall be secured b use of six-inch long strips of two-inch wide plastic adhesive tap spaced about three feet along the pipe barrel. 4-1.10.1.2.2 Iron Fittings, Valves and Appurtenances: Buri e fittings, valves, and appurtenances shall be hand wrapped wit polyethylene film secured in place with plastic adhesive tape, a specified. Bends, reducers and offsets shall be wrapped wit polyethylene tube in the same manner as pipe. All fittings, valve and appurtenances shall be double wrapped, Valves shall be wrapped by extending the tube wrap from adjacent pip over bells or flanges of the valve and sealing to the valve body wit two-inch wide plastic adhesive strips wrapped transversely around th valve body. Valve bodies shall then be wrapped by placing a fla sheet of the plastic film under the valve body, extending the film t cover the valve body to the stem and securing the film in place wit two-inch wide strips of plastic adhesive tape. Hydrant ells and riser shall be wrapped with polyethylene tube an film to the ground level of the hydrant. All fittings to be encased or backed with concrete shall b completely wrapped with polyethylene film prior to placing concrete. 4-1.10.1.3 Payment : Payment for furnishing and installin polyethylene wrap shall be considered to be included in the contrac unit or lump sum prices paid for the various items or work and n additional allowance will be made therefor. 268-01-1 (w) 314#2.4 Page 38 I I I 1 1 I I 1 i 1 I 1 I M I I I PART IV SUPPLEMENTAL SPECIAL PROVISIONS SECTION 2 I CITY OF CARLSBAD I 268-02-1(~)314#2.10 Page I 1 1 1 I I I I I 1 I I I I I I 1 I I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS SECTION 2 - CITY OF CARLSBAD General. Procedural Documents, General Provisions and -- 4-2.1 Special Provisions govern the work herein. Where requirements specified within the Special Provisions are at variance with the requirements specified herein, these supplemental Special Provisions shall govern e 4-2 a 2 Fees and Charges. The Contractor is advised that all noral City fees and charges will be required and that these fees and charges shall be included within appropriate items of bid. I 268-02-1 (~)314#2.10 Page I I I I 1 - I I I I I I I I 1 I I 1 I PART IV SUPPLEMENTAL SPECIAL PROVISIONS SECTION 3 SAN DIEGO GAS AND ELECTRIC COMPANY I 268-02-1 (~)314#2.10 Page I I I I I I I I U I 1 I 1 I 1 I I I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS SECTION 3 - SAN DIEGO GAS & ELECTRIC COMPANY General . Procedural Documents, General Provisions and -- 4-3.1 Special Provisions govern the work herein. Where requirements specified within the Special Provisions are at variance with the requirements specified herein, these Supplemental Special Provisions shall govern. 4-3.2 Fees and Charges. All necessary fees and charges required by the San Diego Gas & Electric Company will be paid for by the City. 4-3.3 Coordination. The Contractor is advised that a71 necessary coordination and construction ob7 igations required by the serving utility shall be included within the appropriate items of bic and no additional compensation will be allowed therefore. I 268-02-1 (~)314#2.10 Page 1 I 1 I 1 I I I I 1 I I 1 I I 1 I PART IV SUPPLEMENTAL SPECIAL PROVISIONS SECTION 4 I PACIFIC BELL I 268-02-1 (~)314#2.10 Page 1 I I I I I I 1 I I I I 1 I I 1 I PART IV - SUPPLEMENTAL SPECIAL PROVISIONS SECTION 4 - PACIFIC BELL 4-4.1 -- General . Procedural Documents, General Provisions and Special Provisions govern the work herein, Mhere requirements specified within the Special Provisions are at variance with the requirements specified herein, these Supplemental Special Provisions shall govern. 4-4.2 Fees and Charges. All necessary fees and charges required by Pacif-ic Bell will be paid for by the City. 4-4.3 Coordination. The Contractor is advised that all necessary coordination and construction ob1 igations required by the serving utility shall be included within the appropriate items of bid and no additional compensation will be allowed therefore. 4-4.4 Notice and Contacts. Pacific Bell requests 30-day advance notice pr-ior to accomplishing vault adjustment work. Bel1 also advises that it will finish the abutting portion of si dewal k. Contacts are : I Pacific Bud Dinges (619) 741-3157 D. C, Richards (619) 586-3882 I 268-02-1 (~)314#2.10 Page I I I I I I I I I I I 1 I I I I I I PART V STANDARD DRAW I NGS SECTION 1 SAN DIEGO AREA REGIONAL STANDARD DRAWINGS I 268-02- '~)3:4#2.9 Page # 4 17 around opening Transition to normai curb height in 10 h. on bath sides unless Galv. steel angle continuous and SECTION B-8 PLAN 4 - # 4 around pipe SECTiON A-A SECTION C-C NOTES: 1. See Standard Orawings 0-11 & 0-12 2. Types are designated as follows: (no wing) 8, (one wing) 8-1, (two wings) 8-2. 3. Exposed edges of concrete shall be rounded with a radius of 1/2". 4. When V exceeds 4' steps shall be installed. See Standard Drawing 0-1 1 for details. 5. Concrete gutter to match adjacent gunen. 6. An expansion joint shall be placed at the ends of the inlet where the curb is to adioin. 7. Provide 1/4" tooled groove in top slab in line with back of adjacent curb. 8. Surface of top slab shall be sidewalk finished to drain toward sfreef at a slope of 1/4" per foot. 9. Maintain 1 1/2" clear spacing between reinforcing and surface unless otherwise noted. RECOYIISNOEO BY WE 5AN OlEGO SAN DIEGO REGIONAL STANDARD DRAWING for additional notes and details. I I I I I LEGENO ON PLAN 15'Type 8-1 inlet & 4 15'L Revision I 6v I Aoproved REGIONAL STANOAROS COMMmEE czf9P-fl u3z. /97s fl c~,.w,,~I~~ u r 1 :m? im Rebar -4 H.d CURB IhLET - TYPE 3 1 1 DRAWING u i NUMBER D-2 i I horitonul ninforhg, YI oble. NP!CAL 80X SEC:TION hot dipped galvanized STEP DETAIL 1. Ccncren shall be !XUC-JZSO unless ofhwwisJ noted. 2. Reinforcing mtl shail comoly mth this dmng unles otheMnsa soecified. 3. Reinforcing nee1 shall be inamcdiate grade deformed bars conforming to latm ASTM specifications. 4. Bends hail he in wardam with latclt Act code. 5. Minimum mlia length for reinforcing shall be 30 diameters. 6. Floor mil have a wood trod fin& and. exapt where used as junction boxn. shall haw a minimum 7. Depth '3 is measured from the top of the RNCIUR to the fiowline of the box. 8. Wall thicknrsr and ntnfarcing nee1 required may be deereatad in actordance with table ab- 9. Wail thicknm shall be Reoged on the outside of the box. dooa of 1" per foot fmrd me outlet. lo. When the mcure deorh V exceeds 4, mot shall be cast into the wail at 15 inch intsrvals fram 15" aaow floor to within 12 incheS of too of structure. Where poztiblc place Regs in wall without pine opening. otherwise over ooening of smallen diameter. 11. Alternate fteo nuy be an aoprowd nnl rttnforad polypropylene deo. ! I: I I I I I i I I I I I I I I I I I I * .O' 0, ---------- 1' # SUOOOR bolf NOTES: 1. Fact in& sitail ba can in10 smtcNra continuous for thr full Ian@ *La. 2. All rxoaod men1 Pam to bu hot-dipped gdnnizcd after fabrimon. 3. Whm arb inlrt ocirning height (HI exceeds g install 1" 1 sei promaion bar. 4. IWall additional ban a1 3 1/2' clear spacing abow fim bar when opening rxcgct 13'. 5. When curb inist aocning ImgtiI excledl 8' in-1 1' 4md suppon bolo. rDaccd at not mom than 5' a.c nttioaak rruolmm COINnEf I CURS INLET OPENING SEE SDD-100 I I I I I 1 I I NPE A TYPE 0 1 I I I I I I I I I points or better SECTION A-A SECTTON c-c Riets. Saot Weld or 1 'Awd d u8 potnh 0 bener 1. AI eomlronen~ shrll bo gdur~bb 2 Ink ur6 aude PI- rwt ba m at hctwv md pannod 1. Laddm and Stias None miRd dm ?I' u r-k or 1- as mawn on plnr whm -9- Is br- r-r and 4'-11- phclr am m~ +IS- aocw me floor. If 'He is SC or MN ~lnprll a iada plionq - - - -- - -- -- - tho 1- Nm) IC aww the thor an$ tho higCna rung nor mom tky, 14- bdov too at tnla Raa a@ ~m or ladder in mu mrhout 4 ooannq. SECTION F-F 4. SI. Sondud 0- 0.17 for addinom) dm&, S. Gnm m bo wawdd winn snmfid I 1 It ti ORAWiNG TYPES A AND 8 1 YL'MEER 0-15 %* ~nm bars my w til rmslQKl r.td.0 or 0l.C b boarnq boo. CROSS BAR Of GRATE (WELDED p# lo r.CM Iq CROSS BAR D i L3%. ALTERNATIVE GRATE D ETA1 LS ALTERNATIVE CAST NODULAR NOW^^ IRON OR CAST STEEL IRON GRATE OR CAST STEEL Grind all 8XWS8d cornen G3ATE 8AR SPACiNG T.CaLE %*holes In aracne mri fw '2- botis STEP DETAIL LADOER DETAIL H = 3' - 6" to 4' - 11" H - 5' - 0" or GREATER Rounded Pipe Ends, see drawing 0-61. DOUBLE PIPE SECTION A-A E EEVATION SINGLE PIPE E LEV AT1 ON 1. Concrete shall be 560-C-3250 2 Exposed corners to be chamrered 3". LEGEND ON PLANS ----- ----$I STANOAROS COMWTTEE ----- STRAIGHT HEADWALL - TYPE 8 r . .. ,W L c L mi ;X* I DRAWING [CIRCULAR PIPE) I ' NUMBER 0-32 I I I I 1 I I I I I II I I. I I I I I I 1 0 = Rpc Diameter W = Bonom Width of Channei Sill. Class 42C-C.2000 SECTION A-A PLAN NOTES: 1. Plans shall spedfy: A) Rock class and thickness VI. 8) Filter material. number of layen and thickness. t Rip rap shall be either quarry sfont or broken con (if shown on the plans.) Cobbles are not accsptat 3. Rip rap strail be placed over a filter blanke! which may be either granular material or plasdc filter cloth 4. See standard special provisions for setenion of rip ra and filter blanket. 5. Rip rap energy dissipaton shail be designated ar eit Type 1 or Type 2. Type 1 shall be with concrete Type 2 shall be without dl. SECTION 8-6 Revision By Aoorove -siii, filter ' ~ wl,B, RECOYU€NOEO 87 TW€ SAM OlEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANOAROS COYMlTTEE LZd-78-y 2ii. /?75 . DRAWING NUMBER D-40 ENERGY DlSSlPATOR i I i !I RIP RAP -. C. .... t..m qrc '1~01 0.I. il -0 0 3 a - - m c s x W a7 a a a - v. - e - - ..c--c - invert elevation 4" clearance (min) 1" max graded aggregate. SECTION 1. For trenching an improved streets see Standard Drawing 6-24 or G-25 for resurfacing detaiis. 2. (*I indicates minimum relative compaction. SEGlaNAL STANOAROS CilHLllTTEE I Ius of dninmp muan F~cr of dnicuqr Rrucxum F~cr of dninrq. nructu~ - BELL END =?GOT END CUT END A - Thi&nclr of pipe ha of drainage nructur COmCtCd Std PiM 7hr rounded areas may br built uo of C?mWIt rnanar or pound in phca with the drainage structure. R = Imide diameter of pine &9U ut clrrrr ICE. :yo1 - IlN DRAINAGE STRUCTURES ELEVATION pipe sizes 30” and smaller pipe sites larger than 30” SECTION A-A LEGENO ON P NOTES: 1. Pipe collar does not have to be finished if covered, but must have a minimum of 6” of concrere around pint. ==#= 2. Concrete shail be 560-C.3250 PIPE COLLAR I I 1 0 - .- Arm Length 8' max Curb Overhang 1' min I 1 I I I I I I 1 I 1 I I I I I '. I H Hand hole to face Street Undisturbed Earth 560 . C . 3250 P.C.C. Anchor base square or round, add 1' to each dimension for loose soil or soft clay conditions. _2_ ANCHOR BASE FOUI Finished Grade I Anchor bolts must Anchor Bolts (4 req.) l"x3 hook, galvanized. Use two nuts wirh washers (all galv.) I each bolt f 8 copper wire grounded to pote steel with lug .: ,# 8 copper wire grounde, to pole steel with lug STEEL CONDUIT DIRECT BURIAL FOUNDATION 1/2" Rigid steel Conduit STEEL CONDUIT NON--M ETA L 11 C CONDUIT ANCHOR BASE FOUNDATION @ AI ternate Ground: 15' no. 4 bare stranded copper wire, coiled. DETAIL A RECOYYEUOEO BY rnE un OIECO REGiOUAL STAMOAROS COYYlnEf GROUNDING ORAWING OF CONCRETE LlGHTiHG STANDARDS } 1 I I NUMBER E-2. II I - 2" Weakened Plane Joint .- e 1 1/2" except where eie\ shown indicate otherwise TYPE G & H CURB with 6" Curb Face NOTES: 1. Concrete shall be 520-C-2500. 2. See Standard Orawing G-10 for joint derails. LEGEND ON PLANS RECOYMENOEO aY THE $AN OlEGO REGIONAL STANOAROS CDMYITTEE Lc.;u-7 ,LA.,/ &, ,975 -. .---- ? .. . :!L. 'i F I '-a07 iilct DRAWING CURB AND GUTTER - COMBINED 1 , NUMBER 6-2 I I I I I I I I I I' 1 I I I I I' II I NPE A-SECTION TYPE E-SECTION * I TYPE C-SECTIQN TYPE D-SECTION Sooe end of dike 1 : 1 wrn not joining mner imormmm ALL TYPES-SIDE VIE% 1. oh u to br ptwtd on a mtnimum r of A.C. road arrfaarq, extending rnmuphout ma mom of me dikc 2 AR-8000 gndr aotolp(t 10 br und for all dits 3. AC. dike my be hoed and tomOlnnd mtb an exnuscn mtchicn or ofhr cqluammt caoa8k of saromg and cnmaaamq tnr mated to me required QDII man. I LEGENO CN PUNS DIKES [BERMSJ - ASPHALT CONCRETE 2"?feakened Plane Joint u c1 B-1 8-2 AREA = 1.29 SQFT. AREA = 0.79 SQFT. aa E -1 .- -? 3 2" Weakened Plane Joint rnin. length 8" (see note 3) 8-3 B4 AREA = 0.29 SQFT. AREA = 0.35 SQFT. LEGEND ON PUNS Type 5-2 Curb and Gut1 1. Concrete shall be 520-C-2500. 2. See Standard Drawing G-10 for joint details. 3. Extruded type 8-3 curb shall be anchored to exiaing pavement by placing steel dowels and reinforcing steel as shown or by using an approved adhesive. Type 8-1, 8-3. 6-4 Cui CURBS AND GUTTER - MEDIANS I Width as shown on plan - 1/4" per it. *. ;. Weakened Plane Joint '------- -______ -- ------a ------____ NON-CONTIGUOUS Width as shown on Plan b L Weakened Plane Joint I I I I L------------ --________ --j CONTIGUOUS NOTES 1. Concrete shail be 520-C-2500. 2. See Standard Orawing G-10 for joint detail% LEGEND ON PLANS . a, :...-.. ... .. REGIONAL STPIOARCIS C SIDEWALK - TYPICAL SECTIONS . . ._ - - - . .. . Id . ..-. I I I 1 I I I I I I I I I I I I I I I Exommorn bint fiilnr marerid EXPANSION JOINT' CONTACT JOINT hformd Joim fiih WEAKENED PLANE 661NT WEAKENED PLANE JOINT PAVEMENT SIDEWALK KEYED JOINT CONCRETE JOINT DETAILS Limit of driveway for no sidewalk or Limit of driveway Driveway Curb Opening Bottom of Curb E LEVATI ON 5%” Residential 5%” Cornmerial 1. No concrete shall be placed until forms and subgrade are inspected by the Agency. 2. Concrete shall be 520-C-2500. 3. See standard drawings G-15 and G-16 for width and location requirements. 4. Driveway ramp to extend to 10 feet from curb face or to property line whichever is less. (For commercial driveways only) LEGENO ON PLANS +-+ q of - (;;;$ 0 river RECOMMENOEO 9’1 WE SAN OIEGO REGIONAL STANOAAOS COMMITTEE I REQUIREMENT' a No panion of my curb owning drill be permitted &in 6 of thr intaPcrion of mr prolonged prooeny (ins nd thr atrb = mown by M A. REQUIREMENT 2 No portion of any curb aoening hail be permined in thi arb nmm mere rhr radius of curb b 25' or I-. as *awn by arc E. REQUIREMENT 3 On all curb returns where tha radius is mota than 25'. c aomingr msy enmar3 uoon cad! cnd of the rerum a d equal to 12 1/2% or 118 of rhr total length of rhe arc c art, mum, rhus leaving at ICM 75% af the leqrh of a: me remm fact fnc fram driveway encraaament. ptovid Reauinmcnr I is met. lrnprh of arc REQUIREMENT 4 Ma DoRtan of any arb oocoing shall be permined in the cur0 return where a wperate rurning movernenr 8 provieed. as shown bv an: C - I I I I I I I I I I I I I I I I I L- - I 6 min from Alky or Oninrg, Outlet RaidmtLi Orinmy Width .- - It' ,?in.. 3l' mu Reddentill: 20' min. benmn Wid opaninlp serving =me parel. bmmorciakl' min. to l(r max. ;'*nwen curb ooeningr serving ally plroi. If ow IO'. minim- of 26' required. Commercial Oriw Width - - 17 min.. 3C' .flax. 1. Curb openings, except for inintua driveways and drin mys on IOU hzving 21 - foot frortw or leq shall be located ar least 3 fm from the side propem iine emnded. Nor man than 404c of the ~raoem1 ironraqe on residential lots, nor 6oK of the propeny frmage .iii commercial Ion may be dloatld tor drimy curb icrenings. exceot that IOU having tronragn of 25 feet or less ad cntitlod m lone 12 foot dr-y (18 foot curb ooening). All drinmys and curb ogi?r~ings shall bo 3 minimum of 3 feat fmm any ohnnrction, i.:., go!=. hydranu. arc No ponion of any drimy *all be allorno across a line mending normal to the rorbnay from the front comer of rhe prom, rxceot that jointvs driveways may be permitted in Ipceirl inmncrs wimre wmtn apgroni of boii; prooeny ownm is filed with tho Agmq. 2 1 4. STREET *SGiO.AS %TUOAlOI CDmmllll wflu &./e W OI Toa d am -a Td P, m 007'9 - Td Rg.da -a - a0 ENTRANCE TAPER- TYPE 1 ALTERNATIVE A rol pb d w -0,- na ENTRANCE TAPER-TYPE 7 ALTERNATIVE B . Anchor bmbli CPImCIZIaOllD.m%-am-ld ANCHOR ASSEMBLY SECTION A-A ALTERNATIVE-A brrnoa~-toa 4 m miiQ ANCHOR ASSEMBLY ann.. )ooplla ALTERNATIVE-8 PLATE DETAIL Dimensions to be as tabulated below for Ammbly. 8'0 16- 1 2s 1/tV0 I 1s- I 4 3/4" I 5- ! E- 118" I 100 12" 18" I 25 1/2" ' 19" 1-3 34,' 1 5" 1 9" I 20" I IS' 18" 124" 1 36" ' 26" I 6" ' 6'" 1 12" I24" 1 25' LEGENO ON PUNS 1. All metal parts for anchor anembiies shad be galvtntzed after fabrrcatlon. 2. One anchor assembly required per length at pipe. When final length exceeds 10 ft. two anchors shall be required. I L mi e I4 ban continuous For connruction through excning curb-Exining Gutter For ail new construcrion- Monolithic Guner SECTION A-A 3'x 3' Connruction Joint SECTION 8-6 2 IJ2-x Z'X 1J4-x c.0' Galvinized Steei Angle ANCHOR DETAIL 1. Concrete shaii be 56O.C-3250 2 D=inude diameter of pipe or depth of channel. 3. Section to be slooed laterally with too conforming to the grades of the exining udewalk and curb. 4. Manhole frame and cover may be deleted with open channel. 5. Trow1 finish top surface and reproduce markings of existing sidewalk and curb. 6. Trowel finish floor of oufler. LEGEND ON PLAN - Y4" radius luq dot in both sdcr of rim opm parition rmrk. I I I 1 I I I I I I I i I I I I I I I TOP OF FRAME & COVER 'X'oPd guhcrr. SECTION THROUGH ' RIM SECTION THROUGH FRAME & COVER SECTION THROUGH LUG OuKlinr where rib joins rim Outline vrhm ribs join finished ha SECTION THROUGH RIB AT MID RADIUS BOTTOM OF COVER 1. Fnmr and COYII bill be cas imn. E Fnm and WYII for UOI in non-traffic ETU miy. 1Weigho: Ftam 3oIb Cam 100 fbs Storm Onin Projects PLC, Pavement - RISER RlNG Grout around bo 6' thick grout pad Slope surface of grout pad to drain away from cover, and to meet existing grade. Brick suppon all around on 2" sand base. PLAN--IN UNPAVED AREA TYPICAL MONUMENT SECTION IN PAVED. AREA 1. Cover and frame to be cast integrally with pipe box. 2 Monument base may be cast in place or precast. 3, Form and taper exoased upper 6" of cas in place base to a top diameter of 5". (Precast base shall be $rid 4. Monument marker shall be a domed brass, 3" in diameter. 5. Monument Location: a) Set on all centerline intersections unless acrual location is ,modified by the Agency and shown in modified location on map. When centerline intenecti.on is impractical, offset 5 feet on centerline oi major street, (see detail at right). If neither centerline can be occupied, two monuments will be set in line around the front on the perimeter of a 10-foot diameter circle, whose center is the point. b) Set on centerline at intemls not exceeding 1000 feet on nraight runs. c) Set on centerline at points of curvature. dl Set on center at center paints of cul-de-sacs. e) Set on centerline when center point of cul-de-sac is offset from centerline. f) These standards may be modified at the discretion of the Agency in cases where stria compliance there- with results in more monuments than it considers necessary. The following technique for reducing ?he . number of monuments will be routine. g) Substitution of one monument on the "Point of Intersecfion" for monuments at the "Beginning of Curve" and the "Ending of Curve'' when the "Point of Intersection" falls within the pavement area. h) Deletion of any monument otherwise required by these standards when its position can be determined by turning one angle from a point on a straight line between two other monuments, providing such point is not more than 300 feet from the point on which the deleted monument would have been placed. Alternate location of monur Tie distancesshown On final division map if alternate IOG is used. LOCATION OF STREl SURVEY MO N U M E N REGIONAL STANOAROS COMUIREE UQ?& &a. /?7S 5uw~~lw a C. E :?8W - STREET SURVEY MONUMENT I 11 1 If I[ ORAWING NUMBER G TYPES A AND B I 1 I I I I I I I I I ! I I I I I I I I 1. Pedestrian ramps shown on Standard Orawingn G-27 through G-30 do not conform to the requirements of the State Building Code (Pan 2. Title 24, C.A.C.) and are not recommended for use on proiecu with Federal or State funding. 2. Areas shown thus: m Shall have a heavy broom "ripple" texture finish, transverse to axis of ramp. 3. Areas shown thus: I;".il Are the minimum reouired for a complete ram0 imllarion and shall be concrete class 5.20-C-2500. 4. "hen pedestrian ramps are installed in or adjacent to existing colored concrere. the new ramp shall be tinted to match existing concrete color. 5. The removal of existing concrete curb, gutter, sidewalk and pavement for pedestrian ramp instaliation shall comply with San Oiego Regional Standard Orawing G-11. 6. If obstructions such as inlets, utility poles. fire hydrants, etc.. are encountered, the ramp locations may be adjusted upon the approval of the Engineer. 1 REGIONAL STAN 1 I I I 1 I 1 1 I 1 I I I 1 I I I PART V STANDARD DRAWINGS SECTION 2 - CITY OF CARLSBAD STANDARD DRAWINGS 1 1 268-02-1 (~)314#2.9 Page i CONTINUOUS PLAN -- TOP OF CURB SECT ION CURB FACE TRANSITIONS AN0 W AREAS SHALL NOT EXTEND INTC RETURNS, OR1VEWAYS, ALLEY ENTRANCES, OR ANY OTHER CU? OPENING. CURB INLET -------- L ------- -I CONOlTlON SECTION LOCAL DEPRESSION ,. 3-#4 CIRCULAR TIES 9) A CONCRETE COLLAR IS REQUIRED WHERE TI CHANGE IN GRAOE EXCEEDS 0.10 FT. PER FT. 2) WHERE PIPES OF DIFFERENT DIAMETERS ARI JOINED WITH A CONCRETE COLLAR,L AND SHALL BE THOSE OF THE LARGER PIPE. D= D 31 FOR PIPES LARGER THAN 66"A SPECIAL COLL D2 WHICHEVER IS GREATER. DETAIL IS REQUIRED. 4) FOR PlPE SIZE NOT LISTED USE NEXT SIZE LA 5) OMIT REINFORCING ON PIPES 24" AND LESS II DIAMETER AND ON ALL PIPES WHERE ANGLE LESS THAN IO'. 6) WHERE REINFORCING IS REQUIRED THE OlAMnE THE CIRCULAR TIES SHALL BE 0+12xWALLTHI( 71 WHEN Dl IS EQUAL TO OR LESS THAN 02,JOIN I AN0 WHEN D! IS GREATER THAN &JOIN SOFF CONCRETE PlPE COLLAR -- __- -- - -__ -- __ - __ __ I---__- PRIME MASOW ARTERIAL STREET MAJOR ARTERIAL STREET COLLECTOR STREET + MAY BE RED 56' FOR CULC OR LOOP STF -LOCAL STREET STANDAZI STREET qdIDTHS --- CITY OF CARLS8AD ' - (APPROVED (DATE I i LOCATIONS OF L UNDERGROUND UTILlTlES fL CITY EWER SLWL E MENTA1 STAsDARD pE FINISHED GRADE I/B"EDG€ TAPER -- -- RE IN FORCED ---- SECTION B-8 MOLDED LETTERS i/8" DEEP (SEENOTE2) COVE2 REINFORCING PI NOTES I). USE STEELCOVER WHEN SUBJECTI TRAFFIC LOADS. 21. PULL aox COVER SHALL BE MARXE "STREET LIGHTING I' WHERE PULL BC CONTAINS STREET LIGHTING CONDU ONLY. "HIGH VOLTAGE " SHALL BE .,WHERE VOLTAGZ IS ABOVE 600 VOL 3) THE L AND Vi D1MEHSIONSOPTH SEAT SHALL BE I/8" GREATER THA COVER DIMENSIONS. 4). COMPACT EARTH UNDER AND AROl 31Y2 13/4" EXENSiON 153/8" IO I/a" I 1/8" NO 22" , 23 Vd' 1334" I V4" PULL Box. - TYPE A OR B BR PER SDRS. 0-75 SEE TA8LE BELOW FOR uc NATURAL GROUND SUR TYPICAL CUT SL0?3E SLOPE ROUNDING DE- S€€ DETAIL A REMOVE SOIL MANTLE TO COMPETENT MATER1 MAW1 GRCURD SURFACE, FINISHED GRADE I). All FllL MUST BE COMPACTf MINIMUM OF 90% OF THE MP DENSITY WITH THE EXCEPTI( OUTER 8"OF THE SLOPE SUR WHICH MAY BE GRID ROLLED a 21. CUT SLOPES TO 40' REQUIRE CUTSLO~ES OVER 100' RECU MlN. 20 KNCH MID3bY OM 31.FlLL SLOPES - REOUIWE EO I -ll)ESOVER I QUiRE ONE M 8 c" 8 Gi P"1 I OYA7 -FACE OF FOOT1 NG DEN Si TY. 4 lS'MAXl~U&4 S E T 8 A CKS- _- a- __ g .. STREET LIGHTING SPECS I, 1.. PULL BOXES A. Service Point I first pull-box in circuit. I I 1 I I 1. When SDG&E handhole is utilized, it will be conside 2. When SDC;&E transformer is utilized, first pull box be located adjacent to the transformer. 3. Line conductor in first pull-box will be fused for circuit protec"' Lion. 4. Consult City Electric Department for exceptions foi unusual conditions. 5; All pull-box locations will be stamped in curb face as shown: I B. Luminaire Pole i 1. Pull-box will be located adjacent to each pole wit1 fuse protection inside of pole. C, Conduit Runs 1. No conduit run will exceed 200' without a pull-box junction. 1 I I I I I I I 2. A pull-box will be located on both sides of roadwa: when a conduit run crosses that roadway. 3. To designate the locations of pull-boxes in both above instances, curb-face will be stamped or marked with a P.B. 4. All pull-box lids will be marked "Street Lighting. 5. As-builts will give distances between all pull-box6 - in circuit and clearly show direction of conduit ri I f STREET LIGHTING SPECS. ' SUPPLEMENT , STANDARD 1 -- f I I ASPffALT/CONCRETE PAVING REQUIREMENTS ! 1 Cll"Y( ENGINE ' SUPPLEMEN U I I I I I I I I I I I I I I 1 I I I I PART V STANDARD DRAWINGS SECTION 4 AMERICAN PUBLIC WORKS ASSOCIATION STANDARD DRAWINGS 268-02-1 (~)314#2.9 Page , I I I I ( I I I I I I' I I I I I I I I I ClOI kdmdof-t caduit I= yla. DETAIL A R- od ot condvlt mall Bo 2- bola moolq. (Ur anby dom sWc1fl.d) Fin sld ntb .gory to dfnn l/M5* of top. Da ne( Mrflll. rmquud SECTION A-A SECTION 6-8 avo a ciuw k. Owolb- LAndica*racolSos1.ornf -r WlW om It 2. 12 iach 0~1ll atdb a 3. md0r rboll b. lrr).Ud ~WCnrmnamUl NPICAL INSTALLATlON dl0ll)S E w mn d: d IIH mm 61111111) f lld -)oh. ti- cvkcr I.L.D. EXPANSION JOINT I AMERlCAN PUBUC WORKS ASSOCIATION - SOUTHERN CAUFORNYIA CHAPTI sT*I INDUCTIVE t0UP DfYECTORS 4: pRoyLG*w~TMIp*cu;c Jowl-lTw- '9.4 1 I sM ,S€ WY c- &ARC 5WQF'C,?aTKH(s FOR WJWC m- Cm 1 I I f I I I I I I I I I I I I I I I; I I _--- SCHEDULE Typlcal street name IvNSot~trompol. b ' top. Mm. Sluff Uta. 3°C 4"N.P.T. to engage 8 threads (Both ends) 6 - = : -4" Dia. standard pipe '1 =Tis ii:; II I I 8 $E 412, az= ad% zsso GOO,, >< Q Q- 2#x 24'x 27' ; ; o . .. 6 (0 cu -* -0-i -a II 1: - SHAm Jam:* t- 3y BASE PLAN VIEW STUW AMERICAN WIBUC WORKS ASSOClATION - SOUTHERN CAUFORNIA CHAPTE 4L 4 :53 I I I 2 ,I -,?: r - - 70;- - 7 It I u--- I& 4 0 TYPE 1-c BASE ELEVATION ~lmamrprr~ 1964 JO~CDO~NWE~ TYPE I, I-?, AND 14 STANDARDS !JS~ wl?r STANrlM5 SPFC1FIWM)US FOR PUBLIC WORKS CO- SUE I I I I I 1 I I I I 1 I I 1 I I I I I PART V STANDARD DRAWINGS SECTION 3 COSTA REAL MUNICIPAL MATER DISTRIC STANDARD DRAWINGS 268-02-2(~)314#2.9 Page I I I I I il i J I il i" il 9 9 9 1 CI z Q cy u - 5 T)OC[@'LE STPAP %II?ONZE FLAPE SEEVICE CLAMP QUAPTEf7 VENO COUPLING i5WEAT ELL UAY RE USEO TO MAKE THIS ANGLE, 5 I L'E.7 SOCDEPETI) 0GCCLA55 FOQGED f INSULATES, BUSRING OF LEXAN OR OELPIN. 2" COW, Z'/Z'' COUPLING, Z"/z*' X 2' IN5ULATiNG BUSUING. COUPLING SHALL RE ON STEEL WATc'R UAlN NOTE TYPE f SIZES OFVALVE (F64 i'lZ* { 2' METERS) I 5EE PAGE 19 FOR 5OCDE?IN( SPEC1 FICA JIONS 2. TAP MAIN TO RE MINIMUM OF ?"COW STOP - FORD Fi7-700 IS" FQUM NEAQEST TAP OR JONES J-1929 Z'ANGCE METER COU P CI NG . - FOQQ FV23-777W 3 NO TAP5 ALLOWED ON M.0.A STOP A.C. PI PE. TOALL VALVE - FORD RFf3-777 4 ALL EXPOSE0 COPPER 5HALI ?E WPAPPED. I I/?" $ALL VALVE - INSTALLED BY CITY. (ALL VALVES - APPQO'JED EQUAL) - JONES J-1525F (5L6TTEo) JUNE5 J- 191 3 FORD @F[ 3-6~~ JONES J -1913 5 METEf7aNO WLLVALVE ro 01 /00, DENOTES AREA T6 ~IE WQAPPEI 5EE PAGE I9 FOR SPECIFKArl a COSTA REAL MUNICIPAL WATER DISTRIC' OATE I JAN. iq 2" WATER SERVICE CONNECTION ORAWING NO. DETAIL OF FOR I V2" 8 2" METERS RNlSlON APPR. 1 OATE I I PREPAREO ay: 2 \ C.RPJ1 W D. RE'IISION I APPS DATE OAT': JAN. 19 DETAIL OF 1 ?RE?AFtEO By: VA,L'E BOX ASSEMBLY . - I I &GJ ORAW~NGNC 4 I. I 1 E E 1 1 L ' 1 la A.C. PIPE ELEVAT IO N STEEL PIPE NOTE: - 1. SEE PAGE 19 FOP 6UPIED VALVE ANO FCA NG E 5 P ECI FI CAT1 0 N 5. Z. SEE PAGE 3 FOR A.C. PIPE LENGTH [NSTALLATION SDECIFICATIONS. 3. SEE OWG. NY 9 FOR TURUST gL0CK E L €VAT I 0 N A.C. PI PE BUR\& AREAS. *;;; DENOTES AREA TO RE WRAPPED WlTU '.,, IO MIL. P.V.C. TAPE-SEE PAGE 19 FOR SPEflF[CATION5. COSTA REAL MUNICIPAL WATER DISTRIC- DATE : ~~'~ls!oN ] Am. DATE , JAN. 1s I DETAIL OF ORAWING NO. GATE VALVE ?REPARED aY: u, 1 #I I 1 I I 1 I I I! I' I I '- I Bi I Ii CAST IRON CAP I ENQ CAP FIGUR€T TEE FlW 2 n :f{'/4'- ??'Q"- 45' 30'- GO' FtGURE 3 TEE # GATE VALVE WPAP - T.E TENCH I. ALL FITTINGS APE CAST IRON, CZMENT- Z. All FITTINGS SHALL UAVEA MIN. 3'3" I TO A MAX. 6'6" LENGTH INTO ON0 OU ALL FITTLNGS. 3. CGNCRETE 15 5 SACK. A MINIMUM 3 CU PI NG TI ME IS EQU I R€P. 6ESRE HYDROSTATIC TEST. VERTICAL ! CIOF!IZONTAL 6ENU FlGUrZE 4 a. SEE WNOs 7 AN0 8 FOR REWC&F! Ah . PLUG/BUlT€RFLY VALVE TWRUST BrOCt- 5. SEE '346. NU. 9 FOR THRUST BLOCK 4 \\,, PENOTES AREA T6 fjE "\\ WC'APPED- SEE PAGE FOR SPECIFICATION El COSTA REAL. MUNICIPAL WATER DISTRIC DATE: REVISION APm. OAT5 DETAIL OF- JAN. l! PREPARED ay: CONCRETE THRUST 8LOCK-S ' oRAw,NG-,,o L C.R.P.4.W D. 6 II I I I 1 I I I II 1 I 1 I 1 I; ll I' ' I ' QE;ERE?ICE : SEE NOTE5 Og 51ANOAQD 024V?'NG No 5. f t I m I r5 OF l;m.~ * DIM. AT XP Xv3 3OlTO.4 CF WW PIPE RT. X FLG. AOAPTER (TYPICAL) - .G. 3.V. FLG. TSH CONCRETE THRUST 9COCK (TYPICAL) SANDBAG AT 3.V. INSPECTION PLATE NOTE : THRUST 0GCK AREAS PLAN SEE 0WG.b.D. 3 FOR DENOTES AREA TO 9E WRAPPED //// SEE PAGE tT FOR SPECIFICATIONS COSTA REAL MUNICIPAL WATER ;DIS-TRIC' BUTTERFLY 8 PLUG RVISION i rn I DATE DATE . JAN. 198' I i DETAIL OF ! I I ! DRAWING NO. 7 VA LV E I N STA L L A T 1 0 N I PREPARED 8Y ,CR.M.WD. C>N A.C. PIPE ONLY NOTE: FLANGE PRE55URE CLASS { FAClNG i BE SAME A5 AQJACENT VALVE 3/16' MIN. @.iALLAQGUND) REIN FGRC [ NG. SA9 OLE - A5 ' T e OF MAlN W/ MIN.GF 3/16'' a a a a I II I I I 51 1D 3 i i I I L CEMENT MORTAR LINE IN SHOP -CUT TO FIT PIPE SECTION A-A ENLARGEO VIEW Now FOR A.C. PIPE INSTALL FLANGE AVAPTEP TG VALVE CEMENT MOPTAR ClNEV AN0 COATEO STEEL PIPE OQ A.C PI (SIZE ANI" CLASS A5 5UOWhI GN PLANS) 1 VALVE : SIZE ANV TYPEAS NOTEO ON PLANS b !I I II a 1 1 I I R I I I I 8 I 0 I i '',&;4CaFTEX WITH. CAP M.1.P x hl.5 Z"AN6k- beE2 SOP - F. a. -7CO FLANGE: X FLARE 2' 3.?,.35 STREET ELL 2" COPPE!? CGANGE OF DlREC DONE WITH COW€.? FITTING SILVER SOLVE3 COR!? M.1.P x M.I.P. SEE PAGE 19 FOR SOLDERING SEE PAGE 36 fOQ PA1NTING SPEC1 FICATiONS. 2**: JONES J 1943 SPEC1 FICATIGNS. A55EMRL'f SIZE. GF7 APPROVED EQUAL FORD Fi3500 SEE IMPQOVEMENT PLANS FOR OENOTES AREA TO ?)E WaAPPEO ,,, 5EE PAGE 19 FOR SP€C:FICATlONS COSTA REAL MUNICIPAL WATER DISTRK 2" BLOW OFF/MANUAL OATE: OETAIL OF REVISION- I Am. 1 OATE 1 I 1 - I l ORAWING I\ L C.RM.WD. :! AIR RELEASE ASSEMBLIES 14 PREPAREO av. I I 1 I I 1 1 I 1 I 1 I I I 1 1 I 1 PART V STANDARD DRAWINGS SECTION 5 CALTRANS STANDARD DRAWINGS I 268-02-1 (~)314#2.9 Page A 20-A I < 2 1 I 1 I I 1 I I’ I 8 I I I 11 I. 1 1; I I i i ! A20-8 1 z 111 -5 a--m fag 3$ 9 I t--&3 yj-. $@’4 2 I p1 111 E i 0 $44 i t % 0- *I? $ *jj8 311 zi v, <40 2 Le- P EEE 3 a- --en mot n EEf -IF i- 1 y If I P , %i4 z p- 3 ! 4- 11 ir%: 3 ~~~~ j.l. %-9 L a- -39 --c3 f ;I‘; s 5 t3um 4 d 111 t g 3 --‘m E- 88 ! , 4 z. %,z *a 3 1’ if w- ii - a* ** t? - - 3- $ --a $ -5 k k E 58 9 OQB 3 ILii I z -- L..IILpI-I+I.Io- 51 -a c QE ~u~,ua =. oc OC OQ OG --a c QC Ob x oe -e c -e ci +It a -as lla 14 $ t i -1 3i E !i ti 0 8 3 : , i- I '* I : j ! I i ~ - ~ ! l: I - I I I - I I NSP A-248 zz . :c ' .-++.,: i i, ;i2-.., :::r:; --'- ---*2& ..+'.I -- '4.'103 5 !Z ~ 3 ;; z {'C-: - .*.a - BJ :: ;$:.z+-, -I .-. -- - .- -.---- -__ ;;..* g :& i >- ' :g 2 :5 c: < -55 ?f :I 5: i i ii - 2 it !: ! ! -- . : $5 -4; i! I - !I s -a q-1 r ?+: i ij '=+- -..-..- '% P 2- --__ - - .. . -- - 0-.(-- - ;'r?g; i .-'I 1 -<s 23* 1 :?- Ir: -_-. -. - --- --- E; i - - ... 3e Ei - 05 - Cf p z: ..n : '! e 2: _-- 6- t I - - >? c %e' e P !!- f ?. ? - d 0 is :: 2$J * 3: z :LA 0: - 'X -- - *[ I - .- a- r. 6. ..- 1g:z;: - si m -1: :- z 3.:: z .-: .- .-.~ - 5 : - *>z - uy3 r 1 1:. R >- L; --. - I --. .-. c -. *a* -. - r ..- - .- - -- .p.s,- -- -- - - -. ____.- - . 5 & - --- ---. - t ---- --- . -- - I g I .*.a& . - I - ! - - -..-. -- -_ .--- r. :: m a 1200 ELM AVENUE TELEP CARLSBAD, CALIFORNIA 92008 (619) 43 Office of the City Clerk Mila af Mnrlsbnb October 23, 1989 Kirchnavy Construction, Inc. 1010 Linda Vista Dr., Suite 201 San Marcos, CA 92069 Re: Bond Release - Contract #3243 - Palomar Airport Rd. e/o El Camini Per instructions from our Municipal Projects Department, we are hereb releasing the following bond: Labor & Materials Bond No. 5072791 Hartford Accident and Indemnity Company $364,778.35 The bond is enclosed so that you may return it to your surety. jsk----- eputy ity Clerk Enc . v\c. tlTE IT - DON'T SAY I i ! Date 47 1 @Reply Wanted UNO Reply Necessary Re: Bond Release - 3243 - y-+ e/, & C&4 Our records indicate that the de% k above-referenced subdivisionlproject is eligible for release. We need your written authorization/approval for release. Please let me know the status, and if release is 0.k. bond for the _--, rd / P ""g &o /?> 2-' j Thanks, -?2"+&-.-+. iid 1 *' +--" &/5 r E 'a ,C' i"" Li f - & I,."--- L ',//" ~ *\/' dj /" ys k/ 1 PRINT1 Y AIGNER FORM NO 55-032 a 1200 ELM AVENUE TELE CARLSBAD, CALIFORNIA 92008 (619) L Office of the City Clerk aitq #f anr1slJna April 10, 1989 Kirchnavy Construction, Inc. 1010 Linda Vista Dr.., Suite 201 San Marcos, CA 92069 Re: Bond Release - Contract No. 3243 - Palomar Airport Rd e/o El Camii The Notice of Completion for the above-referenced contract has recorder Therefore, we are releasing 75% of the Performance Bond for the contra1 Please consider this letter as your notification that $547,167.51 of Hartford Accident and Indemnity Company Performance Bond No. 5072791 i, hereby released. period of one year. At that time, if no claims have been filed, it wi be released. The Labor & Materials Bond No. 5072791, in the amount of $364,778.35, will be eligible for release six months from the date of recordation o the Notice of Completion, on July 31, 1989. A copy of the Notice of Completion is enclosed for your records. We are required to retain the remaining 25% for a 5f5: Enc . a 1256 City Cle;k - 1200 Elm Ave. Carlsbad, CA 92008 NOTICE OF COMPLETION MUNICIPAL PROJECTS DEPARTME To All Laborers and Material Men and to Every Other Per Interested: YOU WILL PLEASE TAKE NOTICE that on October 24, 1988, engineering project consisting of the widening of Palo Airport Road east of El Camino Real on which William Kirchnavy Construction, Incorporated was the contractor, Hartford was the surety, was completed. VERIFICATION OF CITY CLERK I the undersigned, say: I am the City Clerk of the City of Carlsbad; the C Council of said City on January 24, 1989 accepted the above described work as comple and ordered that a Notice of Completion be filed. is true and czrrect. I declare under penalty of perjury that the forego Executed on January 33, 1989 at Carlsbad, Californi CITY OF CARLSBAD City Clerk Ll-dau-dPR- *- 8. rn 0 3 .P e * 1200 ELM AVENUE TELE CARLSBAD, CALIFORNIA 92008 (619) 1 Office of the City Clerk aitn of aarlBttab January 30, 1989 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation is the following described document: Notice of Completion - Municipal Projects Widening of Palomar Airport Rd e/of El Camino Real; William J. Kirchnavy Construction, Contractor Our staff has determined that the recordation of this document is of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. <&F* REN R .KU DTZ -'Deputy City Clerk Enc . e * Lity Clerk 1200 Elm Ave. --Carlsbad, CA 92008 NOTICE OF COMPLETION MUNICIPAL PROJECTS DEPARTBENT To All Laborers and Material Men and to Every Other Pel Interested: YOU WILL PLEASE TAKE NOTICE that on October 24, 1988, engineering project consisting of the widening of Palc Airport Road east of El Camino Real on which William Kirchnavy Construction, Incorporated was the contractor, Hartford was the surety, was completed. VERIFICATION OF CITY CJXRK I the undersigned, say: I am the City Clerk of the City of Carlsbad; the C Council of said City on January 24, 1989 accepted the above described work as comple and ordered that a Notice of Completion be filed. is true and correct. I declare under penalty of perjury that the foregc Executed on January 32, 1989 at Carlsbad, Californi CITY OF CARLSBAD City Clerk lLdQ.zLdPR& e 0 illiam J. Kirchnavy Constr CALIFORNIA CONTRACTOR'S LICENSE 308045 Demolition and Grading Contractor State Licensed Liability Insured SAN MARCOS, CALIFORNIA 92069 I010 LINDA VISTA DRIVE - SUITE 201 (619) 744-0216 &J.rC!kr 7, 1988 B-I.-El-lEIs k-g &.g\3.rt*rflent. i:a.rLB?xid., CA 92008-1989 Atatenticm : Rith Fletcher m: tki.ty c3f Gelcbad. 1200 Elm Ayerlw :Palomar fpimrt Road Projmt #Z@ Li&,k-g E$ ~~-~~~~~t~~~itr~~~~~ Dear Ruth : Due to an oversight, the survey sikcontractor wm rid, Li&& hen cmr bid wa~ submitted. Kirchriavy Construction will employ L & S Consultants to do the specified engir~ering. Their percentage of the total contract is .01%, Shoi~.ld you k~we my qiiestions or1 this subject, please do riot he6itate t.~ call. Siricerdy, STRIXI'ION, INC . - -. .. . . . i Fro ject Maiz3gzx. cc/srn